Loading...
HomeMy WebLinkAboutOrion Construction - 2022-02-15 RECEI Y: / - CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating (Da- we)-', , RT CITY OF HUNTINGTON BEACH Z INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: �I/7 /,? SUBJECT: Bond Acceptance I have received the bonds for �f7 CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. _ Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. Approved (CourW Appwd Dab) CC No. _ Agenda Item No. ') , OZ/ 7I— MSC No. City Clerk Vault No. Other No. SIRE System ID No. g:Rormsrbond transmittal to treasurer CITY FUNDED CONSTRUCTION CO\'TRACT HFIAVI I N TI113 CITY OF I IUNTINGTON I31---ACI I AND Orion Construction Corporation FOR McFadden Sewer Lift Station Replacement Project. CC 1610 TI IDS AGRI-ENIENT ("Agreement") is made and entered into by and between the Cite of- Huntington Beach, a municipal corporation of the State of'California, hereinafter referred to as "CITY," and Orion Construction Corporation a California corporation, hereinafter referred to as "CONTRACTOR." \','I IERIiAS. CITY has solicited bids for a public works project. hereinafter referred to as "PROJECT." more fully described as McFadden Sewer Lift Station Replacement Proiect, CC1610 in the City of I luntington Beach: and CONTRACTOR has been selected to perRvm said services, NOW. TFIF:REFORF.. in consideration of the promises and agreements hereinafter made and exchanged the parties covenant and agree as follows: I. STATEMENT OF W 0RK: ACCEPTANCf3 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 anV unforeseen difficulties which may arise or be encountered in the I 16-i 19510ty Funded Constrvetion Contract.docs—revised 04/2016 prosecution of work. and for all other risks of any description in connection with the work. including. but not limited to. all expenses incurred by or in consequence of the suspension or discontinuance of work. except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OP CONDITIONS Of- WORK: PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms, conditions and obligations ol'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 perl'onned, 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 relcrence, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, it anv, shall he bound by the Contract Documents insotar 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. '['his AarccmcnC 13. 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 of ice of the Department ol'Public Works of CITY. and any revisions, amendments or addenda thereto: 16-i 195/City Funded Construction Contrtct.docs—revised 0412016 D. The edition of' S7andard Slvci/icadons fin Public If inks 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 oft he American Public `.Yorks Association and the Southern California District Associated General Contractors of the Calitornia Joint Cooperative Committee as specified in the particular Plans. Specifications. Special Provisions and Addendum applicable to the Project: I-.. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the CONTRACfOR'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 CON I-RAC fOR to the Director ol' Public Works of CITY or his or her written designee (hereinafter referred to as "DPW"), and CONTRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of-DPW, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR. then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3 16-5M/City Funded Construction Contract.docs—revised 04/2016 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as I'ull compensation Tor the faithful performance of'this Agreement, subject to any additions or cleductions made under the provisions of' this Agreement or the Contract I)OCtl III ell IS. a sum not to exceed Three i<7illion Four Hundred Eighty Six Thousand Two Hundred Forty Three Dollars ($ 3,486,243.00 ), Lis set forth in the Contract Documents. to be paid as provided in this Agreement. 4. COMMENCEMENT Olr 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 Eighry ( 180 ) consecutive Working clays from the day the Notice to Proceed is issued by DPW. c.Xcluding, delays provided for in this Agreement. 5. TIME OP THE ESSIENC' The parties hereto recognize and agree that time is ofthe 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 lorces working on the PROJECT in a manner that will (acilitatc 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 pertixmed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors. 4 16-5195/City Funded Constnrction Contrdet.doc\—rer iced 04/2016 subcontractors and CITY forces and. in general. all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6. CIIANGIS 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 ofthe PROJE;C ]'as DPW may require in writing_. Undcr no condition shall CONTRACTOR make anv changes without the prior written order or acceptance ol'[)])W. 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 inunediatcly to DPW a written cost proposal rellecting the ellcct of the change. Should DPW not agree to sueh cost proposal. the work shall be performed according to the changes ordered in writing by DPW and the proper cost thercol'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 he adjusted upward or downward accordingly. 7. NO'l ICI? TO PR0CIiE:D No work. services, material. or equipment shall be performed or furnished under this Agreement unless and until a Notice to Procced has been liven to CONTRACTOR by CITY. CITY does not warrant that the work will he available on the date the Notice to Proceed is issued. In the event ot'a delay in commencement of the work due to unavailability of the job site. for any reason, reliefto CONTRACTOR shall be limited to a time extension equal to the dclav due to such unavailability. 5 16-5 19i/City Fundcd Construction Contract.docx— revised 04/2016 S. BONDS Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall, prior to its performance of this Agreement. litrnish the following two (2) bonds approved by the City Attorney: One in the anuxmt of one hunched percent (100%) of the contract price to guarantee the CONTRACI-OR's faithful periorniance ofthe work, and one in the amount ol'one hundred percent of-the contract price to guarantee payment ufall claims for labor and materials furnished. In addition. CONTRACTOR shall submit to CITY it 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 ofone (I) year after CITY's acceptance thereof within ten (10) days of filing of the Notice of"Completion. 9. WARRANTIT3S CONTRACTOR unconditionally ,uarantees all work done under this Agreement includin:. but not limited to. any workmanship. installation. fabrication. material or structural facilities constructed- CONTRACTOR, within ten (W) 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. INIM: DGN"I' CONTRACTOR It is understood and agreed that CON'I RACTOR is. and shall be, acting at all times hereunder as an independent contractor and not an employee of" CITY- CONTRACTOR shall secure at its own cost and expense, and be responsible for any and all payment of all taxes. social security. state disability insurance compensation, unemployment compensation and other payroll 6 16-5195/City Funded Construction Contract.doe —revised 04/2016 deductions for CONTRACTOR and its ofliccrs. agents and employees and all business licenses. if any. in connection with the PROJECT and/or the services perRxmcd hereunder. 11. LIOUIDATFD DANIAGFS/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 ofcalendar days as set lorth herein. damaee will be sustained by CITY: and that it is. and would be. impractical and cxtremeh difficult to ascertain and determine the actual damaee which CITY Would sustain in the event of and by reason of such delay. It is. therefore. aerced that CONTRACTOR will pay to CITY. as liquidated damages and not as a penalty. the sum of One Thousand Five Hundred Dollars ($ 1,500.00 ) per each calendar days delay in completing the work in excess of the number of working/calendar days set Iorth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation fix the foreseeable damages CITY would sustain in the event of and by reason of such delay: and CONTRACTOR agrees to pay these damaucs herein provided. and further agrees that CITY may deduct the amount thereof from any monies chic or that may become due to CONTRACTOR hereunder. CONTRACTOR will be eranted an extension of time and will not be assessed damages I'or any portion of the delay in the completion of the work clue to unforeseeable causes beyond the control and without the fault or negligence ol' CONTRACTOR. including- but not limited to. acts of' God or of the public enemy. lire floods. epidemics, quarantine restrictions. strikes. unsuitable weather. or delays ofsubcontractors due to such causes. CONTRACTOR shall. within fifteen 115) days from the beginning of anv such delay(unless DPW shall grant a further period of time), notify, DPW in writing of the cause of the 7 16-5195/City Funded Construction Contract.docs—revised 04/2016 delay and CITY shall extend the time for completing the work if. in its judgment. the findings of fact therrun justik 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 fur materials required by this Agreement to be furnished by CITY. or by damage caused by lire 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 del Lilt or collusion on the part of CONTRACTOR, or in the event of a lockout by CH Y, 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 (1 5) 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 ol' 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 TIN1E OR MONEY. A. Definitions. (I) "Change Order' means a document signed by the CONTRACTOR and CITY which authorizes an addition. deletion or revision in the work, or an adjusuncnt in the Compensation under Section 3. or the Completion Time specified at Section 4. (2) "Demand" means a written demand for a Change Order by the CONTRACTOR for any of the following: (a) A time extension: 8 16-5 M/C.ity Funded Construction Contruct.docx—revised 04l201 G (b) payment of moncv or dama-cs arising, I"rom work done by, or on behalf of. the CONTRACTOR pursuant to this Agreement and payment ol' 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 perfonned 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 dithering materially from those indicated in this Aerccment or the Contract Documents, or unknown physical conditions at the job site, of an unusual nature, diftcrin_ materially from those ordinarily encountered and generally recognized as inherent to work of the PRO,II:CT: or (1) A request for it time extension or additional payment bused upon acts of neglect by CITY or iluc to tires. Hoods. labor disputes. epidemics, abnormal weather conditions or acts of God. 13. A Demand for a time extension or payment of money or damages may only be granted by a Change Order. C. No Change Order nary be granted except \\,here 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 (IS) clays after receipt, including by requesting additional information from the CONTRACTOR to determine whether to approve the Changc Order the Demand seeks. The DPW shall act on the Demand within fifteen (1 5) days 9 16-5 195/City Funded Construction Contnct.docx—revised 04/2016 alter receipt ol'thc additional information or within a period ol'timc no greater than the time the CONTRACTOR took to produce the additional information requested, whichever is greater. D. Notwithstanding the thirty (30) clays to submit a Demand under Subparagraph C. in the case ol' ditTerine or unknown site conditions, inunediately upon encountering the conditions. CONTRACTOR shall notify the DPW in writing ol'the conditions, so that the CITY may promptly investigate the conditions. E. If the CONTRACTOR disputcs 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 litieen (15)days of receipt olthe City Fn_ineer's response or within fifteen (15) days of the DPW's lailrtre 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 conlerencc within thirty (30) clays to seek to resolve. h. CITY and CONTRACTOR shall C\eCnlc 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 Citv Fm_ineer shall issue a written decision on the claim within a reasonable time. G. Following the meet and confer conference, it' the Demand remains in dispute. the CONTRACTOR may f ilc a claim with the City as provided in Chapter I (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 ol'Titic I of the Government Code. For purposes ol'those provisions, the running of'the period of time within which a claim must be filed shall he tolled from the time the CONTRACTOR submits his 10 16-i 195/City Funded Construction Contract.docs—revised 04/2016 or her Dcmand until the Dcmand is denied as a result of the inset and confer process. including any period of time utilized by the meet and confer process. 13. VARIATIONS IN ESTINIATED QUANTITIES The quantities listed in the bid schedule will not govern linal payment. Payment to CONTRACTOR will be made only for the actual quantities ofcontract items used in construction of the PROJECT. in accordance with the plans and specifications. Upon completion of the PROJECT, il'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 ol'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 \\,here 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 extendine the completion date as in its sole judgment the lindings warrant. 14. PROGRFSS PAY,N-IFNT'S Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate. live percent (5%) will be deducted and retained by CITY and the remainder of the progress estimate- less the amount ofall previous payments since commencement of the work, will be paid to CONTRACTOR. When CONTRACTOR has. in the judgment of DPNY. 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 II 16-5195/City Funded Construction Contract.docx—revised 04/2010 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 ol'the PROJECT. as determined in its sole discretion by DPW, Tess 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-live (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 otanydisputed 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. al'tirming that the work lot- which payment is demanded has been perlarmcd in accordance with the terms ol'the Agreement and that the amount stated in the certificate is due under the teens of the Agreement. Partial payments on the contract price shall not be considered as an acceptance ofany part of the work. 15. WITIIIiEL.D CONTRACT FUNDS. SUBSTITUTION OI SECURITIES At the request and at the sole cost and expense of CONtItACFOR. who shall retain beneficial ownership and receive interest. if any thereon, CITY shall permit the substitution and deposit therewith otsecurities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. 16. AFFIDAVITS OF SATISFACTION OF CLAINTS After the completion of' the work contemplated by this Agrcement. 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 toll and that there are no claims outstanding against the PRO.II3CF for either labor or material, except certain items. if any, to be set forth in CON'TRACFOR's affidavit covering disputed claims. 12 16-5195/City Pundcd Construction Contramdoex—revised 04/2016 or items in connection with Notices to Withhold, which have been filed under the provisions or the statutes orthe State or California. 17. WAIVGR OF CLAIMS The acceptance by CON-I RAC TOR of' the payment or the final certificate shall constitute a waiver orall claims against CITY under or arising out orthis Agreement. A. The CITY has ascertained Front the Director ol'Industrial Relations orthe State or Calirornia the general prevailing rate orper diem wages and the general prevailing rate ror lc(-,a] holiday and overtime work in the localky in which the work is to be performed for each crati or type orwork needed to execute this Agreement, and the same has been set forth by resolution on file in the orrice orthe City Clerk orCI IY- CON TRACTOR and arty 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 1700 orthe Calirornia Labor Code, CONTRACTOR agrees to secure payment orcompensation to every employee. 13. Pursuant to this Aareentent and in accordance with Section 1774 and 1775 orthc Calirornia Labor Code. CONTRACTOR shall, as penalty to CITY. forfeit twenty-live dollars ($25) for each calendar day or portion thereof for each worker paid (either by CONTRACT OR or any or its subcontractors) Tess than the prevailing wage rate established for that particular craft or type orwork. 18. CALIFORNIA PRINAILING WAGI LAW A. The CITY has ascertained front the Director of Industrial Relations orthe State or California the ecncral prevailing rate of per client wages and the general prevailing rate for legal holidav 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 Ii 16-5195/City Funded Construction Contract.docs-rcyised 04/2016 resolution on f ilc in the of ice ol'the Cite Clerk of CITY. CON'I'RACTOR 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. 13. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code. CONTRACTOR shall, as penalty to CITY. fort-eit twenty-five dollars ($25) for each calendar day or portion thereol' liar each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing .gage rate established for that particular craft or tvpc of work. 19. CALIFORNIA LIGHT-11OUR LAW A. California Labor Code. Sections 1810 ci seq, shall apply to the perlixmance of this Agreement; thereunder. not more than eight (8) hours shall constitute one days work and CONTRACTOR and each subcontractor employed by its hereunder. shall not require more than eight (8) hours of labor per clay or forty (40) hours per week from any one person employed by it hereunder. except as stipulated in Calilornia Labor Code Section 1815. CONTRACTOR zinc] each subcontractor employed by it hereunder shall. in accordance �yith California Labor Code Section 1912, 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 PROJLCT. 13. Pursuant to this Agreement and in accordance with California Labor Code Section 1813, CONTRACTOR shall. as a penalty to CITY.TY. forfeit twenty-five dollars ($25) for each worker employed hereunder by CONTRACTOR or any subcontractor for each calendar day during Which such vyorker is required or permitted to work more than eight (8) hours in any one Id 16-5195/C'ity Funded Construction Contract.docs—revised 04/2016 (I) calcndar day or forty (40) hours in any one ( I) calendar vycek in violation of California Labor Code Section 181�. 20. PAYiN91 NT0F TRAVEL AND SU13SISTI NC1 ALLOWANCE: Section 1773.8 of the California Labor Code. regarding the payment ol'travcl and subsistence allowance is applicable to this PRO.IECT . 21. EfyIPL.0YiIM1-1NT OI A PIT f.?N'IICFS Section 1777.5 of the California Labor Code. regarding the employment of apprentices is applicable to this PRO.IICf. 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 jou rile yman, apprentice or worker employed by it in connection with the PROJL-'C'T and agrees to require each of its subcontractors to do the same. CONTRACTOR further a,,,recs that its payroll records and those of its subcontractors, il'any. shall be available at all reasonable tines to the CITY. and the employee or his representative. and the Division of Labor Standards f ntorccment and the Division ol'Apprenticeship Standards. and to comply �yith all of the provisions of California Labor Code Section 1776. in ucncral. 23. 1NDI.N/INIPICATION. DI:FENSE. 1101-1) 1 [ARNILESS CONTRACTOR hereby agrees to protect, defend. indemnify and hold harmless CffY, its officcrs, 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. I 16-5195/City Funded Cons mtction Contract.docs—rcyised 04/2016 arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR. caused in whole or in part by any negligent act or omission of the CONTRACTOR. any suhcontractors, anyone directly or indirectly employed by any of them or anvone for whose acts anv ofthem 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. hhis indcnutity 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 indemnitication to be provided by CONTRACTOR. 24. WORKGRS' COMPfiNSATTON AND EMPI.OYLR'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 he insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers compensation and employer's liability insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 16 16-5195/City Funded Construction Contract.docs—revised 04/2016 25. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACT OR'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 actin, 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 (51.000.000) per occurrence. ll'coveragc is provided under a form which includes a designated general aggregate limit, the aggregate Iinit must be no Tess than One ildillion Dollars (SI.000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed ollicials, employees. agents, and yolmttcers (the "Additionally Insured Parties') as Additional Insureds. and shall specifically provide that any other insurance coverage which may be applicable to the PROJHCf 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 he 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 CI'I-Y: however an insurance policy `'deductible" of Five Thousand Dollars ($5.000.00) is permitted. CONTRACTOR shall be responsible for causing all Subcontractors to maintain the same types and limits of insurance coverage as that required of CONTRACTOR by this Agreement. 17 16-5195/City Funded Construction Contract.docx—revised 04/2016 26. CERTfICATI S OP INSURANCE: ADDITIONAL INSURED ENDORSEMENTS NTS Prior to commencing perlormmnce ol'the work hereunder. CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the forcuoine insurance coverages as required by this Agreement: the certificates shall: I. Provide the name and policy number of each carrier and policy: 2. State that the policy is currently in force. and _-1. 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 fierce until the work under this Agreement is fill completed and accepted by CITY. The requirement for carrving the lin'egoing insurance coverages shall not dcrogatc from the CONTRACTOR's defense, hold harmless and indemnification obligations as set lorth under this Agreement. CITY or its representative shall at all times have the right to demand the original or it copy of all the policies of insurance. CONTRACTOR shall pay. in a prompt and timely manner. the premiums on all insurance hercinabove required. CONTRACTOR shall provide at separate copy of the additional insured endorsement to each of CONIRACfOR'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. NOTICI OF THIRD PARTY C'I.AINJ Pursuant to Public Contracts Code §9202. CITY shall provide notice to CONTRACTOR ofreccipt ol'any claim tiled with CITY or a court of competentjurisdiction which arises out of performance of this agreement within ten (10)days of receipt of such claim or claims. 18 16-5195/Cite Funded ConstRiction Contrtct.docs—revised 0-1/2016 28. DEFAUL,T AND T RiIMINATION 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 beconics insolvent. or violates any provision of this Agreement or the Contract DOCmnients. CITY may Live 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 niay have, terminate this Agreement upon the expiration of that tinie. Upon such default by CONTRACTOR. CITY niav elect not to terminate this Aereemcnt: 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 bcconic due to CONTRACTOR. If it is subsequently determined by it court ol'comipetent jurisdiction that CITY's termination of this Agreement under this Section was wrongful. such termination shall be converted to a termination for convenience tinder Section 29 and any damages shall be assessed as set forth in Section 29. 29. TIRN9INATION FOR CONVIENII:NCI: CITY may terminate this Agreement for convenience at anv time with or without causC, 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 pa}' CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments alrcadv 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 lie on work not performed. Such payment by CITY shall be CONTRACTOR's 19 I6-5195/CitN' Funded Construction Contrict.docx—res'ised 04/2016 sole and exclusive remedy fix termination by CITY for its convenience and CITY shall have no further obligation to CONTRACTOR. 30. DISPOSITION 01: PLANS. I STINIATES AND OTI IL'R DOCUMFNTS 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 f irther cost. 31. NONASSIGNAL3 LITY CONTRACTOR shall not sell. assign, uansfer. convey or enctnmbcr this Agreement,or any part hereof: or any right or duty created herein. without the prior written consent ofCIIY and the surety. 32. CITY EAPLOYIiGS AND OFFICIALS CONTRACTOR shall employ no Cl IY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any lmancial interest in this Aereement in violation of the California Government Code. 33. STOP NOTICI3S: RHCOVI-10' 01: AlAIINISTRATIVI- 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 le,al document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative tie 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 I6_5195/City Funded Construction Contract.docx—revised 04/2016 34. NOIIM Anv notices, certificates. or other communications hereunder shall he Given either by personal delivery to CONTRACTOR'S agent (as designated in Section I hereinabovc) or to CITY as the situation shall warrant,or by enclosing the same in a scaled envelope. postage prepaid. and depositing the same in the United States Postal Service. to the addresses specified below: provided that CITY and CONTRACTOR may designate dit7crcnt addresses to which subsequent notices, certificates or other communications will be sent by notilying the other party via personal delivery, reputable overnight carrier or U. S. ccrtif ied mail-return receipt requested: TO CH'N': TO CONTRACTOR: Cit_v of I-luntimston Beach Orion Construction Corporation ATTN:Lili Hernandez . Public Works ATTN: Richard Dowsing 3000 Main Street 2185 La D1irada Drive 1-1 Lint innuton Beach. CA 92648 Vista, CA 92081 35. S13CfION I ILADINGS 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 ofthe parties or affect the construction or interpretation of any provision of this Agreement. 21 16-5195/City Funded Construction Contract.docx—revised 04/2016 36. IMMIGRATION CONTRACTOR shall he responsible Ibr hill compliance with the immigration and naturalization laws of' the United States and shall. in particular, comply with the provisions of United Slates Code Section 132du reearding employment verification. 37. LEGAL SERVICES SUBCONTRACTING PROIIIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services. and that such Icgal scrviccs are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach Cite Charter Section 309, the City Attorney is the exclusive legal counsel lor CITY: and CITY shall not be liable for payment of anv legal services expenses incurred by CONTRACTOR. 38. ATTORNEY'S 1'I I S In the event suit is broueht by either part- to construe. interpret and/or cnlorce the terms and/or provisions of this Agreement or to secure the performance hereof. each party shall bear its own attorneys tees, such that the prevailing party shall not be entitled to recover its attorney's Ices from the non-prevailing party. 39. INTERPRT"TATION OF llilS AGRFE"NIFINT The language of all parts of this Agreement shall in all cases be construed as whole, according to its fair meaning. and not strictly for or against anv of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unentorccable, 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 neutergender and singular or plural number shall be deemed to include the other whenever the 16-5195/C'ity Funded Construction Contract.do"—revised O4/2016 context so indicates or requires. Nothing contained herein shall be construed so ats 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 ILture 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 al'tcctcd shall be curtailed and limited only to the extent necessary to bring it within the requirenunts of the law. 40. GOVE'RNING LAW phis Agreement shall be onverned 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 01' its execution and deliver•, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 42. CONSGN"I' Where CITY's consent/approval is required under this Agreement. its consent/approval Cor 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 Agrecment. which by their sense and contest survive the expiration or termination of'this Agreement shall so survive. 44. MODIFICATION No waiver or modification of any laneuaae in this Agreement shall be valid unless in writing and duhV csecutcd by both parties. 16-5 195/City Funded Construction Contrtct.docs—revised 04/2016 45. SIGNATORIES Each undersigned represents and warrants that its signature hercinbelow has the power. audiority and right to bind their respective parties to each of the terns of this Agreement. and shall indcmnity 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. ENTIRLTY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily fallowing extensive arm's length negotiation. and that each has had the opportunity to consult with Icgal counsel prior to executing this Agreement. The panics also acknowledge and agree that no representations. inducements. promises. agreements or warranties. oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement. promise. agreement. warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached Exhibit "A", contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 24 16-�195/City Funded Consuvcdon ContractAMN—revised O412016 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers on /514J. 20 22 CONTRACTOR: CITY OF HUNTINGTON BEiWicipal co ion o to rate o al By: — Richard Dowsing Ma (print name) ye ITS:Chairman/ esiden / Vice-President City Clerk (circle one) INITIAT AND AP E AND By: Director of Public Wo Richard Dowsing (print name) R EWED AND PPROVED: ITS: / Chief Financial Officer / Asst. Secretarycret reasurer (circle one) City Manag r APPROVED RM: City A orney ,ttl 25 16-5195/City Funded Construction Contract.docx-revised 04/2016 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 SAN DIEGO County of ) On FEBRUARY 25, 2022 before me, SARAH A. NEWELL, NOTARY PUBLIC (insert name and title of the officer) personally appeared RICHARD DOWSING 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. 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 offici seal , snNA ycweu 1 Q anNotary Public-Calif, j 54n Diego County Corr.rissio-=2377406 ly Come. respires Oa 4,2025 Signatur (Seal) CITY OF 11UN 'INGTO\ REACH Inter-Department Communication Contract signatures required to bind the contractor. 1. If the contractor is a Corporation or a limited liability company(Col. Corp. Code § 17154)(includes any nonprofit corporation), two (2) officers of the corporation (on the Board of Directors) must sign the contract. (Corp. Code § 313.) One officer from column A and one officer from column B must sign. A. B. Chairman of the Board seaway President Any Assistant Secretary Any Vice President Chief Financial Officer Any Assistant Treasurer If the corporation cannot provide the above signatures, it may have one officer sign gwy if an authorizing resolution from the Board of Directors is also provided. If the limited liability company has members/managers as opposed to officers, two managers/membcrs must sign or one manager/member may sign if the articles of organization are provided stating that such member has authority to execute documents on behalf of the company. 2. If the contractor is a general partnership, the signature of any genera; partner is sufficient to bind the corporation, unless the City knows that a particular partner has no authority to act for the partnership (Corp. Code § 15009 and § 15010.) 3. If the contractor is a limited partnership, the signature of the general or managing partner is sufficient to bind the partnership. (Corp. Code § 15509.) 4. If the contractor is a sole proprietorship,the signature of the owner is sufficient to bind the business. 5. If the contractor is a trust, the trustee may sign and a copy of the trust document evidencing authority to sell must be attached. "IFERRATH City Attorney pdal03Mem consirs 17MI17/V (0) Uc-NA549309 CONSTRUCT / ON CORPORAT / ON CORPORATE AUTHORIZATION RESOLUTION I, Richard Dowsing, the undersigned Secretary of Orion Construction (The "Corporation') hereby certifies that: The Corporation is duly organized and existing under the laws of the State of California and the following is true, accurate and complete transcript of a resolution contained in the minute book of the Board of Directors of said Corporation duly held February 25. 2022, at which meeting there was present and acting throughout a quorum authorized to transact business hereinafter described, and that the proceedings of said meeting were in accordance with the charter and by-laws of said Corporation and that said resolutions have not been amended or revoked and are in full force and effect: Resolved that the Corporation has reviewed and approved the form of the Agreement as described in City Funded Construction Contract between The City of Huntington Beach and Orion Construction Corporation for McFadden Sewer Lift Station Replacement Project,CC)610. Witness my hand and seal of the Corporation this 25 day of February 2022. Richard Dowsing President, Secretary-Treasurer (Corporate Seal) 2185 La Mirada Drive, Vista, CA 92081 Tel: (760) 597-9660 Phone Fax: (760) 597-9661 Fax 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 SAN DIEGO County of ) On FEBRUARY 25, 2022 before me, SARAH A. NEWELL, NOTARY PUBLIC (insert name and title of the officer) personally appeared RICHARD DOWSING 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. 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. SARAHA.vEWELL _ Notary Public California- San Dirac County m% ` Comr..iswcn--2377406 My com,..Espi•"Oct 4,2025 Signatu a (Seal) CONTRACTOR'S SWORN STATEMENT AND WARRANTY REGARDING CONTINUING INSURANCE OBWGATIONS PROM: Orion Construction( PIlOi7[l'T: orporation McFadden Sewer Lift Station ccwowsrar.a) Project 1KC-1610 2185 La Mirada Dr. (bawl aM�) Vista.CA 92081 (CV*war gala»♦) TOf MY OF NINfT1NSTON BEACH DECLARATION aaserea nereco i a tole and W W oMy of the cxr Cenomom ef Insrarce and Ad0"w 1r ea Enaormmert CC. 2010 l:as, w"Cerwkele comma wth tlt raurance rew.", r4 of d¢C"f l by a Wetween Vv Gtv of mwflnPt aaach('Gty)nd the atq,e+~Canbttmr CCacacnY)fa ox ao a oen+bea oraled("vropd-) 1 aerLe udnc oenaal'of 0e1ry.rdw the Wa or the Rate of Cadaraa that the Mx statw' t i aye and M Sgvdw _ Februan 24 2022 a1 yista.( 1 (Date) (Ciq.Srr) (StOnOva d V4+1011Y ddho a Maa9 ) WARRANTY Cdnt•aav!w web,warruts artl apses b minter Roaum and ConC Wee Operabons D6 moos m cwrvb t wth IM afuran¢rearane+6 of tti Codad iV the Rune sad vir,rarce sfal be mantenee V"uan and vta Pu np ~of d Wrrafea V DMM by Canbacton- sad rvanct OW caMan AdMonM Uuaed 510Nwr em CG 2010 1185, namrg Cry n an AUSUprW rived. Car,"dar shad v m4 to Ot1', w M kme w a LW ba a CerUf"te of L- aanm tro oa aftreffero n d 6WO-Amert evapa C wn w car'vw~mom ai Caffna remownwm. ygrvdM Fe6ruar� 24 20—a Vista,CA (tole) (City.Stile) CONTRACTOR: Itte Orion Construction Corporation dray: Rlraart Da., Ter. Pre,iaewn This form to be turned in with Payment Bond 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 SAN DIEGO County of ) On FEBRUARY 25, 2022 before me, SARAH A. NEWELL, NOTARY PUBLIC (insert name and title of the officer) personally appeared RICHARD DOWSING 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. SARAN 4-.NEWELL _ Notary Public-California ` San Diego County Co ISSICn r 2377406 Signatur (Seal) My CO. Expire,Oct 4,2025 Ewigjrw SECTION C PROPOSAL for the construction of McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC No. 1610 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic 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 180 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 re-advertise the project. In the case of discrepancies in the amounts bid, unit prices shall govem over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bidder's Bond in the amount ny % vhich said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Electronic 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 Nn. Dore Received Bidder's Si gnarure 1 12/01/2021 2 12/02/2021 7� g 12/07/2021 4 12/08/2021 C-2 SCHEDULE A BIDDING SCIIEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECF CC-1610 Hid Description Estimated Unit I Unit Price Total Price Item Quantitv Per Plans and Specifications, furnish all labor, material and equipment to mobilize, demobilize, and provide cleanup of I 1,S ��, construction site. provide all bonds, insurance, and obtain all permits. Per Plans and Specifications, furnish all labor, 2 material and equipment to conduct construction I LS Alt it-'Co Or Wo survey and staking of the construction site. Per Plans and Specifications, furnish all labor, materials, and equipment as required to implement Construction"fraffic and Pedestrian Control Plans to provide public convenience, safety and traffic control; including warning '��fjOdh pQQ 3 signs, high level warning devices, delineators, I LS regulatory signs, barricades, and recessed trench plate bridging throughout the project. Traffic Control Plans were prepared by the Design Engineer and are provided in the Construction Drawings. Per Plans and Specifications, furnish all labor, ID P� materials and equipment to Pothole and locale horizontal and vertical positions of all existing 4 utilities in the vicinity of the work. Prepare a 24 EA report and submit it to the City a minimum of t1O(i ��tyuD four (4) weeks prior to start of construction to allow revisions to current design. Per Plans and Specifications, provide the services of a California Registered Geotechnical Engineer with experience in all �IJ S elements of the project, to provide I I,S ' W'= ��tw recommendations necessary for the design of the contractors shoring system, dewatering system, and settlement monitoring program. C-2.1 SCHEDULE A BIDDING SCHEDULE THE:CITY OF HUNTINGTON BEACH MCFADDEN SEWER 1,117T STATION REPLACEMENT PROJE•CI"CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity• Per Plans and Specifications, furnish all labor, materials, arid equipment as required, develop. design, and implement trench and excavation safety measures, consisting of sheeting, shoring, and bracing, or equivalent method for the protection of life and limb in trenches,pump station excavation, valve vault excavation, and 6 other miscellaneous open excavations; and I LS )M,000 $a- (OC'7 protection of all adjacent structures in conformance with applicable safety orders.The work includes preparation of shoring plans and calculations by a California registered structural engineer incorporating the requirements of the dewatering plan, and recommendations contained in the geotechnical study performed by the Contractor. Per Plans and Specifications, develop a Dewatcring Plan prepared by a California Registered Geotechnical Engineer, incorporating the requirements of the shoring plan and any additional geotechnical information developed by the Contractor. The Sq cic') work includes: obtaining NPDES permit from 7 the Regional Water Quality Control Board,well I I'S [1 drilling and destruction permits from Orange County Health Department, field testing required for the design of the dewatering system, implementation of the dewatering program, and removal of the dewatering system, including monitoring wells, when no longer needed. Per Plans and Specifications, develop Storrs Water Pollution Prevention Plan (SWPPP) furnish all labor, materials, and equipment as required to install and maintain all BMP's S identified in the approved SWPPP throughout I LS i30,00D $-60 Do' the duration of construction. At the completion of construction,all BMP's shall be removed by the CONTRACTOR, and the site and all facilities restored to their original condition. C-z.z SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH DICFADDFN SEWER LIFT'STATION REPLACEMENT PROJECT CC-1610 Hid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, implement a site monitoring program to evaluate groundwater, settlement.and vibration in accordance with the 9 recommendations contained in the Contractor's I LS I�(OiGGO �40i0t�0 Geotechnical Investigation Report for construction of the lift station sewers, wet well and valve vault. Per Plans and Specifications, furnish all labor materials and equipment necessary for sitework demolition and preparation for the new pump station site and the legal disposal of all removed materials. The work includes,but is not limited �ptObbapt0�0 10 to: demolition, removal, and disposal of I LS pavement, curb, gutter, sidewalk, conduits. wires, irrigation piping,and pull boxes Dawson Lane and McFadden Ave: documentation of pre-conswction site conditions; and all other appurtenant work required. Per Plans and Specifications, furnish all labor materials and equipment necessary to abandon the existing gravity sewer, force main, and manhole. The work includes, but is not limited tDL)b 3btb6b 1 to: cement slurry; asphalt concrete paving, I LS curb, gutter, and sidewalk removal and restoration; plugging of existing manholes; removal of existing manhole, fill with sand and reconstruct surface; and all other appurtenant work required. Per Plans and Specifications, furnish all labor, material and equipment necessary, to construct 4-foot diameter polymer concrete sewer manhole and composite frame and cover. The work includes,but is not limited to: facton'cast 0DOIGCA 000 12 monolithic base; precast manhole sections; I LS Sancon rehabilitation of MH 1633; exterior coating and joint wrap system; composite manhole frame and cover; connections to new and existing sanitary sewers; and all appurtenant work required. Adjust Manholes to grade per plan 505. ADDENDUMI C-2.3 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUN'rINGTON BEACII MCFADDEN SEWER LIFT'SFATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Qu anti h Per Plans and Specifications, furnish all labor, ,q� 13 materials and equipment necessary,to construct 1,163 LF 4 3t13.a7 v ) q v C'9 8-inch diameter VCP sewer in Dawson Lane and McFadden Ave. Per Plans and Specifications, fumish all labor, ADDENDUM 1 materials and equipment necessary to construct ICoatinq System No. 7 reinforced concrete,-Stud4inef4lDPMined wet 14 well with H-20 rated 316 stainless steel 1 LS $t33,D00133;�� lockable access hatch with fiberglass safety rack, access manway, exterior waterproofing and all other required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct reinforced concrete valve vault,with 1-1-20 rated $l 0CPt��t ADO 15 aluminum 2-door lockable access hatch, 316 1 I-S stainless steel ladders, sump, exterior waterproofing, and all other required appurtenances Per Plans and Specifications, Furnish all labor, materials and equipment necessary and Install Wet Well Mechanical Equipment, including 5 HP, 117 gpm recessed impeller slide-rail submersible pumps and motors; 316 stainless _ t� 16 steel discharge elbows; 4-inch 316 stainless I I s I-V zits ta-A2 �° steel discharge piping, fittings and support brackets; 316 stainless steel slide-rail system, guide brackets, lifting chain and bails; 316 stainless steel cable racks, level transducer stilling well;duckbill check valve; and all other required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary and Install Valve Vault Mechanical Equipment, including pipe, valves, fittings, couplings, 17 electromaenetic flow meter, insulating flanges, 1 LSD Flexible expansion joint with joint bonding and sacrificial anodes, 316 stainless steel pipe supports, bypass connection, ladder up device and all other required appurtenances. C-2.4 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNT'INGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMEN"I' PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct piping between the wet well and valve vault. and constrict miscellaneous pipe, including all 000 l8 fittings; buried insulating flange kits and test I LS '0_2',C)Ck) stations; flexible expansion joint with joint bonding: 6-inch, 316 stainless steel pipe; 3- inch, PVC pipe; excavation; imported backfill; compaction; and all required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary, and construct 6-inch AWWA C900 DR 14 PVC t�s ,ah 19 sewer force main; including all fittings; thrust I LSySt blocks, cathodic protection; connection to discharge manhole: and Sancon rehabilitation of MH 1588. Per Plans and Specifications; furnish all labor, materials and equipment necessary to 20 coordinate with Southern California Gas I LS i3�()bll i fxb0 Company, and construct permanent natural gas service to the new McFadden Lift Station site. Per Plans and Specifications, furnish all labor, materials, and equipment necessary and install 30 kW natural gas fuel emergency generator set r9J in a sound attenuated enclosure, including all �y3te113, . 21 conduits;wires,pipes, fittings,valves,controls, I LS reinforced concrete base, 2-inch tape wrapped steel pipe from the meter service meter to the generator, 8' CMU enclosure with wall spikes, and all appurtenances. Per Plans and Specifications, furnish all labor, materials, equipment necessary to furnish and 22 install site electrical and instrumentation 1 LS r6 $3�, `- systems; including conductors, raceway. switches, lights. receptacles, level transducers. float switches, and all required appurtenances. C-2.5 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH M1ICFADDEN SEWER LIFT 3'rATION REPLACEMENT PROJECr CC-1610 Bid Description Estimated Unit Unit Price Total Price Item uantity Per Plans and Specifications, furnish all labor, materials and equipment necessary and install 316 stainless steel, NEMA 4X transfer switch enclosure, including automatic transfer switch with manual bypass, double throw manual d 23 transfer switch, portable generator receptacle; I LSl�y' 1�y' coordination with SCE to provide electrical service to site;4-inch conduit with pull-rope for SCE conductor; 100 amp main switchboard; concrete pads for electrical equipment; and all required appurtenances; complete and in place, with all required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary and install 24 pump control panel and PLC panel and I LS ViAy S'u appurtenances, as well as mounting those panels to a reinforced concrete base. Per Plaits and Specifications, furnish all labor. 25 material and equipment necessary,and conduct I I'S �t lift station start up and testing to full �� �1J satisfaction of the City of Huntington Reach. Per Plans and Specifications, furnish all labor. materials and equipment necessary, and demolish existing City of Huntington Reach McFadden Sewer Lift Station, including removal,handling, and proper disposal of lead- based paint; removal and proper disposal of all equipment within the existing Lift Station; coordination and removal of SCE service meter, main disconnect, and manual transfer33rODO 26 switch, and delivery of salvaged equipment to 1 LS ` 33,oa7 City Yard;cleaning, lining,and rechanneling of the wet well; removal of the top 8-feet of the dry well structure; backfilling of remaining dry well with Class 100-E-100 slurry; re- channel izing and interior coating of an existing influent manhole; filling of existing to be abandoned pipes with low strength slum mix; backfilling of the excavation with approved materials; and all appurtenant work. C-2.6 SCHEDULE A BIDDING SCHEDULE TIIE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFr STATION REPLACEMENT PROJF.CI'C_C-1610 Bid Estimated Item Description uantih Unit Unit Price Total Price Per Plans and Specifications furnish all labor, materials and equipment necessary, to restore and construct concrete curb, gutter, driveway, pO Otb 27 local depressions, sidewalk, and ramps to pre- 2,940 SF ilb• 52,q)O• construction condition.and constriction of new concrete pad around the wet well, valve vault, and meter vault. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to restore and construct the landscape and irrigation 28 system to pro-construction condition, the I LS IyD,OM installation of two trees for every tree removed, and the installation of shrubs along Dawson Lane for screening. Per Plans and Specifications; furnish all labor. materials, and equipment necessary to remove and full depth replace existing disturbed aggregate base (AB), sawcut remove and full depth replace existing disturbed asphalt 29A concrete (AC), within the Dawson Lane and 8,570 SF �Z McFadden Ave (6" AC over 10" AB). Work also includes removal and replacement of all impacted pavement and curb markings, striping, and adjustment of existing boxes, manholes,valve cans to grade, in Dawson Lane and McFadden Avenue. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to provide a 2-inch asphalt cement grind,and provide a 2- inch asphalt cement cap within the Dawson r� Lane McFadden Ave. Work also includes 29B ane an en 7,770 SF 3 � removal and replacement of all impacted pavement and curb markings, striping• and adjustment of existing boxes, manholes, valve cans to grade, in Dawson Lane and McFadden Avenue. C-2.7 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUY I'INGTON BEACH MCFADDFN SEWER LIFT STATION REPLACEMENT PROJEC 1'CC-1610 Bid Estimated Item Description uantit Unit Unit Price Total Price Per Plans and Specifications, furnish all labor, materials. and equipment necessary to provide 30 the services of a California Registered I LS 31rtoe5b Professional Land Surveyor,with experience in all elements of the project, for the replacement of survey monuments. TOTAL BID ITEMS I THRU 30 FOR MCFADDEN SEWER PUMP S 3tti3t�I�y3 OC7 STATION REPLACEMENT PROJECT Total Amount of Base Bid in Writing: s '1 r � r ro . Note: Refer to Section 01025. Measurement and Payment for description of each Item on Bid Schedule. Refer to Section 01025 Measurement and Payment for additional details. All extensions of unit process will be subject to verification by Owner. in case verification is required between the unit price and the extension, the unit price will govern.The Owner reserves the right to reject any or all proposals and bid items. C-2.R 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 S10.000, whichever is ereater,and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class DIR PN1'C Dollar "% of /fe"Ift) Suhcontractor License Registration« Amount Contract Numher 1-lafdy }mar pex T_rx.. c� 9qp+6 I .3 In 1 o u Fvrzst, Csti �1c�5� ` 10(YY �Iv y�JSIv 12 Sox,,- -TeChncAo e5 19 N AnL r�1ct 1 F3ecach,C.a �0,6 Ma1c-olm San C-,-. A Ve rS.� e t CA Tvt� Pa_�.✓'Son Oxon CA ` C'3 'c uDorte-5 5 * 9 ( tAQ--')�tC� NIA NIA t�tIA. _S;CtU � • 101o OF NSA NIP q _, CA far+tOn ��cot^d'tdo, CA 0 lam ' A By submission of this proposal, the Bidder certifies: I. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 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 Ctact DIR PWC Dollar %of Itetn(s) Subcontractor License Registration a Amount Contract Number 1�,21, dig QKaY �1ec�-r:c C�' �'as g� Go 'Co" S$3153 JU-41 By submission of this proposal, the Bidder certifies: L 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 W-* , at Vista Date City .State California being first duly sworn, deposes and says that he or she is the President of Orion Construction Corporation the party making the foregoing bid that the bid is not made in the interest of.or on the behalfof,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 5x 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 depositon•, or to any member or agent thereof to effectuate a collusive or sham bid. Richard Dowsing Name of Bidder Signature of Bidder 2185 La Mirada Dr.Vista,CA 92081 Address of Bidder C-4 UTILITY AGREEMENT' HONORABLE: MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Citv Council: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the McFadden Lift Station Replacement Project, CC: No. 1610, (1)(we)(it) will employ and utilize only qualified persons,as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be petfortned and the hazards involved." The undersigned also promised and agrees that all such work shall he performed in accordance with all applicable electrical utility company's requirements, Public Utilily 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. Orion Construction Corporation Contractor yr By President Title Date: 12- n I2-1 C-S 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 Q9 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 cenificate. 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. Orion Construction Corporation Contractor By President Title C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Orion Construction Corporation Bidder Name 2185 La Mirada Dr Business Address Vista CA 92081 City, State Zip ( 760 ) 597-9660 estimating®orionconstruction.com Telephone Number Email Address 549309 Class: A, B,C27 State Contractor's License No. and Class 11/22/1988 Original Date Issued 11/30/2022 Expiration Date The work site was inspected by Chris Arnold of our office on November 24 . 20 21 The following are persons, firms, and corporations having a principal interest in this proposal: Orion Construction Corporation P" C -T-)nw�-XA121 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. Orion Construction Corporation Company Name Signature of Bidder) Richard Dowsing, President Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this 2 day of D2C¢mb0, 2021 . 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 San Diego ) On L�gm172 r 2 F �` before me, SARAH A. NEyi'F.LL, NOTARY PUBLIC Month, Day, and Year Insert Name and Title of Notary personally appeared Richard Dowsing Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/arc subscribed to the within instrument and acknowledged to me that he/shc/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 the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official scat. SARA WELL H A. -Cal Naery HA. - nia San Ulego county _ O ou=..ENrt Oa 406 4.2 / My Cam.Ez�irn Oct 1,2@5 Signature(' ignature n: ignature of Notary Public (PLACE NOTARY SEAL ABOVE) C-v Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work. specifically referencing the construction of sanitary sewer pipeline installation of at least of 1.000 of 8-inch or greater diameter and pipeline construction in high ground water regions with trench depths of 10-feet to the invert in the public right-of-way. Sar tan• sewer lift stations installations with wet well excavations to a depth of 22 feet below existing ground in a high ground water environment with project work within public right of way.. 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 City of San Diego,9573 Chesapeake Dr. San Diego,CA 92123 Name and Address of Public Agency Name and Telephone No. of Project Manager: Steve Lindsay,(619)9294507 $18 52S 277.00 Sewer and Water Pipeline 11/2018 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Catalina Sewer and Water Main Project included over 19,000 LF of 8"and 10'PVC gravity sewer mains,including approximately 2000 LF installed at depths greater than ID feet to invert in high ground water conditions. All work was perf a FEW w'ohtn-'t>I a huh tT c�Ight a I way. 2. San Diego International Airport 3225 N.Harbor Dr. San Diego,CA 92101 Name and Address of Public Agency Name and "telephone No. of Project Manager: Chris George,(619)400-2227 $]0,4221978.00 Storm Sewer Pipeline and Lift Station 02/2016 Contract.Amount Type of Work Date Completed Provide additional project description to show similar work: NSU Storm Sewer frolryl' 1 ded t I 70001Fof aQ'PVC t mxwer P_ipel' I d' n 11 IUOO LF' t Ikd td ,ths center lhan 10 feel to invert in high ground water conditions. Project abo included a tiff station with a concrete wet ,If installed to a depth of 2a feel below gusting ground in a high around water ensironmeut,with solid shoring and dewaleriag wells. work was performed on the grounds ursan niego International Airport 3. Cin•of Vista.200 Civic Center Dr. Vista.CA 92084 Name and Address of Public Agency Name and Telephone No. of Project Manager: Marius Jaskula,(858)583-6344 S6,491,625.66 Sewer Pipeline 1112020 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: v-1 West Vista Was Sewer I'roiectincludedepprosimafth 4000 LF of8"Ihrou•a 15"PVC g rlipel'nea all of which was'nstalled al depths of greater(ban 10 feet to invert in high ground water conditions(1000 LF was installed at depths greater than 20 feel} All work was performed within the public right of way. 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 al least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. I. Chris Arnold Name of proposed Project Manager Telephone No. of proposed Project Manager: (760)597-9660 Bitter Point Pump Station,540Million I Design-Build Pump Station, Lift Station,& Pipeline 1 0212016 Project Name& Contract Amount Type of Work Date Completed Rocky Point Pump Station,$28Million I Design-Build Pump Station, Lift Station,& Pipeline 1 04/2016 Project Name & Contract Amount Type of Work Date Completed LA Department of Water and Power,$24Million I Lift Station with 24" Water Pipeline 10312017 Project Name&Contract Amount Type of Work Date Completed ?_ Larry Miller Name of proposed Superintendent Telephone No. of proposed Superintendent: (760)597-9660 Robert Dicmer Water Treatment Plant,S10Million I Water treatment plant construction 1 05/2016 Project Name & Contract Amount Type of Work Date Completed City of Turlock New Lift Station,S30Million 185Ff.Clarifier& 10 aeration basins 10512020 Project Name &Contract Amount Type of Work Date Completed City of Valencia Reverse Osmosis System& Lift Station,$90Million I Osmosis system & Lift station 1 05/2016 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://ww�.di r.ca.gov/DLS VIPubl is W orks/S B S54FactShect-6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 htips://c I i I i ng.d i r.ca.gov/P WC R/Act ion ServI et?acti on=d isp IaN,P W CRegistration Form DIR's Contractor Registration searchable database: htips-://e l i t ing.d i r.ca.gov/P W C R/SeaTch.act ion 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 201035 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. Orion Construction Corporation Contractor By estimating®orionconstruetion.com Email Richard Dowsing, President Title Date: _12 " J''--1 PWC Registration 4: 1000010760 C-1z :1lfa21,939 AN Nag6hdnm State of Califorrda Back b DIR»(Ntps7Mwvi.d4.Ca.gov(f ,h. ;} r.go Department of Industrial Relations Contractor Information Registration History an..I�.mtr uw+ayen ILv N. ORIONCONUC ONSi9LCTqu OYtbl! Obn19 I.,W fmlty Ty CVIW17 O 10 Cwawala Statu 07MI116 wfow Af pegeVatfm numW 07.VY15 OV91Vt6 loW010760 Magstra WIWIS O I5 07MV19 07MI/19 ofw I R.9etraYen rtpe.4m d.tr ,4 , 164 2105 r m $1.1$U MIUOA WI NSIA 92011 CA LmeO Sut.s N Mcvt. 218SI_A UDAM MSIA920elUUmtvd$ f1ufN h twa0 AAbm fTr+0lpononmro:rvttiOnceln TMe Narrn/pM tar:S M30f Isl 6{B:9IOJ Legal Entity Information Co,oro o E flry N..E . C1552909 Fed"Err, y ent IdeeltiBcAtlan Num . 330339762 Pmxidonf Name: NJC M DOWSING Yrq pled a Name Tf.a N.T Secretary Na. ao Name: Agm,CV� Agent of Service Maim,Md. 2195 U 7Mada a visu 92061 Ca U AxI Sines 0f A 16Ca I1:ma/Kale.Enw(n.IwfY.mnVCwNaLlor$OVNY.Q1son:YnSaarCUstmn?q•a1R1000ODJ]rfJJLAo IR 11lla'lt,e N AM Relywabm Worker's Compensation 0o you hue enplor though Profsab rmployer OrWlmdw(PEO)b No N.p.ovfde your cun'Mt worhe/n compewtion iruurance inlormatian Wbw: PEO PEC PEO KO Infp lionWme Pone knoil wure by tarn Policy Nobler Name OR10N CCN5Td KTION COMP TION Inwmce Cartier: uber:y Mutual:ire Inwraxu Potiq Nrenbdr: WC5-Z91469164 A19 Inception dale 12N3/18 EepinrS.p 1. 12/03/19 About DIR `Mork with Us learn More Who we are Jobs al DIR Acceso at ioiortta (httpS 1' dirca gov/abwldJr.h7lrppsjAvv dmta,govrdgoWdij(3kMhtMfAw dir.ra.gov//Bilingual- DIR Divisions,Boards d Licensing,registrations, Services AcVdaauh.html) Commissbns cedtficabons 6 pomlts Frequemly Asked ouestbns (htms:l/w .air.rapev/diviai0na_arymgaegramsQtlaeyovlpennits (hdpaJMwvdir.ca.govnagslist.nvnq Contact DIR licenses rflrabons.hIMI) Site Map (https:/Mww.duc,.govlConta m 900wed Not ficauons (hdpsJA~dir,ca gooshraplsdemap.htn) (httpsJAvaw.dir.ca.gwldosh/ReouVed- NW&adals.dbn� Pudic Records Requests (htlpsI/ vdlr.ca.gov/pra_requesl.h"l) Back to Top (https://www.facebook.com/CaliforniaDlR) Condilium or Use(ht0sJMnw.dir.ra.gw/od_publw Citions.htm) X> (https://twitter.corn/MICA_DIR) Disclaimer(https:IA n.dir.w.gov/od_publdisclalmerhlmp outube.com/CaliforniaDlR Privacy Policy cy(httpsJA dirca.gw/odyuWprivacy.hhnQ C�(htt p/twww.Y ) Accessibility(htlpsdNw .dV.ra.gov/odyub/accesslblllty.htrnl) Site Help(hops:/Mrnw.dltca,govfod_pub/help.htmq Contact Us(h"psJMww.dirra.gw/Contacttls.htMO Copyright O 2021 State or Caldomla n1ptlKa�a.serure.bra.tmVCanVc:w$esCWeq'eba'mSMnlUelaL'tTtFelFtaOW W2)161EA0 2R State of California Department of Industrial Relations (https:/ ni ,_r.ca.gov/) Contractor Information Registration History Legal Entity Name Effective Date Expiration Date HARDY&HARPER, INC. 06/15/18 06/30/19 Legal Entity Type Corporation 05/09/17 06/30/18 Status 06/08/16 06/30/17 Active Back to DIR>> (https://www.dir:ca.gov/).--- Registration Number 06/19/15 06/30/i6 1000000076 Registration effective date 07/02/14 06/30/15 07/01/21 07/01/19 06/30/20 Registration expiration date 06/30/22 07/01/20 06/30/21 Moiling Address 32 Rancho Circle Lake Forest 92630 CA United States o... 07/01/21 06/30/22 Physical Address 32 Rancho Circle Lake Forest 92630 CA United States o... Email Address cicarnen@hardyandharper.com Trade Name/DBA License Number(s) CSLB215952 CSL3:215952 Legal Entity Information Corporation Entity Number: C0443071 Federal Employment Identification Number: 952251022 President Name: Daniel T Maas Vice President Name: MICHAEL MURRAY Treasurer Name: Secretary Name: KRISTEN' S PAULINO CEO Name: DANIEL T MAAS Agency for Service: Agent of Service Name: DANIEL T MAAS Agent of Service Mailing Address: 32 Rancho Circle Lake Forest 92630 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 Ernail Insured by Carrier Policy Holder Name: HARDY& HARPER, INC. Insurance Carrier: FEDERAL INSURANCE COMPANY Policy Number: S4310019 Inception date: 10/01/20 Expiration Date: 10/01/21 About DIR Work with Us Learn More Who we are Jobs at DIR Acceso al idioma (https://www.dir.ca.gov/abo(htto!hftvJ�w.dir.ca.gov/dirjQ tVpbi4vvba - npa.gov//BilinguaI- DIR Divisions, Boards Licensing, Services- & Commissions registrations, Act/default.html) (https://www.dir.ca.gov/divisierl'Efica6dni3r&Terni�thtml) Frequently Asked (https://www.dir.ca.gov/peri0t&-stions State of California (http IN r.ca.gov/)Department of Industrial Relations S, Irt� Contractor Information Registration History Legal Entity Name Effective Date Expiration Date SANCON TECHNOLOGIES, INC 06/14/18 06/30/19 Legal Entity Type Corporation 06/12/17 06/30/18 Status 06/09/16 06/30/17 Active Back to DIR>> (https://www.dir.ca'9oV/)---- " Registration Number 07/02/15 06/30/16 1000008879 Registration effective date 02/09/15 06/30/15 07/01/20 07/01/19 06/30/20 Registration expiration date 06/30/23 07/01/20 06/30/23 Mailing Address 5841 ENGINEER DRIVE HUNTINGTON BEACH 92649 C... Physical Address 5841 ENGINEER DRIVE HUNTINGTON BEACH 92649 C... Email Address kellyw@sancon.com Trade Name/DBA License Number(s) CSLB:774055 CSLB:774055 Legal Entity Information Corporation Entity Number: C2048460 Federal Employment Identification Number: 330884287 President Name: CHUCK PARSONS Vice President Name: GARY DREW Treasurer Name: Secretary Name: CEO Name: Agency for Service: Agent of Service Name: Kelly Williams Agent of Service Mailing Address: 5841 ENGINEER DRIVE HUNTINGTON BEACH 92649 CA United States of Ameri 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: SANCON TECHNOLOGIES, INC. Insurance Carrier: Midwest Employers Casualty Company Policy Number: BNUWC0152392 Inception date: 10/01/21 Expiration Date: 10/01/22 About DIR Work with Us Learn More Who we are Jobs at DIR Acceso al idioma (https://www.dir.ca.gov/abo(ltd*p!hftvJ)vw.dir.ca.gov/dirjc(btVpKt4vrbs&i. pa.gov//BilinguaI- DIR Divisions, Boards Licensing, Services- & Commissions registrations, Act/default.html) (https://www.dir.ca.gov/divisiertificmtidnpr&gnerrt3ilbtml) Frequently Asked (https://www.dir.ca.gov/perrQt®stions State of California Department of Industrial Relations (httpr.ca.gov/) Contractor Information Registration History Legal Entity Name Effective Date Expiration Date MALCOLM DRILLING COMPANY, INC. 06/12/18 06/30/19 Legal Entity Type --- Corporation 06/05/17 06/30/18 Status 06/14/16 06/30/17 Active Back to DIR>> (https://wwvv.dir.Ca.yuVr)- - ----- Registration Number 06/22/15 06/30/16 1000D03389 Registration effective date 12/03/14 06/30/15 07/01/19 07/01/19 06/30/22 Registration expiration date 06/30/22 Mailing Address 92 NATOMA STREET SAN FRANCISCO 94105 CA Unite... Physical Address 92 NATOMA STREET SAN FRANCISCO 94105 CA Unite... Email Address ttanzillo@malcolmdriliing.com Trade Name/DBA MALCOLM DRILLING COMPANY.INC. License Number(s) CSLB:259543 Legal Entity Information Corporation Entity Number: C0549268 Federal Employment Identification Number: 941671918 President Name: ALAN RASBAND Vice President Name: JASON MALCOLM Treasurer Name: DEREK YAMASHITA Secretary Name: DEREK YAMASHITA CEO Name: JOHN MALCOLM Agency for Service: Agent of Service Name: BARRY KANNON Agent of Service Mailing Address: 92 NATOMA STREET, SUITE 400 SAN FRANCISCO 94105 CA United States of Ar 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: MALCOLM DRILLING COMPANY, INC. Insurance Carrier: XL SPECIALTY INSURANCE COMPANY Policy Number: CWD740966201 Inception date: 12/31/18 Expiration Date: 12/31/19 About DIR Work with US Learn More Who we are Jobs at DIR Acceso al idioma (https://www.dir.ca.gov/abo(htt'tifNJa fw.dir.ca.gov/dirjc(hSt>Idittoiaant-&npa.gov//Bilingual- DIR Divisions, Boards Licensing, Services- & Commissions registrations, Act/default.html) (https://www.dir.ca.gov/divisioriificmWnpr&gDen6ti3tmi) Frequently Asked (httpsllwww.dir-ca.gov/perrC!tjestions State of California t Department of Industrial Relations (httpsa ,'r.ca.gov/) Contractor Information Registration History Legal Entity Name Effective Date Expiration Date FENCECORP INC 05/14/18 06/30/19 Legal Entity Type Corporation 05/01/17 06/30/18 Status 05/02/16 06/30/17 Active ww Back to DIR>> (https://w :dii-.ca.gov/) Registration Number 06/09/15 06/30/16 1000000850 Registration effective date 08/18/14 06/30/1S 07/01/19 07/01/19 06/30/22 Registration expiration date 06/30/22 Mailing Address 18440 VAN BUREN BLVD. RIVERSIDE 92508 CA United ... Physical Address 1 B440 VAN BUREN BLVD. RIVERSIDE 92508 CA United ... Email Address b.mcpherson@fencecorp.us Trade Name/DBA FENCECORPINC License Number(s) CSLB:886544 Legal Entity Information Corporation Entity Number: c2890273 Federal Employment Identification Number: 205359500 President Name: THOMAS PERRY MASSIE Vice President Name: ROBERT WILTON MCPHERSON Treasurer Name: RENE TAVARES Secretary Name: RENE TAVARES CEO Name: MEL KAY Agency for Service: Agent of Service Name: FLOYD NIXON Agent of Service Mailing Address: 870 N MAIN STREET RIVERSIDE 92501 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: FED PEO PEO PEOlnformationName Phone Email Insured by Carrier Policy Holder Name: FENCECORP INC Insurance Carrier: OLD REPUBLIC GENERAL INSURANCE CORPORA Policy Number: Al cw0B371804 Inception date: 07/01/18 Expiration Date: 07/01/19 About DIR Work with Us Learn More Who we are Jobs at DIR Acceso al idioma (https://www.dir.ca.gov/abo(itttoMftvU".dir.ca.gov/dirjcMt*fit4oba4.*'t�a.gov//Bilingua1- DIR Divisions, Boards Licensing, Services- & Commissions registrations, Act/default.html) (https:!lwww.dir.ca.gov/divi9aerldicartidnpr8yemsiristml)Frequently Asked (https://vvww.dir.ca.gov/perrUtii)stions State of California h Department of Industrial Relations (https.1 it.ttill.r.ca.gov/) Contractor Information Registration History_ Legal Entity Name Effective Date Expiration Date THE PATTERSON COMPANY, INC. 06/02/18 06/30/19 Legal Entity Type Corporation 06/01/17 06/30/18 Status 06/22/16 06/30/17 ActRegistrationlve Number Back to DIR>> (https://www.dir.ca.gov/)— 06/26/15 06/30/16 100DO04398 Registration effective date 12/27/14 06/30/15 08/05/21 Registration expiration date 07/O1/19 06/30/21 06/30/22 08/05/21 06/30/22 Mailing Address — -- — PO BOX 41S8 ORANGE 92863 CA United States of Arne... Physical Address 1912 N.BATAVIA STREET STE.A ORANGE 92865 CA Un... Email Address mss@thepattersonco.com Trade Name/DBA License Number(s) CSLB:398409 Legal Entity Information Corporation Entity Number: C0864771 Federal Employment Identification Number: 953239631 President Name: RUSSELL PATTERSON Vice President Name: Treasurer Name: Secretary Name: CEO Name: Agency for Service: Agent of Service Name: RUSSELL PATTERSON Agent of Service Mailing Address: 1912 N. BATAVIA ST. STE. A ORANGE 92865 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 PEO Information Name Phone Email Insured by Carrier Policy Holder Name: THE PATTERSON COMPANY, INC. Insurance Carrier: EVEREST NATIONAL INSURANCE COMPANY Policy Number: 7600018486202 Inception date: 01/11/20 Expiration Date: 11/11/21 About DIR Work with Us Learn More Who we are Jobs at DIR Acceso al idioma (https://www.dir.ca.gov/abo(hti{n4ftv4m.dir.ca.gov/dirjoPV4 tta ba%bfh a.gov//Bilingual- DIR Divisions, Boards Licensing, Services- & Commissions registrations, Act/default.html) (https://www.dir.ca.gov/divi3derl'Efi�cabonpr&giiam3ilbtml) Frequently Asked (https://www.dir.ca.gov/perr0t&stions (https://www.dir.ca.gov/fagslist.html) i. State of California F t(http ca.gov/)Department of Industrial Relations s:/ '1`tf�ii, r. Contractor Information Registration History Legal Entity Name Effective Date Expiration Date GROUP DELTA CONSULTANTS,INC O5/10/18 06/30/19 Legal Entity Type Corporation 06/06/17 06/30/18 Status 06/15/16 06/30/17 Active Back to DIR>> (https://www.dir.ca:gc)v/) Registration Number 06/11/15 06/30/16 1000008037 ---- ——-—----- -- Registration effective date 02/O4/15 06/30/15 07/01/21 07/01/19 06/30/21 Registration expiration date __- 06/30/23 07/01/21 06/30/23 Mailing Address 32 MAUCHLY sun-E B IRVINE 92618 CA United States... Physical Address 32 MAUCHLY SUITE B IRVINE 92618 CA United States... Email Address nikhiIas@groupdeIta.com Trade Name/DRA License Number(s) Legal Entity Information Corporation Entity Number: C1371427 Federal Employment Identification Number: 330174114 President Name: SHAH GHANBARI Vice President Name: Treasurer Name: Secretary Name: CEO Name: MICHAEL READER Aggacy for Service: Agent of Service Name: SHAH GHANBARI Agent of Service Mailing Address: 32 MAUCHLY SUITE B IRVINE 92618 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 PEO lnformationName Phone Email Insured by Carrier Policy Holder Name: GROUP DELTA CONSULTANTS, INC Insurance Carrier: RLI INSURANCE COMPANY Policy Number: PSW0001750 Inception date: 02/04/16 Expiration Date: 02/04/22 About DIR Work with Us Learn More Who we are Jobs at DIR Acceso al idioma (https://www.d i r.ca.g ov/a bo(ttdlo9d(W".di r.ca.gov/d irjqbgtht4eba4bimpa.gov//B i I i ngu a I- DIR Divisions, Boards Licensing, Services- & Commissions registrations, AcUdefault.html) (https://www.dir.ca.gov/divisieAAic2eddnpr&guarrrall3tml) Frequently Asked (https://www.dir.ca.gov/perrOtE&stions (https://www.dir.ca.gov/fagslist.htmi) c State of California k (http r.ca.gov/)Department of Industrial Relations s./ itt,Ul, Contractor Information Registration History Legal Entity Name Effective Date Expiration Date SUPERIOR SHORING AND DRILLING 06/05/18 06/30/19 Legal Entity Type - - -- -- Corporation 06/OS/17 06/30/18 Status Active 06/08/16 06/30/17 Registration Number Back to DIR>> (https://w-w.dir 6a.gov/)06/30/16 1000034207 --- -- Registration effective date 07/01/19 06/30/20 07/10/20 07/10/20 06/30/23 Registration expiration date 06/30/23 Mailing Address 634 ROCK SPRINGS ROAD ESCONDIDO 92025 CA Unit.. Physical Address 634 ROCK SPRINGS ROAD ESCONDIDO 92025 CA Unit... Email Address ashley@shoring-drilling.com Trade Name/DBA MCMAHON ENGINEERING CONSTRUCTION License Number(s) CSLB:1009853 CSLB:1009853 Legal Entity Information Corporation Entity Number: C3805777 Federal Employment Identification Number: 474566119 President Name: ASHLEY COLLINS Vice President Name: Treasurer Name: Secretary Name: BRIAN MCMAHON CEO Name: ASHLEY COLLINS Agency for Service: Agent of Service Name: BICH NGUYEN Agent of Service Mailing Address: 1442 EAST LINCOLN AVE #367 ORANGE 92865 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 PIED PEO PEOlnformationName Phone Email Insured by Carrier Policy Holder Name: SUPERIOR SHORING AND DRILLING Insurance Carrier: ACE AMERICAN INSURANCE COMPANY Policy Number: C6S212699 Inception date: 12/01/19 Expiration Date: 12/01/20 About DIR Work with Us Learn More Who we are Jobs at DIR Acceso al idioma (https://www.dir.ca.gov/abo(httotft Wvw.dir.ca.gov/dirjo(btoit4obad.-6'nka.gov//Bilingual- DIR Divisions, Boards Licensing, Services- & Commissions registrations, AcUdefault.html) (https://www.dir.ca.gov/diviadWifiamWnpr8goam3ilbiml) State of California F ;L.. Department of Industrial Relations (https:/ �I I I I t, r.ca.gov/) Rn. Contractor Information Registration_History Legal Entity Name Effective Date Expiration Date BIG BEAR ELECTRIC INC 05/23/18 06/30/19 Legal Entity Type - ' Corporation 06/02/17 06/30/18 Status 05/25/16 06/30/17 Active Back to DIR>> (https://www:dirca.gov/j------- Registration Number 07/02/15 06/30/16 1000002330 Registration effective date 10/29/14 06/30/15 07/01/21 07/01/19 06/30/20 Registration expiration date 06/30/22 07/01/20 06/30/21 Mailing Address PO BOX 3001 BIG BEAR CITY 92314 CA United States o... 07/01/21 06/30/22 Physical Address 644 W FAIRWAY BLVD,STE 06 BIG BEAR CITY 92314 C... Email Address julie@bigbearelectric.biz Trade Name/DBA BIG BEAR ELECTRIC License Number(s) CSLB:972582 CSLB:972582 Legal Entity Information Corporation Entity Number: c3435313 Federal Employment Identification Number: 454355670 President Name: ETHAN ADAMS Vice President Name: Treasurer Name: Secretary Name: CLARISSA ADAMS CEO Name: 8g2Dcy for Service: Agent of Service Name: ETHAN ADAMS Agent of Service Mailing Address: 644 W FAIRWAY BLVD, STE #6 BIG BEAR CITY 92314 CA United States of Ameri, Worker's Compensation Do you lease employees through Professional Employer Organization (PEO)T: No Please provide your current worker's compensation insurance information below: PEO PEO PEO PEOlnformationName Phone Email Insured by Carrier Policy Holder Name: BIG BEAR ELECTRIC INC Insurance Carrier: BENCHMARK INSURANCE COMPANY Policy Number: CST5010193 Inception date: 05/03/17 Expiration Date: 05/03/22 About DIR Work with Us Learn More Who we are Jobs at DIR Acceso al idioma (https://www.dir.ca.gov/abo(litiOlifMJlvw.dir.ca.gov/dirjch 4sl*mo.gov//Bilingual- DIR Divisions, Boards Licensing, Services- & Commissions registrations, Act/default.html) (h ttps://www.dir.ca.gov/d ivi simlifii coWnpr&goerri�thtm I) Document A31OTM - 2010 Conforms with The American Institute of Architects AIA Document 010 Bid Bond CONTRACTOR: SURETY: t'Nimre.legalmaltuandaddresv) /,X4ara/egalstMfs mndp>rrxipalplace njhrslrma) Orion Construction Corporation Western Surety Company 2185 La Mirada Drive 1455 Frazee Road, Suite 300 This document has important Vista, CA 92081 San Diego, CA 92108 legal consequences.Consolation with an atorney B enotuoaged with respect to Its Mrnpbtion of modinotion. OWNER: fXema legalsixttsandaddre ) Any singular reference to City of Huntington Beach Contractor.surety,owner or Y 9 other parry Mail be mnsidered 2000 Main Street plural where applicable. Huntington Beach, CA 92648 BOND AMOUNT- $ 10% Ten Percent of Amount Bid PROJECT: (Hiram location oraddru;andPfvject inmfbcr,Van)) CC No. 1610-McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT The Contractor and Surety am bound to the Owmtcr in the amount act forth abos•a for the payment of which the Contractor and Surcty bind themselves,their heirs•exmutom administrators,successor and assign&jointly and severally,ns provided herein.The conditions of rids Bond am such that if the Owner accepts the bid of ilia Contractor uithin the time spceifiad in the bid document&or within such time period as may be agreed to by the Omncr and Connector.and the Contractor either(1)caters into a contract with the Oosttcr in accordance with tic terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a summ admitted in the jurisdiction of the Project aid otherniso acceptable to rho Onner,for the faithful performance of such Contract and for the prompt payment of labor and material famished in the proseettion thereof:or(2)Wys to the 0%%=tie difference,not to awed the amount of this Bond,bct%mn the amount specified in said bid and such larger amount for which the Orman may in gad Faith contract With another party to perrbrm the mule covered by said bid,then this obligation shall he null and void uthenvisc to remain in fail force and efYeci.The Surety hereby waieex any notice of un agreement bdwcen the Owner end Ctmmuchrr to extend the time in which the Ow w may accept the bid.Hfoiver of notice by the Sumty shall not apply to any extension exceeding sixty•(60)days in the aggrcgute be)vnd the time for acceptance of bids spcdfia)in the bid documents,and the Onnerand Contractor shall obinin the Sureraxerttsent for an extension beyond sixty(60)days. If this Bond is issued in connection with m subcontractor's bid to a Contractor,the mint Contractor in this Bond shall be deemed to be Subcommeor and the lerm Onna shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory oroiher legal requirement in the location of the Pmjcch any provision in this Mind conil icling with said statutory or legal requimmeni sha8 be damn)deleted herefrum and provisiuns conlimating to such statuary or other legal requirement shall be dcmcd incorpomled herein.When tss fumished,the intent is[hat this nond shall be cumtmod as u n'lututnr brad and ran us a common law brad Signed and scaled this 30th day of November, 2021 L ,/ Orion Construction Corporation -a G['r'—<t (Principal) (SrnIJ pF'lbass/ By: ?rtlr) Richard Dowsing- President Western huretv Company (tiumf)) (•Burl) ' (rl'uffevl Maria Guise ;�. By: Tdr) rence F.McMahon Attorney-in-Fact s-0osaaseno CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code§ t leg 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 alidit of that document. STATE OF CALIFORNIA County of San Diego On NOV 3 Q 2020 before me, Maria Guise Notary Public, Date Insert Name of Notary exactly as d eppoats on the official met personalty appeared Lawrence F. McMahon me(e)of siBnage) who proved to me on the basis of satisfactory evidence to be the person(Q whose name(. is/f'(p subscribed to the within instrument and acknowledged to me that he/MffNjW#V executed the same in hlsITI&JJ,W authorized capactyp#), and that by his/jWjf signature(Q on the instrument the person(W, or the entity upon behalf of which the person(lElj acted,executed the instrument. MARIA GUISe [ cormalssloua22837i7 a I certify under PENALTY OF PERJURY under the laws of Notary Astir-Cae(omia the State of California that the foregoing paragraph is true E on:.a� couNry and correct. a xM Cemn E.O+ex Ape.16,2021 Witness my ha an o clal seal. Signature I Notary seal Above sipna a of Notary r>ublx Maria Guise OPTIONAL Though the information below is not required by law if may prove valuable to persons relying on the document and could prevent fraudulent removal anr�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 Off icer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner ❑Limited ❑General ❑ Partner ❑Limited❑General d Attorney in Fact ❑ Attorney in Fad ❑ Trustee ❑ Trustee ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: Surety Comoany \Akstern Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-DV-FACT Know Ali Men By These Preseno,That WESTERN SURETY COMPANY,a Sash Dakota corporation,is a duty organized and raining emporuioo hsviog hs principal ofhm in the City of Siam Fell.end Stab of Soma Dekn0.and Ow it does by virtue of the sigrwure and red herein alrued hereby make,commune arid appoint Lawrence F. McMahon,Individually of.San Diego,CA .us one end hswfd Aeomey(s)-m-Fsa with Poll power and emhority hereby mnliemed to dgn,snI ond me^"-tar red w in bedW fbmds,rmdaukutgs and ether obligatory Iamtmmb of smile:'more -In Unlimited Amounts- SmcyBoadNo_ Bid Bond Principal:Orion Construction Corporation obsgm City of Huntington Beach and in bind a m,,,by as fully and b the a me mlem u dsoub iomumsaW were signed by a duty sutborized officer ofthc wrpotalim and di the ms afsaid Aaomey,pusmm b the-(henry hereby giveo,ell bneby wiled end eoofumcd. The Power of Anarcy is merle used meeme i wrraunt in and by authority of the By.Lzw pruned on the resrrse hermf,duly adoptM as indiemd,by the slumholdets of the mrpamion In Witness Whereof.WESTERN SURETY COMPANY has awed these Mrsmss b be sip ed by its Vice President mid its corporate seal In he burn affixed on this 16th day ofhme,2@I. a WESTERN SURETY COMPANY aul T.Rmilm Via Prmidcu State of South Deters 1 u County of Mmackaha J On Thu 160,dry of Jose.2021,before me persmdly come Pad T.Beuflak to me known,who,being by me duly In o did drpme and say: Wan he rcaidm in Ilia Cry of Sioux Falls,Swe of Somh Dakoa:thin he is the Vice President of%%'FSTERN SURETY COMPANY described in and which meesned the abosw in mamas;out he knows the mW of said ocercestico:dur the seal offend to the said imtremere is such earl sre teal:dw it was m afrud punnncst b twdwrily given by the Bmrd of Directors of ad wrpustion and the,he signed his name thereto pursuant to like R1,010 ity,end ackmm lbdgcs .b be the act end dad of aid corµsrark. My commission h2L202 expires £ IL BEIR 3 [� EWir Much 2 2026 nano M.Berq Notay Public CERTIFICATE L L.Nelson,AaislN Secaml,of WESTERN SURETY COMPANY do hereby certify dud the Power of ARomey hereisubove set rwh is adll in force,and further eesgfy mes the By-Iry of the mrpmstion printed on the neverm hereof is gill in tome. In lestimoay whereof I have herimm,mbmibed my fume and affixed the¢al of the said corporeim this 301h day of November,2021. WESTERN SURETY COMPANY F.F4 7-2012 L NeIsan.At uum Seteetuy Go to www.cn"mrety.com>Owner/Obligee Services>Validate Bond Coverage,H you want to verify bond authefnldty. 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 SAN DIEGO ) On L�ecembe_r 2t,�21 before me, SARAH A. NEWELL, NOTARY PUBLIC (insert name and title of the officer) personally appeared RICHARD DOWSING 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. SAUNA.NEwEu Notary Publi<-CatBolnia San Oier County L Commission 0 23T2106 Sky Comm.Expires Oct 4,2025 Signature (Seal) City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax(714) 374-1573 ADDENDUM NUMBER ONE For McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 1,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) The date and time of the bid for this project shall remain unchanged. Bids are due on December 7,2021,at 10:00 AM. 2) Table of Sections:TOS-2, Delete Section 09800, HDPE Sheet Lining. 3) Specifications: DIVISION 9 — SECTION 09810, FINISHES, HDPE SHEET LINING. Delete the entire section 09810, including all pages beginning and including 09810-1 through 09810-10. 4) Specifications: DIVISION 9—SECTION 09900, PROTECTIVE COATINGS. a. Remove entire section 09900, including all pages beginning and including 09900-1 through 0990G-20. b. Replace with new SECTION 09900—Addendum No. 1 12/0112021,pages 09900-1 through 09900-22. SECTION 09900 revised to include Section 09900,2A.B.6(System No.7)which is highlighted in yellow. 5) Delete Studl-iner HDPE and replace with Coating System No. 7, in Schedule A - Bid Item 14, SECTION 01025, 1.18.13,Section 02702.1.1 A. 02702.3.4A,and any place within the Project Plan Set. 6) Specifications: SECTION 17000 — PUMP CONTROL PANEL (MCC) AND PLC PANEL, 1.1 DESCRIPTION. Remove the following: The CITY's recommended panel builder is ESL Power Systems, Inc.2800 Palisades Drive,Corona, CA 92880 Ph. (951)739-7000. 7) Modify Schedule A - Bid Item 12, Description to include the following: Adjust Manholes to grade per Standard Plan 505. This is to acknowledge receipt and review of Addendum Number One,dated December 1,2021. Orion Construction Corporation Company Name By 1 2/0 2120 21 Date 1 of 1 of 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 McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 2,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) The date of the bid for this project CHANGED. Bids are due on December 8,2021,at 10:00 AM. 2) Specifications-SECTION 01025,MEASUREMENT AND PAYMENTS: a. Pages 01025-13 and 01025-14, 1.33 B and 1.33 D—Asphalt Paving and Striping (Bid Item No. 29A). Revise language stating"Payment will be at the unit price named in the Bid Schedule under Item No. 28A' to 'Payment will be at the unft price named in the Bid Schedule under Item No. 29A'. b. Page 01025-14, 1.34 B—Asphalt Paving and Striping(Bid Item No.298). i. Delete language stating'Payment for 2-inch asphalt cement grind includes all labor, materials, and equipment necessary:and doing all work required to provide a 2-inch grind throughout Dawson Lane, McFadden-Avenue, and North Greer Park parking lot to the limits shown on the Contract Drawings, pavement removal and disposal, and all required appurtenant work not included in other bid items, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No. 298. ii. Replace with language stating 'Payment for 2-inch asphalt cement grind includes all labor, materials, and equipment necessary; and doing all work required to provide a 2-inch grind throughout Dawson Lane and North Greer Park parking lot to the limits shown on the Contract Drawings, pavement removal and disposal, and all required appurtenant work not included in other bid items, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No.29B.' c. Page 01025-14, 1.34 C—Asphalt Paving and Striping(Bid Item No.29B). i. Delete language stating 'Payment for 24nch asphalt cement cap and final road restoration includes all labor, materials, and equipment necessary; and doing all work required to provide a 24nch AC rap throughout Dawson Lane, McFadden Avenue, to the limits shown on the Contract Drawings.The work also includes but is not limited to: survey, 24nch pavement cap, removal and disposal of excess material; adjustment of existing manhole covers, valve cans, and utility boxes to grade, including construction of concrete collars; replacement of all pavement striping and markings;and all required appurtenances, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No. 28B.' 1 of 2 of Addendum No.2 ii. Replace with language stating 'Payment for 2-inch asphalt cement cap and final road restoration includes all labor, materials, and equipment necessary, and doing all work required to provide a 2-inch AC cap throughout Dawson Lane and McFadden Avenue per City Standard 109 and limits shown on the Contract Drawings. The work also includes but is not limited to:survey,2-inch pavement cap, removal and disposal of excess material; adjustment of existing manhole covers, valve cans, and utility boxes to grade, including construction of concrete collars; replacement of all pavement striping and markings;and all required appurtenances, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No.29A.' d. Pages 01025-14 and 01025-15, 1.35B — Asphalt Paving and Striping (Bid Item No. 30). Revise language stating 'Payment will be made at the lump sum price named in the Bid Schedule under Item No. 29 to'Payment will be made at the lump sum price named in the Bid Schedule under Item No.30.' 3) Specifications - SECTION 01010, SUMMARY OF WORK, page 01010-6, 1.5 Project Description,A—Utility Services: a. Delete language stating 'All fees charged by these utility companies for supplying the required services, will be paid separately by the CITY, including the fee for the installation of the gas service"- b. Replace with language stating 'All fees charged by these utility companies (SCE and SCG) Tor supplying and connecting the required services will be paid separately by the CITY. The City will pay the gas connection and installation fees to connect the new gas service to the existing SCG gas main pipeline located at the intersection of Goldenwest and McFadden. The contactor, if veriforce certified or a veriforce certified subcontractor, will perform the excavation work for SCG to connect to the existing gas main in Goldenwest, and also excavation work for the generator enclosure connection at gas meter.' This is to acknowledge receipt and review of Addendum Number Two,dated December 2,2021. Orion Construction Corporation Company Name By 12J0212021 Date 2 of 2 of 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 McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 7, 2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) The date of the bid for this project has CHANGED. Bids are due on December 15.2021,at 10:00 AM. 2) Construction of the Sanitary Sewer in the center of McFadden Avenue shall be in accordance with the project specific Traffic Control Plans T-01 to T-04 and Specification SECTION 5-7.9.2 which states the following: McFadden Avenue and Goldenwest Street: Maintain one through travel lane in each direction during work hours, with all travel lanes being opened to traffic outside of working hours. Vehicular traffic may be restricted to one lane in each direction during the duration of the construction contract.All work in McFadden Avenue shall be between the hours of 9:00 AM and 4:00 PM. Traffic Control shall be removed at the end of each workday.Any open trench shall be covered with recessed steel trench plates. The plates shall be recessed to be Flush with the road surface. OR Construction of the Sanitary Sewer in the center of McFadden Avenue shall be in accordance with the following conditions: a) The Contractor shall prepare a Traffic Control Plan and submit to the City for review and approval. b) The cost of the revised traffic control plans shall be included in the unit cost per lineal foot to construct the sanitary sewer line in McFadden Avenue. c) A 24f7 K-Rail closure will be permitted for a maximum of 20 consecutive working days within the center of McFadden Avenue. d) One east bound lane and one west bound lane shall be available 24f7,with a minimum lane width of 11-feel. 1 of 2 of Addendum No.3 e) Maintain the existing east and wrest bound bicycle lanes throughout the duration of the construction. f) The K-Rail closure shall be limited between Stations 1+80 and 11+00. Construction of the gravity sewer from Station 11+00 to 13+21 shall be in accordance with the project specific Traffic Control Plans T-01 to T-04 and Specification SECTION 5-7.9.2. g) Work hours within the K-Rail shall be limited to 8:00 AM to 4:00 PM. h) All dewatering facilities shall be maintained within the K-Rail closure or shall be buried. i) Contractor shall convey dewatering effluent to the nearest City of Huntington Beach Storm Drain facilities, located near the intersection of Hanover Lane and McFadden Avenue, or to the Lake located in Greer Park. This is to acknowledge receipt and review of Addendum Number Three,dated December 7,2021. Orion Construction Corporation Company Name By Richard Dowsing 1210-:� I2021 Date 2 of 2 of Addendum No.3 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax(714) 374-1573 ADDENDUM NUMBER FOUR For McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 8, 2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) Bids are due on December 15,2021, at 10:00 AW 2) In addition to the Specifications Section 02702 Precast Concrete Vaults and Wet Wells, the City will accept prefabricated Polymer Wet Wells,provided they meet the following conditions: a. The Contractor shall provide submittals as outlined in 02702.1.4 and compliance with Sections 02702.1.5, 02702.1.6, 20702.1.7, 20702.2.1.A, D, E, F, G, H, I, J, 02702.2.2. 02702.3.1,and 02702.3.2. b. Sections 02702.3.3 and 02702.3.4 are not required provided Polymer Wet Wells include proof of independent chemical resistance testing conducted in accordance with the Standard Specifications for Public Works Construction Greenbook Section 211-2. c. Prior to backfill the Wet Well Structure shall be hydrostatic leak tested in accordance with Section 02730. d. Compliance with Specification Section 02701. except 02701.2.4. Section 02701.2.4 shall be considered optional. This Is to acknowledge receipt and review of Addendum Number Four,dated December 8,2021. Orion Construction Corporation —7711 Company Name By Richard Dows'mg 121 05 I2.o21 Date 1 of 1 of Addendum No.4 Bond No. 30140626 Premium: $25.517.00 , SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as*City")has, by written agreement dated February 15 ,20 22 entered into a contract with Orion Construction Corporation 2185 La Mirada Drive,Vista CA 92081 (name and address of Contractor) (hereinafter referred to as'Principal'),for performance of the work described as follows: McFadden Sewer Lift Station Protect#CC-1610 (Project l itle) 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, r0cody's, or Standard& Poofs,to validate that Surety has positive ratings of being secure or Stable; and Surety is registered and listed with the California Department of Insurance, NOW,THEREFORE,we,the undersigned, as Principal,and Western Surety Company 1455 Frazee Road, Suite 300 San Diego CA 92108 (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of Three Million Four Hundred Eichty Six Thousand Two Hundred Forty Three and 00/100 Dollars (S 3.486.243.00 1,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 width 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 or 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. Surely 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 anyway 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,chance, deletion, addition or other modification to the Contract,or the work to be performed thereunder,and agrees 15-05841117174 I Bond No. 30140626 to automatically adjust the penal sum of this Bond to reflect such adjustments, alterations,changes, deletions, additions or other modificafions. Surely 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 propedy execute this bond. Dated:February 23,2022 ATTEST Orion Construction Corporation (Corporate Seal) nnopal Name) By. Name: Richard Dowsing Title:--PEe5jdent ATTEST Wester Suret Company (Corporate Sea[) ` (Surety Name) By: Name: y-n-Fact (Signature of Attorney-in-Fact for Surety) (Attach Attorney-n-Fact Certificate) 619)682-3510 (Area Code 8 Telephone Number for Surety) APPROVED AS TO F R�1'. By: 'M-�ichael E.Gates,City Attorney Note: This bond must be executed in duplicate and dated,all signatures must be notarized, and evidence of the authority of any person signing as attorney-indact must be attached. PERFORIAANCE BOND Page 2 of 2 15-15841117174 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 San Diego On FEB Z 3 2E before me, Maria Guise Notary Public, Date Insert Name of Notary exactly as it appears on Vie official seal personally appeared Lawrence F. McMahon Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(W whose name(/Q is/#)# subscribed to the within instrument and acknowledged to me that he/#Yf#jffi V executed the same in his/nOtl ff t authorized capacity000), and that by his/)J#//,tW signature(1A on the instrument the person((/Q, or the entity upon behalf of which the person(* acted, executed the instrument. Y � PMRIA Guls y e CcHralSSIONg2283717= 1 certify under PENALTY OF PERJURY under the laws of E ° (- e F!o;ary Public Caiilornia the State of California that the foregoing paragraph is true oP ,;cE CGUNPY - and correct. My Crum EkDV05 Apr 14.202J 4 Witness my ha d and official seal. Signature /�.kj,.,-�U Place Notary Seal Above Signature of Notary Public Maria Guise 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 R1 Attorney in Fact M. ❑ Attorney in Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: Surety Company Western Surety Company POWER OF ATPORVEY APPOI\FhNG L\DI\'IDIJAL A'I-I'OR\El'-1\-FACT Know All Men Bp'I'best Preset,is.That WESIFRN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having IIS principal office In the City of Sioux Falls,and State of South Dakota,and that II does b\ \inue of the signature and Seal herein affixed hereby make. conatinne and appoint Lawrence F Mc Mahon, Sarah Myers, Janice Martin, Christopher J Conte, Lilia De Loera, Individually of San Diego,CA,its true and lawful Anomep(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instrumems of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. 'this Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders ofthe corporation. In Witness Whereat.WESTERN SURM- 'COMPANN'has caused these presents to be signed by is Vice President and its corporate seal to be hereto affixed on this loth day of July,2021. %t en \NESTER \ SURETY CO \1PANY A+"9og5r^if I 4r oa o K �1'aIII T.BndJat,Vitt President State of South Dakota 1 of )j Count,' blinnehaha 55 On this 16th day of July,2021,before me personally came Paul T. Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of U7STERN SURETY COMPANY described in and which executed the above instrument,that he knows the seal of said corporation:that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. Jly commission expiresI M.BENT y'�wm�ar nsuc�'�s March 2.2026 ;ss`.'s/souru wwuw,v: M.Bent,Notary Public CER'IT FICA'I'I, I,L.Nelson,Assistant Secretary of WESTERN SURETY CONIPAN1'do hereby certify,that the Power of Anomey hereinabove set forth is still in force. and further certify that the B,y-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 23rd day of February 2022, /+="e WESTERN SURETY CO \'IPANY p�tag9t\qo L.Nelson.Assistant Secretary_ Form 1`42S0.76012 Go to www.cnasurety.com>Owner/Obligee Services>Validate Bond Coverage, if you want to verify bond authenticity. Authorizing Ry-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY CONIPANY This Power of Attorney is made and eNecuted pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section i. All bonds, policies, undertakings. Powers of Attorney. or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary. Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretan•.or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds. policies, or undertakings in the natne of the Company, The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation. 'fhe signature of any such officer and the corporate seal may be printed by facsimile. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California SAN DIEGO County of ) On FEBRUARY 25, 2022 before me, SARAH A. NEWELL, NOTARY PUBLIC (insert name and title of the officer) personally appeared RICHARD DOWSING 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 !,-han�d and officia at s.:a,:r.,.qe«eu 00my Notary?ubl{c CaliforniaSan Diego:aunty cocnission -t3i7ep6 Signare (Seal) cor, Gpiresxt4,zoss Bond No. 30140626 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 Orion Construction Corporation 2185 La Mirada-Driva Vista CA 92081 (name and address of Contractor) (hereinafter referred to as'Principal"),a contract('Contract")for the work described as follows: McFadden Sewer Lift Station Project#CC-1610 (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 8 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. NOW THEREFORE,we,the undersigned Principal, and Western Surety Company 1455_ErazeeRoad.-S uite-30fLSan-Diega—CA-92108 (name and address of Surety) as Surety, are held and firmly bound unto City in the penal sum of Three Million Four Hundred Eighty Six Thousand Two Hundred Forty Three and 00/100 dollars($3 486.243.00 ),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 of 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 I of 2 15-584I11735 7 Surety stipulates and agrees,for value received, that no change, extension,of time,alteration, addition or modification to the terms of the Contract,or any contract document or any wort;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: February 23 2022 .ATTEST Orion Construction Corporation (Corporate Seal) (Principal Name) By: Name: Richard Dowsing Title: President ATTEST S,OII3pyt�y (Corporate Seal) (Surety Name) By: Name: L wrence F. McMahon Attorney-in Fact (Signature of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) L10 682-3510 (Area Code 8 Telephone Number for Surety) APPROVED AS TO'GRM: By: Michael E.Gales,-City-Attorney -IL Note: This bond must be executed in duplicate and dated,all signatures must be notarized, and evidence of the authority of any person signirg az attomeyin-/act must be attached. PAYMENT BOND Page 2 of 2 i 5-458413]7357 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 val dity o(that document. STATE OF CALIFORNIA County of San Diego On FEB 2 3 ZOL2 before me, Maria Guise Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Lawrence F. McMahon Name(s)of Signerts) who proved to me on the basis of satisfactory evidence to be the person(14 whose nameN is/#lo subscribed to the within instrument and acknowledged to me that he/#)y#jM#y executed the same in hisftf//, t authorized capacity(W#J, and that by his/h#t/ti4Wsignature(Q on the instrument the person(IM, or the entity upon behalf of which the person(/$/) acted, executed the instrument. E MARIAGUISE COMMIS ION a 2283717 g I certify under PENALTY OF PERJURY under the laws of NOta.^^/Public CElibmia 3 the State of California that the foregoing paragraph is true ORANGE COU;aY My Comm Expves Apr 14.2023 and correct. Witness my ha d andpfficial seal. Signature / N Place Notary Seal Above Sgna re of Nota,y Pudic Marla Guise 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 9 Attorney in Fact ❑ Attorney in Fact ❑ Trustee was M, ❑ Trustee • ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: Surety Company Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL AI"1.ORNI,Y-IN-FACT Know AR Men By These Presents,That WESTERN SURF f 'COMP AN'Y,a South Dakota corporation,is a duly organized and existing corporation haying its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by vinue of the signature and seal herein affixed hereby make, constitute and appoint Lawrence Ff Me Mahon, Sarah N9yers, .lattice Martin, Christopher .1 Conte, Lilia De Locra, Individually of San Dicgo,CA,its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bands, undemkings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and al the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. 'I his Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURFfY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 16th day of July,2021. R% ESTERN SURETY COMPANY +SYP[IYC a�pPagq poi f„��o yy i�Sr; J41M Oa✓•�~ 'aul'r.Bruf7aL Vice President State of South Dakota l lj SS County of Minnehaha On this 161h day of July,2021,before me personally came Paul T. Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of%VES'I'ERN SURI.-TY COMPAN)'described in and which executed the.bovc instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires M.BENT / iamxrrc wwc n �I�/1 March 2,2026 coura mxou�, M.Bent,Notary Public CER'I IFICA'FE L L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 23rd day of February 2022. ,ro WESTERN SURETY COMPANY �pP nqq�4 f AIM OPVO, CDY 1, Nelson,Assistant Secretary Form F4280-7-2012 Go to www.cnasurety.com >Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. Authorizine By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURE"ITY CONIPANY This Power of Attorney is made and executed pursuant to and by authority of the following 13y-law duly adopted by the shareholders of the Company. Section i. All bonds. policies. undertakings. Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President. Secretary. and .Assistant Secretary. Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President.anv Vice President.Secretary.anv Assistant Secretary%or the"treasurer mar appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the mmic of the Company. The corporate seal is not necessary for the validity of any bonds,pcdicies,undertakings.Powers of Attorney or othcrobligations of the corporation. I he signature of any such officer and the corporate seal may be printed by facsimile. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Countyof SAN DIEGO ) On FEBRUARY 25, 2022 before me, SARAH A. NEWELL, NOTARY PUBLIC (insert name and title of the officer) personally appeared RICHARD DOWSING 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&, ea \ SAW A.NEWEL / Notary Public-California San Diego County Iz Commission.2377a06 Signat a (Seal) 0my Comm,Ecpires Cc 4,2025 CLIF RNIA 1 ' F I F INSURANCE COMPANY PROFILE Company Profile Company Search Company Information Company Search Results WESTERN SURETY COMPANY Company 151 N. FRANKLIN STREET Information CHICAGO, IL 60606 Old Company Names Old Company Names Effective Date Agent for Service Reference Information Agent For Service NAIC Group List AMANDA GARCIA Lines of Business 330 N Brand Blvd Ste 700 Workers' Glendale CA 91203-2336 Compensation Complaint and Reference Information Request for Action/Appeals Contact Information NAIC rr: 13188 Financial Statements - PDF's California Company ID +: 0761-7 Annual Statements Date Authorized in California: 07/29J1930 Quarterly Statements License Status: UNUM►TED-NORMAL Company Complaint Corn an Company Type: -J Property 6 Casualty P y -- Performance & Comparison Data State of Domicile: SOUTH DAKOTA Company Enforcement Action back to top Composite Complaints Studies Additional Into NAIC Group List Find A Company Representative In NAIC Group +: 0218 CNA INS GRP Your Area View Financial Lines Of Business Disclaimer The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. LIABILITY SURETY back to top = 2008 California Department of Insurance Western Surety Company (NAIC #13188) BUSINESS ADDRESS: 151 N. Franklin St.,CHICAGO, IL 60606. PHONE:(312)822-5000. UNDERWRITING LIMITATION b/:$ 153,342,000. SURETY LICENSES c.f/:AL,AK.AZ,AR,CA.CO,CT, DE. DC, FL GA, HI,ID,IL,IN, IA,KS, KY, LA. ME,MD,MA. MI, MN. MS,MO. MT, NE,NV, NH. NJ,NM, NY, INC. NO,OH,OK.OR, PA, PR, RI,SC,SD,TN,TX, UT,vr,VA,WA,WV,WI,WY. INCORPORATED IN:South Dakota. . . Western Surety Company-Company Profile-Best's Credit Rating Center Western Surety Company AMB #: 000974 NAIC #: 13188 FEIN #: 460204900 Administrative Office 151 North Franklin Street Chicago, Illinois 60606 United States Web: www.cna.com Phone: 312-822-5000 View Additional Address Information AM Best Rating Unit: AMB #: 018214 - Western Surety Group Assigned to insurance companies that have, in our opinion, an excellent ability to meet their ongoing insurance obligations. IW* View additional news, reports and products for this company. Based on AM Best's analysis, 050177 - Loews Corporation is the AMB Ultimate Parent and identifies the topmost entity of the corporate structure. View a list of operating insurance entities in this structure. Best's Credit Ratings Financial Strength View Definition Rating (Rating Category): A (Excellent) Outlook (or Implication): Stable Action: Affirmed Effective Date: July 08, 2021 Initial Rating Date: June 30, 1922 Long-Term Issuer Credit View Definition Rating (Rating Category): a+ (Excellent) httpslhabngs ambesfwm/CompanyPro6le.aspx?ambnum=974&URatingld=3025869&bl=0dAItSrc=9&PPP=&AItNum=08Ext_Use --&Ext_Misc=8Por1 115 313122,2:48 PM Western Surety Company-Company Profile-Best's Credit Rating Center Outlook (or Implication): Stable Action: Affirmed Effective Date: July 08, 2021 Initial Rating Date: June 21, 2005 Financial Size Category View Definition Financial Size Category: XIV (S1.5 Billion to S2 Billion) u Denotes Under Review Best's Rating Best's Credit Rating Analyst Rating Office: A.M. Best Rating Services, Inc. Associate Director : Alan Murray Senior Director: Michael J. Lagomarsino, CFA, FIRM Note: See the Disclosure information Form or Press Release below for the office and analyst at the time of the rating event. Disclosure Information Disclosure Information Form View AM Best's Rating Disclosure Form Press Release AM Best Affirms Credit Ratings of CNA Financial Corporation and Its Subsidiaries July 08, 2021 View AM Best's Rating Review Form Rating History AM Best has provided ratings & analysis on this company since 1922. Financial Strength Rating Effective Date Rating 7/8/2021 A 7/14/2020 A https:/Iratings.ambest.com/CompanyProfile,aspx?ambnum=974&U Rating Id=3025869&bl=0&AltSrc=9&PPP=&AItN um=0&Ex1_User=&Ext_Misc=&Port... 215 313122.2:48 PM Western Surety Company-Company Profile-Best's Credit Rating Center 7/11/2019 A 7/5/2018 A 6/14/2017 A Long-Term Issuer Credit Rating Effective Date Rating 7/8/2021 a+ 7/14/2020 a+ 7/11/2019 a+ 7/5/2018 a 6/14/2017 a Related Financial and Analytical Data The following links provide access to related data records that AM Best utilizes to provide financial and analytical data on a consolidated or branch basis. AMB # Company Name Company Description 019498 Western Surety Represents Property/Casualty business of this legal entity. Group (CS) 018214 Western Surety Represents the AM Best Consolidated financials for the Property/Casualty Group (SG) business of this legal entity. Rating Unit Best's Credit & Financial Reports Best's Credit Report - financial data included in Best's Credit Report reflects the data used in determining the current credit rating(s) for AM Best Rating Unit: AMB #: 018214 - Western Surety Group. Best's Credit Report - Archive - reports which were released prior to the current Best's Credit Report. Best's Financial Report - financial data included in Best's Financial Report reflects the most current data r-.available to AM Best, including updated financial exhibits and additional company information, and is available to subscribers of Best's Insurance Reports. View additional news, reports and products for this company. h ttps://ra ting s.am best.com/CompanyProfile.as px?a mbnu m=974&U Rating Id=3025869&bl=0&AItSrc=9&PPP=&AItN u m=O&Ext_U se r--&Ext_M isc=&Port... 315 3/3122,2:48 PM Western Surety Company-Company Profile-Best's Credit Rating Center Press Releases Date Title e Jul 08, 2021 AM Best Affirms Credit Ratings of CNA Financial Corporation and Its Subsidiaries Mar 26, 2021 AM Best Comments on Credit Ratings of CNA Financial Corporation Following Cybersecurity Attack Jul 14, 2020 AM Best Affirms Credit Ratings of CNA Financial Corporation and Its Subsidiaries Jul 11, 2019 AM Best Upgrades Issuer Credit Ratings of CNA Financial Corporation and Its Subsidiaries Jul 05, 2018 A.M. Best Revises Issuer Credit Rating Outlook to Positive for CNA Financial Corporation and Its Subsidiaries Jun 14, 2017 A.M. Best Affirms Credit Ratings of CNA Financial Corporation and Its Subsidiaries 1-1 2 3 Page size: 10 21 items in 3 pages Find a Best's Credit Rating Enter a Company Name Go Advanced Search How to Get a A+ Best's Credit Rating .� Best's Credit Ratings O Mobile App European Union Disclosures A.M. Best(EU)Rating Services B.V. (AMB-EU), a subsidiary of A.M. Best Rating Services, Inc., is an External Credit Assessment Institution (ECAI)in the EU. Therefore, credit ratings issued and endorsed by AMB-EU may be used for regulatory purposes in the EU as per Directive 2013/36/EU. United Kingdom Disclosures A.M. Best— Europe Rating Services Limited (AMBERS), a subsidiary of A.M. Best Rating Services, Inc., is an External Credit Assessment Institution (ECAI)in the United Kingdom(UK).Therefore, Credit Ratings issued and endorsed by AMBERS may be used for regulatory purposes in the United Kingdom as per the Credit Rating Agencies(Amendment, etc.)(EU Exit) Regulations 2019. Australian Disclosures A.M. Best Asia-Pacific Limited (AMBAP),Australian Registered Body Number(ARBN No.150375287), is a limited liability company incorporated and domiciled in Hong Kong. AMBAP is a wholesale Australian Financial Services (AFS) Licence holder(AFS No. https://ratings.ambest.com/CompanyProfile.aspx?ambnum=974&URatingld=3025869&bl=0&A]tSrc=9&PPP=&AItNum=O&Ext_User-&Ext_Misc=&Port... 4/5 3/3122.2:48 PM Western Surety Company-Company Profile-Best's Credit Rating Center 411055) under the Corporations Act 2001. Credit ratings emanating from AMBAP are not intended for and must not be distributed to any person in Australia other than a wholesale client as defined in Chapter 7 of the Corporations Act.AMBAP does not authorize its Credit Ratings to be disseminated by a third-party in a manner that could reasonably be regarded as being intended to influence a retail client in making a decision in relation to a particular product or class of financial product. AMBAP Credit Ratings are intended for wholesale clients only, as defined. Credit Ratings determined and disseminated by AMBAP are the opinion of AMBAP only and not any specific credit analyst.AMBAP Credit Ratings are statements of opinion and not statements of fact. They are not recommendations to buy, hold or sell any securities or any other form of financial product, including insurance policies and are not a recommendation to be used to make investment /purchasing decisions. Important Notice: AM Best's Credit Ratings are independent and objective opinions, not statements of fact. AM Best is not an Investment Advisor, does not offer investment advice of any kind, nor does the company or its Ratings Analysts offer any form of structuring or financial advice. AM Best's credit opinions are not recommendations to buy, sell or hold securities, or to make any other investment decisions. For additional information regarding the use and limitations of credit rating opinions, as well as the rating process, information requirements and other rating related terms and definitions, please view Guide to Best's Credit Ratings. About Us I Careers I Contact I Events I Offices I Press Releases I Social Media I Cookie Notice I Legal & Licensing I Privacy Notice I Site Map I Terms of Use Regulatory Affairs- Form NRSRO-Code of Conduct- Rating Methodology- Historical Performance Data Copyright©2022 A.M. Best Company, Inc. and/or its affiliates ALL RIGHTS RESERVED. https:/lratings.ambest.com/CompanyProrile.aspx?ambnum=974&U Ratingld=3025869&bl=0&AI LSrc=9&PPP=&AltN um=O&axt_User--&Ext_Misc=&Port... 5/5 City of Huntington Beach Business License P.O Box 190 (714) 536-5267 FAX(714) 536-5934 Huntington Beach, CA 92648-2702 Dahle Bulunan ( hief F-inancial Officer ORION CONSTRUCTION CORPORATION 2185 LA MIRADA DR VISTA. CA 92081 Dear Business Owner: Thank you for your payment. Attached is your City of Huntington Beach Business License certificate Please note that approximately one month prior to the license expiration date, you will be mailed a renewal notice for the upcoming year. If for any reason your renewal notice does not arrive,you are still responsible for renewing and paying your business license prior to the expiration date. Penalties will be incurred if the payment is not received by the expiration date. Please post the business license in public view. It you do not transact business from a fixed location within the City.you must carry this license with you at all times If a vehicle license plate number is displayed on the Business License certificate below you must carry a copy of the certificate in that vehicle Please contact the Business License office if there are any changes to ownership, address, business name, business vehicle. or type of business conducted. Additionally. please notify our office if you discontinue your business The Gender Tax Repeal Act of 1995(Act) prohibits a business from discriminating based on a person gender for prices of similar or like-kind goods and services. However,the Act does not prohibit price differences based on the amount of time, difficulty, or cost of providing the services In addition to prohibiting discrimination based on a person gender. the Act requires certain businesses to clearly and conspicuously disclose to customers in writing the pricing for each standard service provided The posting requirement applies to barbers and hair salons. tailors or businesses providing aftermarket clothing alterations, dry cleaners, and laundries providing services to individuals To access the Department of Consumer Affairs publication. please use the following webpage blips./1www.barbercosmo ca gov/consumers/gender policy pdf. To access the publication in Korean, Spanish. Vietnamese, Traditional Chinese. Simplified Chinese. or Tagalog, please use the following webpage htlps//www dca ca govlpublications/index shiml There are many resources available to our business owners Listed below are a few that might be of interest and assistance to you Office of Business Development -(714)536-5582 Service Corps of Retired Executives-(714)550-7369 Huntington Beach Chamber of Commerce-(714)536-8888 Fictitious Business Name Information- (714)834-2889 CA Department of Tax and Fee Administration- (949)440-3473 Community Development-(714)536-5271 If you have any questions. please call a Business License representative at (714) 536-5267. City of Huntington Beach Business License License Number Business Name/Service Address POST IN PUBLIC VIEW A312474 ORION CONSTRUCTION CORPORATION Effective Date 03/01/2022 Owner/Corporation Expiration Date ORION CONSTRUCTION CORPORATI 02/28/2023 License Type Amount Paid CONTRACTOR $126.70 THIS LICENSE IS ONLY FOR THE BUSINESS AND TYPE SHOWN IT IS FOR THE PERSON TO WHOM ISSUED AND 15 NON-TRANSFERABLE. RENEWAL IS DUE ON OR BEFORE THE EXPIRATION DATE. ORIOCON 07 ^�MMADO raizO' CERTIFICATE OF LIABILITY INSURANCE ( DjaElLYNE ATE,MMfOW YY) 31212022 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 pollcy(les)must have ADDITIONAL INSURED provisions or bo endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsomont. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements. PRODUCER "er Danlla(Jacqueline)Martinez J.S.Tucker Insurance Somicos P Ha E ;(858)314-9926 ja_c, Suit Carroll Canyon Road .,1danHa(@Jstuckerins.com Suit e 110 Diego,CA 82121 —INSURf aLFFORDINO COVERAGE NAIL/ INSURER A;Valley Forge Insurance Company 20508 INSURED JH;uftEgu,Conllnental Casually Company 20443 Orion Construction Corporation INIVRERC,Annulcarr Ceaaalty Company of Reading.Pannsylvanla 120427 2186 La Mirada Or WSUREA Ddronshore Speclaltylnsurance Company 26445 Vista,CA 92081-8830 INaURER E: WSUREft F: _ COVERAGES CERTIFICATENUMBER: ISIO NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTHE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER UOCUMENI-WITH RESPECTTO WHICH THIS CERTIFICAIE MAY BE ISSUED OR MAY PERTAIN, 711E INSURANCE AFFORDED BY THE POLICIES DESCRIBED HLHFIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. VISR A. U M POLICY EFF POLICY ESP LIMITS TYPE OF INSURANCE POLICY NUMBER immLga pp A X COMMERCIAL GENERAL LASILITY I OCQURRENCE 2,000.00O CLAIMS-MAD! �acCUR X 7017791823 12/312021 12/312022 DAMAGE TORENTEU 100,000 PRFM V LEE mute 15,000 PERSQKaL A Aov IRM s 2,000,000 _ pOLIG I,IECT LOC P OOUCT$-GCMPgP AGG__S 4,000,000 GENLAGG E Uwr AFTS PER GENELAOQft(JATF y 4000,000 ,: OTHER CDMBINEOSINN ELL'.11i 2,000.000 8 AUTOMOBILE DABIUTY �6 { X ANY AUTO �pUtE X 017791837 12/312021 12/312022 r,al IN Y pa,awn $ MUEDAurm V 09 O HONLY INA1RYIFIQ KOM.N1 H ONLY Ai"o4fiQ APPROVED S TO FORM I PER Mq�MACE S UMBRELLA LIAR OCCUR HY+_—_-— REi C S MICHAEL . GATES ERCESSUAR CLAIMS-MADE CRY A ORNEY DED RETENTIONS [lZY pE GT H5OTHC VKIRXERS COMPlNSPTXIN .EAAND EMPLOYERS'LIABILITY YI 7017791840 1V312021 12/3/2022 G s 1.000,000 N NIA 1,000,000M OYE 1,D0D,OD0rofesionlI-lab I Llallp Profasalonal Llab X I3CP7LAB %RM003 1213I2021 1213/2022 ggrogals 6,000,000 DESCMPMNOFWE"Y*NSILOCATONSIVEMI MS ACORD 101.MdIDmul R$MaAz SaMdoe.may MatbeAad if nwn apace h ragvlodl RE:McFadden Sewer Lift Station Roplacemont broject.CC1610 The City of Huntington Boach,Its officers,elected or appointed officials,employees,agents and volunteers are provided additional insured status per the forms and conditions of the allachd form(s)and only when required by written contract.Primary status applies when required by written confracl. 30 days notice of cancellation;10 days for non-payment. General Liability Deductible:$5,000 Professional Liability Retroactive Data:08/12/2011 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN The City Of Huntington Beach ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street Huntington Boach,CA 92648 AUTHORIZED REPPlSENTABVE ACORD 26(2016103) 0 1 988-201 6 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CJWAI CG 20 10 07 04 POLICY NUMBER: 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 Additlonal Insured Person(s) Or Organization(s): The City of Huntington Beach,its officers,elected or appointed officials, employees, agents and volunteers. Location(s)Of Covered Operations As equlre y n en on roc A. Section ll — Who Is An Insured is amended to This insurance does not apply to "bodily injury" or include as an additional insured the person(s) or "property damage"occurring after. organization(s)shown in the Schedule, but only with 1. All work, including materials, parts or equipment respect to liability for "bodily injury," "properly furnished in connection with such work, on the damage" or "personal and advertising injury" project (other than service, maintenance or caused, in whole or in part, by: repairs) to be performed by or on behalf of the 1. Your acts or omissions; or additional insured(s) at the location of the 2. The acts or omissions of those acting on your covered operations has been completed; or behalf; 2. That portion of "your work" out of which the injury or damage arises has been put to its in the performance of your ongoing operations for Intended use by any person or organization the additional insured(s) at the location(s) other than another contractor or subcontractor designated above, engaged in performing operations for a principal B. With respect to the insurance afforded to these as a part of the same project. additional insureds, the following additional exclusions apply: CG 20 10 07 04 Copyright, ISO Properties, Inc., 2004 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CAM CG 20 37 07 04 POLICY NUMBER: 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): The City of Huntington Beach,its officers, elected or appointed officials,employees, agents and volunteers. Location(s)Of Covered Operations s equtre y Written Contract Section II —Who Is An Insured is amended to include described in the schedule of this endorsement as an additional insured the person(s)or organization(s) performed for that additional insured and included in the shown in the Schedule, but only with respect to liability "products-completed operations hazard." for"bodily injury"or"property damage"caused, in whole or in part, by"your work"at the location designated and CG 20 37 07 04 Copyright, ISO Properties, Inc.,2004 Page 1 of 1 Paacy No.0CP7lABV%RM003 Blanket Prlrhary/Non{ontrlbutory IRONSHORC A Lihcrty MUtual Company, IRONSHORE SPECIALTY INSURANCE COMPANY 175 Berkeley Street Boston, MA 02116 Toll Free: (877) IRON411 Endorsement 8 12 Policy Number:DCP7LABVXRM003 Effective Date of Endorsement: December 03,2021 Insured Name: Orion Construction Corporation THIS ENDORSEMENT CHANGES THE DESIGNERS AND CONTRACTORS CLAIMS MADE PROFESSIONAL& POLLUTION AND OCCURRENCE BASED POLLUTION [DCP2 OCCI LIABILITY POLICY. PLEASE READ IT CAREFULLY. PRIMARY/NON-CONTRIBUTORY AND OTHER INSURANCE PROVISION AMENDATORY ENDORSEMENT This endorsement modifies insurance provided by the policy as follows: Policy Section Vi.Conditions,Paragraph K.OTHER INSURANCE is deleted In Its entirety and replaced as follows: K. OTHERINSURANCE 1. Notwithstanding any other provision of the policy to the contrary,the Insurance afforded by this policy to the Insured shall be primary Insurance,but only with respect to any Claim or Pollution Loss arising out of the Insured's performance of Professional Services or Contracting Activities;and 2. Any other Professional Liability or Pollution Liability insurance or self-insurance maintained by the Insureds shall be non-contributing. ALL OTHER TERMS,CONDITIONS AND EXCLUSIONS REMAIN UNCHANGED. Authorized Representative DCP2 OCC-END-71022(0819) Page 1 of 1 m 20191ronshore Specialty Casualty,Inc. All rights reserved. I ,General Liability-Per Project Aggregate Endorsement Policy No. 7017791823 ICNAI General Aggregate Limit - Per Project Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. For each single construction or service project away from premises the Named Insured owns or rents, a separate Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations,is the most the Insurer will pay for the sum of: A. all damages under Coverage A, except damages because of bodily Injury or properly damage included in the products-completed operations hazard;and B. all medical expenses under Coverage C; that arise from occurrences or accidents which can be attributed solely to ongoing operations at that project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Project General Aggregate Limit applicable to any other project. It. All: A. damages under Coverage B, regardless of the number of locations or projects involved; B. damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single project, except damages because of bodily Injury or property damage included in the products- completed operations hazard; and C. medical expenses under Coverage C, caused by accidents which cannot be attributed solely to ongoing operations at a single project, will reduce the General Aggregate Limit shown in the Declarations. III. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations,depending on whether the occurrence can be attributed solely to ongoing operations at a particular project. IV. When coverage for liability arising out of the products-completed operations hazard is provided, any payments for damages because of bodily Injury or properly damage included in the products-completed operations hazard will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. v. If a single construction or service project away from premises owned by or rented to the Named Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, such project will still be deemed to be the same project. VI. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. All other terms and conditions of the Policy remain unchanged. Fn is endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes ect on the effective date of said Policy at the hour staled in said Policy, unless another effective date is shown below, d expires concurrently with said Policy. CNA75061XX(1-15) Policy No: 7017791823 Page 1 of 1 Effective Date: 1213t2021 Insured Name: Orion Construction Corporation Copyright CNA All Rights Roservod. Indudus Copyrighted molerial of Insumnoe Sorwces Office,Inc,rdth Its pormisslon. General Liability-Blanket Additional Insured Ongoing and Completed Ops; Blanket Primary/ Non-Contributory CHAPolicy No 7017791823 Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART it is understood and agreed as follows: 1. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part,but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract,but only with respect to bodily Injury or property damage included in the products-completed operations hazard, and only if: 1. the written contract requires you to provide the additional insured such coverage, and 2. this coverage part provides such coverage. if. But If the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition,or 10-01 edition of CG2010, or under the 10-01 edition of CG2037; or B. additional insured coverage with"arising out of language;or C. additional insured coverage to the greatest extent permissible by law; then paragraph 1.above is deleted in its entirely and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part,but only with respect to liability for bodily Injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance,the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract;or B. a higher limit of insurance than required by the written contract. IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage,or personal and advertising Injury arising out of: A. the rendering of,or the failure to render,any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings,opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection,architectural or engineering activities;or B. any premises or work for which the additional Insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS,the Condition entitled Other Insurance is amended to add the following,which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: CNA76079XX(10-16) Policy te: 72/0312 823 Effective Date: 12/03/202 i Page 1 of 2 Insured Name: Copyright CNA All Rlghts Reserved. inciudos copyrighted material of Insurance Services office,Inc.,with Its permissbn. CMAPolicy No 7017791823 Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement Primary and Noncontributory Insurance With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1. primary and non-contributing with other insurance available to the additional insured; or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above,this insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the insurance granted by this endorsement,the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence,Offense,Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. send the Insurer copies of all legal papers received,and otherwise cooperate with the Insurer in the investigation, defense,or settlement of the claim;and 3. make available any other insurance,and tender the defense and indemnity of any claim to any other insurer or self-insurer,whose policy or program applies to a loss that the insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3.does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this coverage part,provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy, and B. was executed prior to: 1. the bodily Injury or property damage; or 2. the offense that caused the personal and advertising Injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. :l This endorsement,which forms a part Of and is for attachment to the Policy issued by the designated Insurers,takes l effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown JI below, and expires concurrently with said Policy. policy ND: 7017791823 5NA75079XX(10.16) Effective Date: 12/03/2021 Page 2 of 2 Insured Name: copyright CNA All Rights Resorve d Includes copyoghled material of Insurance Services ORioo,Inc.,with Its polm ss on. Polley No.7017791823 General tlatdllty 81ankel 30 Day CanceBetlen CHA Changes - Notice of Cancellation or Material Restriction Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART EMPLOYEE BENEFITS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART STOP GAP LIABILITY COVERAGE PART TECHNOLOGY ERRORS AND OMISSIONS LIABILITY COVERAGE PART SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY—NEW YORK DEPARTMENT OF TRANSPORTATION SCHEDULE Number of days notice (other than for nonpayment of 30 premium): Number of days notice for nonpayment of premium: 10 Name of person or organization to whom notice will be sent: EMI wswcaw. c+n""b°"'+""'"`wm Address: If rw entry appears above,the number of days notice for nonpayment of premium will be 10 days. It is understood and agreed that in the event of cancellation or any material restrictions in coverage during the policy period, the Insurer also agrees to mail prior written notice of cancellation or material restriction to the person or organization listed in the above Schedule. Such notice will be sent prior to such cancellation in the manner prescribed in the above Schedule. All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour slated in said Policy, unless another effective date is shown This and expires concurrently with said Policy CNA74702XX(1-15) Policy N 1823 o: 701779 Page 1 of 1: Effective Date: 1210312021 I Insured Name: Copyright CNA AN Rights Reserved. I Pollcy No.7017701637 Business Auto CNA63359XX Blanket Addlilonal Insured,Primary and Non-Contributory,Waiver of Subrogatlnn (Ed.04/12) CNA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS EXTENDED COVERAGE ENDORSEMENT - BUSINESS AUTO PLUS - This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM 1. LIABILITY COVERAGE 4. An"employee"of yours is an "insured"while operating an "auto" hired or rented under a A. Who Is An Insured contract or agreement in that "employee's" The following is added to Section 11, Paragraph name, with your permission, while A.1.,Who Is An Insured: performing duties related to the conduct of your business. 1. a. Any incorporated entity of which the as used in this provision A.W ho Is An Named Insured owns a majority of the "Policy," voting stock on the dale of inception of Insured, includes those policies that were in this Coverage Form; provided that, force on the inception date of this Coverage Form but: b. The insurance afforded by this provision 1. Which are no longer in force; or A.I. does not apply to any such entity that is an "insured" under any other 2. Whose limits have been exhausted. liability "policy' providing "auto" B. Bail Bonds and Loss of Earnings coverage. 2. Any organization you newly acquire or form, Section II, Paragraphs A.2. (2) and A.2. (4) other than a limited liability company, are revised as follows: partnership or joint venture, and over which 1. In a.(2), the limit for the cost of bail bonds is you maintain majority ownership interest. changed from$2,000 to$5,000; and The insurance afforded by this provision 2. In a.(4), the limit for the loss of earnings is A,2.: changed from$250 to$500 a day. a. Is effective on the acquisition or C. Fellow Employee formation date, and is afforded only until the end of the policy period of this Section it, Paragraph B.6 does not apply. Coverage Form, or the next anniversary Such coverage as is afforded by this provision of its inception date, whichever is C. is excess over any other collectible earlier. insurance. b. Does not apply to: It, PHYSICAL DAMAGE COVERAGE (1) "Bodily injury' or"property damage" A. Glass Breakage—Hitting A Bird Or Animal — caused by an "accident" that Falling Objects Or Missiles occurred before you acquired or formed the organization;or The following is added to Section III, (2) Any such organization that is an Paragraph A.3.: "insured" under any other liability With respect to any covered "auto;' any "policy'providing "auto'coverage. deductible shown in the Declarations will not 3. Any person or organization that you are apply to glass breakage if such glass is required b a written contract to name as an repaired, in a manner acceptable to us, rather q Y than replaced. additional insured is an "insured" but only with respect to their legal liability for acts or B. Transportation Expenses omissions of a person, who qualifies as an Section III, Paragraph AA.a. Is revised, with "insured" under Section 11 — Who Is An respect to transportation expense incurred by Insured and for whom Liability Coverage is you, to provide: afforded under this policy. If required by written contract, this insurance will be a. $60 per day, In lieu of$20; subject to primary and non-contributory to insurance b $1,800 maximum,in lieu of$600. on which the additional insured is a Named Insured. CNA63359XX copyright,CNACorporatlon,2000. Page 1 of 3 (Ed.04/12) Includes copydghtad material of the ImUnInco SCNieee Office used with Its permission. fi{ 1 Policy No.7017791837 Business Auto Bto0al Additional Insured,Primary and Nan-Contributory.Waiver of Subrogatlon CNA63359XX CNA (Ed. 04112) C. Loss of Use Expenses Section III, Paragraphs B.4.c and BA.d. are deleted and replaced by the following: Section III, Paragraph AA.b. is revised, with respect to loss of use expenses incurred by you, C. Physical Damage Coverage on a covered to provide: "auto" also applies to "loss" to any permanently installed electronic equipment a. $1,000 maximum,in lieu of$600 including its antennas and other accessories. D. Hired "Autos" d. A$100 per occurrence deductible applies to The following is added to Section III. the coverage provided by this provision. Paragraph A.: 5. Hired"Autos" G. Diminution In Value If Physical Damage coverage is provided under The following is added to Section 111, this policy, and such coverage does not extend Paragraph B.6.: to Hired Autos, then Physical Damage coverage Subject to the following, the "diminution in is extended to: value"exclusion does not apply to: a. Any covered"auto" you lease, hire, rent a. Any covered "auto" of the private or borrow without a driver; and passenger type you lease, hire, rent or borrow, without a driver for a period of b. Any covered "auto" hired or rented by 30 days or less, while performing duties your "employee"without a driver, under related to the conduct of your business; a contract in that individual and "employee's" name, with your permission, while performing duties b. Any covered "auto" of the private related to the conduct of your business, passenger type hired or rented by your "employee"without a driver for a period c. The most we will pay for any one of 30 days or less, under a contract in "accident" or "loss" is the actual cash that individual "employee's" name, with value, cost of repair, cost of your permission, while performing replacement or $75,000, whichever is duties related to the conduct of your less, minus a $500 deductible for each business. covered auto. No deductible applies to "loss'caused by fire or lightning. c. Such coverage as is provided by this Provision is limited to a "diminution in d. The physical damage coverage as is value" loss arising directly out of provided by this provision is equal to the accidental damage and not as a result physical damage coverage(s) provided of the failure to make repairs; faulty or on your owned"autos" incomplete maintenance or repairs; or e. Such physical damage coverage for the installation of substandard parts. hired"autos"will: d. The most we will pay for "loss" to a (1) Include loss of use, provided it is covered "auto" in any one accident is the consequence of an "accident" the lesser of: for which the Named Insured is legally liable, and as a result of (1) $5,000; or which a monetary loss Is sustained (2) 20% of the "auto's" actual cast) by the leasing of rental concern. value(ACV). (2) Such coverage as is provided by III. Drive Other Car Coverage—Executive Officers this provision will be subject to a limit of$750 per"accident." The following is added to Sections II and III: E. Airbag Coverage 1. Any "auto" you don't own, hire or borrow is a covered"auto"for Liability Coverage while being The following is added to Section III, used by, and for Physical Damage Coverage Paragraph B.3.: while in the care, custody or control of, any of The accidental discharge of an airbag shall not your"executive officers,"except: be considered mechanical breakdown. a. An "auto" owned by that "executive officer" F. Electronic Equipment or a member of that person's household; or CNA63359XX CopydghL CNA CorpMtIM,29oo. Page 2 of 3 (Ed.04/12) Intludes copyrighted material or the Ireurarxe Services Office used vilh its perMssion. Polity No.7017791837 Business Auto Blanket Additional Insured,Primary and Non.Contributory,Walver of Subrogation 59XX A CNA6633 59XX CNA b. An "auto" used by that "executive officer' The following is added to Section IV, while working in a business of selling, Paragraph A.S. Transfer Of Rights Of servicing, repairing or parking"autos" Recovery Against Others To Us: Such Liability and/or Physical Damage We waive any right of recovery we may have, Coverage as is afforded by this provision. because of payments we make for injury or damage, against any person or organization for (1) Equal to the greatest of those whom or which you are required by written coverages afforded any covered "auto": contract or agreement to obtain this waiver from and us. (2) Excess over any other collectible This Injury or damage must arise out of your insurance. activities under a contract with that person or 2. For purposes of this provision, "executive organization. officer' means a person holding any of the You must agree to that requirement prior to an officer positions created by your charter, "accident"or"loss." constitution, by-laws or any other similar governing document, and, while a resident of C. Concealment, Misrepresentation or Fraud the same household, includes that person's The following is added to Section IV, spouse. Paragraph B.2.: Such "executive officers' are "insureds" while Your failure to disclose all hazards existing on the using a covered "auto" described in this date of inception of this Coverage Form shall not provision. prejudice you with respect to the coverage afforded IV. BUSINESS AUTO CONDITIONS provided such failure or omission is not intentional. A. Duties In The Event Of Accident, Claim, Suit D. Other Insurance Or Loss The fallowing is added to Section IV, The following is added to Section IV, Paragraph B.5.: Paragraph A.2.a.: Regardless of the provisions of Paragraphs 5.a. (4) Your "employees" may know of an and 5.d. above, the coverage provided by this "accident" or "loss" This will not mean policy shall be on a primary non-contributory that you have such knowledge, unless basis. This provision is applicable only when such "accident" or "loss" is known to required by a written contract. That written you or if you are not an individual, to contract must have been entered into prior to any of your executive officers or "Accident"or"Loss." partners or your insurance manager. E. Policy Period,Coverage Territory The following is added to Section IV, Section IV, Paragraph B.7.(5).(a). is revised to Paragraph A.2.b.: provide: (6) Your "employees" may know of a. 45 days of coverage in lieu of 30 days. documents received concerning a claim or "suit" This will not mean that you V. DEFINITIONS have such knowledge, unless receipt of Section V. Paragraph C. is deleted and replaced such documents is known to you or if by the following: you are not an individual, to any of your executive officers or partners or your "Bodily injury" means bodily injury, sickness or insurance manager. disease sustained by a person, including mental B. Transfer Of Rights Of Recovery Against these. mental injury or death resulting from any of these. Others To Us I i CNA63359XX Copyright.cNAcorporollm,zoco. Page 3 of 3 (Ed. 04/12) Includes copyrighted material or the Insurance Services office used%tilit Its permission. I policy No.7017701a37 CNA72315XX Business Auto Blanket 30 day cancellation (Ed.02113) CHA NOTICE OF CANCELLATION OR MATERIAL CHANGE — DESIGNATED PERSON OR ORGANIZATION It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: In the event of cancellation or material change that reduces or restricts the Insurance provided by this Coverage Form, we agree to send prior notice of cancellation or material change to the person or organization scheduled below at the does not amend our amed Insured of cancellation as described innythe Common sPolicy t Conditions or in anothere obligation nndo sen ent attachedhto this policy. SCHEDULE 1. Number of days advance notice: _10 Days if we cancel for non-payment of premium. 30 Days if the policy is cancelled for any other reason, or if coverage is restricted or reduced by _ endorsement. 2. Person or Organization's Name and Address — Naddress: Street Entity scheduled with carrier and only when required by written contract. All other terms and conditions of the Policy remain unchanged. - i I Policy No: 7017791637 CNA72315XX(02/13} Effective Date: 12/03/2021 Page 1of1 Insured Name: Orion Construction Corporation pyrigm cNA All Rights Reserved. Pollution/Professional Liability-Additional insured-Policy No.DCP7LABVXRM003 5. Damages do not Include: a. taxes,criminal fines or penalties Imposed by law; b. the return or withdrawal of professional fees; C. amounts deemed uninsurable by the law pursuant to which this policy is construed; of d. Liquidated Damages except for liability the Insured would have in the absence of such Liquidated Damages. K. Disciplinary Proceedings means any matter alleging a violation of a rule of professional conduct,Including an initial inquiry before a state or federal licensing board or a peer review committee to investigate such charges. L. Environmental Damage means physical damage to land, conveyances, structures on land or water, the atmosphere,any watercourse or body of water including surface water or groundwater,giving rise to Cleanup Costs or Pollution Mltigation Costs. M. Extended Reporting Period means that period described In Section VI.,paragraph E.1.and as specified In Item 4.of the Declarations. N. Hazardous Materials means any petroleum,petroleum products,polychlorinated biohenyls,explosives, reactive materials,ignitable materials,corrosive materials and any hazardous,toxic,radioactive,and Infectious materials,substances,chemicals or wastes Including medical,infectious and pathological waste, together with any other substances designated as hazardous substances or hazardous materials by federal, state or municipal laws,statutes or ordinances including rules,administrative or Judicial orders,directives or policies. esent or ture partner, dector, officer, O Individual insud means any past,employee of the Named Insured,but ornly for acts uwithin the.scope of their duties for he NamedInsured, or P. Insured means: 1. The Named Insured; 2. Any past, present or future partner, director, officer, member, board member or employee of a Named Insured,but only for acts within the scope of their duties for the Named Insured; 3. The heirs,executors,administrators,and legal representatives of each Insured as defined in 1.and 2.above, in the event of death,incapacity or bankruptcy of such Insured,but only as respects liability arising out of Professional Services rendered by or on behalf of the Named Insured prior to such Insured's death, Incapacity or bankruptcy; 4. The Client for whom the Named Insured performs or performed Contracting Activities, provided that a written contract or agreement is In effect between the Named insured and the Client requiring the Client to be an Insured under the insured's contractors pollution liability policy. However, such Clients are covered under this policy sot ely with respect to Pollution Loss arising from Contracting Activities performed by the Named insured and are not covered for any Pollution Loss arising from the Client's own liability. Clients of the Named Insured are covered under this policy only for the lesser of the limits of liability required by the written contract with the Named Insured or the Limit of Insurance of this policy available .I with respect to the Pollution Loss; Page 14 of 26 DCP2 OCC-POL-71001(0718) k` m 2o181ronshore Specialty Casualty,Inc. All rights reserved. I Pollution/Professional Liability-Additional Insured-Policy No.DCP7LABVXRM003 S. Contract or leased personnel or any Independent contractor of the Named Insured, but only for Professional Services performed on behalf of and at the direction of the Named Insured; G. Ajolntventure in which a Named Insured Is named as a co-venturer,but only for the Named insured's legal liability arising out of the Named Insured's participation in such joint venture;or 7. A limited liability company In which the Named Insured Is a member, but only for the Named insured's legal liability arising out of the Named Insured's participation In such limited liability company;or 8. Any Predecessor In Interest. Q. Insured's Products means goods, products or pieces of equipment, including component parts thereof, and including other products in which goods, products or pieces of equipment are Incorporated, which are manufactured,sold,furnished,or supplied by an Insured,any subsidiary of an Insured or any subsidiary of such subsidiary,or any other person under license from the Insured. R. lob Site means the location where Contracting Activities are performed.lob Site does not Include any location that Is owned,rented,leased,used,or occupied by any Insured except for: 1. A location owned,rented,leased,or occupied by the Client;or 2. A location that Is rented,leased, or occupied(but not owned)by the Insured and is used on a temporary basis by the Insured for a single project only,during the course of providing Contracting Activities for such single project. S. Liquidated Damages means an amount stipulated In advance in a contract to be the amount or measure of damages to be recovered by a party to that contract if the other party breaches the agreement or falls to perform or falls to adequately perform its obligations under the contract. T. Named Insured means the entity shown In Item 1.of the Declarations. U. Named Insured's Location means a location owned, or occupied under a rental or lease agreement by the Named Insured,provided that such location is listed in the Named Insured's Location Schedule endorsed onto this polity. The Named Insured's Location does not include a lob Site or Non-Owned Disposal Site, V. Natural Resource Damage means physical injury to or destruction of(Including the resulting loss of value) (and,fish,wildlife,biota,air,water,groundwater,drinking water supplies,and other such resources belonging to,managed by,held in trust by,appertaining to,or otherwise controlled by the United States(including the resources of the fishery conservation zone established by Magnuson-Stevens Fishery Conservation and Management Act 116 U.S.C.1801 et.Sec.)),any state or local government,any foreign government,any Native American tribe or,if such resources are subject to a trust restriction on alienation,any member of a Native American tribe. W. Non-owned Disposal Site means a location used by the Insured for the treatment,storage or disposal of waste or material,provided that: 1. the waste or material is generated by Contracting Activities performed by the Insured at a Job Site or originates from a Named Insured's Location;and 2. the Non-owned Disposal Site is not managed,operated,owned or leased by any Insured or an affiliate of any insured;and DCP2 OCC-POL-71001(0718) Page 15 of 26 m 2018 Ironshore Specialty Casualty,Inc. All rights reserved. I Policy No. DCP7LABVXRM003 - Severability of Interest S. Damages do not include: a. taxes,criminal fines or penalties imposed by law; b. the return or withdrawal of professional fees; c. amounts deemed uninsurable by the law pursuant to which this policy is construed;or d. Liquidated Damages except for liability the Insured would have in the absence of such Liquidated Damages. K. Disciplinary Proceedings means any matter alleging a violation of a rule of professional conduct,Including an initial inquiry before a state or federal licensing board or a peer review committee to investigate such charges. L. Environmental Damage means physical damage to land, conveyances, structures on land or water, the atmosphere,any watercourse or body of water including surface water or groundwater,giving rise to Cleanup Costs or Pollution Mitigation Costs. M. Extended Reporting Period means that period described in Section VI.,paragraph E.I.and as specified In Item 4.of the Declarations. N. Hazardous Materials means any petroleum,petroleum products,polychlorinated biphenyls,explosives, reactive materials,Ignitable materials,corrosive materials and any hazardous,toxic,radioactive,and infectious materials,substances,chemicals or wastes Including medical,infectious and pathological waste, together with any other substances designated as hazardous substances or hazardous materials by federal, state or municipal laws,statutes or ordinances Including rules,administrative or judicial orders,directives or policies. 0. Individual Insured means any past, present or future partner, director, officer, member, board member or employee of the Named Insured,but only for acts within the scope of their duties for the Named Insured. P. Insured means: 1. the Named Insured; 2. any past, present or future partner, director, officer, member, board member or employee of a Named Insured,but only for acts within the scope of their duties for the Named Insured; 3. the heirs,executors,administrators,and legal representatives of each Insured as defined in 1.and 2.above, in the event of death,Incapacity or bankruptcy of such Insured,but only as respects liability arising out of Professional Services rendered by or on behalf of the Named Insured prior to such Insured's death, incapacity or bankruptcy; 4. the Client for whom the Named Insured performs or performed Contracting Activities, provided that a written contract or agreement is in effect between the Named Insured and the Client requiring the Client to be an Insured under the Insured's contractor's pollution liability policy. However, such Clients are covered under this policy solely with respect to Pollution Loss a rls ing from Contracting Activities performed by the Named Insured and are not covered for any Pollution Loss arising from the Client's own Iiabllity. Clients of the Named Insured are covered under this policy only for the lesser of the limits of liability required by the written contract with the Named Insured or the Limit of Insurance of this policy avallable with respect to the Pollution Loss.The Insured vs. Insured Exclusion specified in Section IV. EXCLUSIONS, paragraph C.,shall not apply to this definition of Insured; DCP2 OCC-POL-71001(0120) Page 14 of 25 0 2019 Ironshore Specialty Casualty,Inc. All rights reserved. Policy No.7017791840 CNA Workers Compensal Blanket 30 day no lice of (incelMinn This endorsement modifies insurance provided under the WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY: In the event of cancellation or material change that reduces or restricts coverage during file policy period, we agree to send prior written notice in the manner prescribed, to the person or organization listed in the Schedule. SCHEDULE 1. Number of days advance notice: For nonpayment of premium: 10 For any other reason: 30. 2. Name and Address of Person or Organization: Entity scheduled with carder and anly when required by wriaen contract All other terms and conditions of the policy remain unchanged. lThis endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. Form No: CNA873BOXX 01-20181 Policy No: 7017791840 Endorsement Effective Dole: 12/03/2021 Endorsement Expiration Date:1 2/0 372 0 2 2 Policy Effective Date: 12/032021 Underwriting Company:Continental Casualty Company 0 Copyright CNA All flight,Reserved. RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signingidating (Date) �q CITY OF HUNTINGTON BEACH . INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: 2113`12Z SUBJECT: Bond Acceptancesn'' � I have received the bonds for 0`7f � (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. ,20/Llo1 (p Payment Bond (Labor and Materials) Bond No. 301 ZMd 0244 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 ��is� 2o2z (Council Approval Date) CC No. Agenda-4tem No. ')-2- Uy� MSC No. City Clerk Vault No. C/ S() Other No. SIRE System ID No. g:/forms/bond transmittal to treasurer Document A31OTM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: ('urne, legalstairsundaddrec\) (Mturf. legnl.crrrlree andptincrpul place rjh¢.inevcj Orion Construction Corporation Western Surety Company 2185 La Mirada Drive 1455 Frazee Road, Suite 300 This document has important Vista, CA 92081 San Diego, CA 92108 legal consequences.Consultation with an attorney is encouraged with respect to its completion or OWNER: modification. (Noate,legal staffs nod neklnss) Any singular reference to City of Huntington Beach Contractor,Surety,owner or 2000 Main Street other party shall be considered Huntington Beach, CA 92648 plural where applicable. BOND AMOUNT: S 10% Ten Percent of Amount Bid PROJECT: (Swine,location or address.and Pwjeclnanbcr.ifnm) CC No. 1610 - McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT The Contmcmrand Surcry arc bound io the Owner in the amount sct ronh 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 dtis Bond arc such that if the Owncr accepts the bid of the Controclor w'ilhin the time specified in the bid documents,or within such tinic period as may be aerced to by the Owner and Contractor,arid lite Contractor cither(1)eners into a contract\with tire Owner in accordance with the terms of such bid,and civics such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in thejurisdiction of the Project and otherwise acceptable to the Omier,for the faithful performance of such Contract and for the prompt payninn of labor and material furnished ill the prosecution thereof:or(2)pays to the Owner the difference,not to exceed lite amount of this Bond,between ate amount specified in said bid mid such larger amount for which the Owner[tiny in good faith contract with another party to perlorm the work covercd by said bid,their Illis obligation shall be null arid void,otherIC6C III renurin in full 111rce and ellecl.The Surety hcrebl'waives any notice or an agreement tcmcCII lire Owner and Contractor to extend the time in\\'111C11 the Owner may accept IIIe bid.1%+uivcr Ill lloico by tire Surety%hall not apply to ally lxcuslon l'Sceeding sixty(Cue)days in tire aggregate beyond the mule for ❑cCCpIa11CC 111 buds spCCII1Cd 111 II1C hid d11C11111<Ills.❑Ind 11C n\\IICr❑Ind C1111h1iC1l1r shall llbla ill lite Surcty�s consent hlf 111 CYlellllllll bel'nlld sixty(60)days. If this Bond is issued in connection with n subcontractor's bid ton Contractor,the lean Contractor in this Bond shall be deemed to be Subcontractor and the lerni Owner shall be deemed to be Contractor. When this Bond has been lllmished to comply\Vllh a statutory or olller legal requirClucnl Ill lire Imatl all O1 the f rojCCL any provision in this Bond Cnnllicting with suid stututory or legal requirement shall he deemed deleted hercfruni and provisions andlmninc to such statutory or other legal requirement shall be decincel incorporated herein.When till ll{mahcd.the intent is that this flood Shull be con.strucd as a slalulory bond and not as a cIIninion luiv bond. Signed and scnlcd lhis 30th day of November, 2021 Orion Construction Corporation (Principal) (Saul) /11'iorcss) By: (Two) Richard DowsinT President yam, Western hurety Company 'rlr'lrrrc.rs) Maria Guise By (Tide) rence F. McMahon Attorney-in-Fact S-00541AS 8110 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 val dity of that document. STATE OF CALIFORNIA County of San Diego On NOV 3' 0 2020 before me, Maria Guise Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Lawrence F. McMahon Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(W whose name(IM is/#/# subscribed to the within instrument and acknowledged to me that he/ft/fty executed the same in his/U#f/fj(t/,1/authorized capacity((¢,#), and that by his/)Jor/Rft.//signature(IM on the instrument the person(*, or the entity upon behalf of which the personN GUISE �{ acted, executed the instrument. cotvlM„lo>::2283717 a I certify under PENALTY OF PERJURY under the laws of v w; Notate";ri,r,.Californ•,a a the State of California that the foregoing paragraph is true •"e° ,,,y ce�,� C.p•es i•pc 14.2023 and correct. Witness my ha and bliicial seal. Signatures Place Notary Seal Above Signa ure of Notary Public Maria Guise 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 d Attorney in Fact ® ❑ Attorney in Fact ❑ Trustee • ❑ Trustee • ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: Surely Company Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakom corporation,is a duly organi4d and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by vine of the signawre and seal herein affixed hereby make,constaoic and appoint Lawrence F. McMahon, Individually of, San Diego, CA ,its we and lawful Auomey(s)-in-Fact with full power and authority hereby c u farrcd to sign,seal and execute for and on its behalf bonds,undertakings and other obligatory instrumerus of similar nature - In Unlimited Amounts- Surety Bond No.: Bid Bond Principal: Orion Construction Corporation Obligee: City of Huntington Beach and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts ofsaid Attorney,pursuant to the authority hereby given,ore hereby ratified and confirmed. 'Ibis Power of Anomcy is made and executed pursuant to and by authority of the By-Law printed on the revcae hereof,duly adopted-as indicated,by the shareholders of the corporation. In Witness Whereor, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to he hereto affixed on this 16th day of June,2021. wee�e WESTERN SURETY COMPANY Se4eM OYF�i �4�i�_F?Sf�l —✓C— 'aul'1'.Nnrtlat,Vic.President Sure of South Dakota 1 County of hfinnchaha J 55 On this I6N day of Junc,2021,before me personally came Paul T.Bmnal,to me known,who,being by me duly swum,did depose and say: that he resides in the City of Sioav Falls,Slate of South O}akow That he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above insuvment;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Boarder Directors or said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the at and deed of aid corporation. My commission expires K SENT Ya1Yar E March 2,2026 m Rtl M. M.near.Notary Public CERTIFICATE 1.L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby cent ry that the Power of Anomey hercinabove set forth is still in force.and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof 1 have hereunto subscribed my name and affixed the seal of the aid corporation this 30th day of November,2021. WESTERN SURETY COMPANY e axwni i y i 6rri Form 1`41SO-7-2012 L.Nelson,Assistant Secretary Go to www.cnasurety.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President,Secretary, and Assistant Secretary,Treasurer, or any Vice President,or by such other officers as the Board of Directors may authorize. The President,any Vice President,Secretary, any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of SAN DIEGO ) On '�zC2YY1�^mot' L. 202I before me, SARAH A. NEWELL, NOTARY PUBLIC (insert name and title of the officer) personally appeared RICHARD DOWSING 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 c1ficial seal. SARAH A.NENELL Notary Public-California 086,3) San Diego County T Commission#2377406 y Comm. Expires Oct 4, 2025 Signature (Seal) OFFICIAL BID SECURITY - DO NOT OPEN McFadden Sewer Lift Station Replacement Project: CC No. 1610 Bid Opening Date: December 8, 2021 at 10:00 AM Submitted by: Orion Construction Corporation 2185 La Mirada Dr. Vista, CA 92081 (760)597-9660 estimatino(a�orionconstruciton com 9 CONSTRUCT/ON CORPORATION A. 1 f 1 City of Huntington Beach .. :.. , 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 • wv NNiv.huntingtonbeachca.gov Office of the City Clerk Fe' II,❑OL� � Robin Estanislau, City Clerk March 17, 2022 Orion Construction Corporation Attn: Richard Dowsing 2185 La Mirada Drive Vista, CA 92081 Re: McFadden Sewer Lift Station Replacement Project — CC No. 1610 The City Council awarded the bid to your company for the above referenced project. Enclosed is a copy of the executed contract with the City of Huntington Beach. A Certification of Compliance with Title VII of the Civil Rights Act, Certification of Compliance with Prevailing Wage Laws and Contractor's Certificate form must be returned to this office after the proiect is completed but prior to the release of retention funds. In addition, the following item must also be on file, with this office before the City can release any retention funds: A warranty bond guaranteeing the final amount of work and materials for one year. If your performance bond does not include specific wording for a one-year warranty, then a rider or separate bond must be submitted. Should you have any questions or concerns regarding the enclosures or items that must be on file in this office prior to release of retention funds, please call the Public Works Department at 536-5517. Sincere) 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 2000 Main Street, Huntington Beach.CA City of Huntington Beach 92648 At?�26D �_o File #: 22-047 MEETING DATE: 2/15/2022 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Sean Joyce, Interim City Manager PREPARED BY: Sean Crumby, Director of Public Works Subject: Award and authorize the execution of a construction contract with Orion Construction Corporation, in the amount of $3,486,243 for the McFadden Sewer Lift Station Replacement Project, CC-1610; approve appropriation of funds and declare Arnaz Engineering Contractors, Inc. as non-responsive Statement of Issue: On December 15, 2021, bids were received electronically for the McFadden Sewer Lift Station Replacement Project. City Council action is requested to award the construction contract to Orion Construction Corporation, the lowest responsive and responsible bidder. Financial Impact: Total funds for the project, including contingency and supplemental expenses, are estimated at S4,532,200. Funds for the project are available in Sewer Development Fee Fund account 21089018,82600 ($1 ,428,898) and in Sewer Service Fund account 51189016.82600 ($1,700,000). Staff requests a $1,403,302 appropriation from the Sewer Service Fund (511). Recommended Action: A) Appropriate $1,403,302 from the Sewer Service Fund (511) to Account 51189016.82600; and, B) Declare the first apparent lowest bid from Arnaz Engineering Contractors, Inc. as non-responsive; and, C) Accept the second lowest responsive and responsible bid submitted by Orion Construction Corporation, in the amount of$3,486,243; and, D) 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 an alternative direction. City of Huntington Beach Page t of 3 Pnnted on 2/9/2022 :_.._ -W, L ..... File #: 22-047 MEETING DATE: 2/15/2022 Analysis: The existing McFadden Sewer Lift Station, located at the southeast corner of McFadden Avenue and Dawson Lane in Greer Park, was constructed in 1972 and needs replacement due to its age and insufficient wet well capacity. The existing concrete box structure is also experiencing structural failures due to immersion in a high chloride groundwater environment. The issue concerning insufficient wet well capacity is problematic as the wet well lacks holding time, which limits maintenance staffs ability to respond to issues. Also, the undersized wet well causes the pumps to cycle excessively, which reduces pump life and overall station's reliability. A new duplex submersible pump lift station and a separate valve vault with a magnetic flow meter will be constructed per current state-of-the-art equipment and material that will improve the sewer system's reliability and staffs response time for any emergency situation. This project will also remove approximately 1,300 lineal feet of 4-inch sewer force main pipeline located along McFadden Avenue starting at Dawson Lane and will construct an 8-inch gravity flow pipeline system. This project will also include an emergency natural gas generator so the sewer lift station facility will continue to function normally during an electrical power outage, consequently minimizing sewage spills. The bids were received electronically on December 15, 2021. The verified bid amounts are listed below: Bidding Contractor Bid Amount Submitted Arnaz Engineering Contractors, Inc. $2,974,905 Orion Construction Corporation $3,486,243 Vido Artukovich & Son Inc./Vidmar Inc. A JV $3,786,090 Miaden Buntich Construction $4,130,855 Mehta Mechanical Company, Inc. $4,192,030 Caliagua, Inc. $4,633,912 Zusser Company, Inc. $4,695,200 Mike Prlich and Sons, Inc. $4,882,868 The apparent lowest bid was submitted by Arnaz Engineering Contractor Inc. After a thorough review of the bid and under direction of the City Attorney's Office, the City determined Arnaz Engineering Contractors to be non-responsive for not providing construction experience similar to the work required per the project specifications. Therefore, staff is recommending award of the construction contract to the second apparent lowest bidder Orion Construction Corporation. Staff checked their references and recommends award of a construction contract to Orion Construction Corporation in the amount of $3,486,243. The total estimated construction cost is $4,532,200, which includes the construction contract amount, a 15% contingency, and supplemental expenses, including contracted construction project management, and materials testing. Environmental Status: The project is categorically exempt pursuant to Section 15304 of California Environmental Quality Act. City of Huntington Beach Page 2 of 3 Printed on 2/9/2022 powered Lepsta," File #: 22-047 MEETING DATE: 2/15/2022 Strategic Plan Goal: Infrastructure & Parks Attachment(a 1. Location Map City of Huntington Beach Page 3 of 3 Printed qo�n 2/9/2022 p ,ereU.y Legistar" 2 U •1 J O 'nE� v NSTER x V PROJECT LOCATION EOLSA r- a c W a ULJOmi M1�cFAxD DEu wen� 4 D N6 R HEIL WARNER PCIFICA 0;. 5 SLATER C'C Tq<Q Y, Fn fj EWS OCEAN Siy, VICINITY MAP N.T.S. MCFADDEN SEWER LIFT STATION CC-1610 70 [nllu/ 1111417a21 SECTION A Are: 11111/1n11 1111812621 NOTICE INVITING ELECTRONIC BIDS 11P511021 for the construction of McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC No. 1610 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated project and will receive such bids prior to 10:00 AM on Tuesday, December 7. 2021, on the City's PlanetBids System Vendor Portal, at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this project via the City's PlanetBids System Vendor Portal website at: htti2s://%-ww.planetbids.com/portal/p2rtal.cfm?CommgylD=15340 Copies of the bid documents, including instructions to bidders, bidder proposal form, and specifications may be downloaded free at: htttps://www.planetbids.comipprtal/p2rtal.cftn?CompgnylD=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents, to be added to the prospective bidders list, and to receive addendum notifications when issued. 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 available online at www.dir.ca.¢ov/DLSR and also 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. For electronic submittal of bids, the bid security must be received at the City of Huntington Beach Public Works Office, 2000 Main Street, no later than the bid opening date and time. The bid security must be submitted in a sealed envelope bearing the name and address of the bidder, and the outside of the envelope must read as follows: OFFICIAL BID SECURITY - DO NOT OPEN McFadden Sewer Lift Station Replacement Project: CC No. 1610 Bid Opening Date: December 7, 2021 at 10:00 AM. 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 work of this Contract will consist of the abandonment and demolition of an existing sewer lift station, and the installation of a new 120 gpm submersible sewer lift station, wet well, valve vault, force main, and emergency generator. The project includes the construction of new gravity sewers, as well as curb, gutter, sidewalk. AC paving,and other appurtenant work not mentioned above, but required as part of the Contract Documents. • The contract shall allow the Contractor 180 working days to complete the contract. • The engineer's estimate of probable construction costs for the work included in the basis of award is S3.170,000. The project does NOT have a mandatory pre-bid meeting. However the Contractor will be required to inspect the site and review the plans and specifications and determine the work to be done and the Contractor's responsibilities. The City's representatives will be available to address questions. All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the information provided in the Instructions to Bidders. Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBids system. 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 29th day of June 2020,by Resolution No. 2020-39. Attest: /s/ Robin Estanislau CITY CLERK OF THE CITY OF HUNTINGTON BEACH Switzer, Donna From: Christine Gonzalez <cgonzales@scng.com> Sent: Thursday, November 4, 2021 1:21 PM To: Switzer, Donna Cc: Hernandez, Lili; Moore, Tania Subject: Re: NIEB - CC No. 1610 Attachments: 11499750.pdf, Thanksgiving Holiday Deadlines 2021.pdf Hello Ladies Cost 52.145.00, pub HB Wave 11/11,11/18,11/25 PI,EASI: No 14A Thanksgiving 2021 Holiday Deadlines For All Community Papers Publication November 25", 2021 Submission Deadline 3pm, Wednesday Nov. 171h. Approvals and changes loam, Thursday Nov. 181". OC Register Legal Advertising Chrissy Gonzalez 1771 S. Lewis St. Anaheim, CA 92805 714-796-6736 M-F 8:00 a.m. - 4:30 p.m. Lunch 12 Noon to 1:00 p.m. Closed Sat. and Sun On Thu, Nov 4, 2021 at 12:31 PM Switzer, Donna<Donna.Switzer a surtcity-hb.org> wrote: Good morning, Chrissy: Please publish the attached NIEB for CC No. 1610, in The Wave, on November 1 I`" . 18'h and 250'. Also, please publish this as a black and white ad. Thank you. t Sincerely. Donnct,sW FX, CMC Senior Deputy City Clerk - City of Huntington Reach 2000 Main Street - Huntington Reach, CA 92648 (714)374-1649 2 SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC No. 1610 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH,as AGENCY, invites electronic bids for the above stated Project and will receive such bids Pri- or to 10:00 AM on Tuesday, December 7, 2021,on the City's Planet Bids System Vendor Por- tal,at which timeor thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this Proiect via the Cify's Planet Bids System Vendor Portal web- siteat: Mips://www.olanetbids.com/Portal"rtal.cfm?Comoa nvl D=15340 Copies of the bid documents, including instructions to bidders, bidder proposal form, and specifications maybe downloaded free at: httP<://www.planetbid<- com/Portal/port a l.cfm?Com Pony I D=15340. Bidders must first regis- ter as a vendor on the City of Huntington Beach Planet Bids system to view and download the Contract Documents, to be added to the Prospective bidders list, and to receive adden- dum notifications when issued. 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 work- man needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are available online at www.dir.co.gov/DLSR and also 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 af- forded 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 consider- ation leading to the award of contract. No bid shall be considered unless it is Prepared on the approved Proposal forms in conform- ance with the Instructions to Bidders as determined by the AGENCY. The bid must be ac- companied by a certified check, cashiers check, or bidders bond made payable to the AGENCY for an amount no less than 10% of the amount bid. For electronic submittal of bids, the bid security must be received at the City of Huntington Beach Public Works Office, 2000 Main Street, no later than the bid opening date and time. The bid security must be sub- mitted in a sealed envelope bearing the name and address of the bidder, and the outside of the envelope must read as follows: OFFICIAL BID SECURITY- DO NOT OPEN McFadden Sewer Lift Station Replacement Proiect: CC No. 1610 Bid Opening Date: December 7,2021 at 10:00 AM. 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 li- censes 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 work of this Contract will consist of the abandonment and demolition of an existing sewer lift station, and the installation of a new 120 gpm submersible sewer lift station, wet well, valve vault, force main, and emergency generator. The Project includes the construction of new gravity sewers,as well as curb,gutter,sidewalk,AC paving,and oth- er appurtenant work not mentioned above, but required as Part of the Contract Docu- ments. 'Sf. The contract shall allow the Contractor 180 working days to complete the contract. The engineer's estimate of probable construction costs for the work included in the basis of award is 53,170,000. 35, The project does NOT have a mandatory pre-bid meeting. However the Contractor will be required to inspect the site and review the plans and specifications and de- termine the work to be done and the Contractor's responsibilities. The City's rep- resentatives will be available to address questions. All questions related to this bid solicitation must be submitted through the City's PlanelBids System Vendor Portal per the information provided in the Instructions to Bidders. Any oth- er contact to City staff regarding this bid solicitation will be referred back to the PlanelBids system. 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 HUNTI NGTON BEACH,CALI FORN I A, the 22th day of.tune 2020, by Resolution No.202G-39. Attest: !st Robin Estanislau CITY CLERK OF THE CITY OF HUNTI NGTON BEACH Published Huntington Beach Wave Nov. 11, 18,25,2021 11499750 HunUngtan Beach Wave 1771 S. Lewis Street . Anaheim, CA92805 71 a-ag6-2209 5196687 HUNTINGTON BEACH, CITY OF - PLANNING & PROOF OF PUBLICATION BUILDING 2000 MAIN ST Legal No. 0011499750 ISELA SIORDIA HUNTINGTON BEACH, CA 92648 FILE NO. McFadden Lift Station CC-1610 AFFIDAVIT OF PUBLICATION STATE OF CALIFORNIA. SS. County of Orange I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above entitled matter. I am the principal clerk of the Huntington Beach Wave, a newspaper that has been adjudged to be a newspaper of general circulation by the Superior Court of the County of Orange, State of California, on July 1, 1998, Case No. A-185906 in and for the City of Huntington Beach, County of Orange, State of California; that the notice, of which the annexed is a true printed copy, has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the fallowing dates, to wit: 11/11/2021, 11/18/2021, 11/25/2021 1 certify (or declare) under the penalty of perjury under the laws of the State of California that the foregoing is true and correct: Executed at Anaheim, Orange County, California, on Date: November 25, 2021. Ch�� Signature SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC No.1610 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH ,as AGENCY, invites electronic bids for the above slated project and will receive such bids Pri- or to 10:00 AM on Tuesday, December 7, 2021,on the City's PlanetBids System Vendor Por- tal,at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-respdnsive. Prospective bidders must first register as a vendor and then bid on in project via the City'js PlanetBids System Vendor Portal web siteal: https:/A"w.planclb�ds.corrVportol ortall.c m?CompanylD=15340 Copies of the bid documents, including instructions to bidders, bidder proposal form, and SPeciflcotions may be downloaded tree at: https:/twww.plonetbids.Corn/parto I/porto I.Cfm?ComponyID=15340. Bidders must first regis- ter as a vendor on the City of Huntington Beach Planet Blds system to view and download the Contract Documents, to be added to the prospective bidders list, and to receive adden- dum notifications when issued. 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 work- man needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California, which are available online at www.dir.co,9ov/DL5R and also on fife at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach,CA 926da. 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 af- forded full opportunity to submit bids in response to this notice and will rat be discriminated against on the basis of race,color, national origin, ancestry, sex,or religion in any consider- ation 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 mode payable to the AGENCY for on amount no less than 10% of the amount bid. For electronic submittal of bids, the bid security must be received at the City of Huntington Beach Public Works Office, 2000 Main Street, no later than the bid opening date and time. The bid security must be sub. mitted in a sealed envelope bearing the name and address of the bidder, and the outside of the envelope must read as follows: OFFICIAL BID SECU RITY-DO NOT OPEN McFadden Sewer Lift Station Replacement Protect: CC No.1610 Bid Opening Date: December 7,2021 at 10:00 AM. 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 t0 Posisess business li- censes 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 Descriplion: The work of this Contract will consist of the abandonment and demolition of an existing sewer lift station, and the installation of a new 120 gem submersible sewer lift station, wet wall, valve vault, force main, and emergency generator. The project includes the construction of new gravity sewers,as well as curb,gutter, sidewalk, AC Paving, and oth- er appurtenant work not mentioned above, but required as part of the Contract Docu- ments. • The contract shall allow the Contractor 180 working days to complete the contract. The engineer's estimate of probable construction costs for the work included in the basis of award is$3,170,000. • The project does NOT have a mandatory pre-bid meeting. However the Contractor will be required to inspect the site and review the Plans and specifications and de- termine the work to be done and the Contractor's responsibilities. The City's rep. resentatives will be available to address questions. All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the information provided in the Instructions to Bidders. Any oth- er contact to City staff regarding this bid solicitation will be referred back to the PlanetBids system. 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 HUNTI NGTON BEACH, CALI FORNIA, the 2"h day of June.2020_,by Resolution No. 2020:39_. ,. ,Avivie 2 Attest: N Robin Estanisl_ou_ CITY CLERK OF THE CITY OF HUNTINGTON BEACH Published Huntington Beach Wave Nov.11, 18,25,2021 11499750 L%nvwla 3 UNSUCCESSFUL BIDS CC No. 1610 McFadden Sewer Lift Station Replacement City of Huntington Beach - 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov r Office of the City Clerk / Robin Estanislau, City Clerk May 17, 2022 ARNAZ Engineering Contractors, Inc. 1035 Armando Street, Suite X Anaheim, CA 92806 RE: McFadden Sewer Lift Station Replacement—CC No. 1610 Enclosed please find your original bid bond for CC No. 1610. Sincerely, Robin Estanislau, CIVIC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand SECTION C PROPOSAL for the construction of McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC No. 1610 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic 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 180 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 re-advertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid,find Bidder's Bond in the amount of 10% which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Electronic Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature 1 12/01/2021 2 12/02/2021 3 12/10/2021 4 12/10/2021 C-2 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 See Electronic Line item Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, material and equipment to mobilize, 1 demobilize, and provide cleanup of 1 LS construction site: provide all bonds, insurance, and obtain all permits. Per Plans and Specifications, furnish all labor, 2 material and equipment to conduct construction 1 LS survey and staking of the construction site. Per Plans and Specifications, furnish all labor, materials, and equipment as required to implement Construction Traffic and Pedestrian Control Plans to provide public convenience, safety and traffic control; including warning 3 signs, high level warning devices, delineators, 1 LS regulatory signs, barricades, and recessed trench plate bridging throughout the project. Traffic Control Plans were prepared by the Design Engineer and are provided in the Construction Drawings. Per Plans and Specifications, furnish all labor, materials and equipment to Pothole and locate horizontal and vertical positions of all existing 4 utilities in the vicinity of the work. Prepare a 24 EA report and submit it to the.City a minimum of four (4) weeks prior to start of construction to allow revisions to current design. Per Plans and Specifications, provide the services of a California Registered Geotechnical Engineer with experience in all 5 elements of the project, to provide 1 LS recommendations necessary for the design of the contractors shoring system, dewatering system, and settlement monitoring program. C-2.1 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, materials, and equipment as required, develop, design, and implement trench and excavation safety measures, consisting of sheeting, shoring, and bracing, or equivalent method for the protection of life and limb in trenches,pump station excavation, valve vault excavation, and other miscellaneous open excavations; and 6 protection of all adjacent structures in 1 LS conformance with applicable safety orders.The work includes preparation of shoring plans and calculations by a California registered structural engineer incorporating the requirements of the dewatering plan, and recommendations contained in the geotechnical study performed by the Contractor. Per Plans and Specifications, develop a Dewatering Plan prepared by a California Registered Geotechnical Engineer, incorporating the requirements of the shoring plan and any additional geotechnical information developed by the Contractor. The work includes: obtaining NPDES permit from 7 the Regional Water Quality Control Board,well 1 LS drilling and destruction permits from Orange County Health Department, field testing required for the design of the dewatering system, implementation of the dewatering program, and removal of the dewatering system, including monitoring wells, when no longer needed. Per Plans and Specifications, develop Storm Water Pollution Prevention Plan (SWPPP) furnish all labor, materials, and equipment as required to install and maintain all BMP's 8 identified in the approved SWPPP throughout 1 LS the duration of construction. At the completion of construction, all BMP's shall be removed by the CONTRACTOR, and the site and all facilities restored to their original condition. C-2.2 ADDENDUM NO.1 DECEMBER 1, 2021 SCHEDULE A LILT HERNANDEZ P.E BIDDING SCHEDULE � � THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, implement a site monitoring program to evaluate groundwater, settlement,and vibration in accordance with the 9 recommendations contained in the Contractor's 1 LS Geotechnical Investigation Report for construction of the lift station sewers, wet well and valve vault. Per Plans and Specifications, furnish all labor materials and equipment necessary for sitework demolition and preparation for the new pump station site and the legal disposal of all removed materials. The work includes, but is not limited 10 to: demolition, removal, and disposal of 1 LS pavement, curb, gutter, sidewalk, conduits, wires, irrigation piping,and pull boxes Dawson Lane and McFadden Ave; documentation of pre-construction site conditions; and all other appurtenant work required. Per Plans and Specifications, furnish all labor materials and equipment necessary to abandon the existing gravity sewer, force main, and manhole. The work includes, but is not limited 11 to: cement slurry; asphalt concrete paving, 1 LS curb, gutter, and sidewalk removal and restoration; plugging of existing manholes; removal of existing manhole, fill with sand and reconstruct surface; and all other appurtenant work required. Per Plans and Specifications, furnish all labor, material and equipment necessary, to construct 4-foot diameter polymer concrete sewer manhole and composite frame and cover. The work includes,but is not limited to: factory cast 12 monolithic base; precast manhole sections; 1 LS Sancon rehabilitation of MH 1633; exterior coating and joint wrap system; composite manhole frame and cover; connections to new and existing sanitary sewers; and all appurtenant work required. Adjust Manholes to grade per plan 505. ADDENDUM 1 C-2.3 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, 13 materials and equipment necessary,to construct 1,163 LF 8-inch diameter VCP sewer in Dawson Lane and McFadden Ave. ADDENDUM 1 Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct Coating System No. 7 reinforced concrete, Studiiner 116PEAlined wet 14 well with H-20 rated 316 stainless steel 1 LS lockable access hatch with fiberglass safety rack, access manway, exterior waterproofing and all other required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct reinforced concrete valve vault,with H-20 rated 15 aluminum 2-door lockable access hatch, 316 1 LS stainless steel ladders, sump, exterior waterproofing, and all other required appurtenances Per Plans and Specifications, Furnish all labor, materials and equipment necessary and Install Wet Well Mechanical Equipment, including 5 HP, 117 gpm recessed impeller slide-rail submersible pumps and motors; 316 stainless 16 steel discharge elbows; 4-inch 316 stainless 1 LS steel discharge piping, fittings and support brackets; 316 stainless steel slide-rail system, guide brackets, lifting chain and bails; 316 stainless steel cable racks, level transducer stilling well;duckbill check valve; and all other required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary and Install Valve Vault Mechanical Equipment, including pipe, valves, fittings, couplings, 17 electromagnetic flow meter, insulating flanges, 1 LS flexible expansion joint with joint bonding and sacrificial anodes, 316 stainless steel pipe supports, bypass connection, ladder up device and all other required appurtenances. C-2.4 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct piping between the wet well and valve vault, and construct miscellaneous pipe, including all 18 fittings; buried insulating flange kits and test 1 LS stations; flexible expansion joint with joint bonding; 6-inch, 316 stainless steel pipe; 3- inch, PVC pipe; excavation; imported backfill; compaction; and all required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary, and construct 6-inch AWWA C900 DR 14 PVC 19 sewer force main, including all fittings; thrust 1 LS blocks, cathodic protection; connection to discharge manhole; and Sancon rehabilitation of MH 1588. Per Plans and Specifications, furnish all labor, materials and equipment necessary to 20 coordinate with Southern California Gas 1 LS Company, and construct permanent natural gas service to the new McFadden Lift Station site. Per Plans and Specifications, furnish all labor, materials, and equipment necessary and install 30 kW natural gas fuel emergency generator set in a sound attenuated enclosure, including all 21 conduits,wires,pipes,fittings,valves, controls, 1 LS reinforced concrete base, 2-inch tape wrapped steel pipe from the meter service meter to the generator, 8' CMU enclosure with wall spikes, and all appurtenances. Per Plans and Specifications, furnish all labor, materials, equipment necessary to furnish and 22 install site electrical and instrumentation 1 LS systems; including conductors, raceway, switches, lights, receptacles, level transducers, float switches, and all required appurtenances. C-2.5 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, materials and equipment necessary and install 316 stainless steel, NEMA 4X transfer switch enclosure, including automatic transfer switch with manual bypass, double throw manual 23 transfer switch, portable generator receptacle; 1 LS coordination with SCE to provide electrical service to site;4-inch conduit with pull-rope for SCE conductor; 100 amp main switchboard; concrete pads for electrical equipment; and all required appurtenances; complete and in place, with all required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary and install 24 pump control panel and PLC panel and 1 LS appurtenances, as well as mounting those panels to a reinforced concrete base. Per Plans and Specifications, furnish all labor, 25 material and equipment necessary, and conduct 1 LS lift station start up and testing to full satisfaction of the City of Huntington Beach. Per Plans and Specifications, furnish all labor, materials and equipment necessary, and demolish existing City of Huntington Beach McFadden Sewer Lift Station, including removal,handling,and proper disposal of lead- based paint; removal and proper disposal of all equipment within the existing Lift Station; coordination and removal of SCE service meter, main disconnect, and manual transfer 26 switch, and delivery of salvaged equipment to 1 LS City Yard;cleaning, lining,and rechanneling of the wet well; removal of the top 8-feet of the dry well structure; backfilling of remaining dry well with Class 100-E-100 slurry; re- channelizing and interior coating of an existing influent manhole; filling of existing to be abandoned pipes with low strength slurry mix; backfilling of the excavation with approved materials; and all appurtenant work. C-2.6 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications furnish all labor, materials and equipment necessary, to restore and construct concrete curb, gutter, driveway, 27 local depressions, sidewalk, and ramps to pre- 2,940 SF construction condition,and construction of new concrete pad around the wet well, valve vault, and meter vault. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to restore and construct the landscape and irrigation 28 system to pre-construction condition, the 1 LS installation of two trees for every tree removed, and the installation of shrubs along Dawson Lane for screening. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to remove and full depth replace existing disturbed aggregate base (AB), sawcut remove and full depth replace existing disturbed asphalt 29A concrete (AC), within the Dawson Lane and 8,570 SF McFadden Ave (6" AC over 10" AB). Work also includes removal and replacement of all impacted pavement and curb markings, striping, and adjustment of existing boxes, manholes,valve cans to grade, in Dawson Lane and McFadden Avenue. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to provide a 2-inch asphalt cement grind, and provide a 2- inch asphalt cement cap within the Dawson 29B Lane and McFadden Ave. Work also includes 7,770 SF removal and replacement of all impacted pavement and curb markings, striping, and adjustment of existing boxes, manholes, valve cans to grade, in Dawson Lane and McFadden Avenue. C-2.7 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, materials, and equipment necessary to provide the services of a California Registered 30 Professional Land Surveyor,with experience in 1 LS all elements of the project, for the replacement of survey monuments. TOTAL BID ITEMS 1 THRU 30 FOR MCFADDEN SEWER PUMP $ See Electronic Line Item STATION REPLACEMENT PROJECT Total Amount of Base Bid in Writing: See Electronic Line item Note: Refer to Section 01025,Measurement and Payment for description of each Item on Bid Schedule. Refer to Section 01025 Measurement and Payment for additional details. All extensions of unit process will be subject to verification by Owner. In case verification is required between the unit price and the extension,the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.8 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 12, 14 Sancon Engineering Inc. 774055 A 1000008879 33,540.00 1.16 29B Hardy& Harper Inc. 215952 A 1000000076 80,000.00 2.78 27 Robertson's Ready Mix- 1000039563 15,000.00 0.52 Supplying Concrete Only 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 ow',-"-- ! ,at -J' - Date City State Ali Yazdanshenas ,being first duly sworn, deposes and says that he or she is President of Arnaz Fnaineering Contractors.Indhe 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 Arnaz Eneineering Contractors Inc. Name of Bidder Signature of Bidder , 1035 N Armando St. Suite x Anaheim Ca. 92806 Address of Bidder C-a UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA City Council: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the McFadden Lift Station Replacement Project, CC No. 1610, (1)(we)(it) will employ and utilize only qualified persons,as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person"is defined in Title 8, California Administrative Code,Section 2700,as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Arnaz Engineerina Contractors Inc. Contractor By Ali Yazdanshenas President Title C-s DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified,removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes W No If the answer is yes,explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Arnaz Engineering Contractors Inc. Contractor By Ali tazdanshenas President_____ Title Date:I I C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: _Arnaz Engineering Contractors,Inc. Bidder Name 1035 N Armando Street Suite"Y' Business Address Anaheim CA 92806 City, State Zip (714 ) 6661765 arnazen�a aol com Telephone Number Email Address 755332,Class A and B State Contractor's License No.and Class 10/16/1998 Original Date Issued 10/31/2022 Expiration Date The work site was inspected by Ali Yazdanshenas of our office on Nov.31 st ,20V 1. The following are persons,firms,and corporations having a principal interest in this proposal: Ali Yazdanshenas (' 6 Ya7danshenas Amir Yazdanshenas 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. Arnaz Engineering Contractors Inc. Company N Signature of Bidder Ali Yazdanshenas Printed or Typed Signature C-8 PLEASE NOTE:ARNAZ ENGINEERING WAS DOING BUSINESS AS"ARA ENGINEERING"SINCE 1984 TO 1998 NOTARY CERTIFICATE Subscribed and sworn to before me this? day of IvA✓- ,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 G&,64—let ) County of &j!jh" On V. i —__before me, �,rA�' "�1'V-ele -� �, tiy_�T �r��`"(f Month, Year Insert Name and Title of Notary personally appeared jC ne u- y& 2 c1 16 r r' e trG Name( )of Signer who proved to me on the basis of satisfactory evidence to be the person(,) whose name(is area subscribed to the within instrument and acknowledged to me that&sHe/thdy executed the same in 65)bg7thor authorized capacity(igd),and that by l�`jWr/their signature(4on the instrument the persono,or the entity upon behalf of which the person acted,executed the instrument. I certify under PENALTY OF PER3URY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. cYraoi BUESGHEL X COMM.#2291874 W NOTARY PUBLIC-CALIFORNIA X >' RIVERSIDE COUNTY My Comm.Expires July 5.2023 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 sanitary sewer pipeline installation of at least of 1,000 of 8-inch or greater diameter and pipeline construction in high ground water regions with trench depths of 10-feet to the invert in the public right-of-way. Sanitary sewer lift stations installations with wet well excavations to a depth of 22 feet below existing ground in a high ground water environment,with project work within public right of way.. 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 REDONDO BEACH,415 Diamond Street. Redondo Beach, CA 90277 Name and Address of Public Agency Name and Telephone No. of Project Manager: MR. MAZIN AZZAWI 424-488-9436 $980K RINDGE SEWER LIFT STATIONS 1999 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: CONSTRUCTION OF RINDGE LIFT STATION,INCLUDING 2,600 FEET OF PIPE LINE,TWO PUMPS AND A GENERATOR.ALSO,INS.&CONTROLS. NOTE:TOTAL OF 7 LIFT STATION SIMILAR TO THE ABOVE WERE CONSTRUCTED IN CITY OF REDONDO BEACH BY ARNAZ ENGINEERING. 2. CITY OF CORONA,400 S.Vicentia Ave. Corona, CA 92882 Name and Address of Public Agency Name and Telephone No. of Project Manager: MR.TOM MOODY, GENERAL MANAGER (951)736-2477 2.5M CONSTRUCTION OF SEWER FILTRATION FACILITY 2011 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: COMPLETE SEWER FILTRATION FACILITY, INCLUDING LIFT STATION, PUMPS, GENERATOR, INSTRUMENTATION AND CONTROLS, FURNISHING CONTROL PANELS, PLC AND SCADA PROGRAMING 3. CITY OF ANAHEIM, 200 S Anaheim Blvd, Anaheim, CA 92805 Name and Address of Public Agency Name and Telephone No. of Project Manager: MR. EDUARDO LOMILI (714) 313-9390 1.9M CONSTRUCTION OF 5 PRESSURE REGULATING STATIONS 2021 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: CONSTRUCTION OF FIVE PRESSURE REGULATIND STATIONS IN VARIOUS LOCATIONS IN THE CITY OF ANAHEIM 8", 12", 16", AND 24" OF MAIN WATER PIPELINE TO TIE IN EXISTING MAINS. PLEASE NOTE: ARNAZ ENGINEERING WAS DOING BUSINESS AS"ARA ENGINEERING' SINCE 1984 TO 1998 C-10 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of sanitary sewer pipeline installation of at least of 1,000 of 8-inch or greater diameter and pipeline construction in high ground water regions with trench depths of 10-feet to the invert in the public right-of-way. Sanitary sewer lift stations installations with wet well excavations to a depth of 22 feet below existing ground in a high groundwater environment,with project work within public right of way.. 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. CITY OF SANTA ANA, 20 Civic Center Plaza, Santa Ana, CA 92701 Name and Address of Public Agency Name and Telephone No. of Project Manager: MR. TYRONE CHESANEK (949)285-5529 4.5M COMPLETE REBUILD OF BOOSTER STATION 2020 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: COMPLETE DEMOLITION AND CIVIL, STRUCTURAL, MECHANICAL, ELECTRICAL,AUTOMATION&CONTROLS REBUILD OF WALNUT BOOSTER STATION. INCLUDING INSTALLING 6 PUMPS, POWER GENERATOR, PROGRAMMING. 2. CITY OF SANTA ANA, 20 CIVIC CENTER PLAZA, SANTA ANA, CA 92701 Name and Address of Public Agency Name and Telephone No. of Project Manager: MICHAEL ORTIZ- (714) 615-0892 1.2 M REBILITATION OF TWO STORM WATER LIFT STATIONS 2021 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: COMPLETE REHABILITATION OF TWO STORM WATER LIFT STATIONS IN SANTA ANA CIVIC CENTER INCLUDING INSTALLING 4 NEW SUBMERSIBLE PUMPS, NEW CONTROL PANELS, PLC PROGRAMMING AND NEW SCADA SYSTEM IMPLEMENTATION. 3. CITY OF SANTA ANA, 20 CIVIC CENTER PLAZA, SANTA ANA, CA 92701 Name and Address of Public Agency Name and Telephone No. of Project Manager: MICHAEL ORTIZ-(714)615-0892 690K FIRST STREET UNDERCROSSING LIFT STATION 2021 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: COMPLETE REHABILITATION OF STORM WATER LIFT STATION, INCLUDING NEW SUBMERSIBLE PUMPS CONTROL PANELS, PLC&SCADA PROGRAMING. PLEASE NOTE: ARNAZ ENGINEERING WAS DOING BUSINESS AS"ARA ENGINEERING' SINCE 1984 TO 1998 C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. l ALIYAZDANSHENAS Name of proposed Project Manager Telephone No. of proposed Project Manager: 949-279-0027 WALNUT BOOSTER STATION BUILDING WATER BOOSTER STATION 2020 Project Name & Contract Amount Type of Work Date Completed CIVIC CENTER PLAZA LIFT STATIONS TWO STORM WATER LIFT STATIONS 2021 Project Name & Contract Amount Type of Work Date Completed PRS PROJECT-CONSTRUCTION OF PRESSURE REGULATING STATIONS 2021 Project Name & Contract Amount Type of Work Date Completed 2. YOUSEF HABHAB&RAUL RODRIGUEZ Name of proposed Superintendent Telephone No. of proposed Superintendent: 650-302-2842 / 909-973-3145 PRS PROJECT-CONSTRUCTION OF PRESSURE REGULATING STATIONS 2021 Project Name & Contract Amount Type of Work Date Completed CIVIC CENTER PLAZA LIFT STATIONS TWO STORM WATER LIFT STATIONS 2021 Project Name & Contract Amount Type of Work Date Completed RINDGE PUMP STATION CONSTRUCTION OF SEWER LIFT STATION AND PIPELINE 1999 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/PublieWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call(844)522-6734 httpsJ/efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationFortn 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. ARnaz Engineering Contractors,Inc. Contractor By Ali Yazdanshenas arnazeng(a)aol.com Email President Title Date: t 1 I-ef PWC Registration 4: 1000005485 C-12 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 1,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) The date and time of the bid for this project shall remain unchanged. Bids are due on December 7,2021,at 10:00 AM. 2) Table of Sections:TOS-2, Delete Section 09800, HDPE Sheet Lining. 3) Specifications: DIVISION 9 — SECTION 09810, FINISHES, HDPE SHEET LINING. Delete the entire section 09810, including all pages beginning and including 09810-1 through 09810-10. 4) Specifications: DIVISION 9—SECTION 09900, PROTECTIVE COATINGS. a. Remove entire section 09900, including all pages beginning and including 09900-1 through 09900-20. b. Replace with new SECTION 09900—Addendum No. 1 12/01/2021, pages 09900-1 through 09900-22. SECTION 09900 revised to include Section 09900, 2.4.6.6 (System No.7)which is highlighted in yellow. 5) Delete Studl-iner HDPE and replace with Coating System No. 7, in Schedule A - Bid Item 14, SECTION 01025, 1.18.6, Section 02702.1.1.A,02702.3.4.A, and any place within the Project Plan Set. 6) Specifications: SECTION 17000 — PUMP CONTROL PANEL (MCC) AND PLC PANEL, 1.1 DESCRIPTION. Remove the following: The CITY's recommended panel builder is ESL Power Systems, Inc.2800 Palisades Drive, Corona, CA 92880 Ph. (951)739-7000. 7) Modify Schedule A - Bid Item 12, Description to include the following: Adjust Manholes to grade per Standard Plan 505. This is to acknowledge receipt and review of Addendum Number One,dated December 1,2021. ARNAZ ENGINEERING CONTRACTORS,INC. Company Name By Ali az ans enas President 12/2/21 Date 1 of 1 of 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 McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 2,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) The date of the bid for this project CHANGED. Bids are due on December 8,2021,at 10:00 AM. 2) Specifications-SECTION 01025,MEASUREMENT AND PAYMENTS: a. Pages 01025-13 and 01025-14, 1.33 B and 1.33 D — Asphalt Paving and Striping (Bid Item No. 29A). Revise language stating "Payment will be at the unit price named in the Bid Schedule under Item No. 28K to "Payment will be at the unit price named in the Bid Schedule under Item No. 29K. b. Page 01025-14, 1.34 B—Asphalt Paving and Striping (Bid Item No.29B). I. Delete language stating"Payment for 2-inch asphalt cement grind includes all labor, materials, and equipment necessary; and doing all work required to provide a 2-inch grind throughout Dawson Lane, , and North Greer Park parking lot to the limits shown on the Contract Drawings, pavement removal and disposal, and all required appurtenant work not included in other bid items, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No. 289. ii. Replace with language stating "Payment for 2-inch asphalt cement grind includes all labor, materials, and equipment necessary; and doing all work required to provide a 2-inch grind throughout Dawson Lane and North Greer Park parking lot to the limits shown on the Contract Drawings, pavement removal and disposal, and all required appurtenant work not included in other bid items, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No. 29B." c. Page 01025-14, 1.34 C—Asphalt Paving and Striping(Bid Item No.29B). i. Delete language stating "Payment for 2-inch asphalt cement cap and final road restoration includes all labor, materials, and equipment necessary; and doing all work required to provide a 2-inch AC cap throughout Dawson Lane, McFadden Avenue, and NeFth GFeeF PaFk paFkiRg 19 to the limits shown on the Contract Drawings.The work also includes but is not limited to:survey;2-inch pavement cap, removal and disposal of excess material; adjustment of existing manhole covers, valve cans, and utility boxes to grade, including construction of concrete collars; replacement of all pavement striping and markings; and all required appurtenances, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No.289." 1 of 2 of Addendum No.2 ii. Replace with language stating "Payment for 2-inch asphalt cement cap and final road restoration includes all labor, materials, and equipment necessary; and doing all work required to provide a 2-inch AC cap throughout Dawson Lane and McFadden Avenue per City Standard 109 and limits shown on the Contract Drawings. The work also includes but is not limited to: survey;2-inch pavement cap, removal and disposal of excess material; adjustment of existing manhole covers, valve cans, and utility boxes to grade, including construction of concrete collars; replacement of all pavement striping and markings; and all required appurtenances, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No.29A." d. Pages 01025-14 and 01025-15, 1.3513 — Asphalt Paving and Striping (Bid Item No. 30). Revise language stating "Payment will be made at the lump sum price named in the Bid Schedule under Item No. 29 to "Payment will be made at the lump sum price named in the Bid Schedule under Item No. 30." 3) Specifications - SECTION 01010, SUMMARY OF WORK, page 01010-6, 1.5 Project Description,A—Utility Services: a. Delete language stating "All fees charged by these utility companies for supplying the required services, will be paid separately by the CITY, including the fee for the installation of the gas service". b. Replace with language stating "All fees charged by these utility companies (SCE and SCG) for supplying and connecting the required services will be paid separately by the CITY. The City will pay the gas connection and installation fees to connect the new gas service to the existing SCG gas main pipeline located at the intersection of Goldenwest and McFadden. The contactor, if veriforce certified or a veriforce certified subcontractor, will perform the excavation work for SCG to connect to the existing gas main in Goldenwest; and also excavation work for the generator enclosure connection at gas meter." This is to acknowledge receipt and review of Addendum Number Two,dated December 2,2021. ARNAZ ENGINEERING CONTRACTORS, INC. / Company Name By Ali az ans enas rest ent 12/3/21 Date 2 of 2 of Addendum No.2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax(714) 374-1573 ADDENDUM NUMBER FOUR For McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 8,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) Bids are due on December 15,2021,at 10:00 AM. 2) In addition to the Specifications Section 02702 Precast Concrete Vaults and Wet Wells, the City will accept prefabricated Polymer Wet Wells, provided they meet the following conditions: a. The Contractor shall provide submittals as outlined in 02702.1.4 and compliance with Sections 02702.1.5, 02702.1.6, 20702.1.7, 20702.2.1.A, D, E, F, G, H, I, J, 02702.2.2, 02702.3.1, and 02702.3.2. b. Sections 02702.3.3 and 02702.3.4 are not required provided Polymer Wet Wells include proof of independent chemical resistance testing conducted in accordance with the Standard Specifications for Public Works Construction Greenbook Section 211-2. c. Prior to backfill the Wet Well Structure shall be hydrostatic leak tested in accordance with Section 02730. d. Compliance with Specification Section 02701, except 02701.2.4. Section 02701.2.4 shall be considered optional. This is to acknowledge receipt and review of Addendum Number Four,dated December 8,2021. Arnaz Engineering Contractors, Inc. e"�L Company Name By Ali Yazdanshenas/President 12/10/2021 Date 1 of 1 of Addendum No.4 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax(714) 374-1573 ADDENDUM NUMBER THREE For McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 7,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) The date of the bid for this project has CHANGED. Bids are due on December 15,2021,at 10:00 AM. 2) Construction of the Sanitary Sewer in the center of McFadden Avenue shall be in accordance with the project specific Traffic Control Plans T-01 to T-04 and Specification SECTION 5-7.9.2 which states the following: McFadden Avenue and Goldenwest Street: Maintain one through travel lane in each direction during work hours, with all travel lanes being opened to traffic outside of working hours. Vehicular traffic may be restricted to one lane in each direction during the duration of the construction contract.All work in McFadden Avenue shall be between the hours of 9:00 AM and 4:00 PM. Traffic Control shall be removed at the end of each workday.Any open trench shall be covered with recessed steel trench plates. The plates shall be recessed to be flush with the road surface. OR Construction of the Sanitary Sewer in the center of McFadden Avenue shall be in accordance with the following conditions: a) The Contractor shall prepare a Traffic Control Plan and submit to the City for review and approval. b) The cost of the revised traffic control plans shall be included in the unit cost per lineal foot to construct the sanitary sewer line in McFadden Avenue. c) A 24/7 K-Rail closure will be permitted for a maximum of 20 consecutive working days within the center of McFadden Avenue. d) One east bound lane and one west bound lane shall be available 24/7,with a minimum lane width of 11-feet. 1 of 2 of Addendum No.3 e) Maintain the existing east and west bound bicycle lanes throughout the duration of the construction. f) The K-Rail closure shall be limited between Stations 1+80 and 11+00. Construction of the gravity sewer from Station 11+00 to 13+21 shall be in accordance with the project specific Traffic Control Plans T-01 to T-04 and Specification SECTION 5-7.9.2. g) Work hours within the K-Rail shall be limited to 8:00 AM to 4:00 PM. h) All dewatering facilities shall be maintained within the K-Rail closure or shall be buried. i) Contractor shall convey dewatering effluent to the nearest City of Huntington Beach Storm Drain facilities, located near the intersection of Hanover Lane and McFadden Avenue, or to the Lake located in Greer Park. This is to acknowledge receipt and review of Addendum Number Three,dated December 7,2021. Arnaz Engineering Contractors, Inc. 2�-? Company Name By Ali az ans enas President 12/10/2021 Date 2 of 2 of Addendum No.3 City of Huntington Beach Page 1 of 4 McFadden Sewer Lift Station Replacement(CC-1610).bidding on 12(1512021 10:00 AM(PST) Printed 1215i2021 Bid ResL11ts Bidder Details Vendor Name Arnaz Engineering Contractors,Inc. Address 1035N Armando Street,Suite x Anaheim,California 92675 United States Respondee Ali Yazdanshenas Respondee Title President Phone 949-279-0027 Email arnazeng@aol.com Vendor Type License# Bid Detail Bid Format Electronic Submitted 12i15i2021 7:41 AM(PST) Delivery Method Bid Responsive Bid Status Submitted Confirmation# 274911 Respondee Comment, Buyer Conirnerlt At i.3-1chi-nents File Title File Name File Type Proposal Signed 4.pdf Proposal Signed 4.pdf Section C-Proposal pages C-1 to C-12 PlanetBids,Inc. City of Huntington Beach Page 2 of 4 McFadden Sewer Lift Station Replacement(CC-1610),bidding on 12/15/2021 10.00 AM(PST) Printed 12115/2021 Discount Terms No Discount )tam Rem Type Rem Description....... UOM OTY Unit Price Line Total Response Comment a Code : Sheett $2,974,905.00 1 1 Per Plans and Specifications,furnish all labor,material end equipment to mobilize,demobilize,and provide cleanup of construction site: LS 1 $120.000.00 $120,000.00 Yes provide all bonds,Insurance,and obtain all permits. 2 2 Per Plena and Specifications,fumish all labor,material and equipment to conduct construction survey and staking of the construction site. LS 1 $15,000.00 $15,000.00 Yes Per Plans and Specifications,fumish all labor,materials,and equipment as required to implement Construction Traffic and Pedestrian 3 3 Control Plans to provide public convenience,safety and traffic control;including warning signs,high level warning devices,delineators, LS i 545,000.00 545,000.00 Yes regulatory signs,barricades,and recessed trench plate bridging throughout the project.Traffic Control Plans were prepared by the Design Engineer and arc provided in the Construction Drawings. Per Plane and Specifications,fumish all labor,materials and equipment to Pothole and locate horizontal and vertical positions of all 4 4 existing utilities In the vicinity of the work.Prepare a report and submit It to the City a minimum of four(4)weeks prior to start of EA 24 $2,000.00 $48,000.00 Yes construction to allow revisions to current design. Per Plans and Spectficatiorw,provide the services of a California Registered Geotechnical Engineer with experience In all elements of the 5 5 project,to provide recommendations necessary for the design of the contractors shoring system,dewatering system,and settlement LS 1 515,000.00 $15,000.00 Yes monitoring program. Per Plans and Specifications,furnish all labor,materials,and equipment as required,develop,design,and implement trench and excavation safety measures,consisting of sheeting,shoring,and bracing,or equivalent method for the protection of life and limb In trenches,pump '.6 6 station excavation,valve vault excavation,and other miscellaneous open excavations;and protection of a8 adjacent structures in LS i $50,000.GO $50,000.00 Yes confoirrnance with applicable safety orders.The work Includes preparation of shoring plans and calculations by a California registered structural engineer incorporating the requirements of the dewatering plan,and recommendations contained in the geotechnical study performed by the Contractor. Per Plans and Specifications,develop a Dewatering Plan prepared by a California Registered Geotechnicai Engineer,incorporating the requirements of the shoring plan and any additional geotechnical information developed by the Contractor.The work Includes:obtaining 7 7 NPDES permit from the Regional Water Quality Control Board,well drilling and destruction permits from Orange County Health Department, LS 1 930,000.00 $30,000.00 :Yes field testing required for the design of the dewaterltg system,implementation of the dewatering program,and removal of the dewatering system,including monitoring wells,when no longer needed. Per Plans and Specifications,develop Storm Water Pollution Prevention Plan(SW PPP)furnish all labor materials,and equipment as 8 a required to install and maintain all BMP's Identified in the approved SW PPP throughout the duration of construction.At the completion of LS 1 $10,000.00 $10,000.00 Yes construction,all BMP's shall be removed by the CONTRACTOR,and the she and all facilities restored to their original condition. Per Plans and Specifications,Implement a site monitoring program to evaluate groundwater,settlement,and vibration in accordance with 9 9 the recommendations contained in the Contrachies Geotechnical investigation Report for construction of the lift station sewers,wet well LS i $151000.DO 515,000.00 Yes and valve vault. Per Plains and Specifications,furnish all labor materials and equipment necessary for sitewark demolition and preparation for the new 10 10 pump station site and the legal disposal of all removed materials.The work includes,but Is not limited to:demolition,removal,and disposal LS 1 535,000.00 $35,000,00 Yes of pavement,curb,gutter,sidewalk,conduits,wires,Irrigation piping,and pull boxes Dawson Lane and McFadden Ave;documentation of pre-construction she conditions;and all other appurtenant work required. Per Plans and Specification,furnish all labor materials and equipment necessary to abandon the existing gravity sewer,force main,and 11 11 manhole.The work Includes,but Is not limited to:cement slurry;asphalt concrete paving,curb,gutter,and sidewalk removal and LS 1 $80,000.00 $80,000.00 Yes restorsUvn;plugging of existing manholes;removal of existing manhole,fill with sand and reconstruct surface;and all other appurtenant work required. '.. Per Plans and specifications,furnish all labor,material and equipment necessary,to construct 4-toot diameter polymer concrete sewn 12 12 manhole and composite frame and cover.The work Includes,but Is not limited to:factory teat monolithic base;precast manhole sections; LS 1 $36,000.00 $35,000.00 Yes Sancon rehabilitation of MH 1633;exterior coating and joint wrap system;composite manhole frame and cover,connections to new and existing sanitary sewers;and a0 appurtenant work repaired. 13 13 Per Plans and Specifications,furnish all labor,materials and equipment necessary,to censtruct 8-inch diameter VCP sewer in Dawson Lane LF 1163 5395.00 $459,385.00 Yes and McFadden Ave. Per Plans and Specifications,furnish all labor,materials and equipment necessary to construct reinforced concrete,Studi HOPE lined 14 14 wet well with H-20 rated 316 stainless steel lockable access hatch with fiberglass safety rack access manwag exterior waterproofing and LS 1 $400,000.00 $400,000.00 Yes all other required appurtenances. Per Plans and Specifications,fumish all labor,materials and equipment necessary to construct reinforced concrete valve vault,with H-20 15 15 rated aluminum 2-dom lockable access hatch,316 stainless steel ladders,sump,exterior waterproofing,and all other required LS 1 $225,000.00 $225,000,00 Yes appurtenances Per Plans and Specifications,Furnish all labor,materials and equipment necessary and Install Wet Well Mechanical Equipment,including 5 16 16 HP,117 gpm recessed impeller slide-rail submersible pumps and motors;316 stainless steel discharge elbows;4-Inch 316 stainless steel LS 1 $300.000.00 $300,000.00 Yes discharge piping,fittings and support brackets;316 stainless steel slide-rail system,guide brackets,Inns chain and balls;316 stainless steel cable racks,level transducer sidling well;duckbill check valve;and all other required appurtenances. Per Plans and Specifications,furnish all labor,materials and equipment necessary and Install Valve Vault Mechanical Equipment Including 17 17 pipe,valves,fittings,couplings,electromagnetic flow meter,insulating flanges,flexible expansion joint with joint bonding and sacrificial LS 1 $90,001 $90,000.00 Yes anodes,316 stainless steel pipe supports,bypass connection,ladder up device and all other required appurtenances. Par Plans and SpeciRications,furnish all labor,materials and equipment necessary to construct piping between the wet well and valve vault, is '..18 and construct miscellaneous pipe,including all fittings;buried insulating flange kits and test stations;flexible expansion joint with joint LS 1 512,000.00 $12,000.00 Yes bonding;6-Inch,316 stainless steel pipe;3-Inch,PVC pipe;excavation;Imported backfilh,compaction;and all required appurtenances. -Par Plans and Specifications,furnish all labor,materiels and equipment necessary,and construct 6-Inch AW WA C900 DR 14 PVC sewer 19 19 force main,including all fittings;thrust blocks,cathodic protection;connection to discharge manhole;and Sancon rehabilitation of MH LS 1 $35,000.00 $35,000.00 Yes 1588. 20 20 Per Plans and Specifications,fumish all labor,materials and equipment necessary to coordinate with Southern California Gas Company, LS 1 $35,000.00 $35,000.00 Yes and construct permanent natural gas service to the new McFadden Lift Station site. Planet Bids,Inc. City of Huntington Beach Page 3 of 4 McFadden Sewer Lift Station Replacement(CC-1610).bidding on 12115i2021 1&00 AM(PST) Printed 1 211 512 0 2 1 Per Plans and Specifications,furnish all labor,materials,and equipment necessary and install 30 kW natural gas fuel emergency generator '.21 21 set In a sound attenuated enclosure,Including all conduits,wires,pipes,fittings,valves,controls,reinforced concrete base,2-inch tape LS 1 $280,000.00 $280,000.00 Yes wrapped steel pipe from the meter service meter to the generator,8'CMU enclosure with wall spikes,and all appurtenances. 22 22 Per Plans and Specifications,furnish all labor,materials,equipment necessary to furnish and install site electrical and Instrumentation LS 1 S200,000.00 $200,000.00 Yes systems•,Including conductors,raceway,switches,lights,receptacles,level transducers,float switches,and ail required appurtenances. Per Plans and Specifications,furnish all labor,materials and equipment necessary and install 316 stainless steel.NEMA 4X transfer switch 23 23 enclosure,including automatic transfer switch with manual bypass,double throw,mama]transfer switch,portable generator receptacle; LS 1 S50,000.00 $50,000.00 Yes coordination with SCE to provide electrical service to sits;4-inch conduit with pull-rope for SCE conductor,100 amp main switchboard; concrete pads for electrical equipment;and ail required appurtenances;complete and in place,with all required appurtenances. 24 24 Par Plans and Specifications,furnish all labor,materials and equipment necessary and Install pump control panel and PLC panel and LS 1 S60,000.00 $60,000.00 Yes appurtenances,as well as mounting those panels to a reinforced concrete base. 25 25 Per Plans and Specifications,furnish all labor,material and equipment necessary,and conduct lift station start up and testing to full LS 1 S10,000.00 $10,000.00 Yes satisfaction of the City of Huntington Beach. Per Plans and Specifications,furnish all labor,materials and equipment necessary,and demolish existing City of Huntington Beach McFadden Sewer Lift Station,Including removal,handling,and proper disposal of lead-based paint,removal and proper disposal of all equipment within tine existing Lift Station;coordination and removal of SCE service meter,main disconnect,and manual transfer switch, 26 26 and delivery of salvaged equipment to City Yard;cleaning,lining,and rechanneling of the wet well;removal of the top 8-feet of the dry well LS 1 S45,000.D0 $45,000.00 Yes structure;backBliing of remaining dry well with Class 100-E-100 slurry;re-channelizing and Interior coating of an existing Influent manhole;filling of existing to be abandoned pipes with low strength slurry mix;backfiiling of the excavation with approved materials;and all appurtenant work. Per Plans and Specifications furnish all labor,materials and equipment necessary,to restore and construct concrete curb,gutter,driveway, - '.27 27 local depressions,sidewalk,and ramps to pre-construction condition,and construction of new concrete pad around the wet well,valve SF 2940 $15.00 $44,100.00 Yes vault,and meter vault. Per Plans and Specifications,furnish all labor,materials,and equipment necessary to restore and construct the landscape and irrigation 28 28 system to pre-construction condition,the Installation of two trees for every tree removed,and the Installation of shrubs along Dawson Lane LS 1 $10,000.00 $10.000.00 Yes for screening. Per Plans and Specifications,furnish all labor,materials,and equipment necessary to remove and full depth replace existing disturbed 29 29A aggregate base(AB),sawed remove and fug depth replace existing disturbed asphalt concrete(AC),within the Dawson Larne and SF 8570 $18.00 $154,260.00 Yes McFadden Ave(6"AC over 10'AS).Work also Includes removal and replacement of all impacted pavement and curb markings,striping, and adjustment of existing boxes,manholes,valve cans to grade,In Dawson Lane and McFadden Avenue. Per Plans and Specifications,furnish all labor,materials,and equipment necessary to provide a 2-inch asphalt cement grind,and provide a 30 298 2-Inch asphalt cement cap within the Dawson Lane and McFadden Ave.Work also Includes removal and replacement of all Impacted SF 7770 S8.00 $62,160.00 Yes pavement and curb markings,striping,and adjustment of existing boxes,manholes,valve cans to grade,In Dawson Lane and McFadden Avenue. 31 30 Per Plans and Specifications,furnish all labor,materials,and equipment necessary to provide the services of a California Registered LS 1 $5,000.00 $5,000.00 Yes Professional Land Surveyor,with experience In all elements of the project,for the replacement of survey monuments. PlanetBids,inc. City of Huntington Beach Page 4 of 4 McFadden Sewer Lift Station Replacement(CC-1610),bidding on 12115/2021 10:00 AM(PST) Printed 12115/2021 1 ire Iter,) Subtotals Section Title Line Total Sheetl $2,974,906.00 Grand Total _. $2,974,905.00 PlanetBids,Inc. C 7 � � N yC N m y 2 { 7:n, s N � a s CIO N n 0 0 CA -�- r ni S rn L/I ±- 4 -+- $:: I r O (�j Q O 77 © c. � o Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (,'Venue,legal statics and addr=r) (N-im,legal status mid principal place,)f buriaers) ARNAZ Engineering Contractors,Inc. Merchants Bonding Company(Mutual) 1035 Armando Street,Suite X PO Box 14498 Anaheim,CA 92806 Des Moines,IA 50306-3498 This document has Important legal consequences.Consultation Mailing Address for Notices with an attorney is encouraged Merchants Bonding Company(Mutual) with respect to its completion or OWNER: PO Box 14498 modification. ¢'+:om.l al status mid ad frm) Des Moines,IA 50306-3498 eR Any singular reference to City of Huntington Beach Contractor,Surety,Owner or 2000 Main Street other party shall be considered Huntington Beach,CA 92648 plural where applicable. BOND AMOUNT: $Ten Percent of Amount Bid(10%) PROJECT: (Aline.location or address:and1troj elturnrber,?farts) Invitation#CC-1610;McFadden Sewer Lift Station Replacement 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 themselecs.their hairs,oxceutors,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 specked in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and othemise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof:or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to pertinm the work covered by said bid,then this obligation shall be null and void,otherwise to remain in 1`411 force and ell[41.The Surety hereby waives any notice Oran agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid,Waiverornolice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid document%and the(hwter and Contractor shall obtain the Surety s consent liar an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontrsctots bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Band has been furnished to comply with a statutory or other legal requirement in the location or the pmjcct,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hercrront and provisions conforming to such statuUiry or other legal requirement shall be deemed incorporated herein.When so fumished,the intent is that this Bond shall be constnled as a statutory bond and not as a common law bond. Signed and scaled this 24th day of November,2021 ARNAZ Engineering Contractors,Inc. (Prlirctpal) �i .cz+ti,� -_vs� {Sea!) 01aAW) By: /- (Mlle) Merchants Bonding Company(Mutual) (Sure {.Veal) `fi tuner) Lisa Pellerito,Surety Account Rep (41 M11e)Vanessa Co eland Attorney-in-Fact S-00541AS 8110 CALIFORNIA ALL-PURPOSE ACKNONVLEDGNTENT 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 I 3 C7 before me, Natassia Kirk-Smith Notary Public, personally appeared _ Vanessa Copeland Name(s)of 5igner(sj who proved to me on the basis of satisfactory evidence to be the person(s)whose name(&)is/are subscribed to the within instrument and acknowledged to me that he/she/t executed the same in his/her/their authorized capacity(ics), 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 NATASUI KIRK•SMrrH A SS — laws of the State of California that the foregoing Notary pubtk•California paragraph is true and correct. Orange County Commission f 2253818 r WITNESS m hand and official se My Comm.Expires Aug 12.2022 y Signatu Signature of Not Ic P1aceNotary&at Above OPTIONAL ------ -----� _____ Though the information below is not required by law,it may prove valuable to persons relying on the document and could present fraudulent and reattachment of this form to another document. Description of Attached Document Type or Title of Document: Document Date: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies)Claimed by Signer(s) Capacity(ies)Claimed by Signer(s) Signer's Name: Vanessa Copeland 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 El Trustee ❑ Trustee El Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: T.— Signer Is Representing: 1? `:...,.'��,..,..n..�. ,...-, .-::'.v r ,�?,-,q .. F,.a.,�i ., n..,..-,.�i.-...-':,. ......K.^'. .. .� "v , ✓ W,v n':...,-..F y4-.''. _, 3 Rev. 1-15 M.ERCHANTS%P,. BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Eric Lowey;Jennifer Grenrood;Karyl A Richter;Kevin Cathcart;Lisa Pellerito;Marie Richardson;Michael Castaneda;Natassia Smith;Teresa I Jackson;Vanessa Copeland their true and lawful Attomey(s)-in-Fact,to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and amended August 14,2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. 'The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint AttorneysAn-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 11th day of January 2021 ••''ION.°.,� �..,... y;'oaP�R,4•..0 ;�O.QS�POg .�� MERCHANTS BONDING COAI�ANY(MUTUAL) : MERCHANT NATIONAL BONDING,INC. '.` 2003 :� +_ 1933 c: By � ';•a� .ate' *�,�� all-�. .........'.r3•, .�� ," •''t,.�. President STATE OF IOWA r•annrrr•.• •°•°••• COUNTY OF DALLAS ss. On this 11th day of January 2021 before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. POLLY MASON o > Commission Number 750576 My Commission Expires • � � January 07,2023 Notary Public (Expiration of rotary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 24th day of November 2021 ,� .Cr •ram:'t: 'ta .�•.6.. . : =' 1933 Secretary POA 0018(1120) 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 CV a t,.1 2,t before me, CYNDI BUESCHEL, Notary Public, personally appeared h(I e-b G f Who proved to me on the basis of satisfactory evidence to be the personV)whose name()&red subscribed to the within instrument and acknowledged to me that 6e sA/they/executed the same in his ho(r/the(r authorized capacity(io)and that by Iii hKr/theif signature(g)on the instrument the person,(, or the entity upon which the person()acted, executed the instrument. 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 seal. CYNDI BUESCHEL x {� COMM.#2291874 N NOTARY PUBLIC-CALIFORNIA X RIVERSIDECOUNTY j My Comm.Ex"vices July 5,2023 Signature��'� ' (Seal) CYNDI BUESC EL, Notary Public-Comm. #2291874 exp. 07/05/2023 Optional Information Description of Attached Document Title or type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(fes) Claimed by Signer(s) Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: _Corporate Officer _Corporate Officer _Partner _Partner _individual _Individual _Trustee _Trustee _Other Other Signer Is Representing: Signer is Representing: City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov fe:17:,909 a ` Office of the City Clerk Robin Estanislau, City Clerk May 17, 2022 Caliagua, Inc. 4930 E. La Palma Ave. Anaheim, CA 92807 RE: McFadden Sewer Lift Station Replacement—CC No. 1610 Enclosed please find your original bid bond for CC No. 1610 Sincerely, Robin Estanislau, CIVIC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand City of Huntington Beach Public Works Department 2000 Main Street Tel. (714)536-5431, Fax(714)374-1573 ADDENDUM NUMBER ONE For McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 1,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) The date and time of the bid for this project shall remain unchanged. Bids are due on December 7,2021,at 10:00 AM. 2) Table of Sections:TOS-2, Delete Section 09800,HDPE Sheet Lining. 3) Specifications: DIVISION 9 — SECTION 09810, FINISHES, HDPE SHEET LINING. Delete the entire section 09810,including all pages beginning and including 09810-1 through 09810-10. 4) Specifications: DIVISION 9—SECTION 09900,PROTECTIVE COATINGS. a. Remove entire section 09900, including all pages beginning and including 09900-1 through 09900-20. b. Replace with new SECTION 09900—Addendum No. 1 12/01/2021, pages 09900-1 through 09900-22. SECTION 09900 revised to include Section 09900, 2.4.6.6(System No.7)which is highlighted in yellow. 5) Delete Studl-iner HDPE and replace with Coating System No. 7, in Schedule A - Bid Item 14, SECTION 01025, 1.18.13, Section 02702.1.1.A,02702.3.4.A,and any place within the Project Plan Set. 6) Specifications: SECTION 17000 — PUMP CONTROL PANEL (MCC) AND PLC PANEL, 1.1 DESCRIPTION. Remove the following: The CITY's recommended panel builder is ESL Power Systems, Inc.2800 Palisades Drive, Corona,CA 92880 Ph.(951)739-7000. 7) Modify Schedule A- Bid Item 12, Description to include the following: Adjust Manholes to grade per Standard Plan 505. This is to acknowledge receipt and review of Addendum Number One,dated December 1,2021. (Aums)' �� - I 0�w (?t"— Company Name ByJ 12-I Date 1 of 1 of 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 McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 2,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) The date of the bid for this project CHANGED. Bids are due on December 8,2021,at 10:00 AM. 2) Specifications-SECTION 01025,MEASUREMENT AND PAYMENTS: a. Pages 01025-13 and 01025-14, 1.33 B and 1.33 D—Asphalt Paving and Striping (Bid Item No. 29A). Revise language stating"Payment will be at the unit price named in the Bid Schedule under Item No. 28A" to 'Payment will be at the unit price named in the Bid Schedule under Item No.29A". b. Page 01025-14, 1.34 B—Asphalt Paving and Striping(Bid Item No.29B). i. Delete language stating"Payment for 2-inch asphalt cement grind includes all labor, materials,and equipment necessary;and doing all work required to provide a 2-inch grind throughout Dawson Lane, MGF=addeR Ave , and North Greer Park parking lot to the limits shown on the Contract Drawings, pavement removal and disposal, and all required appurtenant work not included in other bid items, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No. 2813. ii. Replace with language stating "Payment for 2-inch asphalt cement grind includes all labor, materials, and equipment necessary, and doing all work required to provide a 2-inch grind throughout Dawson Lane and North Greer Park parking lot to the limits shown on the Contract Drawings,pavement removal and disposal,and all required appurtenant worts not included in other bid items, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No.29B." c. Page 01025-14, 1.34 C—Asphalt Paving and Striping(Bid Item No.29B). i. Delete language stating "Payment for 2-inch asphalt cement cap and final road restoration includes all labor, materials, and equipment necessary; and doing all work required to provide a 2-inch AC cap throughout Dawson Lane, McFadden Avenue, and NeFth GreeF PaFk paFkinq4et to the limits shown on the Contract Drawings.The work also includes but is not limited to:survey;2-inch pavement cap, removal and disposal of excess material; adjustment of existing manhole covers, valve cans, and utility boxes to grade, including construction of concrete collars; replacement of all pavement striping and markings; and all required appurtenances, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No.2-8B." 1 of 2 of Addendum No.2 ii. Replace with language stating "Payment for 2-inch asphalt cement cap and final road restoration includes all labor, materials, and equipment necessary; and doing all work required to provide a 2-inch AC cap throughout Dawson Lane and McFadden Avenue per City Standard 109 and limits shown on the Contract Drawings.The work also includes but is not limited to:survey;2-inch pavement cap, removal and disposal of excess material; adjustment of existing manhole covers, valve cans, and utility boxes to grade, including construction of concrete collars; replacement of all pavement striping and markings; and all required appurtenances, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No.29A." d. Pages 01025-14 and 01025-15, 1.35B —Asphalt Paving and Striping (Bid Item No. 30). Revise language stating "Payment will be made at the lump sum price named in the Bid Schedule under Item No. 29 to"Payment will be made at the lump sum price named in the Bid Schedule under Item No.30." 3) Specifications - SECTION 01010, SUMMARY OF WORK, page 01010-6, 1.5 Project Description,A—Utility Services: a. Delete language stating "All fees charged by these utility companies for supplying the required services,will be paid separately by the CITY, including the fee for the installation of the gas service". b. Replace with language stating "AII fees charged by these utility companies(SCE and SCG) for supplying and connecting the required services will be paid separately by the CITY. The City will pay the gas connection and installation fees to connect the new gas service to the existing SCG gas main pipeline located at the intersection of Goldenwest and McFadden. The contactor, if veriforce certified or a veriforce certified subcontractor, will perform the excavation work for SCG to connect to the existing gas main in Goldenwest; and also excavation work for the generator enclosure connection at gas meter." This is to acknowledge receipt and review of Addendum Number Two,dated December 2,2021. I Company Name Bye ' " . Date 2 of 2 of 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 McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 7,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) The date of the bid for this project has CHANGED. Bids are due on December 15,2021,at 10:00 AM. 2) Construction of the Sanitary Sewer in the center of McFadden Avenue shall be in accordance with the project specific Traffic Control Plans T-01 to T-04 and Specification SECTION 5-7.9.2 which states the following: McFadden Avenue and Goldenwest Street: Maintain one through travel lane in each direction during work hours, with all travel lanes being opened to traffic outside of working hours. Vehicular traffic may be restricted to one lane in each direction during the duration of the construction contract.All work in McFadden Avenue shall be between the hours of 9:00 AM and 4:00 PM. Traffic Control shall be removed at the end of each workday.Any open trench shall be covered with recessed steel trench plates. The plates shall be recessed to be flush with the road surface. OR Construction of the Sanitary Sewer in the center of McFadden Avenue shall be in accordance with the following conditions: a) The Contractor shall prepare a Traffic Control Plan and submit to the City for review and approval. b) The cost of the revised traffic control plans shall be included in the unit cost per lineal foot to construct the sanitary sewer line in McFadden Avenue. c) A 24/7 K-Rail closure will be permitted for a maximum of 20 consecutive working days within the center of McFadden Avenue. d) One east bound lane and one west bound lane shall be available 24/7,with a minimum lane width of 11-feet. 1 of 2 of Addendum No.3 e) Maintain the existing east and west bound bicycle lanes throughout the duration of the construction. f) The K-Rail closure shall be limited between Stations 1+80 and 11+00. Construction of the gravity sewer from Station 11+00 to 13+21 shall be in accordance with the project specific Traffic Control Plans T-01 to T-04 and Specification SECTION 5-7.9.2. g) Work hours within the K-Rail shall be limited to 8:00 AM to 4:00 PM. h) All dewatering facilities shall be maintained within the K-Rail closure or shall be buried. i) Contractor shall convey dewatering effluent to the nearest City of Huntington Beach Storm Drain facilities, located near the intersection of Hanover Lane and McFadden Avenue, or to the Lake located in Greer Park. This is to acknowledge receipt and review of Addendum Number Three,dated December 7,2021. Caliagua Inc. Company Name B 12/15/2021 Date 2 of 2 of Addendum No.3 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714)536-5431, Fax(714)374-1573 ADDENDUM NUMBER FOUR For McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 8,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) Bids are due on December 15,2021,at 10:00 AM. 2) In addition to the Specifications Section 02702 Precast Concrete Vaults and Wet Wells, the City will accept prefabricated Polymer Wet Wells, provided they meet the following conditions: a. The Contractor shall provide submittals as outlined in 02702.1.4 and compliance with Sections 02702.1.5, 02702.1.6, 20702.1.7, 20702.2.1.A, D, E, F, G, H, I, J, 02702.2.2, 02702.3.1,and 02702.3.2. b. Sections 02702.3.3 and 02702.3.4 are not required provided Polymer Wet Wells include proof of independent chemical resistance testing conducted in accordance with the Standard Specifications for Public Works Construction Greenbook Section 211-2. c. Prior to backfill the Wet Well Structure shall be hydrostatic leak tested in accordance with Section 02730. d. Compliance with Specification Section 02701, except 02701.2.4. Section 02701.2.4 shall be considered optional. This is to acknowledge receipt and review of Addendum Number Four,dated December 8,2021. Caliagua Inc 4z�p Company Name 6by 12/15/2021 Date 1 of 1 of Addendum No.4 SECTION C PROPOSAL for the construction of McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC No. 1610 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic 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 180 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 re-advertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid,find Bidder's Bond in the amount of 10% which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Electronic 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 01 12/01/2021 03 12/15/2021 04 12/15/2021 C-2 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, 1 material and equipment to mobilize, 1 LS $462,400 $462,400 demobilize, and provide cleanup of construction site: provide all bonds, insurance, and obtain all permits. Per Plans and Specifications, furnish all labor, 2 material and equipment to conduct construction 1 LS $8,300 $8,300 survey and staking of the construction site. Per Plans and Specifications, furnish all labor, materials, and equipment as required to implement Construction Traffic and Pedestrian Control Plans to provide public convenience, safety and traffic control; including warning 3 signs, high level warning devices, delineators, 1 LS $220,700 $220,700 regulatory signs, barricades, and recessed trench plate bridging throughout the project. Traffic Control Plans were prepared by the Design Engineer and are provided in the Construction Drawings. Per Plans and Specifications, furnish all labor, materials and equipment to Pothole and locate horizontal and vertical positions of all existing 4 utilities in the vicinity of the work. Prepare a 24 EA $2,100 $50,400 report and submit it to the City a minimum of four (4) weeks prior to start of construction to allow revisions to current design. Per Plans and Specifications, provide the services of a California Registered Geotechnical Engineer with experience in all 5 elements of the project, to provide I LS $61,200 $61,200 recommendations necessary for the design of the contractors shoring system, dewatering system,and settlement monitoring program. C-2.1 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, materials, and equipment as required, develop, design, and implement trench and excavation safety measures, consisting of sheeting, shoring, and bracing, or equivalent method for the protection of life and limb in trenches,pump station excavation, valve vault excavation, and other miscellaneous open excavations; and 6 protection of all adjacent structures in 1 LS $246,300 $246,300 conformance with applicable safety orders.The work includes preparation of shoring plans and calculations by a California registered structural engineer incorporating the requirements of the dewatering plan, and recommendations contained in the geotechnical study performed by the Contractor. Per Plans and Specifications, develop a Dewatering Plan prepared by a California Registered Geotechnical Engineer, incorporating the requirements of the shoring plan and any additional geotechnical information developed by the Contractor. The work includes: obtaining NPDES permit from 7 the Regional Water Quality Control Board,well 1 LS $679,200 $679,200 drilling and destruction permits from Orange County Health Department, field testing required for the design of the dewatering system, implementation of the dewatering program, and removal of the dewatering system, including monitoring wells, when no longer needed. Per Plans and Specifications, develop Storm Water Pollution Prevention Plan (SWPPP) furnish all labor, materials, and equipment as required to install and maintain all BMP's 8 identified in the approved SWPPP throughout I LS $35,800 $35,800 the duration of construction. At the completion of construction, all BMP's shall be removed by the CONTRACTOR, and the site and all facilities restored to their original condition. C-2.2 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Item uanti Unit Unit Price Total Price Per Plans and Specifications, implement a site monitoring program to evaluate groundwater, settlement,and vibration in accordance with the 9 recommendations contained in the Contractor's 1 LS $61,200 $61,200 Geotechnical Investigation Report for construction of the lift station sewers, wet well and valve vault. Per Plans and Specifications, furnish all labor materials and equipment necessary for sitework demolition and preparation for the new pump station site and the legal disposal of all removed materials. The work includes,but is not limited 10 to: demolition, removal, and disposal of I LS $11,700 $11,700 pavement, curb, gutter, sidewalk, conduits, wires, irrigation piping,and pull boxes Dawson Lane and McFadden Ave; documentation of pre-construction site conditions; and all other appurtenant work required. Per Plans and Specifications, furnish all labor materials and equipment necessary to abandon the existing gravity sewer, force main, and manhole. The work includes, but is not limited 11 to: cement slurry; asphalt concrete paving, I LS $23,100 $23,100 curb, gutter, and sidewalk removal and restoration; plugging of existing manholes; removal of existing manhole,fill with sand and reconstruct surface; and all other appurtenant work required. Per Plans and Specifications, furnish all labor, material and equipment necessary,to construct 4-foot diameter polymer concrete sewer manhole and composite frame and cover. The work includes,but is not limited to:factory cast 12 monolithic base; precast manhole sections; I LS $93,700 $93,700 Sancon rehabilitation of MH 1633; exterior coating and joint wrap system; composite manhole frame and cover; connections to new and existing sanitary sewers; and all appurtenant work required. Adjust Manholes to grade per plan 505. ADDENDUM C-2.3 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item ity Per Plans and Specifications, furnish all labor, 13 materials and equipment necessary,to construct 1,163 LF $414 8-inch diameter VCP sewer in Dawson Lane $481,482 and McFadden Ave. ADDENDUM 1 Per Plans and Specifications, furnish all labor, _ materials and equipment necessary to construct Coating System No. 7 reinforced concrete, ined wet 14 well with H-20 rated 316 stainless steel 1 LS $247,200 $247,200 lockable access hatch with fiberglass safety rack, access manway, exterior waterproofing and all other required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct reinforced concrete valve vault,with H-20 rated 15 aluminum 2-door lockable access hatch, 316 1 LS $197,500 $197,500 stainless steel ladders, sump, exterior waterproofing, and all other required appurtenances Per Plans and Specifications, Furnish all labor, materials and equipment necessary and Install Wet Well Mechanical Equipment, including 5 HP, 117 gpm recessed impeller slide-rail submersible pumps and motors; 316 stainless 16 steel discharge elbows; 4-inch 316 stainless 1 LS $173,100 $173,100 steel discharge piping, fittings and support brackets; 316 stainless steel slide-rail system, guide brackets, lifting chain and bails; 316 stainless steel cable racks, level transducer stilling well;duckbill check valve;and all other required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary and Install Valve Vault Mechanical Equipment, including pipe, valves, fittings, couplings, 17 electromagnetic flow meter, insulating flanges, 1 LS $107,100 $107,100 flexible expansion joint with joint bonding and sacrificial anodes, 316 stainless steel pipe supports, bypass connection, ladder up device and all other required appurtenances. C-2.4 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct piping between the wet well and valve vault, and construct miscellaneous pipe, including all 18 fittings; buried insulating flange kits and test 1 LS $20,300 $20,300 stations; flexible expansion joint with joint bonding; 6-inch, 316 stainless steel pipe; 3- inch, PVC pipe; excavation; imported backfill; compaction; and all required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary, and construct 6-inch AWWA C900 DR 14 PVC 19 sewer force main, including all fittings; thrust 1 LS $89,900 $89,900 blocks, cathodic protection; connection to discharge manhole; and Sancon rehabilitation of MH 1588. Per Plans and Specifications, furnish all labor, materials and equipment necessary to 20 coordinate with Southern California Gas 1 LS $24,700 $24,700 Company, and construct permanent natural gas service to the new McFadden Lift Station site. Per Plans and Specifications, furnish all labor, materials, and equipment necessary and install 30 kW natural gas fuel emergency generator set in a sound attenuated enclosure, including all 21 conduits,wires,pipes,fittings,valves,controls, 1 LS $227,700 $227,700 reinforced concrete base, 2-inch tape wrapped steel pipe from the meter service meter to the generator, 8' CMU enclosure with wall spikes, and all appurtenances. Per Plans and Specifications, furnish all labor, materials, equipment necessary to furnish and 22 install site electrical and instrumentation 1 LS systems; including conductors, raceway, $475,600 $475,600 switches, lights, receptacles, level transducers, float switches,and all required appurtenances. C-2.5 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, materials and equipment necessary and install 316 stainless steel, NEMA 4X transfer switch enclosure, including automatic transfer switch with manual bypass, double throw manual 23 transfer switch, portable generator receptacle; 1 LS $122,400 $122,400 coordination with SCE to provide electrical service to site;4-inch conduit with pull-rope for SCE conductor; 100 amp main switchboard; concrete pads for electrical equipment; and all required appurtenances; complete and in place, with all required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary and install 24 pump control panel and PLC panel and 1 LS $113,800 $113,800 appurtenances, as well as mounting those panels to a reinforced concrete base. Per Plans and Specifications, furnish all labor, 25 material and equipment necessary,and conduct 1 LS $32,300 $32,300 lift station start up and testing to full satisfaction of the City of Huntington Beach. Per Plans and Specifications, furnish all labor, materials and equipment necessary, and demolish existing City of Huntington Beach McFadden Sewer Lift Station, including removal,handling,and proper disposal of lead- based paint; removal and proper disposal of all equipment within the existing Lift Station; coordination and removal of SCE service meter, main disconnect, and manual transfer 26 switch, and delivery of salvaged equipment to 1 LS $77,400 $77,400 City Yard;cleaning,lining,and rechanneling of the wet well; removal of the top 8-feet of the dry well structure; backfilling of remaining dry well with Class 100-E-100 slurry; re- channelizing and interior coating of an existing influent manhole; filling of existing to be abandoned pipes with low strength slurry mix; backfilling of the excavation with approved materials; and all appurtenant work. C-2.6 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Item Quantity Unit Unit Price Total Price Per Plans and Specifications furnish all labor, materials and equipment necessary, to restore and construct concrete curb, gutter, driveway, 27 local depressions, sidewalk, and ramps to pre- 2,940 SF $35 $102,900 construction condition,and construction of new concrete pad around the wet well, valve vault, and meter vault. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to restore and construct the landscape and irrigation 28 system to pre-construction condition, the 1 LS $20,800 $20,800 installation of two trees for every tree removed, and the installation of shrubs along Dawson Lane for screening. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to remove and full depth replace existing disturbed aggregate base (AB), sawcut remove and full depth replace existing disturbed asphalt 29A concrete (AC), within the Dawson Lane and 8,570 SF $15 $128,550 McFadden Ave (6" AC over 10" AB). Work also includes removal and replacement of all impacted pavement and curb markings, striping, and adjustment of existing boxes, manholes,valve cans to grade, in Dawson Lane and McFadden Avenue. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to provide a 2-inch asphalt cement grind, and provide a 2- inch asphalt cement cap within the Dawson 29B Lane and McFadden Ave. Work also includes 71770 SF $4 $31,080 removal and replacement of all impacted pavement and curb markings, striping, and adjustment of existing boxes, manholes, valve cans to grade, in Dawson Lane and McFadden Avenue. C-2.7 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, materials, and equipment necessary to provide 30 the services of a California Registered 1 LS $6,100 $6,100 Professional Land Surveyor,with experience in all elements of the project, for the replacement of survey monuments. TOTAL BID ITEMS 1 THRU 30 FOR MCFADDEN SEWER PUMP $ $4,633,912 STATION REPLACEMENT PROJECT Total Amount of Base Bid in Writing: Four Million Six Hundred Thirty Three Thousand Nine Hundred Twelve Dollars and Zero Cents Note: Refer to Section 01025,Measurement and Payment for description of each Item on Bid Schedule.Refer to Section 01025 Measurement and Payment for additional details. All extensions of unit process will be subject to verification by Owner. In case verification is required between the unit price and the extension,the unit price will govern.The Owner reserves the right to reject any or all proposals and bid items. C-2.8 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 Graham Crackers 745828 C-21 1000016734 $63,199 26 Demolition 1.4% 25125 Felswood Rd Menifee, CA 92584 Griffin Dewatering, LLC 1008718 C-57 1000033023 $262,000 6.0% 07 7000 Jurupa Ave Riverside, CA 92504 21 Econo Fence Inc. 337734 C-13 1000001395 $27,135 0.6% 5621 Pedley Rd Riverside, CA 92509 21 Granstrom Masonry 629489 C-29 1000004794 $26,100 0.6% PO Box 7041 Torrance, CA 90504 27A/B Hardy & Harper Inc. 215952 A 1000000076 $47,386 1.1% 32 Rancho Circle Lake Forest, CA 92630 12,14919 Sancon Technologies Inc. 774055 A 1000008879 $33,540 0.8% 5841 Engineer Dr Huntington Beach, CA 92649 06 Blue Iron Foundations & 1009464 A 1000004297 $110,00 2.5% Shoring 3545 Carlin Dr Sacramento, CA 95691 21, 22 Big Bear Electric 972582 C-10 1000002330 $583,152 12.9% 23, 24 PO Box 3001 Big Bear City, CA 92314 05,07,09 Le-igg on Consulting 858635 A 1000007443 $51,160 1.1% 17781 Cowan ��11 By submission If Wks 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 12/02/2021, at Anaheim CA Date City State Gus Bruner , being first duly sworn, deposes and says that he or she is President of Caliagua Inc. the party making the foregoing bid that the bid is not made in the interest of,or on the behalf of,any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;that all statements contained in the bid are true; and,further,that the bidder has not,directly or indirectly, submitted his or her bid price or any breakdown thereof,or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation,partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Caliagua Inc. Name of Bidder Signat64 of Bidder 4930 E La Palma Ave, Anaheim CA 92807 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA City Council: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the McFadden Lift Station Replacement Project, CC No. 1610, (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. Caliagua Inc. Contractor 6t_A,_� By President Title Date: 12/02/2021 C-s DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified,removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes M No If the answer is yes, explain the circumstances in the space provided. 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. Caliagua Inc. Contractor bL-- By Gus Bruner Title Date: 12/02/2021 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Caliagua Inc. Bidder Name 4930 E La Palma Ave Business Address Anaheim CA 92807 City, State Zip ( 866 ) 416-4214 gusbruner@caliagua.net Telephone Number Email Address 359728 Class A State Contractor's License No. and Class 07/12/1978 Original Date Issued 07/31/2022 Expiration Date The work site was inspected by y�j'n I of our office on W1 , ` ,20;.L. The following are persons, firms, and corporations having a principal interest in this proposal: Caliagua Inc. The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Caliagua Inc. Company Name Al\z Isk—, Signa Bidder Gus Bruner Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this day of L ) 2Q21 . 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 beforeme,t '' Lji. Month,Day, and Year Insert Name and Title of-Notary personally appeared Gus Bruner �� --- - NameN of Signer who proved to me on the basis of satisfactory evidence to be the person whose name(w isMre-- sub - ribed to the within instrument and acknowledged to me tha hs sly ' ey executed the same in�ir authorized capacity(cs), and that by is er/th signature�)on the instrument the person,or the entity upon behalf of which the per on ) 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. JAZMINE MAGAU.ON Notary Public.California Orange County Commission 4 236668" — wv Comm.Excires Jul 20.2021 Signature Signature ofC otary blic (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 sanitary sewer pipeline installation of at least of 1,000 of 8-inch or greater diameter and pipeline construction in high around water regions with trench depths of 10-feet to the invert in the public right-of-way. Sanitary sewer lift stations installations with wet well excavations to a depth of 22 feet below existing ground in a high ground water environment,with project work within public right of way.. 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, Eastern Municipal Water District Name and Address of Public Agency Name and Telephone No.of Project Manager: Nick Kokotas (951) 928-3777 $893,671 Lift Station Replacement Dec. 2021 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Excavate & Install FRP lift station 25ft deep, Groundwater Dewatering, Valve Vault, 4" Force Main Piping, 8" Gravity Sewer, Manhole Reconstruction 2. City of Chino Name and Address of Public Agency Name and Telephone No. of Project Manager: Kevin Alamolhoda (909) 334-3265 $893,200 Lift Station Replacement May. 2022 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Excavate & Install precast lift station 15ft deep, Traffic Control, Trench & Install 4" Force Main and 8" Gravity Sewer in the public ROW, Install (3) new Manholes I Woodbridge Pacific Homes c/o City of Chino Hills Name and Address of Public Agency Name and Telephone No. of Project Manager: Robert Richards (949)445-4612 $3,419,061 Booster Pump Station and Sewer Lift Station March 2016 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Excavate & Install precast lift station 20ft deep, Trench & Install 6" Force Main and 8" Gravity Sewer Install 600G Sewage Bladder Surge Tank C-10 4930 E.La Palma Ave. "q�gw ln� Anaheim, -4 92807 4214Ph:866-416-4114Fx:866-416-4214 License#359728 Contractor List of References&Experience(Page 14 Customer Design Engineer Complete Job#&Description Amount Volunteer Project:Operation Homefront #428 33422 Dolomite CALIAGUA Frontyard&Backyard Makeover $0.00 Menifee CA 92584 Volunteer Project Oct-12 for US Marine&Family Security Paving Company #429 c/o City of Bakersfield CA CADOT Contract No.07-1218W4 $1,604,273 13170 Telfair Ave.,Sylmar,CA &Tetra Tech Sep-17 Subcontract to consturct Empire Ave UC PM:Frank Riggins 818-362-9200 Storm Drain Pumping Plant Security Paving Company #430 Ic/o City of Bakersfield CA AECOM Mar-15 Project No.T9WP6C $1,168,310 13170 Telfair Ave.,Sylmar,CA Dan Cronquist WestSide Parkway-Phase 6C PM:Pedro Santos 661-873-0495 661-325-7253 Ext 3108 Renfro Road SD PS&Replace Sewage LS anta Ana Watershed Project Auth. #431 1165 Sterling Avenue SAWPA Install Polymer MH with R&R of $15,470 Riverside,CA 92503 Design Engineer Apr-13 existing 15'Clay Sewer Lateral Ph:951-354-4246 Attn:Carlos Quintero City of Corona Water Reclaim.Plant#1 Santa Ana Watershed Project Auth. #432 1165 Sterling Avenue SAWPA Reach IV-B Improvements $6,134 Riverside,CA 92503 Design Engineer Apr-13 Sidewalk Repairs Ph:951-354-4246 Attn:Carlos Quintero Security Paving Company #433 clo City of Bakersfield CA CADOT SR-58 Widening $ 208,960 13170 Telfair Ave.,Sylmar,CA Design Engineer Dec-14 Mechancial work at SD Pump Plant PM:Anthony Mattivi(TJ)661-873-0495 Riverside Construction Co. #434 c/o San Bern.Assoc.Governments Trans-Systems Jun-16 Contract No.C13121 $2,101,962 225 Gamer Road,Riverside CA 92502 Jeff Hemer Laurel Ave Grade Separation PM:Casey Carpenter 951-682-8308 816-329-8664 Storm Drain Pumping Plant GC:USS Cal Builders,Caliagua(Sub) #435 c/o City of Fullerton CM:Hill international Kennedy/Jenks Consultants State College Blvd Grade Separation $1,387,293 331 S.State College Blvd.,Fullerton CA Design Engineer Oct-17 State College UC Storm Drain Pump Sta. CM:Mark Verrengia 714-865-4005 1 City of Fullerton Security Paving Company #436 c/o CADOT CADOT Contract No.07-215954 94470 3075 Towngate Road,Westlake Village,CA Design Engineer Jun-17 Interstate 5/605 Improvments PM:Hani Alikhwan 562-863-3176 Construct New Storm Drain Pump Plant Security Paving Company #437 c/o City of Bakersfield CA AECOM Bakersfield Beltway Improvements $892,258 3075 Towngate Road Design Engineer Sep-20 Ming Ave Stormwater Pump Station Westlake Village,CA 91361 F:IUSRUdminlReferencesU0211Previous Work History Updated May 2021.xis 4930 E.La Palma Ave. 5��w lna Anaheim, -4 92807 4214Ph:866-416-4214Fx:866-416-4214 License#359728 Contractor List of References&Experience(Page 15 Customer Design Engineer Completed Job#&Description Amount Woodbridge Pacific Homes #438 Go City of Chino Hills Husaker&Assoc. Canyon Hills Booster Pump Sta. 7271 Las Ramblas,#100 Mission Viejo Design Engineer Mar-16 and Sewer Lft Station Complex $3,419,061 PM:Robert Richards(949)445-4612 Chino Hills CA Rasmussen #440 o LA Metro HNTB Bob Hope Airport Metro Station 28548 Livingston Ave.,Valencia CA 91355 Design Engineer Jun-18 Water&Storm Drain Util. $289,201 PM: Thomas Tan 805-331-0831 Burbank County of San Bernardino #441 232 W.Hospitality Ln,2nd Floor San Bern County Cedar Glen Hydropneumatic San Bernardino,CA 92415-0450 Design Engineer Mar-19 Pump Station $436,146 PM: Gary Martin, 760-962-1521 Lake Arrowhead Security Paving Company #442 c/o CADOT CADOT Delaware Sand Filter 13170 Telfair Ave.,Sylmar,CA Design Engineer Jan-19 Misc Metals $21,295 PM:Pedro Santos 661-873-0495 South Lake Tahoe Santa Fe Springs Public Works #443 1170 E.Telegraph Road Santa Fe Springs Imperial Highway Underpass Santa Fe Springs CA 90670 Engineering Dept. Sep-18 Storm Pump Retrofit $78,879 PM:Daniel Reyes(310)953-5688 Design-Build Santa Fe Springs Security Paving Company #444 c/o CADOT CADOT Belle Terrace Pumping Plant 13170 Telfair Ave.,Sylmar,CA Parsons Dec-19 Storm Drain Pump Station $1,645,852 PM:Mark Witgraff(661)742-3184 Mechanical,Misc.Metals,Electrical City of Fullerton #445 1580 W.Commonwealth Ave. Kennedy/Jenks Consultants est. City of Fullerton Fullerton CA 92833 Irvine,CA Jan-20 Storm Drain Pump Station $30,000 PM:Dan Diaz(714)738-5344 Daniel J Wright Annual&Monthly Maintenance Griffith Company and S.J.Amoroso #446 oLA Dept.of Parks&Recreation PACE est. Earvin Magic Sports Park 12200 Bloomfield,Santa Fe Springs CA AHBE Sept-20 Diversion Storm Drain Pump Station $1,675,937 PM:Brad Austin and Nathan Lopez Mechanical,Misc.Metals,Electrical City of Anaheim #447 00 S.Anaheim Blvd.,Anaheim CA AKM est. Linda Vista Complex Pump Station CM:Michael Baker Int'I Consulting Engineers July-21 Phase II Improvements $9,600,897 CM:Kieler Smith-949-892-8330 Potable Water Improvements CADOT 07-OKO214 c/o Ortiz Const.GC #448 Rte 5&Avery Parkway CADOT est. Rte 5 Widening in Mission Viejo Ortiz Const.16 Cushing,Ste 200, Sept 21 Communication Hub Bldg. $783,447 Irvine,CA 92618 EMWD #449 270 Trumble Road Krieger&Stewart est. Lake Skinner Lift Station No.1 Perris,CA 92572-8300 Sept 21 $893,671 F:I USRL4dmiMReferences120211Previous Work History Updated May 2021.xis 4930 E.La Palma Ave. qqpgW Anaheim, -4 92807 4214Ph:866-416-4214Inc. Fx:866-416-4214 License#359728 Contractor List of References&Experience(Page 16) MOUL Customer Design Engineer Completed Job#&Description Amount City of Chino 13220 Central Ave.,2nd Floor Dudek&Assoc. Dec,2021 Benson Ave.Permanent $893,200 Chino,CA 91710 Encinitas,CA Sewer Lift Station F:iUSRIAdminlReferences120211Previous Work History Updated,Way 1021.xis 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. Cory Wolfrom Name of proposed Project Manager Telephone No. of proposed Project Manager: (714) 931-3642 Skinner I LS Replacement, $893,671, Lift Station Replacement, Dec. 2021 Project Name&Contract Amount Type of Work Date Completed 3 Bridges Benson Ave LS Replacement, $893,200, Lift Station Replacement, May 2022 Project Name&Contract Amount Type of Work Date Completed Canyon Hills Booster Pump Station & Sewer LS, $3,419,061, Sewer LS, March 2016 Project Name&Contract Amount Type of Work Date Completed 2. Cesar Bernal Name of proposed Superintendent Telephone No. of proposed Superintendent: (323) 594-0227 Skinner I LS Replacement, $893,671, Lift Station Replacement, Dec. 2021 Project Name&Contract Amount Type of Work Date Completed Belle Terrace Pumping Plant, $1,645,852, Storm Drain Pump Station, March 2019 Project Name &Contract Amount Type of Work Date Completed Earvin Magic Diversion Pump Station, $1,675,937, Storm Drain Pump Station, Sept. 2020 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/ActionServiet?action--displayPWCRegistrationFonn 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. Caliagua Inc. Contractor By gusbruner@caliagua.net Email President Title Date: 12/02/2021 PWC Registration#: 1000032515 C-12 Bid Bond Bid Bond Number:CSBA-19306 CONTRACTOR: SURETY: (Name,legal stator and address) (Na,*ce,legal status and pnncipal plan of Gushiess) Caliagua,Inc. Argonaut Insurance Company 4930 E.La Palma Ave. 225 W.Washington St.,24th Floor Anaheim,CA 92807 Chicago,IL 60606 OWNER: This document has important legal (Nacre,legal status and address) consequences.Consultation with City of Huntington Beach An attorney is encouraged with respect 2000 Main Street its completion or modification. Huntington Beach,CA 92648 Any singular reference to Contractor,Surety,Owner or other party shall be considered Plural where applicable. BOND AMOUNT: Ten Percent(10%)of Amount Bid PROJECT:McFadden Sewer Lift Station Replacement Project CC No. 1610 Project Number,if any: The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished ut the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted here from and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and scaled this 1—day of December,2021 Caliap,ua_Inc. (Pnneoal) (Seal) (Witness) jJl � (Title) Argonaut Insurance Company (Sea) �,¢ `r�+ .C1�1, -•-� (Surety) (Witness)Nlelissa Ann Vaccaro (Title)Daniel Huckabay,Attorney-in-Fact By arrangement with the American Institute of Architects, the National Association of Surety Bond Producers(NASBP)(www.nasbp.o )makes this form document available to its members,affiliates,and associates in Microsoft Word format for use in the regular course of surety business.NASBP vouches that t the original text of this document conforms exactly to the text in AIA Document A310-2010,Bid Bond. Subsequent modifications may be made to the original text of this document by users,so careful review of its wording and consultation with an attorney are encouraged before its completion, execution or acceptance. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On 12/01/2021 before me, Melissa Ann Vaccaro, Notary Public (insert name and title of the officer) personally appeared Daniel Huckabay 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. `? MELISSA NN VlVXARo WITNESS my hand and official seal. { COMM.li224 t394 N Not,ryPuh'c,-California a U RAIN'(.',F COUNTY U. xrresi�:ay12,202?. Signature . .. (Seal) Melissa Ann Vaccaro Argonaut Insurance Company Bond No.CSBA-19306 Deliveries Only: 225 W. Washington, 24th Floor Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Argonaut Insurance Company,a Corporation duly organized and existing under the laws of the State of Illinois and having its principal office in the County of Cook,Illinois does hereby nominate,constitute and appoint.- Daniel Huckabay.Shaunna Rozelle Ostrom Arturo Ayala,Frank Morons,Michael D Sty.Ben Stony Their true and lawful agent(s)and attorney(s)-in-fact,each in their separate capacity if more than one is named above,'to make,execute,seal and deliver for and on its behalf as surety,and as its act and deed any and all bonds,contracts,agreements of indemnity and other undertakings in suretyship provided, however,that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: $95.000.000.00 This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of Argonaut Insurance Company: "RESOLVED,That the President,Senior Vice President,Vice President,Assistant Vice President,Secretary,Treasurer and each of them hereby is authorized to execute powers of attorney,and such authority can be executed by use of facsimile signature,which may be attested or acknowledged by any officer or attorney,of the Company,qualifying the attorney or attorneys named in the given power of attorney,to execute in behalf of,and acknowledge as the act and deed of the Argonaut Insurance Company,all bond undertakings,and contracts of suretyship,and to affix the corporate seal thereto." IN WITNESS WHEREOF,Argonaut Insurance Company has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officer on the Ist day of June,202I. Argonaut Insurance Company �vrvpgHeF SEAL ro. <lNO. t.: STATE OF'£EXAS %, •.. ... Joshua C.Betz Senior Vice President COUNTY OF HARRIS SS: ��....... On this 1st day of June,2021 A.D.,before me,a Notary Public of the State of Texas,in and for the County of Harris,duly commissioned and qualified, came THE ABOVE OFFICER OI",THE COMPANY,to me personally known to be the individual and officer described in,and who executed the preceding instrument,and he acknowledged the execution of same,and being by me duly sworn,deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company,and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said corporation,and that Resolution adopted by the Board of Directors of said Company,referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF,I have hereunto set my hand,and affixed my Official Seal at the County of Harris,the day and year first above written. K ATHLEEN M MEEKS F��w NQTARV PUBLIG '"4/'�]`tti- STATE OF TEXAS MY GQMM.EXP.07115J'd5 ''£mob NOTA RY If?357902-6 (Notary Public) I,the undersigned Officer of the Argonaut Insurance Company,Illinois Corporation,do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a full,true and correct copy is still in full force and effect and has not been revoked. IN WP£NIiSS WHEREOF,I have hereunto set my hand,and affixed the Seal of said Company,on the 1st day of December 2021 da:, sae - - ._............ •k.INO..' ��� James Bluzard Vice President-Surety IF VOII HAVE QUESTIO'NS ON AUTHENTICITY OF THIS DOCUMENT CALL.(833)820-9137. 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 0 OCA C, COk ) On (0j 2L21 before me, m Ak tul N (insert name and iitle of the officer) personally appeared L - --- --- who proved to me on the basis of satisfactory evidence to be the peerson( whose name syare- �rson 'scribed to the within instrument and acknowle ed to me that 5�s /tf�ey executed the same in / if- thorized capacity(i� and that by i /• 'r-signaturhe(N on the instrument the ( or the entity upon behalf of which the p rson ) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. .a . JAZAtINE MAGALLON r•. Notary Public•Cadfornla Orange County ;j Commission Y 2366688 f •.My CCTir.Exoiras Jt:!2C.:M, Signature (Seal) 1 l CafiarytiaMa Enginsning Con'.tors 30 E. La Palma Ave. ,naheim, CA 92807 SEALED BID BOND City of Huntington Beach McFadden Sewer Lift Station Replacement Attn: Lili Hernandez 2000 Main St, Huntington Beach, CA 92648 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 May 17, 2022 Mladen Buntich Construction Co., Inc. 1500 W. 9th Street Upland, CA 91786 RE: McFadden Sewer Lift Station Replacement—CC No. 1610 Enclosed please find your original bid bond for CC No. 1610. Sincerely, e&�andj� Robin Estanislau, CMC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand SECTION C PROPOSAL for the construction of McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC No. 1610 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic 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 180 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 re-advertise 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 &J $0 d in the amount of )oy" which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Electronic 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 cl Si u o;t 1 C-2 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, material and equipment to mobilize, 1 demobilize, and provide cleanup of l LS 3 cat 000 300000 construction site: provide all bonds, insurance, and obtain all permits. Per Plans and Specifications, furnish all labor, 2 material and equipment to conduct construction 1 LS 50,000 60, 600 survey and staking of the construction site. Per Plans and Specifications, furnish all labor, materials, and equipment as required to implement Construction Traffic and Pedestrian Control Plans to provide public convenience, safety and traffic control; including warning 3 signs, high level warning devices, delineators, i LS (xJr()Wy regulatory signs, barricades, and recessed trench plate bridging throughout the project. Traffic Control Plans were prepared by the Design Engineer and are provided in the Construction Drawings. Per Plans and Specifications, furnish all labor, materials and equipment to Pothole and locate horizontal and vertical positions of all existing 4 utilities in the vicinity of the work. Prepare a 24 EA � report and submit it to the City a minimum of four (4) weeks prior to start of construction to allow revisions to current design. Per Plans and Specifications, provide the services of a California Registered Geotechnical Engineer with experience in all 5 elements of the project, to provide 1 LS �rO COO recommendations necessary for the design of the contractors shoring system, dewatering system, and settlement monitoring program. C-2.1 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, materials, and equipment as required, develop, design, and implement trench and excavation safety measures, consisting of sheeting, shoring, and bracing, or equivalent method for the protection of life and limb in trenches,pump station excavation, valve vault excavation, and other miscellaneous open excavations; and 6 protection of all adjacent structures in 1 LSD�p� t conformance with applicable safety orders.The work includes preparation of shoring plans and calculations by a California registered structural engineer incorporating the requirements of the dewatering plan, and recommendations contained in the geotechnical study performed by the Contractor. Per Plans and Specifications, develop a Dewatering Plan prepared by a California Registered Geotechnical Engineer, incorporating the requirements of the shoring plan and any additional geotechnical information developed by the Contractor. The work includes: obtaining NPDES permit from 3 50 Do 0 7 the Regional Water Quality Control Board,well 1 LS5�j ®a d r drilling and destruction permits from Orange County Health Department, field testing required for the design of the dewatering system, implementation of the dewatering program, and removal of the dewatering system, including monitoring wells, when no longer needed. Per Plans and Specifications, develop Storm Water Pollution Prevention Plan (SWPPP) furnish all labor, materials, and equipment as required to install and maintain all BMP's 8 identified in the approved SWPPP throughout I LS 10 pad the duration of construction. At the completion of construction,all BMP's shall be removed by the CONTRACTOR, and the site and all facilities restored to their original condition. C-2.2 ADDENDUM NO.1 DECEMBER 1, 2021 SCHEDULE LILI HERNANDEZ P.E BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Estimated Item Description Ouantitv Unit Unit Price Total Price Per Plans and Specifications, implement a site monitoring program to evaluate groundwater, settlement,and vibration in accordance with the 9 recommendations contained in the Contractor's I LS ZA Geotechnical Investigation Report for _C501 DOO construction of the lift station sewers, wet well and valve vault. Per Plans and Specifications, furnish all labor materials and equipment necessary for sitework demolition and preparation for the new pump station site and the legal disposal of all removed materials. The work includes,but is not limited 10 to: demolition, removal, and disposal of I LS .6() b0b '56 000 pavement, curb, gutter, sidewalk, conduits, I wires,irrigation piping,and pull boxes Dawson Lane and McFadden Ave; documentation of pre-construction site conditions; and all other appurtenant work required. Per Plans and Specifications, furnish all labor materials and equipment necessary to abandon the existing gravity sewer, force main, and manhole. The work includes, but is not limited 11 to: cement slurry; asphalt concrete paving, I LS 1,COD 00D curb, gutter, and sidewalk removal and restoration; plugging of existing manholes; removal of existing manhole, fill with sand and reconstruct surface; and all other appurtenant work required. Per Plans and Specifications, furnish all labor, material and equipment necessary, to construct 4-foot diameter polymer concrete sewer manhole and composite frame and cover. The work includes,but is not limited to: factory cast 96 boo D00 12 monolithic base; precast manhole sections; LS I Sancon rehabilitation of MH 1633; exterior coating and joint wrap system; composite manhole frame and cover; connections to new and existing sanitary sewers; and all appurtenant work required. A ADDENDUM 1 J,Adjust Manholes to grade per plan 505. C-2.3 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Item uan Unit Unit Price Total Price Qtity Per Plans and Specifications, furnish all labor, 13 materials and equipment necessary,to construct 1,163 LF 00 09 8-inch diameter VCP sewer in Dawson Lane and McFadden Ave. \DDEN UM I Per Plans and Specifications, famish all labor, materials and equipment necessary to construct lCoatinq System No. 71 reinforced concrete, Studliner H"'Ahned wet 14 well with H-20 rated 316 stainless steel I LS lockable access hatch with fiberglass safety 2t)) Dco rack, access manway, exterior waterproofing and all other required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct reinforced concrete valve vault,with H-20 rated 15 aluminum 2-door lockable access hatch, 316 1 LS 2 ovi stainless steel ladders, sump, exterior waterproofing, and all other required appurtenances Per Plans and Specifications, Furnish all labor, materials and equipment necessary and Install Wet Well Mechanical Equipment, including 5 HP, 117 gpm recessed impeller slide-rail submersible pumps and motors; 316 stainless 16 steel discharge elbows; 4-inch 316 stainless I LS (50/0"0 150/ 060 steel discharge piping, 'fittings and support brackets; 316 stainless steel slide-rail system, guide brackets, lifting chain and bails; 316 stainless steel cable racks, level transducer stilling well; duckbill check valve;and all other required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary and Install Valve Vault Mechanical Equipment, including pipe, valves, fittings, couplings, 17 electromagnetic flow meter, insulating flanges, I LS go ()C)O flexible expansion joint with joint bonding and sacrificial anodes, 316 stainless steel pipe supports, bypass connection, ladder up device and all other required appurtenances. C-2.4 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct piping between the wet well and valve vault, and construct miscellaneous pipe, including all 18 fittings; buried insulating flange kits and test I LS 4D,bbb 40 bOa stations; flexible expansion joint with joint bonding; 6-inch, 316 stainless steel pipe; 3- inch, PVC pipe; excavation; imported backfill; compaction; and all required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary, and construct 6-inch AWWA C900 DR 14 PVC 19 sewer force main, including all fittings; thrust I LS blocks, cathodic protection; conn e tion to ��1 � �© discharge manhole; and Sancon rehabilitation of MH 1588. Per Plans and Specifications, furnish all labor, materials and equipment necessary to 20 coordinate with Southern California Gas I LS 5'o oo Company, and construct permanent natural gas service to the new McFadden Lift Station site. Per Plans and Specifications, furnish all labor, materials, and equipment necessary and install 30 kW natural gas fuel emergency generator set in a sound attenuated enclosure, including all 21 conduits, wires,pipes,fittings,valves,controls, 1 LS 3 00r 000 �ppr pp0 reinforced concrete base, 2-inch tape wrapped steel pipe from the meter service meter to the generator, 8' CMU enclosure with wall spikes, and all appurtenances. Per Plans and Specifications, furnish all labor, materials, equipment necessary to furnish and 22 install site electrical and instrumentation I LS � 000 �Qa f Pp systems; including conductors, raceway, switches, lights, receptacles, level transducers, float switches,and all required appurtenances. C-Z.5 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH NICFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, materials and equipment necessary and install 316 stainless steel, NEMA 4X transfer switch enclosure, including automatic transfer switch with manual bypass, double throw manual transfer switch, portable generator receptacle; 23 coordination with SCE to provide electrical 1 LS 150 j 040 1501000 service to site;4-inch conduit with pull-rope for SCE conductor; 100 amp main switchboard; concrete pads for electrical equipment; and all required appurtenances; complete and in place, with all required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary and install 24 pump control panel and PLC panel and 1 LS JDD pap 100100 appurtenances, as well as mounting those panels to a reinforced concrete base. Per Plans and Specifications, furnish all labor, 25 material and equipment necessary, and conduct 1 LS lift station start up and testing to full 10 0 Do to,000 satisfaction of the City of Huntington Beach. Per Plans and Specifications, furnish all labor, materials and equipment necessary, and demolish existing City of Huntington Beach McFadden Sewer Lift Station, including removal,handling, and proper disposal of lead- based paint; removal and proper disposal of all equipment within the existing Lift Station; coordination and removal of SCE service ��, meter, main disconnect, and manual transferDM 26 switch, and delivery of salvaged equipment to 1 LS City Yard;cleaning,lining,and rechanneling of the wet well; removal of the top 8-feet of the dry well structure; backfilling of remaining dry well with Class 100-E-100 slurry; re- channelizing and interior coating of an existing influent manhole; filling of existing to be abandoned pipes with low strength slurry mix; backfilling of the excavation with approved materials; and all appurtenant work. C-2.6 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item uanti Per Plans and Specifications furnish all labor, materials and equipment necessary, to restore and construct concrete curb, gutter, driveway, 27 Local depressions, sidewalk, and ramps to pre- 2,940 SF ?J 1110 construction condition,and construction of new concrete pad around the wet well, valve vault, and meter vault. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to restore and construct the landscape and irrigation ©t � Dj ©d 28 system to pre-construction condition, the l LS installation of two trees for every tree removed, and the installation of shrubs along Dawson Lane for screening. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to remove and full depth replace existing disturbed. aggregate base (AB), sawcut remove and full depth replace existing disturbed asphalt 29A concrete (AC), within the Dawson Lane and 8,570 SF cc McFadden Ave (6" AC over 10" AB), Work also includes removal and replacement of all impacted pavement and curb markings, striping, and adjustment of existing boxes, manholes,valve cans to grade,in Dawson Lane and McFadden Avenue. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to provide a 2-inch asphalt cement grind,and provide a 2- inch asphalt cement cap within the Dawson 29B Lane and McFadden Ave. Work also includes 7,770 SF 2 50 19) 4Z5 removal and replacement of all impacted pavement and curb markings, striping, and adjustment of existing boxes, manholes, valve cans to grade, in Dawson Lane and McFadden Avenue. C-z.7 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACENIENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, materials, and equipment necessary to provide the services of a California Registered 30 Professional Land Surveyor,with experience in 1 LSj D �,Dc�o all elements of the project, for the replacement. of survey monuments. TOTAL BID ITEMS 1 THRU 30 FOR MCFADDEN SEWER PUMP STATION REPLACEMENT PROJECT S `� Total Amount of Base Bid in Writing: / / FQu ` 1-0 u 1 u'5 g�7.�t �x W d rej Fi-�!!�, -�Ive, orid -tero ce el:k Note: Refer to Section 01025,Measurement and Payment for description of each Item on Bid Schedule. Refer to Section 01.025 Measurement and Payment for additional details. All extensions of unit process will be subject to verification by Owner.In case verification is required between the unit price and the extension,the unit price will govern.The Owner reserves the right to reject any or all proposals and bid items. C-2.8 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 $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Biel Name and Address of State Class DIR FWC Dollar %o,f' Item(s) Subcontractor License Registration# Amount Contract Number 1-1, 'LL, L EE D f ltr_�ric 1,14. -5-79016 z>, 2� i i c � G;rGI C-to 100000,WS ( `l19 9 1 54,4 Fe, S ti Ch IQ670 Z�l,zd 100-5 Fu! G '706 0 iz C Pa r60,Sao car i t�W'l��► i irlG. 1Jt?q(6J), H1 EnSineer Bnve loodcog$ll 7-1,Z-7A% q W flagef 1fl G. �ZI�s,Zq, �AA0 C:,Mle- 7A5 5Z A laocaopop-lb S �, Zcik,'5o,u# 144D Corp. 10"l 1. N AwA- ;a 4Ve-. 6`5q6 6105611 100000 7 1-56 15 3,0 0© L) Iona 6A ` 176b 1`g�eC�c�cc�rp 66sqy 1000000, R;Vtcst. � `tZsa� 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 4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and.Address of State Class DIR PVC Dollar % of Items) Subcontractor License Registration#. Amount Contract "Number By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 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 By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 1 declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on rat 4.al ,at Upland , CA Date City State Miaden Buntich Jr. . being first duly sworn, deposes and says that he or she is President of Miaden Buntich Construction Company,inc, the party making the foregoing bid that the bid is not made in the interest of,or on the behalf of,any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and,further,that the bidder has not,directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Mladen BuntipKponstruction Company, Inc. Name of idde ignature of Bidder 1500 W. 9th Street, Upland, CA 91786 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA City Council: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the McFadden Lift Station Replacement Project, CC No. 1610, (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. Mladen Buntic Construction Company, Inc. Contract y aden Bun ich Jr. President Title Date: r as 1-")i C-s DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete,under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes M No If the answer is yes, explain the circumstances in the space provided. 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. Mladen Buntich Construction Company, Inc. Contractor den ntich President Title Date: C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Mladen Buntich Construction Company, Inc. Bidder Name 1500 W. 9th Street Upland, CA 91786 Business Address Upland CA 91786 City, State Zip ( (909)920-9977 estimating(a7buntich.com Telephone Number Email Address 532604 A State Contractor's License No. and Class 6-11-t z8s Original Date Issued 6/30/2022 Expiration Date The work site was inspected by ar.s W�;U#J of our office on The following are persons, firms, and corporations having a principal interest in this proposal: Haden Buntich Construction Company, Inc. The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. M IadqPr15untjVb Construction Company, Inc. Company ame a re of Bid r AV Miaden Buntich Jr. Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this day of , 2Q2— . 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 } Xc c� On before me-,` Month,Day, and Year In rt Name and Title of Notary personally appeared Na e(s) of Signer(s) who proved to me on the basis of sa i actory evidence to be the person(s) whose name(s) is/are subscribed to the within instrume and acknowledged to me that he/she/they executed the same in his/her/their authorized capa ' y(ies),and that byhis/her/their signature(s)on the instrument the person(s), or the entity upon ehalf of which the person(s) acted, executed the instrument. I certify under PEN Y OF PERJURY under the laws of the State of California that the foregoing paragrap is true and correct. WITNESS m and and official seal. Signature Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-9 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE§8202 . o r— ^e � 3GSS ^�e` ee^sY C c�3�crcr See Attached Document(Notary to cross out lines 1-6 below) ❑See Statement Below(Ones 1-6 to be completed only by document signerfs],not Notary) 1 ------------------------------------------------------ 2----------------- ----------------------------- 3- ------------------ -_------ - ----.-K=-------_-------_-------_--__--- `t-------------------------- ---------------- ------------------------ 5----------- ----------------------------------------- ----------- 6---- Signature of Document Signer No. 7 Signature of Document Signer No. 2(if any) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California Subscribed and sworn to (or affirmed) before me County of San Bernardino 3rd December 21 on this day of 20 by Date Month Year (1) Mladen Buntich Jr. ASNLEE N.AculaRE Notary Public-California (and (2) }, San Bernardino County Name(s)of Signer(s) Commission A 2380277 , µy Comm.Expires Oct 27,1025 proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature Ga2vo _ f Place Notary Seal Above Signature of Notary P f, is OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document; Bidder Information Document Date: 12/03/2021 Number of Pages: 1 Signer(s)Other Than Named Above: 02016 National Notary Association•www.NationalNotary.org-1-800-US NOTARY(1-800-876-6827) Item#5910 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of sanitary sewer pipeline installation of at least of 1,000 of 8-inch or greater diameter and pipeline construction in hi_2h ground water re0ons with trench depths of 10-feet to the invert in the public right-of-way. Sanitary sewer lift stations installations with wet well excavations to a depth of 22 feet below existing around in a high round water environment with ro'ect work within public ri ht of way.. Bidders are 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. Goleta West Sanitary District PO Box 4, Goleta,CA 93116 Name and Address of Public Agency Name and Telephone No. of Project Manager: Mark Nation 805-968-2617 $10,771,252 42"CCFRP Open Cut and Miro Tunnel 2016 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Deep Access Shaft up to 40' Deep. Dewatering of Shaft, Micro Tunnel of 42 Piping. Multiple Sewer Bypassing operations. Open Cut Trenching, Concrete Structures and Vaults 2. City of Los Angeles Department of Water and Power 111 N. Hope Street, Los Angeles, CA Name and Address of Public Agency Name and Telephone No. of Project Manager: Alex Liu 213-367-5288 $23,199,570 66" Diameter Open Cut Water Pipeline 2016 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Concrete Structures and Valve Vaults,dewatering, large diameter welded steel pressure pipe up to 84". Traffic Control. AC paving, curb, gutters, sidewalks 3. City of Los Angeles Department of Water and Power 111 N. Hope Street,Los Angeles,CA Name and Address of Public Agency Name and Telephone No. of Project Manager: Alex Liu 213-367-5288 $13,786,000 24"-96"Open Cut Water Pipe Line 2017 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Concrete r d Valve vaults, Lar iame butterfly valves. d d steel pressure pipe in to qW, 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. Edmund Lyons Name of proposed Project Manager Telephone No. of proposed Project Manager: (909) 920-9977 Silver Lake Reservoir Bypass and Regulating Station- 26 M -Water Force Main 2017 Project Name&Contract Amount Type of Work Date Completed 3rd Street Interceptor -13M-- Large Diameter Slip Lining 2019 Project Name &Contract.Amount Type of Work Date Completed East LA Sustainable Median - 26M- Drywells and Park Upgrade 2021 Project Name & Contract Amount Type of Work Date Completed 2. Jim Kennelly Name of proposed Superintendent Telephone No, of proposed Superintendent: (909) 920-9977 Silver Lake Reservoir Bypass and Regulating Station- 26 M -Water Force Main 2017 Project Name& Contract Amount Type of Work Date Completed 3rd Street Intercepter -13M- Large Diameter Slip Lining 2019 Project Name &Contract Amount Type of Work Date Completed East LA Sustainable Median - 26M- Drywells and Park Upgrade 2021 Project Name&Contract Amount Type of Work Date Completed C-1 i CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 17771.1(a)),passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations(DIR), Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://ww,,v.dir.ca.gov/DLSE/PublieWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call (844)522-6734 https://efil ing.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Mladen Buntich Construction Company, Inc. Contrac Y estimating(a)buntich.com Email President Title Date: - PWC Registration#: t 00000 r i r i, C-12 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714)536-5431, Fax(714)374-1573 ADDENDUM NUMBER ONE For McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 1,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) The date and time of the bid for this project shall remain unchanged. Bids are due on December 7,2021,at 10:00 AM. 2) Table of Sections:TOS-2, Delete Section 09800,HDPE Sheet Lining. 3) Specifications: DIVISION 9 — SECTION 09810, FINISHES, HDPE SHEET LINING. Delete the entire section 09810,including all pages beginning and including 09810-1 through 09810-10. 4) Specifications: DIVISION 9—SECTION 09900, PROTECTIVE COATINGS. a. Remove entire section 09900, including all pages beginning and including 09900-1 through 09900-20. b. Replace with new SECTION 09900—Addendum No. 1 12/01/2021, pages 09900-1 through 09900-22. SECTION 09900 revised to include Section 09900, 2.4.6.6 (System No.7)which is highlighted in yellow. 5) Delete StudLiner HDPE and replace with Coating System No. 7, in Schedule A - Bid Item 14, SECTION 01025, 1.18.13,Section 02702.1.1.A, 02702.3.4.A, and any place within the Project Plan Set. 6) Specifications: SECTION 17000 — PUMP CONTROL PANEL (MCC) AND PLC PANEL, 1.1 DESCRIPTION. Remove the fallowing: The CITY's recommended panel builder is ESL Power Systems, Inc.2800 Palisades Drive,Corona,CA 92880 Ph.(951)739-7000. 7) Modify Schedule A - Bid Item 12, Description to include the following: Adjust Manholes to grade per Standard Plan 505. This is to acknowledge receipt and review of Addendum Number One—dated December 1,2021. Mladen Buntich Construction Company Inc. Mladen Buntich Jr. Company Name By December 3, 2021 Date 1 of 1 of Addendum No.1 ii. Replace with language stating 'Payment for 2-inch asphalt cement cap and final road restoration includes all labor, materials, and equipment necessary; and doing all work required to provide a 2-inch AC cap throughout Dawson Lane and McFadden Avenue per City Standard 109 and limits shown on the Contract Drawings.The work also includes but is not limited to:survey;2-inch pavement cap, removal and disposal of excess material; adjustment of existing manhole covers, valve cans, and utility boxes to grade, including construction of concrete collars; replacement of all pavement striping and markings;and all required appurtenances, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No.29A." d. Pages 01025-14 and 01025-15, 1.35B — Asphalt Paving and Striping (Bid Item No. 30). Revise language stating "Payment will be made at the lump sum price named in the Bid Schedule under Item No. 29 to"Payment will be made at the lump sum price named in the Bid Schedule under Item No.30." 3) Specifications - SECTION 01010, SUMMARY OF WORK, page 01010-6, 1.5 Project Description,A—Utility Services: a. Delete language stating "All fees charged by these utility companies for supplying the required services; will be paid separately by the CITY, including the fee for the installation of the gas service". b. Replace with language stating"All fees charged by these utility companies (SCE and SCG) for supplying and connecting the required services will be paid separately by the CITY. The City will pay the gas connection and installation fees to connect the new gas service to the existing SCG gas main pipeline located at the intersection of Goldenwest and McFadden, The contactor, if veriforce certified or a veriforce certified subcontractor, will perform the excavation work for SCG to connect to the existing gas main in Goldenwest; and also excavation work for the generator enclosure connection at gas meter." This Is to acknowledge receipt and review of Addendum Number Two,dated December 2,2021. Mladen Buntich Construction Company Inc . -L1 Company Name By 1 d — 'a — o� Date 2 of 2 of Addendum No.2 e) Maintain the existing east and west bound bicycle lanes throughout the duration of the construction. f) The K-Rail closure shall be limited between Stations 1+80 and 11+00. Construction of the gravity sewer from Station 11+00 to 13+21 shall be in accordance with the project specific Traffic Control Plans T-01 to T-04 and Specification SECTION 5-7,9.2. g) Work hours within the K-Rail shall be limited to 8:00 AM to 4.00 PM. h) All dewatering facilities shall be maintained within the K-Rail closure or shall be buried. i) Contractor shall convey dewatering effluent to the nearest City of Huntington Beach Storm Drain facilities, located near the intersection of Hanover Lane and McFadden Avenue, or to the Lake located in Greer Park. This is to acknowledge receipt and review of Addendum Number ree dated December 7,2021. Mladen Buntich Construction Company Inc . Mladen Buntich Jr. Company Name By December 7, 2021 Date 2 of 2 of Addendum No.3 City of Huntington Beach Public Works Department. 2000 Main Street Tel. (714)536-5431, Fax(714) 374-1573 ADDENDUM NUMBER FOUR For McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 8,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications, and Special Provisions. 1) Bids are due on December 15,2021,at 10:00 AM. 2) In addition to the Specifications Section 02702 Precast Concrete Vaults and Wet Wells, the City will accept prefabricated Polymer Wet Wells,provided they meet the following conditions: a. The Contractor shall provide submittals as outlined in 02702.1.4 and compliance with Sections 02702.1.5, 02702.1.6, 20702.1.7, 20702.2.1.A, D, E, F, G, H, I, J, 02702.2.2, 02702.3.1, and 02702.3.2. b. Sections 02702.3.3 and 02702.3.4 are not required provided Polymer Wet Wells include proof of independent chemical resistance testing conducted in accordance with the Standard Specifications for Public Works Construction Greenbook Section 211-2. c. Prior to backfiil the Wet Well Structure shall be hydrostatic leak tested in accordance with Section 02730. d. Compliance with Specification Section 02701, except 02701.2.4. Section 02701.2.4 shall be considered optional. This is to acknowledge receipt and review of Addendum Number Foufrazited December 8,2021, i4A Mladen Buntich Construction Company Inc . Mladen Buntich Jr . Company Name By 12-5-2021 Date 1 of 1 of Addendum No.4 THE AMERICAN INSTITUTE OF ARCHITECTS AIA DocumentA310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we MLADEN BUNTICH CONSTRUCTION CO. , INC. as Principal, hereinafter called the Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation duly organized under the laws of the State of ILLINOIS as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of the Amount of the Accompanying Bid Dollars ($ 10% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for MCFADDEN SEWER LIFT STATION CC No. 1610 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 goad 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,other-wise to remain in full force and effect. Signed and sealed this 29TH day of NOVEMBER 492021 MLADEN BUNTICH C TR CTION CO., INC. See at 7 1(L 4 e 4 z" ) p rrn al (Seat) (Witness) 1 � � (Tn O FIDELITY AND DEPOSIT COMPANY OF MARYLAND urety) (Sea!) 3 See attached Acknowledgment for Surety . hw (Witness) V-Li PA L A. BLAND (Title) Attorney-in-Fact AIA DOCUMENT A310 •BID BOND -AIA®•FEBRUARY 1970 ED THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of San Bernardino ) On 12/03/2021 before me, Ashlee N. Aguirre, Notary Public Date Here Insert Name and Title of the Officer personally appeared . Mladen Buntich Jr. 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. ASHLEE H.AGUIRRE Notary Public-C,aiifornla s San Bernardino County Signature Commission N 2390277 9 My Comm.Expires Oct 27,2025 Signature of Notary P lic Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 11/29/2021 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑Partner — ❑Limited ❑General ❑ Partner — ❑Limited ❑General ❑Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02016 National Notary Association•www.NationalNotary.org•1-800-US NOTARY(1-800-876-6827) Item#5907 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 November 29, 2021 before me, Candy A. Dakin, Notary Public (insert name and title of the officer) personally appeared Paul A. Bland who proved to me on the basis of satisfactory evidence to be the perso*)whose name(e) is/am subscribed to the within instrument and acknowledged to me that he/she/tltey executed the same in his/het/Wr authorized capacityasss), and that by his/herAimir 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 the State of California that the foregoing paragraph is true and correct. CANDY A.DAKIN WITNESS my hand and official seal. c COMM. t;2364904 a tl► Notary Public-California o Z Orange County M Comm.Expires Aug.3,2025 Signature Lit (Seal) ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D.Murray,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute, and appoint Steven C.MOSIER,Denise BENNETT,Cynthia S.WOZNEY,Edward W.GRIFFITH 11,Candy A.DAKIN and Paul A. BLAND, all of Irvine,California, EACH, its true and lawful agent and Attorney-in-Fact,to make,execute, seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 1 st day of June,A.D.2021. IKS 01 �' SBAL ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D.Murray Vice President �G7tithL � �(,gGGY�.� By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 1st day of June, A.D.2021, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. \5\5111t f+"hq� of 0 Constance A.Dunn,Notary Public My Commission Expires:July 9,2023 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 V •� Q � O W a a � O O a� Z v N O mCL N i. cW m � � J Q Q � tw N O � � LL 000 V °' muo O C U o c ` � c QQ O inu' c 41 V r W w f in '� C O Ln Q W � L Ol N O O y MNExpress NIS, CD 0 N `— _���.— = N C p � C m o N = oZ D -nnT'R ti ^ OD �'T—iPnJG O /A C O _ _ � z cn n C C - _ nCJD G) p Cr _ _ ",,'= 0 TI O _ Z F5 n oo m o D m - o c� y N - - - � n CD CD 2 00 Oo m _D D Z o m - v p w C _ � v N m m � z D Co -�-� rn J:1:unono1uv ° 56DJ3/E934IFE4A 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 May 17, 2022 Mike Prlich & Sons, Inc. 5103 Elton Street Baldwin Park, CA 91706 RE: McFadden Sewer Lift Station Replacement—CC No. 1610 Enclosed please find your original bid bond for CC No. 1610. Sincerely, q4�d44� Robin Estanislau, CIVIC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand SECTION C PROPOSAL for the construction of MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC No. 1610 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic 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 18.0 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 re-advertise 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 j � 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 Electronic Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for T%o ", 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 idderts Signature !� I1141 1Z Z_11 Z z C-z SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Item QuantityUnit Unit Price Total Price Per Plans and Specifications, furnish all labor, I material and equipment to mobilize, I LS d50)VOLD.r � . to demobilize, and provide cleanup of (DO •— f construction site: provide all bonds, insurance, and obtain all permits. Per Plans and Specifications, furnish all labor, 2 material and equipment to conduct construction 1 LS 000 . survey and staking of the construction site. Per Plans and Specifications, furnish all labor, materials, and equipment as required to implement Construction Traffic and Pedestrian Control Plans to provide public convenience, safety and traffic control; including warning 3 signs, high level warning devices, delineators, 1 LS 5q regulatory signs, barricades, and recessed ' trench plate bridging throughout the project. Traffic Control Plans were prepared by the Design Engineer and are provided in the Construction Drawings. Per Plans and Specifications, furnish all labor, materials and equipment to Pothole and locate horizontal and vertical positions of all existing 4 utilities in the vicinity of the work. Prepare a 24 EA �1 �f3—0 . q rtXn report and submit it to the City a minimum of four (4) weeks prior to start of construction to allow revisions to current design. Per Plans and Specifications, provide the services of a California Registered Geotechnical Engineer with experience in all 5 elements of the project, to provide 1 LS recommendations necessary for the design of the contractors shoring system, dewatering systern,and settlement monitoring program. C-2.1 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-16.10 Bad Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, materials, and equipment as required, develop, design, and implement trench and excavation safety measures, consisting of sheeting, shoring, and bracing, or equivalent method for the protection of life and limb in trenches,pump station excavation, valve vault excavation, and 6 other miscellaneous open excavations; and 1 LS �Zt '� 7-1 �' 0 protection of all adjacent structures in conformance with applicable safety orders.The work includes preparation of shoring plans and calculations by a California registered structural engineer incorporating the requirements of the dewatering plan, and recommendations contained in the geotechnical study performed by the Contractor. Per Plans and Specifications, develop a Dewatering Plan prepared by a California Registered Geotechnical Engineer, incorporating the requirements of the shoring plan and any additional geotechnical information developed by the Contractor. The work includes: obtaining NPDES permit from 7 the Regional Water Quality Control Board,well 1 LS3I�de drilling and destruction permits from Orange act County Health Department, field testing required for the design of the dewatering system, implementation of the dewatering program, and removal of the dewatering system, including monitoring wells, when no longer needed. Per Plans and Specifications, develop Storm Water Pollution Prevention Plan (SWPPP) furnish all labor, materials, and equipment as required to install and maintain all BMP's 8 identified in the approved SWPPP throughout 1 LS 151 the duration of construction. At the completion of construction, all BMP's shall be removed by the CONTRACTOR, and the site and all facilities restored to their original condition. C-2.2 ADDENDUM NO.1 DECEMBER 1, 2021 SCHEDULE LILT HERNANDEZ P.E BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFAI)DEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, implement a site monitoring program to evaluate groundwater, settlement,and vibration in accordance with the 06 9 recommendations contained in the Contractor's I LS r Geotechnical Investigation Report for construction of the lift station sewers, wet well and valve vault. Per Plans and Specifications, famish all labor materials and equipment necessary for sitework demolition and preparation for the new pump station site and the legal disposal of all removed materials. The work,includes,but is not limited 10 to: demolition, removal, and disposal of I LS pavement, curb, gutter, sidewalk, conduits, wires, irrigation piping,and pull boxes Dawson. Lane and McFadden Ave; documentation of pre-construction site conditions; and all other appurtenant work required. Per Plans and Specifications, famish all labor materials and equipment necessary to abandon the existing gravity sewer, force main, and manhole. The work includes, but is not limited to: cement slurry; asphalt concrete paving, I LS 95/0 j)0 0 curb, gutter, and sidewalk removal and 60 - restoration; plugging of existing manholes; removal of existing marfliole,fill with sand and reconstruct surface; and all other appurtenant work.required. Per Plans and Specifications, furnish all labor, material and equipment necessary, to construct 4-foot diameter polymer concrete sewer manhole and composite frame and cover. The work includes,but is not limited to: factory cast 12 monolithic base; precast manhole sections; I LS Q D to Cp Sancon rehabilitation of MH 1633; exterior coating and joint wrap system; composite manhole frame and cover; connections to new and existing sanitary sewers; and all appurtenant work required. A JADDENDUM JAdjust Manholes to grade per plan 505. C-2.3 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, 13 materials and equipment necessary,to construct 1,163 LF DV 3 q 8-inch diameter VCP sewer in Dawson Lane ] j t oso and McFadden Ave. W 177 Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct Coatinq System No. 7 reinforced concrete, fined wet 14 well with H-20 rated 316 stainless steel l LS lockable access hatch with fiberglass safety rack, access manway, exterior waterproofing and all other required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct reinforced concrete valve vault,with H-20 rated 15 aluminum 2-door lockable access hatch, 316 1 LSD stainless steel ladders, sump, exterior Co waterproofing, and all other required appurtenances Per Plans and Specifications, Furnish all labor, materials and equipment necessary and Install Wet Well Mechanical Equipment, including 5 IIP, 117 gpm recessed impeller slide-rail submersible pumps and motors; 316 stainless 16 steel discharge elbows; 4-inch 316 stainless 1 LS3 steel discharge piping, fittings and support 133,& i. brackets; 316 stainless steel slide-rail system, guide brackets, lifting chain and bails; 316 stainless steel cable racks, level transducer stilling well; duckbill check valve; and all other required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary and Install Valve Vault Mechanical Equipment, including pipe, valves, fittings, couplings, 17 electromagnetic flow meter, 'insulating flanges, 1 LS �f 'v� ��10LDO � flexible expansion joint with joint bonding and sacrificial anodes, 31.6 stainless steel pipe supports, bypass connection, ladder up device and all other required appurtenances. C-2.4 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct piping between the wet well and valve vault, and construct miscellaneous pipe, including all 18 fittings; buried insulating flange kits and test 1 LS *7 0 pia stations; flexible expansion joint with joint bonding; 6-inch, 316 stainless steel pipe, 3- inch, PVC pipe; excavation; imported backfill; compaction; and all required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary, and construct 6-inch AWWA C900 UK 14 PVC 19 sewer force main, including all fittings; thrust 1 LS � p 0-0 o� blocks, cathodic protection; connection to f discharge manhole; and Sancon rehabilitation of MH 1588. Per Plans and Specifications, furnish all labor, materials and equipment necessary to 20 coordinate with Southern California Gas 1 LS ✓ j S�l�ocx 66 Company,and construct permanent natural gas service to the new McFadden Lift Station site. Per Plans and Specifications, furnish all labor, materials, and equipment necessary and install 30 kW natural gas fuel emergency generator set in a sound attenuated enclosure, including all 21 conduits,wires,pipes,fittings,valves,controls, 1 LS -3 reinforced concrete base, 2-inch tape wrappedZj '-- steel pipe from the meter service meter to the generator, 8' CMU enclosure with wall spikes, and all appurtenances. Per Plans and Specifications, furnish all labor, materials, equipment necessary to furnish and 22 install site electrical and instrumentation 1 LS systems; including conductors, raceway, )to2ja p switches, lights, receptacles, level transducers, float switches, and all required appurtenances. C-2,s SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNCINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1G10 Bid Estimated Item Description Quantity Unit Unit Price Total Price Per Plans and Specifications, furnish all labor, materials and equipment necessary and install 316 stainless steel, NEMA 4X transfer switch enclosure, including automatic transfer switch with manual bypass, double throw manual transfer switch, portable generator receptacle; 23 coordination with SCE to provide electrical 1 LS service to site;4-inch conduit with pull-rope for ��t} b 1 , SCE conductor; 100 amp main switchboard; 1 concrete pads for electrical equipment; and all required appurtenances; complete and in place, with all required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary and install CID 24 pump control panel and PLC panel and I LS /� D '�1�OrD 0, appurtenances, as well as mounting those panels to a reinforced concrete base. Per Plans and. Specifications, furnish all labor, material and equipment necessary,and conduct 25 rift station start up and testing to full 1 LS + satisfaction of the City of Huntington Beach. Per Plans and Specifications, furnish all labor, materials and equipment necessary, and demolish existing City of Huntington Beach McFadden Sewer Lift Station, including removal,handling,and proper disposal of lead- based paint; removal and proper disposal of all equipment within the existing Lift Station; coordination and removal of SCE service meter, main disconnect, and manual transfer 26 switch, and delivery of salvaged equipment to I LS )A1coo City Yard;cleaning,lining,and rechanneling of the wet well; removal of the top 8-feet of the. dry well structure; backBlling of remaining dry well with Class 100-E-100 slurry; re- channelizing and interior coating of an existing influent manhole; filling of existing to be abandoned pipes with low strength slurry mix; backfilling of the excavation with approved materials;and all appurtenant work. C-2.G SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PRO.IECT CC-16I0 Bid Description Estimated Unit Unit Price Total Price Item Quanti Per Plans and Specifications furnish all labor, materials and equipment necessary, to restore and construct concrete curb, gutter, driveway, 27 local depressions, sidewalk, and ramps to pre- 2,940 SF construction condition,and construction of new A """ 13 5b it " concrete pad around the wet well, valve vault, and meter vault. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to restore and construct the landscape and irrigation 28 system to pre-construction condition, the 1 LS installation of two trees for every tree removed, wo 7% , and the installation of shrubs along Dawson Lane for screening. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to remove and full depth replace existing disturbed aggregate base (AB), sawcut remove and full depth replace existing disturbed asphalt concrete (AC), within the Dawson. Lane and 29A 8,570 SF t}� McFadden Ave (6" AC over 10" AB). Work , }, also includes removal and replacement of all � � impacted pavement and curb markings, striping, and adjustment of existing boxes, manholes,valve cans to grade,in Dawson Lane and McFadden Avenue. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to provide a 2-inch asphalt cement grind,and provide a 2- inch asphalt cement cap within the Dawson f� Lane and McFadden Ave. Work also includes Cifjv. 29B 7,77U SF removal and replacement of all impacted pavement and curb markings, striping, and adjustment of existing boxes, manholes, valve cans to grade, in Dawson Lane and McFadden Avenue. C-2.7 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, materials, and equipment necessary to provide 30 the services of a California Registered 1 LS Professional Land Surveyor,with experience in tip. all elements of the project, for the replacement of survey monuments. TOTAL BID ITEMS 1 THRU 30 FOR MCFADDEN SEWER PUMP ft$ f}/ t STATION REPLACEMENT PROJECT 1 �-- Total Amount of Base Bid in Writing: r V,; Note: Refer to Section 01025,Measurement and Payment for description of each Item on Bid Schedule. Refer to Section 01025 Measurement and Payment for additional details. All extensions of unit process will be subject to verification by Owner, in case verification is required between the unit price and the extension,the unit price will govern.The Owner reserves the right to reject any or all proposals and bid items. C-2.8 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 -mLiv 6 A f5 n.,, �o t t,la3, '> 649 Ctq6dC30t�D 'j .Ae C.�+s d ry T, t 11 1not>153 1 e, F /q A). `�20016 � �D�o52°j� 29 b 531z C�e��as S1. V -1163,o6 1I,2�tC7, .0-0Z- � t C r�ss 1 Dot�+�t�lW t Ea By submission of this proposal, the Bidder certifies; 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 1 declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed onP1ly zl , at Imbishk Ark, Date City State lfl being first d ly sworn, deposes and says that he or she is 2)WF of� 1f to�l X;lr- 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. MIKE PRUCH AND SQNS� N C Name of Bidder Signature of Mder a j al+ it. Pa'r1-�. G/ 11701� Address of Bidder C-4 || y UTILITY AGREEMENT HONORABLE.MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA City Council: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the McFadden Lift Station Replaceineut Protect, CC No. 1610, (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. MIKE PRUCH AND SONS,INC_ Contractor VL By MICHAEL A. PRUCH PRESIDENT Title Date: C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes No If the answer is yes,explain the circumstances in the space provided. &-14- Note: This questionnaire constitutes a pant of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-G COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to wham 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. MIKE PRLICH AND SONS,INC Contractor a- By MICHAEL A. PRESIDENT ICH Title Date: t C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: MIKE PRUCH AND SONS,INC Bidder Name Business Address City, State Zip - /Too f��`� voll��r���s��s � Telephone Number Email Ad ress State Contractor's License No. and Class Odin D to Issued Expiration_ to The work site was inspected by of our office onj =. The following are persons, firms, and corporations having a principal interest in this proposal: M 116 hxov/ x- 1*7�r/ice 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. MIKE PRUCH AND SONS,INC Company Name Signature of Bidder MICHAELA. PRUCH PRES—WENT Printed or Typed Signature C-8 7::7 ^-�~-~~~~~-�..�~ notanj public or other officer completing this v 'ies only the identity of the individual who signed the docurnen-s.to which this certificate is -the 4 fulness, accurracy, or attached, and not - uth veilidilbj of that docunient. County of- 1-7, 1 ( I'll —-1 ) Gregg Arden Al'i'vegren Notaiii Public On- before roe, 1,the officer) (inserk name and tifle or personally appeared Michael A. Prlich who proved to me on the basis ofsatisfactory evidence to be the person(s)whose name(s)is/are subscribed to tile within instrument and acknowledged to me that helshe/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrurrient the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I CertifIf Linder PENALTY OF PERJURY Linder the laws of the State of California that the foregoing paragraph is-true and correct. WITNESS my hand and official seal. NOTARY PUBLIC-CALIFORNIA LO$'ANGELES COUNTY (OW CMM Expka JULY 111.2024 Signature Lire Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of sanitary sewer pipeline installation of at least of 1,000 of 8-inch or greater diameter and pipeline construction in high ground water regions with trench depths of 10-feet to the invert in the public right-of-way. Sanitary sewer lift stations installations with wet well excavations to a depth of22 feet below existing ground in a high ground water environment,with project work within public right of way.. 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. 11 3� 00 N. ash-- t�itn� v5 Name and Address of Pu lic Agency Name and Telephone No. of Project Manager: SkOOA¢1t l' 0"tiv;s RE -tip-54- !81/ Contract Amount Type of Work Date Completed Provide additional roject description to show similar work: R y,, ' o ,w cam- c, '''g"p . f u OAA b wo vie9 }- a 2 " 2. t? � Name Ad Address ot Public Agency Name and Telephone No. of Project Manager: Ro , �-e Ala, Contract Amount Type of Work Date ompleted Provide additional project description to show similar work: C.a,t j rd p. 3. r/_, fY' i a T IC DO OtPL a� , MkIl kghA :IIA j C-F NanI6 and Address of Pubic Agency Name and Telephone No. of Project Manager: 140d ' rto A - 5 z-, 6 t Contract Amount Type of Work Date Completed Provide additional project description to show similar work: -l. r-r S. ovt- V -1-,¢s P '13-1. R+i~M a"4 C, ed.r -. V f p,",.1 ,i s. ..- q. Z a P 2-q ` t-.�,c P rV.4 S .L ... 2 L 4 p 1 ear 1 /Yf d. U C-S"c,fit--/ C-10 r (67 (.4 � teal 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: 1-7 Project Name& Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed /._1'-Tp f I Lu S 0 C,' To R-fK-(NJ^-N 4 c3 l`7 Project Name &Contract Amount Type of Work Date Completed 2. � Name of proposed Superintendent Telephone No. of proposed Superintendent: " ,L3 ~ —7 �y �t Project Name &Contract Amount Type of Work Date Completed f--,A-i IQ Project Name& Contract Amount Type of Work Date Completed s �a rJ <� azxr-tom 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://-vvww.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.1.4.pdf DIR's Contractor Registration Link—Call (844)522-6734 httpsJ/efiling.dir.ca.gov/PWCR/ActionSery let?action=displayP W CRegistrationForm DIR's Contractor Registration searchable database: https:Hefiling.dir.ca.gov/PWCR/Search.actioji 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. MIKE PRLICH AND SONS,INC Contractor W'Ji)% By Email MICHAELA. PRLICH PRESIDENT Title Date: 17 PWC Registration #: 0(}0 105 � C-12 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714)536-5431, Fax(714)374-1573 ADDENDUM NUMBER ONE For McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 1,2021 Notice to All Bidders:. Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) The date and time of the bid for this project shall remain unchanged. Bids are due on December 7,2021,at 10:00 AM. 2) Table of Sections:TOS-2, Delete Section 09800, HDPE Sheet Lining. 3) Specifications: DIVISION 9 — SECTION 09810, FINISHES, HDPE SHEET LINING. Delete the entire section 09810, including all pages beginning and including 09810-1 through 09810-10. 4) Specifications: DIVISION 9—SECTION 09900, PROTECTIVE COATINGS. a. Remove entire section 09900, including all pages beginning and including 09900-1 through 09900-20. b. Replace with new SECTION 09900—Addendum No. 1 12/01/2021, pages 09900-1 through 09900-22. SECTION 09900 revised to include Section 09900, 2.4.6.6(System No.7)which is highlighted in yellow. 5) Delete StudLiner HDPE and replace with Coating System No. 7, in Schedule A - Bid Item 14, SECTION 01025, 1.18.13, Section 02702.1.1.A,02702.3.4.A, and any place within the Project Plan Set. 6) Specifications: SECTION 17000 -- PUMP CONTROL PANEL (MCC) AND PLC PANEL, 1.1 DESCRIPTION. Remove the following: The CITY's recommended panel builder is ESL Power Systems, Inc.2800 Palisades Drive, Corona, CA 92880 Ph.(951)739-7000. 7) Modify Schedule A - Bid Item 12, Description to include the following: Adjust Manholes to grade per Standard Plan 505. This is to acknowledge receipt and review of Addendum Number One, dated December 1,2021. MIKE PRLICH AND SONS,INC Company Name B t2-( ,01 .t� , Date 1 of 1 of 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 McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC '16'10 December 2,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications, and Special Provisions. 1) The date of the bid for this project CHANGED. Bids are due on December 8,2021,at 10:00 AM. 2) Specifications-SECTION 01025, MEASUREMENT AND PAYMENTS: a. Pages 01025-13 and 01025-14, 1.33 B and 1.33 D - Asphalt Paving and Striping (Bid Item No. 29A). Revise language stating "Payment will be at the unit price named in the Bid Schedule under Item No. 28A" to "Payment will be at the unit price named in the Bid Schedule under Item No.29A". b. Page 01025-14, 1.34 B-Asphalt Paving and Striping(Bid Item No.29B). i. Delete language stating"Payment for 2-inch asphalt cement grind includes all labor, materials, and equipment necessary; and doing all work required to provide a 2-inch grind throughout Dawson Lane, MGFadden Avenue, and North Greer Park parking lot to the limits shown on the Contract Drawings, pavement removal and disposal, and all required appurtenant work not included in other bid items, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No. 2-8B. Measurement f9F 2 iRGh asphalt eepAeRt Gap and final read restoFatiGR shall be .m.-w-le fn-r each ton of AQ pavement overlay as paA of the-9 1nr__hAG Gap work." ii. Replace with language stating "Payment for 2-inch asphalt cement grind includes all labor, materials, and equipment necessary; and doing all work required to provide a 2-inch grind throughout Dawson Lane and North Greer Park parking lot to the limits shown on the Contract Drawings, pavement removal and disposal,and all required appurtenant work not included in other bid items, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No.29B." c. Page 01025-14, 1.34 C-Asphalt Paving and Striping(Bid Item No.29B). i. Delete language stating "Payment for 2-inch asphalt cement cap and final road restoration includes all labor, materials, and equipment necessary; and doing all work required to provide a 2-inch AC cap throughout Dawson Lane, McFadden Avenue, et to the limits shown on the Contract Drawings.The work also includes but is not limited to:survey;2-inch pavement cap, removal and disposal of excess material; adjustment of existing manhole covers, valve cans, and utility boxes to grade, including construction of concrete collars; replacement of all pavement striping and markings; and all required appurtenances, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No.28B." 1 of 2 of Addendum No.2 ii. Replace with language stating "Payment for 2-inch asphalt cement cap and final road restoration includes all labor, materials, and equipment necessary; and doing all work required to provide a 2-inch AC cap throughout Dawson Lane and McFadden Avenue per City Standard 109 and limits shown on the Contract Drawings.The work also includes but is not limited to:survey; 2-inch pavement cap, removal and disposal of excess material; adjustment of existing manhole covers, valve cans, and utility boxes to grade, including construction of concrete collars; replacement of all pavement striping and markings; and all required appurtenances, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No.29A." d. Pages 01025-14 and 01025-15, 1.35B — Asphalt Paving and Striping (Bid Item No. 30). Revise language stating "Payment will be made at the lump sum price named in the Bid Schedule under Item No. 29 to"Payment will be made at the lump sum price named in the Bid Schedule under Item No.30" 3) Specifications - SECTION 01010, SUMMARY OF WORK, page 01010-6, 1.5 Project Description,A—Utility Services: a. Delete language stating "All fees charged by these utility companies for supplying the required services, will be paid separately by the CITY, including the fee for the installation of the gas service". b. Replace with language stating "All fees charged by these utility companies (SCE and SCG) for supplying and connecting the required services will be paid separately by the CITY. The City will pay the gas connection and installation fees to connect the new gas service to the existing SCG gas main pipeline located at the intersection of Goldenwest and McFadden. The contactor, if veriforce certified or a veriforce certified subcontractor, will perform the excavation work for SCG to connect to the existing gas main in Goldenwest; and also excavation work for the generator enclosure connection at gas meter." This is to acknowledge receipt and review of Addendum Number Two, dated December 2,2021. MIKE PRLICH AND SONS,INC Company Name By Date 2 of 2 of 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 McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 7,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications, and Special Provisions. 1) The date of the bid for this project has CHANGED. Bids are due on December 15,2021,at 10:00 AM. 2) Construction of the Sanitary Sewer in the center of McFadden Avenue shall be in accordance with the project specific Traffic Control Plans T-01 to T-04 and Specification SECTION 5-7.9.2 which states the following: McFadden Avenue and Goldenwest Street: Maintain one through travel lane in each direction during work hours, with all travel lanes being opened to traffic outside of working hours. Vehicular traffic may be restricted to one lane in each direction during the duration of the construction contract.All work in McFadden Avenue shall be between the hours of 9:00 AM and 4:00 PM. Traffic Control shall be removed at the end of each workday.Any open trench shall be covered with recessed steel trench plates. The plates shall be recessed to be flush with the road surface. OR Construction of the Sanitary Sewer in the center of McFadden Avenue shall be in accordance with the following conditions: a) The Contractor shall prepare a Traffic Control Plan and submit to the City for review and approval. b) The cost of the revised traffic control plans shall be included in the unit cost per lineal foot to construct the sanitary sewer line in McFadden Avenue. c) A 24/7 K-Rail closure will be permitted for a maximum of 20 consecutive working days within the center of McFadden Avenue. d) One east bound lane and one west bound lane shall be available 24/7, with a minimum lane width of 11-feet. 1 of 2 of Addendum No.3 e) Maintain the existing east and west bound bicycle lanes throughout the duration of the construction. f) The K-Rail closure shall be limited between Stations 1+80 and 11+00. Construction of the gravity sewer from Station 11+00 to 13+21 shall be in accordance with the project specific Traffic Control Plans T-01 to T-04 and Specification SECTION 5-7.9.2. g) Work hours within the K-Rail shall be limited to 8:00 AM to 4:00 PM. h) All dewatering facilities shall be maintained within the K-Rail closure or shall be buried. i) Contractor shall convey dewatering effluent to the nearest City of Huntington Beach Storm Drain facilities, located near the intersection of Hanover Lane and McFadden Avenue, or to the Lake located in Greer Park. This is to acknowledge receipt and review of Addendum Number Three,dated December 7,2021. MIKE PRUCH AND SONS INC Company Name - � Pf L Date 2 of 2 of Addendum No.3 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER FOUR For MoFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 8,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) Bids are due on December 15,2021, at 10:00 AM. 2) In addition to the Specifications Section 02702 Precast Concrete Vaults and Wet Wells, the City will accept prefabricated Polymer Wet Wells, provided they meet the following conditions: a. The Contractor shall provide submittals as outlined in 02702.1.4 and compliance with Sections 02702.1.5, 02702.1.6, 20702.1.7, 20702.2.1.A, D, E, F, G, H, I, J, 02702.2.2, 02702.3.1, and 02702.3.2. b. Sections 02702.3.3 and 02702.3.4 are not required provided Polymer Wet Wells include proof of independent chemical resistance testing conducted in accordance with the Standard Specifications for Public Works Construction Greenbook Section 211-2. c. Prior to backfill the Wet Well Structure shall be hydrostatic leak tested in accordance with Section 02730. d. Compliance with Specification Section 02701, except 02701.2.4. Section 02701.2.4 shall be considered optional. This is to acknowledge receipt and review of Addendum Number Four,dated December 8,2021. MIKE PRLICH AND SONS,INC Company Name By 401 Date 1 of 1 of Addendum No.4 Bid Bond Bid Bond Number:C:SBA-19324 CONTRACTOR: SUB ETY: (Name,legal status and address) (Name,legal status and prinet�al plaie of business) dike Prlich&Sons,Inc. f lartford Fire Insurance Company 5103 Elton St. 440 l3.I funtington Drive,Suite 317 Baldwin Park,CA 91706 Arcadia,CA 91006 OWNER: This document has irnpottant legal (Name,legal status and address) consequences.Consultation with City of Huntington Beach An attorney is encouraged with respect to its 20001IIain Street completion or modification. Huntington Beach,CA 92648 Any singular reference to Contractor,Surety,Owner or other party shall be considered Plural where applicable. BOND AMOUNT: Ten Percent(10%)of Amount Bid PROJECT:i\lcradden Sewer Lift Station Replacement Project,CC No,1610 Project Nuuxber.,if any:CC No, 1610 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the:bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceprable to the C:)wnei;for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger arnourit for which the Owner may in good faith] contract with another party to perform the work covered by said bid,then this obligation shall be mill and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the terin Owner shall be deemed to be Contractor. When this Bond has been furnished to comply xvith a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal.requirement shall be deemed deleted here from and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.Wlien so furnished,the intent is that this Bond shall be construed as statutory bond and not as a common law bond. Signed and scaled this Q11 day of December 2021 ,,.-- Apt�C'' -like Prlich&Sons Inc. GREGGMDENAMGM errcr al (Seal COMM. 2329e2e ) NOTARY PUtt1C•CALIf�RAiIA a_ ess) LOSANC�ELES com MY Catx� JULY 11,21i24 L— (17t1c) ; ��,. ------ I lartford Frire Insurance Company (-eqi (fPrtuese)Rudy Uncta A'VI i.e)Shaunna Rozellc Ostrom,Attorney-in-pact By arrangement with the American Institute of Architects, the National Association of Surety Bond 4 Producers(NASBP) (www.nasbp.o ) makes this form document available to its members,affiliates,and associates in Microsoft Word format for use in the regular course of surety business.NASBP vouches that t the original text of this document conforms exactly to the text in AIA Document A310-2010, Bid Bond. Subsequent modifications may be made to the original text of this document by users,so careful review of its wording and consultation with an attorney are encouraged before its completion, execution or acceptance. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange } On 12/06/2021 before me, Rudy Urieta, Notary Public (insert name and title of the officer) personally appeared Shaunna Rozelle Ostrom 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. •`; RUOY URIETA M M WITNESS my hand and official seal. COMM.M2332115 NotaryPubiic-California a ORANGE COUNTY a `• .o.•' My Comm.Expires Aug22,2U24 Signature ( Seai g ( ) Rudy Urieta Bond No.CSBA-19324 Direct Inquiries/Claims to: THE HARTFORD DOWER OF BONDectic One Hartford Plaza Hartford,Connecticut 06155 Bond.Clainnspthehartford.com ca/1.888-266.3488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: COMM'L SURETY & BOND INS AGY/BOND Agency Code: 72-131009 Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana 0 Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,it corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford,Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make,constitute and appoint, up to the amount of Unlimited : Arturo Ayala, Daniel Huckabay, Frank Morones, R. Nappi, Shaunna Rozelle Ostrom, Dwight Reilly, Ben Stong, Michael D. Stong of ORANGE, California their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. lez, Ip7Y ;t cori, wgv"o 0 ( 9 �- p7$i 9f'yolwllA 5� Shelby Wiggins,Assistant Secretary Joelle L.LaPierre,Assistant Vice President STATE OF FLORIDA ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre,to me known,who being by me duly sworn,did depose and say:that (s)he resides in Seminole County,State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument;that(s)he knows the seals of the said corporations;that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority. //� :t �C• .tessica Ciccone p f qP p`Q My Commission HH 122250 Expires June 20,2025 I,the undersigned,Assistant Vice President of the Companies,DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is stIN in full force effective as of December 6th,2021 Signed and sealed in Lake Mary,Florida. oIla,. Keith D.Dozois,Assistant Vice President l A notary public or other officer completing this certificate verities 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 Los Angeles County of f eta e_( before rne, Gregg Arden Al vegren Noaar/ Public On_ — I (insert name and title of the officer) personally appeared Michael A. Prlich satisfactory to be the person(s)whose name(s)is/are who proved to me on the basis of satisfacfo me that he/she/they executed the same in subscribed -to the within instrument and acknowledged to 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. �X GREGG ARDEN ALFVEGREN COMM.#2329628 y _r NOTARY PUBLIC•CALIFORNIA WITNESS my hand and official seal. My Comm.F ELE COUNJULY TY Signature (Seal) 1V11ll114L !t<K 11 111M 0ku)1\111 09 luWv_a 5f03 Elton Street; -c�;aldwjn c adc, MCA. 917,06 Tel626/813-1700 ox. 626/813-1700 1Liceiise No. A.-760474. } RESOLUTION BY THE BOARD OF DIRECTORS OF MIKE PRLICH & SONS, INC. WHEREAS, The undersigned being all.of the directors (or a majority) of the above-named corporation, hereby individually and collectively consent to the following: RESOLVED, That any one or more of the following officers of this Corporation is hereby authorized to enter into any contract or execute any instrument in the name of and on behalf of the corporation. Such power is general MICHAEL A. PRLICH -- PRESIDENT MILDA Y..GANDASETIAWAN — SECRETARY/TREASURER & CHIEF FINANCIAL OFFICER RESOLVED FURTHER, That any of the above officers of this Corporation is hereby authorized to execute any documents or instrument on behalf of the Corporation. The undersigned, being all of the directors (or a majority) of this Corporation, hereby adopt and consent to the foregoing resolution in lieu of eeting. DATED: May '18, 2016 Direct( r , President Direc r A0Z Secretafi /Treasurer MIKE PRLICH AND SONS,INC. 5103 ELTON STREET BALDWIN PARK,CA 91706 Q � D o N o+- P r City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov EB *a. Office of the City Clerk I), A Robin Estanislau, City Clerk May 17, 2022 Mehta Mechanical Company, Inc. dba MMC 5901 Fresca Drive La Palma, CA 90623 RE: McFadden Sewer Lift Station Replacement—CC No. 1610 Enclosed please find your original bid bond for CC No. 1610. Sincerely, & Robin Estanislau, CIVIC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand SECTION C PROPOSAL for the construction of McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC No.1610 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic 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 180 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 re-advertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. Ca 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 Electronic Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check",or"Bidder's Bond for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here,if any: Addenda No. Date Received Bidder's Si ature 20 7-1 'z-/ 2d -! 03 1 z 1 yazl 1 2- 2011 C-2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714)536-5431, Fax(714)374-1573 ADDENDUM NUMBER For McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 1,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) The date and time of the bid for this project shall remain unchanged. Bids are due on December 7,2021,at 10:00 AM. 2) Table of Sections:TOS-2, Delete Section 09800,HDPE Sheet Lining. 3) Specifications: DIVISION 9 — SECTION 09810, FINISHES, HDPE SHEET LINING. Delete the entire section 09810,including all pages beginning and including 09810-1 through 09810-10. 4) Specifications: DIVISION 9—SECTION 09900, PROTECTIVE COATINGS. a. Remove entire section 09900, including all pages beginning and including 09900-1 through 09900-20. b. Replace with new SECTION 09900—Addendum No. 1 12/01/2021, pages 09900-1 through 09900-22. SECTION 09900 revised to include Section 09900,2.4.13.6(System No.7)which is highlighted in yellow. 5) Delete Studl-iner HDPE and replace with Coating System No. 7, in Schedule A - Bid Item 14, SECTION 01025, 1.18.6,Section 02702.1.1.A,02702.3.4.A,and any place within the Project Plan Set. 6) Specifications: SECTION 17000 — PUMP CONTROL PANEL (MCC) AND PLC PANEL, 1.1 DESCRIPTION. Remove the following: The CITY's recommended panel builder is ESL Power Systems, Inc.2800 Palisades Drive,Corona,CA 92880 Ph.(951)739-7000. 7) Modify Schedule A - Bid Item 12, Description to include the following: Adjust Manholes to grade per Standard Plan 505. This is to acknowledge receipt and review of Addendum Number One,dated December 1,2021. INC - UTA44T Company Name By Date 1 of 1 of Addendum No.1 ii. Replace with language stating "Payment for 2-inch asphalt cement cap and final road restoration includes all labor, materials, and equipment necessary; and doing all work required to provide a 2-inch AC cap throughout Dawson Lane and McFadden Avenue per City Standard 109 and limits shown on the Contract Drawings.The work also includes but is not limited to:survey,2-inch pavement cap, removal and disposal of excess material; adjustment of existing manhole covers, valve cans, and utility boxes to grade, including construction of concrete collars; replacement of all pavement striping and markings;and all required appurtenances, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No.29A." d. Pages 01025-14 and 01025-15, 1.35B — Asphalt Paving and Striping (Bid Item No. 30). Revise language stating "Payment will be made at the lump sum price named in the Bid Schedule under Item No. 29 to"Payment will be made at the lump sum price named in the Bid Schedule under Item No.30" 3) Specifications - SECTION 01010, SUMMARY OF WORK, page 01010-6, 1.5 Project Description,A—Utility Services: a. Delete language stating "All fees charged by these utility companies for supplying the required services,will be paid separately by the CITY, including the fee for the installation of the gas service". b. Replace with language stating"All fees charged by these utility companies(SCE and SCG) for supplying and connecting the required services will be paid separately by the CITY. The City will pay the gas connection and installation fees to connect the new gas service to the existing SCG gas main pipeline located at the intersection of Goldenwest and McFadden. The contactor, if verfforce certified or a veriforce certified subcontractor, will perform the excavation work for SCG to connect to the existing gas main in Goldenwest; and also excavation work for the generator enclosure connection at gas meter," This is to acknowledge receipt and review of Addendum Number Two,dated December 2,2021. mC Company Name By Date 2 of 2 of Addendum No.2 e) Maintain the existing east and west bound bicycle lanes throughout the duration of the construction. f) The K-Rail closure shall be limited between Stations 1+80 and 11+00. Construction of the gravity sewer from Station 11+00 to 13+21 shall be in accordance with the project specific Traffic Control Plans T-01 to T-04 and Specification SECTION 5-7.9.2. g) Work hours within the K-Rail shall be limited to 8:00 AM to 4:00 PM. h) All dewatering facilities shall be maintained within the K-Rail closure or shall be buried. i) Contractor shall convey dewatering effluent to the nearest City of Huntington Beach Storm Drain facilities, located near the intersection of Hanover Lane and McFadden Avenue, or to the Lake located in Greer Park. This is to acknowledge receipt and review of Addendum Number Three,dated December 7,2021. c � . Company Name By 1 S1 2,07A Date 2 of 2 of Addendum No.3 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714)536-5431, Fax(714)374-1573 ADDENDUM NUMBER FOUR For McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 8,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) Bids are due on December 15,2021,at 10:00 AM. 2) In addition to the Specifications Section 02702 Precast Concrete Vaults and Wet Wells, the City will accept prefabricated Polymer Wet Wells, provided they meet the following conditions: a. The Contractor shall provide submittals as outlined in 02702.1.4 and compliance with Sections 02702.1.5, 02702.1.6, 20702.1.7, 20702.2.1.A, D, E, F, G, H, 1, J, 02702.2.2, 02702.3.1,and 02702.3.2. b. Sections 02702.3.3 and 02702.3.4 are not required provided Polymer Wet Wells include proof of independent chemical resistance testing conducted in accordance with the Standard Specifications for Public Works Construction Greenbook Section 211-2. c. Prior to backfill the Wet Well Structure shall be hydrostatic leak tested in accordance with Section 02730. d. Compliance with Specification Section 02701, except 02701.2.4. Section 02701.2.4 shall be considered optional. This is to acknowledge receipt and review of Addendum Number Four,dated December 8,2021. C Company Name By Date 1 of 1 of Addendum No.4 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Ouantity Per Plans and Specifications, furnish all labor, material and equipment to mobilize, 1 demobilize, and provide cleanup of 1 LS t5 d(000 t50 to to construction site: provide all bonds, insurance, and obtain all permits. Per Plans and Specifications, furnish all labor, 2 material and equipment to conduct construction 1 LS o 25f dC3T� survey and staking of the construction site. Per Plans and Specifications, furnish all labor, materials, and equipment as required to implement Construction Traffic and Pedestrian Control Plans to provide public convenience, safety and traffic control; including warning �ptJrtJv!? rPot ovD 3 signs, high level warning devices, delineators, 1 LS regulatory signs, barricades, and recessed trench plate bridging throughout the project. Traffic Control Plans were prepared by the Design Engineer and are provided in the Construction Drawings. Per Plans and Specifications, furnish all labor, materials and equipment to Pothole and locate horizontal and vertical positions of all existing 1 Sop fv, 'C'+7 4 utilities in the vicinity of the work. Prepare a 24 EA report and submit it to the City a minimum of four (4) weeks prior to start of construction to allow revisions to current design. Per Plans and Specifications, provide the services of a California Registered Geotechnical Engineer with experience in all 5 elements of the project, to provide 1 LSD p� ��pad recommendations necessary for the design of the contractors shoring system, dewatering i system,and settlement monitoring program. C-2.1 ADDENDUM NO.1 SCHEDULE A DECEMBER 1, 2021 LILT HERNANDEZ P.E BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Estimated Bid EstimatedUnit Unit Price Total Price Item uanHty i Per Plans and Specifications, implement a site monitoring program to evaluate groundwater, settlement,and vibration in accordance with the 9 recommendations contained in the Contractor's 1 LS g p,0IX1 $c�ors Geotechnical Investigation Report for construction of the lift station sewers, wet well and valve vault. I Per Plans and Specifications, furnish all labor materials and equipment necessary for sitework demolition and preparation for the new pump station site and the legal disposal of all removed materials.The work includes, but is not limited I S-�pppSrTp 10 to: demolition, removal, and disposal of 1 LS pavement, curb, gutter, sidewalk, conduits, wires,irrigation piping,and pull boxes Dawson Lane and McFadden Ave; documentation of j pre-construction site conditions; and all other j appurtenant work required. } Per Plans and Specifications, furnish all labor 1 materials and equipment necessary to abandon the existing gravity sewer, force main, and manhole. The work includes,but is not limited to: cement slurry; asphalt concrete paving, ©rpOf� 11 1 curb, gutter, and sidewalk removal and LS restoration; plugging of existing manholes; removal of existing manhole,fill with sand and reconstruct surface; and all other appurtenant work required. Per Plans and Specifications, furnish all labor, material and equipment necessary,to construct 4-foot diameter polymer concrete sewer manhole and composite frame and cover. The work includes,but is not limited to: factory cast 12 monolithic base; precast manhole sections; 1 LS Sancon rehabilitation of MH 1633; exterior coating and joint wrap system; composite manhole frame and cover; connections to new and existing sanitary sewers; and all appurtenant work required. Adjust Manholes to grade per plan 505. ADDENDUM 1 C-2.3 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, 13 materials and equipment necessary,to construct 1,163 LF m' 8-inch diameter VCP sewer in Dawson Lane s7� U and McFadden Ave. Per Plans and Specifications, furnish all labor, ADDENDUM 1 materials and equipment necessary to constructCoatinq System No. 7 reinforced concrete, ined wet 000 14 well with H-20 rated 316 stainless steel 1 LS if vo'vo ' lockable access hatch with fiberglass safety rack, access manway, exterior waterproofing and all other required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct reinforced concrete valve vault,with H-20 rated 0 15 aluminum 2-door lockable access hatch, 316 1 LS t7©1fl01) �j t1�, stainless steel ladders, sump, exterior waterproofing, and all other required appurtenances Per Plans and Specifications, Furnish all labor, materials and equipment necessary and Install Wet Well Mechanical Equipment, including 5 HP, 117 gpm recessed impeller slide-rail submersible pumps and motors; 316 stainless 16 steel discharge elbows; 4-inch 316 stainless 1 LS 2._'0'000 2 2-v,eoo steel discharge piping, fittings and support brackets; 316 stainless steel slide-rail system, guide brackets, lifting chain and bails; 316 stainless steel cable racks, level transducer stilling well;duckbill check valve;and all other required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary and Install Valve Vault Mechanical Equipment, including pipe, valves, fittings, couplings, , 17 electromagnetic flow meter, insulating flanges, 1 LS flexible expansion joint with joint bonding and sacrificial anodes, 316 stainless steel pipe supports, bypass connection, ladder up device and all other required appurtenances. C-2.4 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item uantity Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct piping between the wet well and valve vault, and construct miscellaneous pipe, including all 18 fittings; buried insulating flange kits and test 1 LS "br-0&0 -�V,pnO stations; flexible expansion joint with joint bonding; 6-inch, 316 stainless steel pipe; 3- inch, PVC pipe; excavation; imported backfill; compaction; and all required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary, and construct 6-inch AWWA C900 DR 14 PVC ti-o'voc, '4o"ppb 19 sewer force main, including all fittings; thrust 1 LS blocks, cathodic protection; connection to discharge manhole; and Sancon rehabilitation of MH 1588. Per Plans and Specifications, furnish all labor, materials and equipment necessary to 20 coordinate with Southern California Gas 1 LS Company, and construct permanent natural gas service to the new McFadden Lift Station site. Per Plans and Specifications, furnish all labor, materials, and equipment necessary and install 30 kW natural gas fuel emergency generator set in a sound attenuated enclosure, including all 21 conduits,wires,pipes,fittings,valves,controls, 1 LS reinforced concrete base, 2-inch tape wrapped steel pipe from the meter service meter to the generator, 8' CMU enclosure with wall spikes, and all appurtenances. Per Plans and Specifications, furnish all labor, qq©joov if 01 a(7 materials, equipment necessary to furnish and q 22 install site electrical and instrumentation 1 LS 1 ' systems; including conductors, raceway, gyp,. switches, lights, receptacles, level transducers, float switches,and all required appurtenances. C-2.5 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 z Bid Description Estimated Item Quantity Unit Unit Price Total Price Per Plans and Specifications, furnish all labor, i materials and equipment necessary and install 316 stainless steel, NEMA 4X transfer switch enclosure, including automatic transfer switch with manual bypass, double throw manual transfer switch, portable generator receptacle; tyPOD 23 coordination with SCE to provide electrical 1 LS 10 04 service to site;4-inch conduit with for pull-rope � SCE conductor; 100 amp main switchboard; concrete pads for electrical equipment; and all required appurtenances; complete and in place, with all required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary and install 1; 24 pump control panel and PLC panel and 1 LS � b,vvp 171?rOot� appurtenances, as well as mounting those panels to a reinforced concrete base. Per Plans and Specifications, furnish all labor, material and equipment necessary,and conduct 000 2-Pt a00 25 lift station start up and testing to full 1 LS 2 r satisfaction of the City of Huntington Beach. Per Plans and Specifications, furnish all labor, materials and equipment necessary, and demolish existing City of Huntington Beach McFadden Sewer Lift Station, including removal,handling,and proper disposal of lead- based paint;removal and proper disposal of all equipment within the existing Lift Station; coordination and removal of SCE service 501000 5-CI r coo meter, main disconnect, and manual transfer 26 switch, and delivery of salvaged equipment to 1 LS City Yard;cleaning,lining,and rechanneling of the wet well; removal of the top 8-feet of the dry well structure;backfilling of remaining dry well with Class 100-E-100 slurry; re- channelizing and interior coating of an existing influent manhole; filling of existing to be abandoned pipes with low strength slurry mix; backfilling of the excavation with approved materials; and all appurtenant work. C-2.6 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Item Quantity Unit Unit Price Total Price Per Plans and Specifications furnish all labor, materials and equipment necessary, to restore and construct concrete curb, gutter, driveway, 27 local depressions, sidewalk, and ramps to pre- 2,940 SF 16 L Ltf (00 construction condition,and construction of new concrete pad around the wet well, valve vault, and meter vault. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to restore and construct the landscape and irrigation 28 system to pre-construction condition, the 1 LS �,'Of °o installation of two trees for every tree removed, and the installation of shrubs along Dawson Lane for screening. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to remove and full depth replace existing disturbed aggregate base (AB), sawcut remove and full a depth replace existing disturbed asphalt t G L f 2-7 29A concrete (AC), within the Dawson Lane and 8,570 SF McFadden Ave (6" AC over 10" AB). Work also includes removal and replacement of all impacted pavement and curb markings, striping, and adjustment of existing boxes, manholes,valve cans to grade,in Dawson Lane and McFadden Avenue. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to provide a 2-inch asphalt cement grind,and provide a 2- inch asphalt cement cap within the Dawson b 29B Lane and McFadden Ave. Work also includes 7,770 SF t�b removal and replacement of all impacted pavement and curb markings, striping, and adjustment of existing boxes, manholes, valve cans to grade, in Dawson Lane and McFadden Avenue. C-2.7 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Ouantity Per Plans and Specifications, furnish all labor, materials, and equipment necessary to provide 30 the services of a California Registered I LS —1�1000 Professional Land Surveyor,with experience in all elements of the project, for the replacement of survey monuments. TOTAL BID ITEMS I THRU 30 FOR MCFADDEN SEWER PUMP $ STATION REPLACEMENT PROJECT 2 ts3,o Total Amount of Base Bid in Writing: /V i {y+Wt2 F:0V9 m;C1�4nS" 6p Note: Refer to Section 01025,Measurement and Payment for description of each Item on Bid Schedule.Refer to Section 01025 Measurement and Payment for additional details. All extensions of unit process will be subject to verification by Owner.In case verification is required between the unit price and the extension,the unit price will govern.The Owner reserves the right to reject any or all proposals and bid items. C-2.8 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 3 f A-mb"Yea- 2,&Qs5_64 G-m /4001 0�3d �,g-vo 3t25. will o'd AVP 1aH-},toJ� r8j*'t r'm-t+ t ob9�!6 i pa�fSq !9D. bg- Idaaf 44,,,, me4fv,,W'fs'�g z� R"by I Hfi-Q-pFA 74 5 9sL 10OW0007 b & b37 2 • c7 aq + 32RAnC-A0 "A?dc- k-o4'e =p�+eat 1Z i f4 9+tnCon -i Qt net o ro.►- ASS oe879 r 3 t Sq, C* 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 La Palma CA Date City State Jagat S.MEhta , being first duly sworn, deposes and says that he or she is re s J ent of MMC Inc. the party making the foregoing bid that the bid is not made in the interest of,or on the behalf of,any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;that all statements contained in the bid are true;and,further,that the bidder has not,directly or indirectly, submitted his or her bid price or any breakdown thereof,or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation,partnership, company association,organization,bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Jagat S.Mehta Name of Bidder �XCAA-*. Signat r o B der 5901 Fresca Dr.La Palma, CA 90623 Address of Bidder C4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA City Council: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the McFadden Lift Station Replacement Project, CC No. 1610, (1)(we)(it) will employ and utilize only qualified persons,as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. MMC Inc. Contractor By President Title Date: (� C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified,removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ® Yes ❑No If the answer is yes, explain the circumstances in the space provided. MMC Inc. was debarred in the year 2002 for a period of three (3) years due to non-coM21iance of prevailing wages Agency: Division of Labor Standards Enforcement Department of Industrial Relations Project: Final Sedimentation Basin Pipe Replacement Owner: City of Los Angeles 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. MMC Inc. Contractor u ' ByU ) President Title Date: C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Mehta Mechanical Company Inc. DBA MMC Inc. Bidder Name 5901 Fresca Dr. Business Address La Palma, CA 90623 City, State Zip (714 )521-2022 jay@aboutmmc.com Telephone Number Email Address 573635- Class: A,B,C-11,C-61/D-21 State Contractor's License No.and Class 07/24/1989 Original Date Issued 07/31/2022 Expiration Date The work site was inspected by of our office on , 201 . The following are persons,firms,and corporations having a principal interest in this proposal: MMC Inc. Jagat S.Mehta-President/Treasurer/Manager Mohan S.Mehta-Secretary The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. MMC Inc. Company Name Signature of Bidder Jagat S.Mehta Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this'7 day of Dex4 "-v-,2021 . 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 CO-y f! �G` ) County of CkA-tJ& ) On j ?v3.t before me, Month,Day, and Year Insert Name and Title of Notary personally appeared J— 0 r~ AA G-� 'tA 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. ,..ti S.MEI+rA Notary Public-Californi s - Orange County >: s Commission X 2382942 •'-••c'''`My Comm.Expires Oec 7,2025 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 sanitary sewer pipeline installation of at least of 1 000 of 8-inch or greater diameter and pipeline construction in high ground water regions with trench depths of 10-feet to the invert in the public right-of-way. Sanitary sewer lift stations installations with wet well excavations to a depth of 22 feet below existing ground in a high ground water environment,with project work within public right of way.. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. G ► o PUr,fr,� Y\ v.*tc h,4,-a 2-000s�-. w�f► im-B¢e,.4, Name and Address of Publi Agency Name and Telephone No. of Project Manager: &t-J DQF-W P-g-k'Znd` 714 53&--5 2-qf 141 31$', -77 t Z; YS R%x taw Contract Amount Type of Work Date Completed Provide additional project description to show similar work: ofc � G�t �XG��-f�".x s�•.{�twL {�` tl[ � CJN✓ r st 6t� �/� �rt!'YL.Y'i.s3(Le 2. _�','�"`I v'�- /�. �Ica �¢u.`lr • H 15. f�. 1a rn d n�' S'f- f� r.Bo tj��� Name and Address of Public Agency Name and Telephone No. of Project Manager: '�'`�� tJt 2 �i 50 fall f S",h. f �' � b Contract Amount ype of Work Date Completed Provide additional project description to show similar work: CX��J�f-c.,,.�,� �lt,.c.: C�+M.as' r+-•c-G�+�+ W a.�- u1 t..[L v'cu.G+�'� Ln J� 3. Gr`f.f 0' �.foc�.?n� I t t11 23a�c5h'.�-c ✓� f �yu.�rtG: 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: V)c G u tl rz i-1 , ,y°(wn i. wt-- ctld u c /1'l ty i IJ l-+ Wy `xS a,Q V C-10 PLEASE REFER TO "PROJECTS COMPLETED" LIST 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. -J-A-1 A(c +4 TA Name of proposed Project Manager Telephone No.of proposed Project Manager: 71 t tau �2� Ed & lvax" ,- 5f-�#r'm R ►� ,31�},�t7� IYl Project Name&Contract Amount Type of Work Date Completed e,,f 2� 1gLL,2570. Project Warne&Contrac Amount Type of Work Date Completed pf"C trzc�C" Project Name&Contract Amount Type of Work Date Completed 2. �5Grnd! bow{ fe i Name of proposed Superintendent Telephone No. of proposed Superintendent: -3 50 - 3 105 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 l through June 30 state fiscal year) with the California Department of Industrial Relations(DIR).Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call(844) 522-6734 https://efiling.dir.ca.gov/P WCR/ActionS ervlet?action--displayPW CRegistrationForm DIR's Contractor Registration searchable database: https:flefiling.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. MMC Inc. Contractor LQ-- By �J �� jay@aboutmmc.com Email President Date: -A Title PWC Registration#: 1000013675 C-12 PROJECTS COMPLETED MMC, Inc. Owner Architect/ Project Manager Project Name Project Contract Date of Description of work Engineer Location Amount Completion OCSD Robbie A.Coronel Safety rvFountain $469,000 July'21 Installation of 10844 Ellis Ave. rgQMnP1'F+oe"d.com Improvements Valley,CA exhaust&supply Fountain Valley,CA 92708 714-593-7083 program fan,installation& 714-962-2411 purging system LACDPW Hector Hernandez Ave.M&51 St. Palmdale,CA $1,104,373 May'20 Installation of 900 S.Fremont Ave. 626-458-3144 - East Wellhead underground pipes, hliernatjcq ��,,iarc>unt°boy Alhambra,CA _v.P - • Arsenic Treatment valves,install lining 626-458-2180 S stem of retention basin Metropolitan Water District of Robert Myers Installation of Yorba Linda, $475,000 May'20 Installation of Southern CA 909-322-8516 Yorba Linda CA generator enclosure 700 N.Alameda St. Generator Los Angeles,CA 90012 Enclosure 213-217-6000 ..... .._ _ _...W...._- -.........._ �_ City of Huntington Beach Jim Escutia Edgewater Sewer Huntington $4,315,771 May'20 Const.of sewer lift 2000 Main St. 714-536-5525 Lift Station Beach,CA station,de-watering, Huntington Beach,CA 92648 jescutia@surfcity-hb.org underground pump 714-536-5431 structure City of Los Angeles(Owner) Arash Daghighian LAFD Van Nuys, Van Nuys, $348,452 May'20 Underground Ford E.C.(Prime) 310-864-9112 Fire Station No.39 CA utilities,storm drain 10850 Wilshire blvd.#380 aizish`,<--irdecii�c.cu� retention tank Los Angeles,CA 90024 310-474-7999 Orange County Sanitation District Matthew Perry Fuel Cell and Fountain $474,000 June 2'20 Demolition of plant 10844 Ellis Ave. 714-593-7184 Boiler Facilities Valley,CA Fountain Valley,CA 92708 ram_ 'o A. oT Demolition 714-962-2411 _ City of Redondo Beach Saila Potukuchi Rindge Sanitary Redondo $2,194,256 June 2020 Const.of sewer lift-- 415 Diamond St. 310-318-0661 Sewer Pump Beach,CA station,de-watering, Redondo Beach,CA 90277 Station Project Underground pump 310-318-0661 structure LACDPW Victorio Monteil Pitchess Laundry Castaic,CA $2,002,767 July 8,2020 I Upgrade laundry bldg., 900 S.Fremont Ave. 626-300-3267 Water Tanks electrical,plumbing, Alhambra,CA 91803 vit3ontcil'qAp1A lac0 .0sv Replacement install water softening 626-458-2180 system Page I of 9 PROJECTS COMPLETED MMC Inc. LACDPW Alioune Dioum Fire Camp 13 Life Malibu,CA $2,817,061 O1/30/2020 Const.500 linear feet 900 S.Fremont Ave. 626-300-3273 Safety Improvements 8"domestic water line, Alhambra,CA 91$03 ndiounz°rl d 1iAv.lqcounty.&ov modification of waste 626-458-2180 water treatment LACSD Rommel Garcia Joint Water Pollution Carson,CA $494,450 01/23/2019 Replace diesel fuel line, 1955 Workman Mill Rd. 562-447-3567 Control Plant Energy install fire sprinkler Whittier,CA 90607 Facility system 562-699-7411 State of CA Rodd Borgogno Boiler Nox Retrofit Costa Mesa, $1,100,555 Aug'18 Retrofit of boiler nox Dept.of General Services 916-3754275 CA system 707 Third St. ltodd:bargc� rx3tEvca. cw Sacramento CA City of Santa Paula John L.llasin,P.E. 600 Zone Booster Santa Paula, $3,162,000 12/04/2017 Const.pump station for 970 Ventura St. 805-933-4212 ext.307 Pump Station CA domestic water,bldg.., Santa Paula,CA 93061 jikfsin(g3 city nrg f pipeline,valves 805-525-4478 City of Los Angeles Arash Daghighian(Ford E.C) HTP Truck loading Playa Del Rey $606,500 12/2017 Installation of 12000 Vista Del Mar,#200 (Prime Contractor) facility Odor Control blowers,60"FRP pipe, Playa Del Rey,CA 90293 310-864-9112 Modernization tanks,diffusers,pipe 310-648-6155 arasb�,,u fordu;inc.com su fort _.. City of Los Angeles Arash Daghighian(Ford E.C) CLARTS Los Angeles, $1,360,000 Feb 2017 (MMC Subcontractor) 1149 S.Broadway,51 fl (Prime Contractor) Storm water and CA All wet Utilities Los Angeles,CA 90015 310-864-9112 Safety Improvements 213-485-1411 arashw fordecinc.com Metropolitan Water District Rick Wulf Venice Power Plant Venice Beach, $74,111.00 Nov 2016 Installation of pumps, 700 N.Alameda St. 213-217-7356 Sump and Sewer CA pipes and valves Los Angeles,CA 90012 Modifications South Orange County Community James Rogers PE Sewer Ejector Saddleback $274,000 08/23/2016 Installation of wet well, College District Senior Administrator project College,CA electrical,pumps,pipes 28000 Marguerite Parkway 949-677-3648 and valves Mission Viejo,CA 92692 Jrogers39@saddleback.edu 949-582-4500 _ County Sanitation District of LA mm Jubilant Ako � Landfill Gas Wells at Various $1,823,100 07/13/2016 Develop Gas Wells, County 626-962-8605 ext.6214 Various District Locations pipes,valves 1955 Workman Mill Rd. jako<+lac5cl,ctrg Landfills-2014 Whittier,CA 90607 562-6997411 ! Foot Hill Municipal Water District Mike Sovich,P.E. Main Pump Station Pasadena,CA $43,288 March 2016 Construction of pump 4536 Hampton Rd. 818-790-4036 Portable Pumping discharge piping La Canada Flintridge,CA 91012 rltsas r c L"fnrw, .corn Unit/Connection 818-790-4036 Piping Replacement Page II of 9 PROJECTS COMPLETED MMC Inc. NOCCCD 714-998-2300 Storm Drain Pump Anaheim,CA $404,111.00 61/2016 Replace storm drain, 1830 W.Romneya Dr. Christine Fighera Replacement Project pumps,electrical Anaheim,CA 92801 714-808-4896 at Anaheim Campus controls,piping. 714-808-4776 d.._.._ cherariz= occcd.edu LACDPW Victor Bermudez(Const. Compton Creek Rancho $1,671,142 01/28/2016 Pump station upgrade: PO Box 1460 supervisor) Pump Station Units Dominguez, replace pumps,gas Alhambra,CA 91802 626-688-8275 land 2 station CA system,upgrade 626-458-5100 vhennude'j_gPw lggq!11!LN"gpy upgrades Phase 2 electrical,pump Farhad Shojai controls 626-614-6731 City of Long Beach Ford E.C.(Prime Contractor) Naples Island Long Beach, $429,579.00 10/31/15 Construction of storm 333 W.Ocean blvd. Arash Daghighian Permanent Seawall CA drain Long Beach,CA 90802 310-864-9112 Repairs-Phase I (MMC-Subcontractor) Ford E.C. Prime arash(ofordecinc.com City of Los Angeles Ford E.C.(Prime Contractor) Santa Monica Bay Santa Monica, $796,287 06/26/15 Install new sewer line 1149 S.Broadway St. Arash Daghighian Low Flow Diversion CA (MMC— Los Angeles,CA 90015 310-864-9112 Up-grade _ Subcontractor County Sanitation Districts of LA District Russ Vakharia Palos Verdes Landfill Rolling Hills $1,964,147 05/27/15 Power plant demolition, 1955 Workman Mill Rd. 310-710-4458 Plant Demolition Estate,CA const.of storm drain, Whittier,CA 90607 rakharia@lacsd.org installation of standby 562-699-7411 _ enerator Orange County Sanitation District Don Van Voorst Re-build Heat MMC Inc. $48,895 02/2015 Re-build&overhaul 2 10844 Ellis Ave. 714-593-7624 Exchangers workshop hot water heat Fountain Valley,CA 92708 dvanvoorst@ocsd.com exchanger and 1 chilled 714-593-7784 water heat exchan er. Department of Water Resources District Arthur Valencia Replace Septic Four(4)plants $1,685,906 02/04/15 Replacement of septic 1416 Ninth St. 661-233-2253 Tanks,Sewage in CA tanks,pumps,piping, P.O. Box 942836 Arthur.valencia@water.ca.gov Piping and Pumps valves,controls& Sacramento,CA 94236 Angela Hall supports 916-653-5791 661-233-2253 SAWPA City Carlos Quintero Brine Line Reach 4B Riverside,CA $305,947 03/21/14 Installation of MH, 11615 Sterling Ave. 951-3544234 Upper Corona,CA pipeline and valves Riverside,CA 92503 cuintero@sawpa.org Improvements- 951-3544220 Phase3 City of Los Angeles City Ford E.C.(General Contractor) Echo Park Echo Park,Los $3,139,823 06/2013 Underground Utilities 1149 S.Broadway St. Arash Daghighian Rehabilitation Project Angeles (pump station pipeline, Los Angeles,CA 90015 __ 310-864-9112 m storm drain} __ City of Redlands City Greg Brooks Country Club Redlands,CA $956,137 05/22013 Const.of Booster pump Engineering Division 909-798-7585 Reservoir Booster station and site 35 Cajon St. gbrooks@cityofredlands.org Station&Site improvements,suction Redlands,CA 92373 Improvements &discharge pipes& valves Page III of 9 PROJECTS COMPLETED MMC Inc. Inland Empire Utilities Agency Agency John Scherck RP-4 Odor Control Rancho $IO2,654 04/2012 Install blower and FRP 6075 Kimball Ave. 909-993-1547 Back-up Blower Cucamonga I pipe. Chino,CA 91708 jscherck@ieua.org 909-993-1600 County Sanitation Districts of LA County Mark Pettit Installation of Pumps at Cerritos,CA& $109,501 01/09/13 Remove old pumps; P.O.Box 4998 310-638-1161 ext 6804 Bloomfield and Long Long Beach, Install new pumps, Whittier,CA 90607-4998 Beach Water CA pipeline and valves. 562-699-7411 Reclamation Plant Interc,eritor Pum in SAWPA 11615 Sterling Ave. RBF consultants Brine Line County of $1,155,284 05/15/2012 Riverside,CA 92503 Douglas Cook Enhancement Riverside Install.8 underground 951-3544220 SAWPA 858-518-3072 Project-Reach IV-D vaults&valves for const.of 4EA&8" diversion structure, install 48"valves Metropolitan Water District District Toby Roots Julian Hinds Pump Julian Hinds $428,551 64/2012 Repair expansion joints 700 N.Alameda St. 951-926-7228 Plant Delivery Pipe Mountain 6 feet diameter delivery Los Angeles,CA 90012 jroot@mwdh2o.com Expansion Joint pipe 213-217-6000 Repair Phase 1 Foothill Municipal Water District District Krieger&Stewart Berkshire Pump Pasadena,CA $143,000 03/20/12 Installation of pump& 4536 Hampton Rd. Josh MacPeek Station Booster No. modify discharge La Canada Flintridge,CA 91012 951-684-6900 4B,3E&4W connection 818-790-4036 Replacement City of Redondo Beach City Mike Shay Alta Vista Park Redondo $1,451,751 12/20/11 Installation of pump 415 Diamond St. 310-318-0661 Diversion&Reuse Beach,CA filter system and Redondo Beach,CA 90277 ext.2455 Project holding tank, (310)318-0662 mike.shay@redondo.org underground pump building City of Thousand Oaks City of Diana Lockyer Const.of Interceptor Thousand $505,000 07/05/I 1 Construction of new lift 2100 Thousand Oaks blvd. Thousand 805-449-2445 Improvements,Phase Oaks,CA station building; Thousand Oaks,CA 91362 Oaks 805-449-2475-Fax 3,Rehabilitation of renovate existing wet 805-449-2400 Industrial Lift Station well;epoxy coat,install piping&valves Foot Hill Municipal Water District District Krieger&Stewart Main Pump Station Pasadena,CA $49,000 09/2011 Repair damaged pump 4536 Hampton Rd. Josh MacPeek Booster No. I West works and flanges; La Canada Flintridge,CA 91012 951-684-6900 Replacement epoxy coated piping 818-7904036 Metropolitan Water District of MWD Brian May Air Release& Various Cities $1,095,101 Replacing old Air Vac , So.Cal. 909-392-5140 Vacuum Valve in LA Count 07/19 I/11 at various locations Page IV of 9 PROJECTS COMPLETED MMC Inc. 700 N.Alameda St. bmay@mwdh2o.com Relocation for (total of 22 locations) Los Angeles,CA 90012 Treated Pipelines 213-217-6000 Const.Package No. 10 LA Dept.of Water&Power Dept.of Jessica Lewis Furnish&Install Los Angeles $2,481,501 04/15/11 Install SCR Catalysts in 111 N.Hope St. Water& 213-367-2754 SCR Catalysts at five gas fueled power Los Angeles,CA 90012 Power Jessica.lewis@ladwp.com Harbor and Valley plants 213-367-2754 Generating Stations County of LA/Flood Control District County of Emil Kurlyand Rio-Hondo Channel Montebello, $674,000 05/04/11 Replace Pump and 900 S.Fremont Ave. LA 626-458-3166 Ivy St.Pump Station CA Motor Control, Alhambra,CA 91803 Upgrade&Pop Link construct steel pump 626-458-5100 Pump Station station building& platform City of Los Angeles City of Los Leslie Wall LAG/DCT Water Glendale Water ' 441,000 2/3/2011 Replacement of old Dept.of Public Works Angeles 310-648-6168 Reclamation Plant Plant and DC exhaust fans(total of 200 N.Spring ST.Rm355 310-648-6155 Tillman Water 20EA) Los Angeles,CA 90012 Leslie.Wall@lacity.org Plant 213-978-0261 __....... _...r...________.......—...__.-............� County Sanitation District of LA District Polly C.Wong Construction of Joint Dominguez& 362,000 03/2010 Structural Repair of 1955 Workman Mill Rd. 562-699-7411 ext.1609 Out Fall Lamberton in Out Fall Whittier,CA 90670 562-908-0531-fax City of Carson, 562-699-7411 _ CA Los Angeles Unified School District WLC Frank Sarraf Valley Region Sylmar,CA 60,000 03/210 Underground Utilities 818-767-1123 Architects 310-420-0425 Elementary School (MMC sub for this 310-395-6777-Fax No. 8 project) l Long Beach Unified School District McCarthy Susan Ahn(Facilities Manager) Reid High School Various 2,751,151.00 09/05/2009 Re-locating Schools 2425 Webster Ave. 562-997-7558-PH Re-locatable Project Schools in ° portable bldgs.Const. Long Beach,CA 90810 562-595-8644-Fax Long Beach, of new school site, 562-663-3031 sahn a Ibschools.net CA grading,landscape, 562-634-5013-Fax Vince Marchedies demo 562-997-7550-Ph Helix Water District Luis Valdez,P.E.Civil Engineer 36 inch Lake Valve La Mesa,CA 610,101.00 36"bull valve 7811 University Ave. District 619-667-6249-Ph Replacement replacement,const.of La Mesa,CA 91941 619-667-6235-Fax valve vault piping g& 619-466-0585-ph 08/2009 construction 619-466-1823-fax Page V of 9 PROJECTS COMPLETED MMC Inc. County Sanitation District of LA County Ted Brodeur Arcadia-Sierra Madre Arcadia,CA 1,491,500.00 02/2009 Construction of Trunk County Sanitation 626-962-8605 ext.6714 Sewer Trunk Sewer line, 1955 Workman Mill Rd. 626-814-9221-Fax approximately 3,000 Whittier,CA 90607 tlsrc>cleuaita lacsd:cr L.F. 562-699-7411 West Basin Municipal Water District Water Veronica Govea(Water Microfiltration United Water, 542,890.00 04/2009 Tank Replacement, 17140 S.Avalon blvd.suite 210 Resources Resources Enginner) Equalization Tank El Segundo, piping,valves, Carson,CA 90746 Engineer 310-660-6269 CA electrical control 310-217-2411 310-217-2414-Fax 310-217-2414-Faxcon% azvcslbtrsn.+rrg City of Pomona Metcalf& Raul Garibay(Utility Engineer) Construction of City of $2,036,331.00 01/2009 Plant Expansion, 505 S.Garey Ave. Eddy Ph:909-620-2239 Anion Exchange Pomona,CA installation of tanks, Pomona,CA 91769 Ph:714-567- Fax:909-620-2222 Plant Expansion pumps,valves,filters, 909-620-2261 2447 raul__garibay@ci.pomona.ca.us concrete pad, Fax:714- demolition of old plant 567-2594 Goldrich&Kest Ken Loesch Phase I&11 La Palma,CA $326,025 05/2008 Concrete slab work, 5150 Overland Ave. 310-280-5087 Fresca Parking construction of parking Culver City,CA 90230 Structure lot 310-280-5087 _ City of South Gate Willdan Gladis Deras Well 25 Booster South Gate $315,784.00 03/2008 Pump Replacement, 8650 California Ave. 323-357-9661 pump Replacements replace pumps,valves South Gate,CA 90280-3075 &VFD 323-563-9572 ..................... ......-1..............................-J...................... ....................... ............................................ Page VI of 9 PROJECTS COMPLETED MMC Inc. City of Escondido Neil Greenwood Improvements to City of $329,580.00 09/07 Installing Blower and 201 N.Broadway Ph:(760)839-4078 HARF&lift Station Escondido pipe Escondido,CA 92025 Fax:760-740-0948 No.3 760-8394617 _ City of Buena Park Nabil Henein Bridge Barrier City of Buena $400,000.00 08/07 Construction of Bridge 6650 Beach Blvd. 714-562-3692 Replacement Park wall and installation of Buena Park,CA 90622 rails 714-562-3500 East LA Community College _ Beth(LA College) Underground Utilities East LA $1,425,000.00 01/07 Underground utilities: 770 Wilshire blvd.3,d floor Aarsh Daghighian College water,irrigation,gas, Los Angeles,CA 90017-3856 (Ford E.C.)-General Contractor sewer pipeline 323-265-8650 Ph:310-264-2145 (MMC worked as Fax:310-264-2146 Subcontractor) Bureau of Reclamation Matt Sheskier Flatiron Power and Denver, $230,000.00 08/2004 Manufacture and Denver,Colorado Ph:(970)962-4510 Pumping Plant Colorado installation of Hatch P.O.Box 36900 Fax:970-962-4520 Replacement Hatch Covers Billings,MT 59107-6900 Covers-Big 970-9624510 Thompson,Colorado Bureau of Reclamation-Tracy Bureau of Larry Watterudd Rebuild velocity Byron,CA $97,101.00 5/9/03 REBUILD VELOCITY 6525 Lindemann Road Reclamation Ph:559-487-5089 control pumps 94514 CONTROL PUMPS P.O.Box 25508 Fax:559-587-5397 located at Bureau of LOCATED Q Byron,CA 94514 Reclamation BUREAU OF 559-487-5089 RECLAMATION, TRACY FISH Orange County Sheriff Art Rebuild Orange, $87,101.00 05/03 { Remove,Rebuild and 431 City Drive South McClure Cooling Tower at CA Re-Install Cooling Orange,CA 92868 (714)935- Theo Lacy Jail Tower 714-935-8479 8479 Department of Corrections Lisa Marquez Repair(7)Davis Iron Wood $51,050.00 03/03 Repair(7)Davis EMU 19005 Wiley's Well Rd. (916)322-3101 EMU Pumps State Prison Pumps Blythe,CA 82225 Weldon 760-921-3000 Sewell (760)921-3000 Fax:760-921-4320 Kaiser Permanente Kaiser Mike Leogrande Re-Build Chiller Fontana,CA $45,918.00 01/03 Rebuild Chiller Pumps 14520 Hawthorne Permanente 909-427-4119 Pumps Fontana,CA 92335 909-427-5164 Page VII of 9 PROJECTS COMPLETED MMC Inc. LA County Public Works LA County Jack Payette Ulmus Drive Sewage Calabasas,CA 791,535.00 01/03 Construction of Sewage Construction Division 81 fl. Public 818-592-0756 Pump Station Pump Station 900 S.Fremont Ave. Works Renovation Alhambra,CA 92728 626-458-3104 City of Pomona City of Hong Wang Replacement of Pomona,CA 2,141,000.00 09/2002 Construction of sewage 505 S.Garey Ave. Pomona sewage pump station lift station and pipe line Pomona,CA 91769 #3 UC Riverside Pro West Jeff Rising Underground Student Riverside,CA 448,000.00 09/2002 Installation of Elevators Expansion City of Big Bear Lake SO& Phil Taylor Sewage Lift Station# Big Bear,CA 124,101.00 08/2002 Modification of Sewage P.O.Box 1000 Associates 2 Lift Station and pipe Big Bear,CA 92315 760-242- line 2365 City of Upland Pat Nance _ Library Elevator Upland,CA 49,000.00 07/2002 Upgrade passenger 460 N.Euclid Ave. 909-931-4268 Upgrade elevator Upland,CA 91786 O.C.Sanitation District Sid Kirk Ventilation Irvine,CA 214,121.00 05/2002 Ventilation j 10844 Ellis Ave. 714-593-7342 Improvements at Improvements I Fountain Valley,CA 92728 Main St.pump Station City of Industry CNC Richard Walker Irrigation Pumps and Industry,CA 317,000.00 04/2002 Replacement of 255 N.Hacienda blvd.#222 Engineering Controls Irrigation pumps and Industry,CA 91744 626-821- controls 3456 UC Riverside Spieth Hall George George McMullin Speith Hall Elevator U C Riverside 139,000.00 02/2002 Elevator Removal 680 W.Linden St. McMullin Removal Campus Riverside,CA 92507 Town of Apple Valley SO& Roger Lopez Pump&Piping Town of Apple 50,000.00 07/2001 Installation of new 20440 Highway 18 Associates 760-240-7542 Replacement Valley,CA pumps and Piping Apple Valley,CA 92307 760-242- 760-240-7500 2365 Page VIII of 9 PROJECTS COMPLETED MMC Inc. City of Inglewood ASL Ray Morning side Inglewood,CA 2,257,000.00 07/2001 Reservoir Retrofit One Manchester blvd. Consultant 310412-5333 Reservoir and Pump Inglewood,CA 90301 Engineers Station Structural 310-412-5333 626-683- Rehabilitation 0066 Eastern Municipal Water District Arlen Nielson Pump station and Sun City $1,750,000.00 9/00 Installation and 2270 Trumble Rd. 909-928-3777 ext.4491 pipe lining construction of pump P.O.Box 8300 1 station.Installation of Perris,CA 92572 14,000 L.F.of 18"pipe 909-928-3777 Page IX of 9 PROJECTS IN PROGRESS MMC INC. Owner Architect Project Engineer/Contact Project Name Project Contract Start Date Date of Description Location Amt. Completi Engineer on Exxon Mobil Refinery Butch Hilliard Varies Pump,fin- 12000 Time and On call m On going Repair of 12000 Calle Road 805-9614274 fan,compressor, Calle Road Materials Varies Goleta,CA 93117 C o(etnanrn.hilltard�texxonxn gear box.etc.repair Goleta basis Pump,fin- obil.com fan, compressor, gear box. etc. United Water Services Miguel Marin Varies Pump,fin- 1935 S. Time and On Call On going Varies West Basin Facility 310-426-6150 fan,compressor, Hughes Materials Pump,fm- 1935 S.Hughes Way znt ue.l,marin c umt dwatgS gear box.etc.repair Way Basis fan, El Segundo,CA.90245 om compressor, gear box. etc.repair Torrance Refinery Juan Ramirez Varies Pump,fin- 3700 Time and On call On going Repair of Company 310-863-0313 fan,compressor, W.1901 St. Materials Varies 3700 W 190th St. Juart.rainirez, bfene gear box.Etc.repair Torrance basis Pump,fin- Torrance,CA 90504 to fan, compressor, gear box. Etc. State of California Rodd Borgogno Boiler Nox Retrofit Costa Mesa, $984,111.00 July 15 April Retrofit of Dept.of General Services 916-375-4275 CA 2017 boiler nox 707 Third St. Rodd.borgognorica.gov system West Sacramento,CA 95605 Page 1 City of Santa Monica Gary Richinick Arcadia Water Plant& 1228 S Bundy 175,000.00 July'16 On-Call Arcadia Water Treatment Plant 213-709-1888 Charnock Well Field Dr. Water Plant 1228 S Bundy Dive Gary.richinick@smgov.net Los Angeles &Chamock Los Angeles,CA 90025 Gloria Montoya Well Field Ctloria.niontoV&a service ; agreement Los Angeles County Rommel Garcia Puente Hills Materials Whittier,CA $4,351,656.00 March'18 June'19 Underground Sanitation District 562-447-3567 Recovery Facility utilities,4EA 1955 Workman Mill Rd. rommelgarcia@lacsd.org Storm Water Capture pump Whittier,CA 90601 stations,7 tanks installation Orange County Sanitation Darius Ghazi Rehabilitation of Fountain $1,998,000.00 May 2019 May 2020 24 clarifiers District 714-593-7586 Twenty-Four(24) Valley,CA sludge 10844 Ellis Avenue dghazi@ocsd.com Rectangular Clarifiers collection, Fountain Valley,CA 92705 equipment 714-962-2411 replacers, chain gears etc. Orange County Sanitation Robbie A.Coronel Safety Improvements Fountain $469,000.00 June 2019 May 2020 Installation of District rcaronel rr ocsd.cczrn Program Valley,CA exhaust& 10844 Ellis Avenue 714-593-7083 supply,fan Fountain Valley,CA 92708 installation& 714-962-2411 purging system installation Metropolitan Water John P.Vrsalovich F.E.Weymouth Water La Verne,CA $2,944,000 Sept.2019 Sept.2020 Const.of District of So.Cal. 213-217-6000 Treatment Plant Water concrete 700 N.Alameda St. Quality bldg.and Los Angeles,CA 90012 Instrumentation instrumentati 213-217-6000 Improvements on tie inns and utility tie inns City of Paramount Adriana Figueroa Equipping Well No. City of $6,384,451.00 March'20 June'21 Install water 16400 Colorado Ave. 562-220-2100 16 and Treatment Paramount filters, Paramount,CA 90723 aigueroa@paramountcity.com Plant backwash tank,above ground i �' pipe, underground utilities Page 2 Los Angles County Dept.of Fred Ganjian Former Cogen Landfill Los Angeles, $1,839,000 June'20 Dec'20 Const.of gas Public Works 626-300-2354 Gas Extraction System CA wells and 900 S.Fremont Ave. fganjian@dpw.lacounty.gov treatment Alhambra,CA plant 626-458-2180 City of Huntington Beach Jim Escutia Slater Sewer Lift Huntington $3,958,750 May'20 April'21 Sewer lift 2000 Main St. 714-536-5525 Station Beach,Ca station, Huntington Beach,CA jescutia@surfcity-hb.org piping 92648 manholes, 714-536-5431 valves,vaults City of Huntington Beach John Martin Saybrook Sewer Lift Huntington $3,684,400 June'20 June'21 Sewer lift 2000 Main St. 714-375-5011 Station Beach,CA station, Huntington Beach,CA John.martin@surfcity-hb.org piping, 714-536-5431 manholes, valves,vaults Calleguas Municipal Water Perliter Robert Beamer-Calleguas Water Lake Sherwood Pump Thousand $2,844,000 Oct'20 June'22 Replacement District Thousand Oaks & District:805432-6219 Station Rehabilitation Oaks,CA of booster 2100 Olsen Rd. Ingalsbe rb linera,calle�ia�.com pump& Thousand Oaks,CA 91360 Amar Shar(Perliter&Ingalsbe) pump cans, 805-526-9323 81.8-500-8921 installation of ashah,,a rp and-i.com tanks& reconnection of existing pipes Orange County Sanitation Jay Kaura Plant Water Pipeline Huntington $1,134,000 Feb'21 Dec'21 Remove& District A aum:La,ovsct co P Replacement at Beach,CA replace 8" 10844 Ellis Ave. 714-593-7559 Kinnison,Lindstrom and 10"plant Fountain Valley,CA 92708 and Scott Tunnels at water line 714-962-2411 Plant No.2 Orange County Sanitation Plant Boiler System Huntington $230,000 June'21 Dec'21 Install pipe, District Relied at Plant No.2 Beach,CA valves,pipe 10844 Ellis Ave. Insulation Fountain Valley,CA 92708 supports s Page 3 Orange County Sanitation Trickling Filter Sludge Huntington $184,000 July'21 Dec'21 Demo District Pump Room Exhaust Beach,CA exhaust fans, 10844 Ellis Ave. Fan Relocation at air duct, Fountain Valley,CA 92708 Plant No.2 const.install 714-962-2411 new exhaust fans City of Beverly Hills Tristan D.Malabanan P.E. Equipping of La Beverly Hills, $2,634,250 June'21 Nov'21 Install 345 Foothill Rd. 310-285-2512 Cienega Well No. 1 CA pumps, Beverly Hills,CA 90210 tmalabanan@beverlyhills.org valves, 310-285-2452 hydrostatic tanks,block bldg..HVAC for building Orange County Sanitation Truck Loading Fountain $162,500 Nov'21 District Basement Drain Valley,CA 10844 Ellis Ave. Modifications at Plant Fountain Valley,CA 92708 No. 1 714-962-2411 't 1 i t 1 Page 4 ORIGIN IO:CPMR (714) 621-2022 SHIP DATE: O6DEL21 -JAY NEHTR RCTWGT: 0.10 LB M90 1 FRESCR DR AD: 6990722/SSF02220� 69INL C 55' u V O ` 'O� C)em UNITED STATES A LA PALMA, CA 90623 BILL THIRD PARTY R N i0 CITY CLARK Mc,FUJC eY17vVXP CITY HUNTIGTION BEACH 2000 MAIN ST � S�a�nuh� jJp1�ck+10K SHUN INGTON BEACH CA 92648 PT: iuuuuuunuuunnnuiuuuunninnu FedEx E.Plett 1 � RELN 3766346 op azKs 8112 8320 4150 STANDARD OVERNIGHT WZ APVA 92648' ca—us SNA Ao �j9 f�V 16 S,2� t City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov FE9!7,1909 P� Office of the City Clerk ' Robin Estanislau, City Clerk May 17, 2022 Vido Artukovich & Son Inc.Nidmar Inc. 11155 Rush Street South El Monte, CA 91733 RE: McFadden Sewer Lift Station Replacement—CC No. 1610 Enclosed please find your original bid bond for CC No. 1610 Sincerely, q4�440j� Robin Estanislau, CIVIC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand SECTION C PROPOSAL for the construction of McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC No. 1610 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic 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 180 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 re-advertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid,find Bidders Bond in the amount of 10% which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Electronic Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or"Bidder's Bond for % ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Si nature 1 12/1/2021 2 12/2/2021 3 12/7/2021 4 12/8/2021 C-2 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item A —Quantity Per Plans and Specifications, furnish all labor, 1 material and equipment to mobilize, demobilize, and provide cleanup of 1 LSD�� i p construction site: provide all bonds, insurance, U' and obtain all permits. Per Plans and Specifications, fiirnish all labor, 2 material and equipment to conduct construction 1 LS survey and staking of the construction site. Per Plans and Specifications, furnish all labor, materials, and equipment as required to implement Construction Traffic and.Pedestrian Control Plans to provide public convenience, safety and traffic control; including warning 3 signs, high level waming devices, delineators, 1 LS regulatory signs, barricades, and recessed trench plate bridging throughout the project. Traffic Control Plans were prepared by the Design Engineer and are provided in the Construction Drawings. Per Plans and Specifications, fiimish all labor, materials and equipment to Pothole and locate horizontal and vertical positions of all existing 4 utilities in the vicinity of the work. Prepare a 24 EA �'S`� 20 report and submit it to the City a minimum of four (4) weeks prior to start of construction to allow revisions to current design. Per Plans and Specifications, provide the services of a California Registered Geotechnical Engineer with experience in all 5 elements of the project, to provide 1 LS �0�(�``� e-79 a 00 recommendations necessary for the design of the contractors shoring system, dewatering system, and settlement monitoring program. C-2.1 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Item P Quantity Unit Unit Price Total Price Per Plans and Specifications, furnish all labor, materials, and equipment as required, develop, design, and implement trench and excavation safety measures, consisting of sheeting, shoring, and bracing, or equivalent method for the protection of life and limb in trenches,pump station excavation, valve vault excavation, and U 6 other miscellaneous open excavations; and protection of all adjacent structures in 1 LS conformance with applicable safety orders.The work includes preparation of shoring plans and calculations by a California registered structural engineer incorporating the requirements of the dewatering plan, and recommendations contained in the geotechnical study performed by the Contractor. Per Plans and Specifications, develop a Dewatering Plan prepared by a California Registered Geotechnical Engineer, incorporating the requirements of the shoring plan and any additional geotechnical information developed by the Contractor. The work includes: obtaining NPDES permit from _ 7 the Regional Water Quality Control Board,well 1 LS drilling and destruction permits from Orange County Health Department, field testing required for the design of the dewatering system, implementation of the dewatering program, and removal of the dewatering system, including monitoring wells, when no longer needed. Per Plans and Specifications, develop Storm Water Pollution Prevention Plan (SWPPP) fw-nish all labor, materials, and equipment as required to install and maintain all BMP's 8 identified in the approved SWPPP throughout 1 LS 5, the duration of construction. At the completion of construction, all BMP's shall be removed by the CONTRACTOR, and the site and all facilities restored to their original condition. C-2.2 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFA.DDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Item p Quantity Unit Unit Price Total Price Per Plans and Specifications, implement a site monitoring program to evaluate groundwater, settlement,and vibration in accordance with the �� �9 9 recommendations contained in the Contractor's 1 LS 7�� Geotechnical Investigation Report for construction of the lift station sewers, wet well and valve vault. Per Plans and Specifications, furnish all labor materials and equipment necessary for sitework demolition and preparation for the new pump station site and the legal disposal of all removed materials. The work includes,but is not limited 10 to: demolition, removal, and disposal of 1 LS a pavement, curb, gutter, sidewalk, conduits, wires,irrigation piping,and pull boxes Dawson Lane and McFadden Ave; documentation of pre-construction site conditions; and all other appurtenant work required. Per Plans and Specifications, furnish all labor materials and equipment necessary to abandon the existing gravity sewer, force main, and manhole. The work includes,but is not limited 11 to: cement slurry; asphalt concrete paving, 1 LS 3�id 3dj d 00 curb, gutter, and sidewalk removal and restoration; plugging of existing manholes; removal of existing manhole,fill with sand and reconstruct surface; and all other appurtenant work required. Per.Plans and Specifications, furnish all labor, material and equipment necessary, to construct 4-foot diameter polymer concrete sewer manhole and composite frame and cover. The work includes,but is not limited to: factory cast 12 monolithic base; precast manhole sections; 1 LS Sancon rehabilitation of MH 1633; exterior coating and joint wrap system; composite manhole frame and cover; connections to new and existing sanitary sewers; and all appurtenant work required. Ak C7DE ND Adjust Manholes to grade per plan 505. A1.11�i 1-] C-2.3 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Item P Quanti Unit Unit Price Total Price Per Plans and Specifications, furnish all labor, 13 materials and equipment necessary,to construct 1,163 LF 350 qO 7,0'5_0 8-inch diameter VCP sewer in Dawson Lane and McFadden Ave. ADDENDUM 1 Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct Coatinq Svstem�No, 7 reinforced concrete,-Stndiinlined wet 14 well with H-20 rated 316 stainless steel 1 LS /00 lockable access hatch with fiberglass safety / rack, access manway, exterior waterproofing and all other required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct reinforced concrete valve vault,with H-20 rated // �P 15 aluminum 2-door lockable access hatch, 316 1 LS , na (0I stainless steel ladders, sump, exterior waterproofing, and all other required appurtenances Per Plans and Specifications,Furnish all labor, materials and equipment necessary and Install Wet Well Mechanical Equipment, including 5 HP, 117 gpm recessed impeller slide-rail submersible pumps and motors; 316 stainless 16 steel discharge elbows; 4-inch 316 stainless p D LS steel discharge piping, fittings and support 1 brackets; 316 stainless steel slide-rail system, guide brackets, lifting chain and bails; 316 stainless steel cable racks, level transducer stilling well;duckbill check valve; and all other required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary and Install Valve Vault Mechanical Equipment, including pipe, valves, fittings, couplings, 17 electromagnetic flow meter, insulating flanges, 1 LS �Q�/bf flexible expansion joint with joint bonding and sacrificial anodes, 316 stainless steel pipe supports, bypass connection, ladder up device and all other required appurtenances. C-2.4 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated escr Item P Quantity Unit Unit Price Total Price Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct piping between the wet well and valve vault, and construct miscellaneous pipe, including all. 18 fittings; buried insulating flange kits and test 1 LS stations, flexible expansion joint with joint bonding; 6-inch, 316 stainless steel pipe; 3- inch, PVC pipe; excavation; imported backfill; compaction; and all required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary, and construct 6-inch AWWA C900 DR 14 PVC /y 19 sewer force main, including all fittings; thrust 1 LS IJ7a, ( vim blocks, cathodic protection; connection to discharge manhole; and Sancon rehabilitation of MH 1588. Per Plans and Specifications, furnish all labor, materials and equipment necessary to 20 coordinate with Southern California Gas 1 LSD' Company, and construct permanent natural gas service to the new McFadden Lift Station site. Per Plans and Specifications, furnish all labor, materials, and equipment necessary and install 30 kW natural gas fuel emergency generator set in a sound attenuated enclosure, including all zo 21 conduits,wires,pipes,fittings,valves,controls, 1 LS reinforced concrete base, 2-inch tape wrapped steel pipe from the meter service meter to the generator, 8' CMU enclosure with wall spikes, and all appurtenances. Per Plans and Specifications, furnish all labor, materials, equipment necessary to furnish and 22 install site electrical and instrumentation 1 LS l systems; including conductors, raceway, switches, lights, receptacles, level transducers, float switches, and all required appurtenances. C-2.5 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Item P uanti Unit Unit.Price Total Price Per Plans and Specifications, furnish all labor, materials and equipment necessary and install 316 stainless steel, NEMA 4X transfer switch enclosure, including automatic transfer switch with manual bypass, double throw manual 23 transfer switch, portable generator receptacle; 1 LS coordination with SCE to provide electrical service to site;4-inch conduit with pull-rope for SCE conductor; 100 amp main switchboard; concrete pads for electrical equipment; and all required appurtenances; complete and in place, with all required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary and install 24 pump control panel and PLC panel and 1 LS t�U(YXI appurtenances, as well as mounting those panels to a reinforced concrete base. Per Plans and Specifications, furnish all labor, 25 material and equipment necessary, and conduct 1 LS 7.�,O' i 7 !a, 0"d lift station start up and testing to full satisfaction of the City of Huntington Beach. Per Plans and Specifications, furnish all labor, materials and equipment necessary, and demolish existing City of Huntington Beach McFadden Sewer Lift Station, including removal,handling,and proper disposal of lead- based paint; removal and proper disposal of all equipment within the existing Lift Station; coordination and removal of SCE service meter, main disconnect, and manual transfer 26 switch, and delivery of salvaged equipment to 1 LS City Yard;cleaning,lining,and rechanneling of the wet well; removal of the top 8-feet of the dry well structure; backfilling of remaining dry well with Class 100-E-100 slurry; re- channelizing and interior coating of an existing influent manhole; filling of existing to be abandoned pipes with low strength slurry mix; backfilling of the excavation with approved materials; and all appurtenant work. C-2.6 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Item P Quantity Unit Unit Price Total Price Per Plans and Specifications furnish all labor, materials and equipment necessary, to restore and construct concrete curb, gutter, driveway, 27 local depressions, sidewalk, and ramps to pre- 2,940 SF 30 construction condition,and construction of new concrete pad around the wet well, valve vault, and meter vault. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to restore and construct the landscape and irrigation G Ord 28 system to pre-construction condition, the 1 LS U / installation of two trees for every tree removed, and the installation of shrubs along Dawson Lane for screening. Per Plans and Specifications, famish all labor, materials, and equipment necessary to remove and full. depth replace existing disturbed aggregate base (AB), sawcut remove and full depth replace existing disturbed asphalt -� 29A concrete (AC), within the Dawson Lane and g / 570 SF , 130 McFadden Ave (6" AC over 10" AB). Work also includes removal and replacement of all impacted pavement and curb markings, striping, and adjustment of existing boxes, manholes,valve cans to grade,in Dawson Lane and McFadden Avenue. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to provide a 2-inch asphalt cement grind, and provide a 2- inch asphalt cement cap within the Dawson 3 �� Q�� 29B Lane and McFadden Ave. Work also includes 7 770 SF 1 J removal and replacement of all impacted pavement and curb markings, striping, and adjustment of existing boxes, manholes, valve cans to grade, in Dawson Lane and McFadden Avenue. C-2.7 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Item p Quantitv Unit Unit Price Total Price Per Plans and Specifications, furnish all labor, materials, and equipment necessary to provide 30 the services of a California Registered 1 LS ,0 � 5i0-00 Professional Land Surveyor,with experience in all elements of the project; for the replacement of survey monuments. TOTAL BID ITEMS 1 THRU 30 FOR MCFADDEN SEWER PUMP $ STATION REPLACEMENT PROJECT 7 Total Amount of Base Bid in Writing: Note: Refer to Section 01025,Measurement and Payment for description of each Item on Bid Schedule. Refer to Section 01025 Measurement and Payment for additional details. All extensions of unit process will be subject to verification by Owner. In case verification is required between the unit price and the extension,the unit price will govern.The Owner reserves the right to reject any or all proposals and bid items. C-2.8 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 Griffin Contract 7 Dewatering 1009641 A 1000033028 262,000 .071 7000.Jurtipa Ave Riverside, CA 92504 Landmark Survey Solution 2 7231 Boulder Ave, #538 LS5439 1000001674 44,950 .012 Highland, CA 92346 Blue Iron Foundations 6 & Shoring, LLC 1009464 A 1000004297 117,000 .032 3545 Carlin Dr. W. Sacramento, CA 95691 17, 21, Big Bear Electric 22, 23 P.O. Box 3001 972582 C-10 1000002330 583,153 .158 24, 25, Big Bear City, CA 92314 C-7 26 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 on12/15/2lat South El Monte I CA Date City State Vido Artukovich , bei a trs dul swo e ses d �ays that he or she is Managing Partner of �`3 u c 0 rtovcl & °on, nc _Vidmar, Inc. A TV 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. Vido Artukovich & Son, Inc./ Vidmar, Inc. A JV Name of Bidder Signature of Bidder Vido Artukovich, Managing Partner 11155 Rush Street South E1 Monte, CA 91733 Address of Bidder C-4 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE 8202 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached and not the truthfulness accuracy, or validity of that document. State of California County of Los Angeles Subscribed and sworn to (or affirmed) before me on this 151h day of December, 2021 by Vido Artukovich, proved to me on the basis of satisfactory evidence to be the person w appeared before come. Notary� P �:ic-C ntynia Los Angei?s Cqunt � r� Commissicn'2236136 Signature My Comm.EApi-t9 Jut 31,2023 ww UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CA.LIFORNIA City Council: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the McFadden Lift Station Replacement Project, CC No. 1610, (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. Vido Artukovich & Son, Inc/ Vidmar, Inc. A JV Contractor A 1,14 By Vido Artukovich Managing Partner Title Date: 12 1512021 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. Vido Artukovich & Son, Inc/ Vidmar, Inc. A JV Contractor f By Vido Artukovich Managing Partner Title Date: 12/15/2021 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Vido Artukovich & Son, Inc./Vidmar, Inc. A JV Bidder Name 11155 Rush Street Business Address South F1 Mon P, CA 91711 City, State Zip ( 626 ) 444-4286 info@artukovich.com Telephone Number Email Address 726231 A State Contractor's License No. and Class 8/14/1996 Original Date Issued 8/31/2022 Expiration Date The work site was inspected by Anthony Artukovicbf our office on 12/1/2021 ,lot_. The following are persons, firms, and corporations having a principal interest in this proposal: Vido Artukovich - Managing Partner A.P. Artukovich - Managing Partner 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. Vido Artukovich & Son, Inc./Vidmar, Inc. A JV Company Name , ,? Signature of Bidder Vido Artukovich, Managing Partner Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this15tbday of December 2021 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 December 15, 2021 before me, Sharon Artukovich,Notary Public Month Day, and Year Insert Name and Title of Notary personally appeared Vido Artukovich Name(A)of Signer(d) who proved to me on the basis of satisfactory evidence to be the person( whose nameO is/01/c subscribed to the within instrument and acknowledged to me that he/sk/,f dy executed the same in his/hkidWir authorized capacity(iks),and that by his/Wr/thk1r signatureO on the instrument the person(,), or the entity upon behalf of which the person(o acted, executed the instrument, I certify under PENAI..,TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal, eMy SHARONAKrUKOVICH Notary Public•CaliforniaLos Angeles County Commission#2296136 Comm.Expires Jul 31,2023 ' t ' Signatur 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 sanitary sewer pipeline installation of at least of 1,000 of 8-inch or greater diameter and pipeline construction in high ground water regions with trench depths of 10-feet to the invert in the public right-of-way. Sanitary sewer lift stations installations with wet well excavations to a depth of 22 feet below existing ground in a high ground water environment,with proiect work within public right of way.. 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 Los Angel s Department of Pubic Works - 1149 S. Broadway Suite 700 Los Angeles, CA Name and Address of Public Agency Name and Telephone No. of Project Manager: Robert Garcia - 626 272-3957 $24,220,196 NOS 12 (Ave 19 Humboldt SO 10/15/2021 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Repair/replace 48" concrete sewer with fiberglass liner, including65' wet well, sheet pile shoring system, 40MGD and 23MGD by-pass system adjacent to railroad and highvoltage in public right of way with de- watering 2. _City of Malibu - 23825 Stuart Ranch Road, Malibu, CA 90265 Name and Address of Public Agency Name and Telephone No. of Project Manager: Rob DuBoux - 310 456-2489 .x339 Civic Center WTF - Phase 1 $20,451,881 Pipelines and Pump Stations Project 9/30/2018 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Furnish and install 21,2001f open cut 4"to14" HDPE sewer, 13,706 rec acme water line, z sewer lift stations with wet well excavation De low 22 ground-Tin-Migh ground water environment within pu is ri�ht of wa 3. Ci y of Huntington Beach - 2000 Main Street, Huntington Beach, CA Name and Address of Public Agency Name and Telephone No. of Project Manager: Andrew Ferrigno - 714 536-5291 $10,556,640 Warner Avenue Gravity Sewer and Lift Station C 5/17/2015 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Furnish and install 3,5001f 16" gravity sewer, 12" ductile forcemain with wet well excavation 22 feet below ground with high water invironment in the public right of way 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. Vido Artukovich Name of proposed Project Manager Telephone No. of proposed Project Manager: 626 444-4286 NOS Unit 12 (Ave 19 and Humboldt St) City of Los Angeles Repair/replace 48" sewer, CIPP $24,220,196 65' wet well, 40MGD by-pass 10/15/2021 Project Name &Contract Amount Type of Work Date Completed Ph 2 RTM-Seg B&C City of Fresno Furnish/install 16,4001f $11,603,415 24"-42" CML&C water main 10/31/2019 Project Name&Contract Amount Type of Work Date Completed Civic Ctr WTF-Phase 1 City of Malibu Furnish/install 21,2001f 9/30/2018 $20,451,881 4"-14" HDPE sewer, 2 pump stations Project Name& Contract Amount Type of Work Date Completed 2. Mark Artukovich Name of proposed Superintendent Telephone No. of proposed Superintendent: 626 444-4286 Mountain View Connector Pipeline Padre Dam Municipal Water Furnish/install 11,5001f DIP $6,525,023 pressure reducing station 1/2312021 Project Name&Contract Amount Type of Work Date Completed Ph 2 RTM Seg B&C City of Fresno Furnish/install 16,4001f $11,603,415 24"-42" CML&C water main 10/31/2019 Project Name &Contract Amount Type of Work Date Completed Civic Ctr WTF-Phase 1 City of Malibu Furnish/install 21,2001f $20,451,881 4"-14" HDPE sewer, 2 pump st 9/30/2018 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://w,,vw.dir.ca.gov/DLSE/PublicWorks/SB854FactShect_6.30,14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efiling.dir.ca.gov/PWCR/ActionServIet?action=displayP WCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action 1 am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. it is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Vido Artukovich & Son, Inc/ Vidmar, Inc. A JV Contractor By Vido Artukovich info@artukovich.com Email Managing Partner Title Date: 12/15/2021 PWC Registration G12 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714)536-5431, Fax(714) 374-1573 ADDENDUM NUMBER ONE For McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 1,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) The date and time of the bid for this project shall remain unchanged. Bids are due on December 7,2021,at 10:00 AM. 2) Table of Sections:TOS-2, Delete Section 09800, HDPE Sheet Lining. 3) Specifications: DIVISION 9 — SECTION 09810, FINISHES, HDPE SHEET LINING. Delete the entire section 0981.0, including all pages beginning and including 09810-1 through 09810-10. 4) Specifications:DIVISION 9—SECTION 09900, PROTECTIVE COATINGS. a. Remove entire section 09900, including all pages beginning and including 09900-1 through 09900-20. b. Replace with new SECTION 09900—Addendum No. 1 12/01/2021, pages 09900-1 through 09900-22. SECTION 09900 revised to include Section 09900, 2.4.B.6(System No.7)which is highlighted in yellow. 5) Delete Studl-iner HDPE and replace with Coating System No. 7, in Schedule A - Bid Item 14, SECTION 01025, 1.18.13, Section 02702.1.1.A,02702.3.4.A, and any place within the Project Plan Set. 6) Specifications: SECTION 17000 — PUMP CONTROL PANEL (MCC) AND PLC PANEL, 1.1 DESCRIPTION. Remove the following: The CITY's recommended panel builder is ESL Power Systems, Inc. 2800 Palisades Drive, Corona,CA 92880 Ph. (951)739-7000. 7) Modify Schedule A - Bid Item 12, Description to include the following: Adjust Manholes to grade per Standard Plan 505. This is to acknowledge receipt and review of Addendum Number One,dated December 1,2021. Vido Artukovich & Son, Inc/ / Vidmar, Inc. A JV Company Name By 12/1/2021 Date 1 of 1 of Addendum No.1 ii. Replace with language stating "Payment for 2-inch asphalt cement cap and final road restoration includes all labor, materials, and equipment necessary; and doing all work required to provide a 2-inch AC cap throughout Dawson Lane and McFadden Avenue per City Standard 109 and limits shown on the Contract Drawings.The work also includes but is not limited to: survey;2-inch pavement cap, removal and disposal of excess material; adjustment of existing manhole covers, valve cans, and utility boxes to grade, including construction of concrete collars; replacement of all pavement striping and markings; and all required appurtenances, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No.29A." d. Pages 01025-14 and 01025-15, 1.35B — Asphalt Paving and Striping (Bid Item No. 30). Revise language stating "Payment will be made at the lump sum price named in the Bid Schedule under Item No. 29 to "Payment will be made at the lump sum price named in the Bid Schedule under Item No. 30." 3) Specifications - SECTION 01010, SUMMARY OF WORK, page 01010-6, 1.5 Project Description,A—Utility Services: a. Delete language stating "All fees charged by these utility companies for supplying the required services,will be paid separately by the CITY, including the fee for the installation of the gas service". b. Replace with language stating "All fees charged by these utility companies(SCE and SCG) for supplying and connecting the required services will be paid separately by the CITY. The City will pay the gas connection and installation fees to connect the new gas service to the existing SCG gas main pipeline located at the intersection of Goldenwest and McFadden. The contactor, if veriforce certified or a veriforce certified subcontractor, will perform the excavation work for SCG to connect to the existing gas main in Goldenwest; and also excavation work for the generator enclosure connection at gas meter." This is to acknowledge receipt and review of Addendum Number Two,dated December 2,2021. Vido Artukovich & Son, Inc/ Vidmar, Inc. A JV Company Name By 12/2/2021 Date 2 of 2 of 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 McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 7,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) The date of the bid for this project has CHANGED. Bids are due on December 15,2021,at 10:00 AM. 2) Construction of the Sanitary Sewer in the center of McFadden Avenue shall be in accordance with the project specific Traffic Control Plans T-01 to T-04 and Specification SECTION 5-7.9.2 which states the following: McFadden Avenue and Goldenwest Street: Maintain one through travel lane in each direction during work hours, with all travel lanes being opened to traffic outside of working hours. Vehicular traffic may be restricted to one lane in each direction during the duration of the construction contract.All work in McFadden Avenue shall be between the hours of 9:00 AM and 4:00 PM. Traffic Control shall be removed at the end of each workday.Any open trench shall be covered with recessed steel trench plates. The plates shall be recessed to be flush with the road surface. OR Construction of the Sanitary Sewer in the center of McFadden Avenue shall be in accordance with the following conditions: a) The Contractor shall prepare a Traffic Control Plan and submit to the City for review and approval. b) The cost of the revised traffic control plans shall be included in the unit cost per lineal foot to construct the sanitary sewer line in McFadden Avenue. c) A 24/7 K-Rail closure will be permitted for a maximum of 20 consecutive working days within the center of McFadden Avenue. d) One east bound lane and one west bound lane shall be available 24/7,with a minimum lane width of 11-feet. 1 of 2 of Addendum No.3 e) Maintain the existing east and west bound bicycle lanes throughout the duration of the construction. f) The K-Rail closure shall be limited between Stations 1+80 and 11+00. Construction of the gravity sewer from Station 11+00 to 13+21 shall be in accordance with the project specific Traffic Control Plans T-01 to T-04 and Specification SECTION 5-7.9.2. g) Work hours within the K-Rail shall be limited to 8:00 AM to 4:00 PM. h) All dewatering facilities shall be maintained within the K-Rail closure or shall be buried. i) Contractor shall convey dewatering effluent to the nearest City of Huntington Beach Storm Drain facilities, located near the intersection of Hanover Lane and McFadden Avenue, or to the Lake located in Greer Park. This is to acknowledge receipt and review of Addendum Number Three,dated December 7,2021. Vido Artukovich & Son, Inc/ / Vidmar, Inc. A JV Company Name By ! 12/7/2021 Date 2 of 2 of Addendum No.3 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714)536-5431, Fax(714) 374-1573 ADDENDUM NUMBER FOUR For McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 8,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) Bids are due on December 15,2021,at 10:00 AM. 2) In addition to the Specifications Section 02702 Precast Concrete Vaults and Wet Wells, the City will accept prefabricated Polymer Wet Wells, provided they meet the following conditions: a. The Contractor shall provide submittals as outlined in 02702.1.4 and compliance with Sections 02702.1.5, 02702.1.6, 20702.1.7, 20702.2.1.A, D, E, F, G, H, I, J, 02702.2.2, 02702.3.1,and 02702.3.2. b. Sections 02702.3.3 and 02702.3.4 are not required provided Polymer Wet Wells include proof of independent chemical resistance testing conducted in accordance with the Standard Specifications for Public Works Construction Greenbook Section 211-2. c. Prior to backfill the Wet Well Structure shall be hydrostatic leak tested in accordance with Section 02730. d. Compliance with Specification Section 02701, except 02701.2.4. Section 02701.2.4 shall be considered optional. This is to acknowledge receipt and review of Addendum Number Four,dated December 8,2021. Vido Artukovich & Son, Inc/ Vidmar, Inc. A JV Company Name By 12/8/2021 Date 1 of 1 of Addendum No.4 City of HUNTIN TON BEACH low Vr "z ' McFadden Sewer Lift Station Replacement Project Project No. CC 1610 1 December 7, 2021 TEsOn' CONTROLS, INC. Contents Contents (Continued).......................................................................................................................4 Qualifications and Capabilities............................................................................................5 FirmInformation...............................................................................................................................5 Water/Wastewater System Experts............................................................................................6 Panel Fabrication&Staging Facilities.............................................................................................9 ManufacturingServices..............................................................................................................9 Fabrication..................................................................................................................................9 CustomEnclosures ...................................................................................................................9 Electronic Assemblies (Programmable Controllers, Instrumentation,Communications)..............................................9 Custom Motor Control Systems...............................................................................................10 Custom and Standard Power Distribution Systems.................................................................10 Custom and Standard Pump Station Power Distribution and Control Enclosures.................10 Electrical,Hydraulic and Pneumatic Instrumentation Control Panels.....................................10 Colorsand Coatings.................................................................................................................10 WarrantyPolicy.........................................................................................................................10 TESCO's Current Certifications......................................................................................................11 Locations&Contact Information...................................................................................................12 TESCOOffices..........................................................................................................................12 Relevant Experience&References...................................................................................13 RP-1 Mixed Liquor Return Pumps............................................................................................14 WWTP Immediate Action Phase 1............................................................................................15 Process Control System Upgrade............................................................................................16 KeyPersonnel Information ................................................................................................19 TeamOrganization.........................................................................................................................19 TeamExperience...........................................................................................................................20 Control System Integrators Association........................................................................................20 CurrentCertificate.....................................................................................................................20 City of Huntington Beach I McFadden Sewer Lift Station Replacement,Project No.CC 1610 j December 7,2021 1 3 QUALIFICATIONS AND CAPABILITIES Firm Information TESCO is a full-service, Level One CSIA-certified Systems integrator and OEM with 49 years of experience specializing in the design and implementation of control solutions required to automate water/wastewater treatment systems and related processes throughout the U.S. PROJECT CUSTOM PLC APPLICATION FACTORY EXTENDED MANAGEMENT FABRICATION PROGRAMMING TESTING MAINTENANCE SYSTEM DESIGN SCADA HMI NETWORKING SYSTEM & ENGINEERING DEVELOPMENT &TELEMETRY STARTUP OEM For Equipment Providers: TESCO is an original equipment manufacturer (OEM) for most major equipment suppliers, including Rockwell Automation, allowing TESCO to integrate and support the complement of hardware and software deployed in control systems. TESCO's fully-equipped manufacturing center is capable of engineering, fabricating, assembling, wiring, and testing all electrical and control systems equipment for project implementation and support. Custom Fabrication: Many projects require custom solutions that are not readily available through standard equipment manufacturers. Whether space constraints require r " custom enclosures, add-ons are needed for original equipment, or standard delivery schedules will not meet project deadlines,TESCO has full in-house fabrication facilities to expedite equipment builds for project delivery needs. All products are manufactured in accordance with UL, IEEE, NEMA, IEC, NEC and CSIA requirements. City of Huntington Beach I McFadden Sewer Lift Station Replacement,Project No.CC 1610 1 December 7,2021 1 5 6 1 City of Huntington Beach I McFadden Sewer Lift Station Replacement,Project No.CC 1610 December 7,2021 WATER/WASTEWATER SYSTEM EXPERTS TESCO's engineers specialize in building new and upgraded systems for large treatment plants, complex distribution and collection networks, and small improvement projects. A Unlike typical process control installations,water/ 3 wastewater designs and deployments must consider telemetry, advanced communications, regulatory compliance, and security, as well as the vital role control systems play in ensuring public health and safety. Our subject matter experts understand the unique requirements and the challenges that industrial control system automation projects present in expediting project start-up and effectively collaborating to identify, design, and implement custom project solutions. We deliver projects involving treatment facilities, collection Our reputation is based upon providing high- systems, distribution systems, pipelines, tanks and quality, end-to-end services—from project reservoirs, wells, pump stations, pressure reducing management and front-end engineering stations, lift stations, energy conservation, and to field cut-over and commissioning. renewable energy. TESCO's in-house team includes engineering Our services ensure continuity from initial planning to professionals with professional designations and final commissioning so we can deliver projects on time, certifications (PE and PMP): on target, and on budget. Electrical engineers Engineering:TESCO employs a diversified staff of Instrumentation and Control System engineers qualified electrical, communications, and control system engineers. Our engineers are uniquely specialized in Power System engineers fields related to industrial electrical, instrumentation Computer, Systems, and Software engineers and controls, communications, and process control Communications and Networking engineers systems. We are capable of providing all the services necessary to design, implement, and support systems PLC and SCADA-HMI programmers from inception to operation. Field Service engineers and technicians Instrumentation and control systems TESCO's Capabilities and Resources:With a bench Electrical switchgear (UL-891) of 400+ employee-owners focused exclusively in the Network infrastructure and cybersecurity water/wastewater industry, our in-house resources Radio/telemetry systems include highly-skilled electrical and control system Power distribution systems design and analysis engineers, seasoned PLC programmers, SCADA engineers, field service engineers, and an experienced Electrical motor control equipment (UL-845) project management team that excels in the delivery of Industrial control panels (UL-508A&UL-698A) SCADA system solutions. Since 1972, TESCO has: Arc Flash risk assessment and mitigation • Completed over 50,000 projects, • Implemented over 400 SCADA systems, • Managed 965 SCADA maintenance contracts, and • Successfully delivered projects for over 4,300 different water/wastewater agencies. Tesco Controls, Inc. 2021 TESCO CONTROLS,INC. City of Huntington Beach i McFadden Sewer Lift Station Replacement,Project No.CC 1610 December 7,2021 1 7 Project Management:TESCO's Project Managers guide our multi-disciplinary teams in achieving all project goals and objectives, while honoring the preconceived project constraints—including scope, f+�� resources, time schedule, and budget. = - As required, Project Management Professionals _ (PMP) coordinate TESCO's scope of work, as well as w become involved with the overall project collaboration, w coordinating with the owner, consultant, general contractor, subcontractors, and other vendor/system suppliers to ensure the requirements for project integration are met. Employing PMP Certified Project Managers ensures the discipline of planning, SCADA-HMI:TESCO is a leading provider of SCADA-HMI organizing, and managing resources while. systems.We install SCADA systems nation-wide,and are addressing the successful Completion of certified in all major SCADA-HMI software packages. project specific goals and objectives. Our team collaborates during the design phase to Networking:Well-engineered network infra-structure is a deliver feature-rich, field-proven SCADA-HMI programs critical requirement for reliable water/wastewater SCADA to ensure reliable, robust and flexible control systems and process control systems.TESCO can help design, that fully meet the requirements of the project. implement, and maintain network infrastructure to provide 0 SCADA-HMI application development secure, robust, and fault-tolerant system architectures. System standards development Radio system engineering, path studies, and a Customized process displays FCC licensing Cybersecurity remediation Data center equipment and rack design Virtualized systems Backup power and cooling design DCS and SCADA migrations Switching and routing Data backup and disaster recovery systems Firewall implementation Network segmentation Assessments: Designed to help water agencies Network security design and industrial cybersecurity address concerns about the reliability and sustainability vulnerability mitigation of their process control systems, TESCO works • Wide area private and public networks collaboratively with the client to collect and document information related to their process control system • Fiber optic and copper-based designs automation technologies. An independent review and • WAN/LAN configuration detailed analysis of findings is presented. SCADA-HMI and PLC application software backups SCADA and process control system (PCS) block diagrams Automation asset inventory spreadsheets Complete listing of IP networks, subnetworks, VLANs, and IP devices present in the system Technical report that incorporates findings, observations, and prioritized recommendations for key areas of improvement ffi RESHCH c 2021 TESCO CONTROLS,INC. CONTROLS,INC. 8 1 City of Huntington Beach I McFadden Sewer Lift Station Replacement,Project No.CC 1610 December 7,2021 r� A a E wy F-, • PLC Programming: TESCO employs programming methodologies, both custom and templated, designed specifically for the water and wastewater industries. We leverage available technologies coupled with proven methods for software, communications, and hardware integration. Our team can upgrade aging systems while keeping critical plant processes online during the renovation. TESCO programs many devices: PLCs, OITs, web servers, power monitors, and auto dialers. Commissioning:TESCO uses a standardized approach to commissioning systems to confirm that the system performs as expected and per project requirements. Standard methods and procedures for system commissioning include: defined in phases, including: • Factory testing • Site testing/operational readiness testing • Start-up/functional acceptance testing • Switchover, commissioning • Performance acceptance testing • Operational and maintenance training Tesco Controls, Inc. y 2021 TESCO CONTROLS,INC. City of Huntington Beach ; McFadden Sewer Lift Station Replacement,Project No.CC 1610 December 7,2021 1 9 Panel Fabrication & Staging Facilities Our 125,000 square foot, Sacramento Headquarters and UL-Listed Manufacturing Facility, located only 90 miles away from San Francisco,facilitates agile project delivery and thorough factory testing.This fully-equipped manufacturing facility, complimented by our nearby field service and engineering offices in San Francisco and Salinas, includes a complete metal fabrication shop, powder coating paint line, wiring and assembly departments, and a dedicated factory staging' and test lab. TESCO's control panels, service pedestals, and power distribution gear is manufactured in this facility, including anything we manufacture or modify x acting as an OEM on behalf of Rockwell Automation. TESCO has a fully-equipped manufacturing center Custom and standard pump station power capable of fabricating, assembling, wiring, and testing distribution and control enclosures all electrical and control systems equipment for project M Electrical, hydraulic and pneumatic instrumentation implementation. Our expertise in this area lends control panels perfectly to designing and engineering all aspects of electrical distribution and control system requirements, as well as providing required equipment for turn-key, integrated solutions. CUSTOM ENCLOSURES TESCO is an authorized Underwriters Laboratory (Painted Galvanized Steel, 316SS, 304SS, (UL) manufacturer of electrical power and industrial Aluminum, Anodized Aluminum) control systems. TESCO systems are manufactured Custom enclosures manufactured in accordance in accordance with UL, IEEE, NEMA, IEC, and with NEMA standards in variety of styles and NEC requirements. All assemblies adhere to strict configurations. TESCO's enclosures and paint manufacturing guidelines and quality control process meet State of California Department of procedures. All phases of the manufacturing life cycle Transportation (Caltrans) strict traffic enclosure test undergo an established quality control procedure to requirements for vandalism, glare, and salt spray ensure the highest quality system. duration testing. TESCO incorporates the LEAN® ELECTRONIC ASSEMBLIES manufacturing model in our (PROGRAMMABLE CONTROLLERS, quality control process. INSTRUMENTATION, COMMUNICATIONS) TESCO-manufactured electronic assemblies (PLC, TESCO's manufacturing capabilities include: RTU, communications, instrumentation, etc.) are designed to withstand harsh industrial environments. • Custom enclosures (painted galvanized steel, These assemblies undergo temperature testing to 316SS, 304SS, aluminum, anodized aluminum) 200 degrees F. • Electronic assemblies (programmable controllers, instrumentation, communications) • Custom motor control systems • Custom and standard power distribution systems swam �c 2021 TESCO CONTROLS,INC. CONTROLS,INC. 10 1 City of Huntington Beach ',, McFadden Sewer Lift Station Replacement,Project No.CC 1610 December 7,2021 CUSTOM MOTOR CONTROL SYSTEMS As an OEM, TESCO manufactures low- voltage (600V and below) motor control centers (MCCs) that include both indoor and outdoor applications.We have UL file extensions for major MCC manufacturers ' and can customize their standard product offerings. Integrated motor controls can include solid state controllers, electro-mechanical starters, variable frequency drives, reduced voltage solid start starters, panelboards, PLC control sections, and communication packages. CUSTOM AND STANDARD POWER DISTRIBUTION SYSTEMS TESCO is UL authorized to manufacture distribution switchgear to 4000 A.All distribution and service pedestals are designed in accordance with utility system requirements.TESCO provides a variety COLORS AND COATINGS of switchgear configurations employing auto-transfer switches, power monitoring and control, and feeder All enclosures are prepared and powder coated distribution. in-house in an array of standard RAL color finishes.We also offer custom colors and anti-graffiti coatings,which CUSTOM AND STANDARD PUMP STATION are available upon request. POWER DISTRIBUTION AND CONTROL ENCLOSURES WARRANTY POLICY TESCO provides a variety of standardized pump control TESCO-provided equipment is packages for storm water, sewage lift,well pump, and booster stations. All pump stations can be supplied in warranted against defect in design, low profile metered or unmetered enclosures systems. workmanship and materials for a period of one year from the date of installation, ELECTRICAL, HYDRAULIC AND PNEUMATIC unless otherwise specified. INSTRUMENTATION CONTROL PANELS As an OEM,TESCO manufactures a variety of electrical, hydraulic, and pneumatic instrumentation and control panels. Tesco Controls, Inc. 2021 TESCO CONTROLS,INC. [Client/Owner Agency] 1 [Project Name,RFP/Project#] [Date of Submission] [ 11 TESCO's Current Certifications 4vB9P W// 1°ILa.ply I,1 9110'{ ' P ABB Authorized Value Provider 7BB DBIA Member * Control System Integrators Association (CSIA) CertifiedLevel 1 * Rockwell Automation Solutions » Proficy iHistorian Partner * Schneider Certified Alliance Inductive Automation a Control Systems (CS) System Integrator » Ignition z Electrical Engineering (EE) Schneider Electric Rockwell Automation aMechanical Engineering (ME) Square D Electrical Equipment » PlantPAx Manufacturing Partner FactoryTalk View SE Siemens Solution Partner RSView Project Management AVEVA/Schneider Electric Professional (PMP) AVEVA InTouch* AVEVA System Platform* "Rockwelltomation » AVEVA Edge** Allen-Bradley % AVEVA Historian* Cisco Certified Studio 5000&Studio 500 » EcoStruxure Geo SCADA » CCDA RSLogix Expert*** CCNP * Schneider Electric Siemens > CCNA Modicon » WinCC CA 2 VMWare Certified SCADAPack » WinCC v7x Microsoft Certified EcoStruxure Control Expert > WinCC Pro Unity PRO Trihedral Concept VTScada ProWorx 32/NxT ISA Certified Technicians Other TelePace Canary Labs Axiom Siemens %> Canary Enterprise Historian TIA Portal, STEP 7 Specter Instruments- m NEMA Compliant WIN-911 a EUSERC Compliant TopView Alarming a IEEE IAS and IEEE 1584 _ , GSA Approved UL-891 Electrical Switchgear Mo k IAV� �`�In, <Y Sy { Yi t"la * UL-508A Industrial Control Wonderware Panels C 10 Electrical—California *'1AVEv`"�Edge,for-nerl� ;n _vvn as * UL-698A Industrial Control State Contractor's License Panels * UL-845 Motor Control Centers EcoStruxure Gee SCADA Expert, Extensions Tmmu 4 2021 TESCO CONTROLS,INC. CONTROLS,INC. 12 1 [Client/Owner Agency] i [Project Name,RFP/Project#] [Date of Submission] Locations & Contact Information Sacramento, California houses TESCO's corporate We value our commitment to provide responsive headquarters and main manufacturing facility. To customer service to our clients across the country, better serve our clients,we have opened offices and Our offices and service centers are staffed with a service centers throughout the United States, including variety of disciplines including electrical engineers, California's central coast, bay area, and Southern communication engineers, software engineers, field California, the Northwest, Southwest and Southeast. The service engineers, service technicians, and business company plans to expand into Texas in the near future. development professionals—all focused on our regional customers and their unique needs. Sacr s San Francisco ,'i Salinas 7. a Maui Brea00 i Ternec lai i TESCO OFFICES DISTRIBUTORS Vrlando AGENTS " Baton Rouge' INSTALLATIONS I TESCO OFFICES Corporate Headquarters& Bay Area California Louisiana Dallas-Area Office& Manufacturing Center 600 California Street 4467 Bluebonnet Boulevard Manufacturing Center 8440 Florin Road 11th Floor Suite B 8000 Jetstar Road Sacramento,CA 95828 San Francisco,CA 94108 Baton Rouge', LA 70809 Suite 150 916.395.8800 800.9483726 800.948.3726 Irving TX,'75063 Southern California Nevada' Georgia 817.343.7163 42015 Remington Avenue 213 Sage Street,Unit 3 800 Battery Avenue SE Trimax Systems Inc. Suite 102 City of Twisp,Washington 89706 Suite'100 565 Explorer Street Temecula,CA 92590 800.948 3726 Atlanta,GA 30339 Brea,CA 92821 951.308.6450 Oregon 800.948.3726 714.255,8590 Central California 5250 High Banks Road Arizona Trimax Systems Inc. 1315-B Dayton Street Suite 440 2 N.Central Avenue 1221 Abrams Road® Salinas,CA 93901 Springfield,OR 97477 Suite 1800 Suite 327 800.948.3726 800.948.3726 Phoenix,AZ 85004 Richardson,TX 75081 Washington 800.948.3726 714.255.8590 20250 144th Avenue NE Woodinville,WA'98072 800.9483726 Tesco Controls,Inc. :�;2021 TESCO CONTROLS,INC. RELEVANT EXPERIENCE & REFERENCES Industry Recognition Demonstrates TESCO's Dedication to Supporting Critical Water/Wastewater Systems As one of the largest systems integrators in North America focused on this market, TESCO is uniquely qualified to design and build advanced control systems for the industry. Over 95%of our projects are water/wastewater systems or renewable energy projects in the water/wastewater sector. Our year-over-year success is demonstrated not only by the long-term employee-owner staff and company growth, but in being recognized within the industry as follows: Ranked #10 for all control system disciplines internationally in the 2020 System Integrators Giants List by Control Engineering. Listed as one of the top 10 companies leading the global water/wastewater management and operational control market according to Transparency Market Research (TMR) in December 2017. Named "System Integrator Market for Industrial Automation by Service Outlook...Global Outlook to 2022", published by Marketsand Markets in April 2017, with TESCO listed as a key player. The Right Experience to Achieve Your Objectives TESCO's primary focus is on projects involving water/wastewater treatment plants and associated infrastructure, and our experience proves that our best solutions incorporate input from the operators. The familiarity of the maintenance and operations staff have with existing systems, and their"wish lists" of improvements to optimize operational efficiency provide TESCO with direction to apply our expertise in the planning, design, implementation, and integration of automated controls systems and SCADA upgrades. Our recent and ongoing experience with municipalities of similar size and scale (including the cities of Lincoln and Brentwood, California, and the City of Hobbs, New Mexico) demonstrate our ability to deliver a project that incorporates your goals for resiliency, cybersecurity, operational efficiency, regulatory compliance, and provides the City with a road map to implement updates to your aging system. We understand from experience the need to deliver projects that provide consistent operator experience, leverage technology for the greatest return on investment, and minimize operational impact during modernization of brownfield installments. The following summaries of recent, relevant projects demonstrate TESCO's ability to successfully collaborate with our clients' staff to develop and implement custom solutions tailored to your specific needs. A. r ! ! • r • • • ! ! ' r ' • • # • City of Huntington Beach j McFadden Sewer Lift Station Replacement,Project No.CC 1610 December 7,2021 I 13 14 | City m Huntington Beach � McFadden Sewer Lift Station Replacement,Project No.CC1mo | December 7,2021 POTABLE WATER SC/4DASYSTEK8 REPLACEMENT City Cf Hobbs, New Mexico The goal of this Design-Build project was tucompletely replace an aging potable water SCADA system to enhance operational performance and increase data reliability.The project replaced the existing the existing SCADA-HyN| system, PLC control panels, motor control hardware, and RF network infrasbuoture' REFERENCE Peter Zacharias This project replaces and upgrades an existing potable water SCADA Utilities Systems Specialist system by overhauling and modernizing the potable water process control 57531D3748� � oyataminc|udinguepar��ing�henevv�e^er8CADAnystemfromtheoxiuhng pzaohuriuu6�hobbanm.org ' wastewater SCAOAsystem. Major improvements included standardization, CONTRACT oimp|ioity, modernization, enhanced functinnu|ity, increased reliability, $2.899.482 integrated diagnostics, critical points of redundancy, and a vast improvement DATES to the Ci1y'u user experience. May 2O018-December 2O20 TESC{) provided design, programming, and integration of the new Siemens TESCO TEAM VVinCCOA central SCADA system for the City'u potable water system. Major enhancements included virtua|iz��iono(the core central SCADAsystem � Project Manager:Michael Prosser infrastructure, mobility for operations and technical staff, seamless expansion capabilities for future upgrades, and comprehensive system documentation m Special Projects: that io easily accessible io Operations staff. Ryan Bradley m Project Engineers: Connecting Remote Sites for Effective Communication: Major Mark Faroni|'PE components included: redundant SCAOA server host machines; apm0000 Gnioyang historian; multiple connected client nodes; peripheral devices; and aoeni/aUy • PLC Programmer: managed network and wireless communication infrastructure tosupport Joayong wide-area network (AAN) communications to43 new remotely-located, m SCADAEngineoc TESC{)'pm ux vided Siemens PLCsviodiote|ametry Additional remote well K0ikeSteu1m/iUe site upgrades included the addition of2Q new Variable Frequency Drives • OCADAPmgnammnc (VFDa) puovided' configured, and implemented byTESCO. Gahhe|K8oba|ot TESC0 also designed, tested, and implemented a new wireless Radio' • Network&Telemetry Frequency (RF) network operating in the 4.QGHz licensed frequency Engineers: band The new communications network infrastructure design focused on BrendonMorn improving performance, reliability, security, and longevity. Bob Hume m Field Services: Current Project Considers Future Expansion:The new RF network was Alan Hqrikomm.CCST configured and provided such that the system can easily accommodate Ryan Seguin other applications and devices, such un other centralized business management software sets, if desired by the District in the future. Additionally, the entire |P'baued network infrastructure was implemented in managed configuration, providing the City with considerable insight into the network for maintenance and advanced diagnostic capabilities. Modernized System with Enhanced Operations: This project overhauled and modernized the City'a potable water process control system and the entire |P'baaed network infrastructure was implemented inamanaged configuration that optimizes operations, security, and provides City staff with advanced system diagnostic capabilities, �zoe1TsnCO CONTROLS,INC City mHuntington Beach I McFadden Sewer Lift Station Replacement.Project No.CC161n | December r.2021 | /s POTABLE WATER SCADA AND TELEMETRY SYSTEM UPGRADE City ofLincoln, California This project replaced the City'oaging potable water SCADAayatem tu overhaul and modernize the existing potable water process control system, and separate the new water SCADA system from the existing wastewater SCADAoysdem. Collaborative, Accurate Condition Assessment:TESC0conducted REFERENCE a condition assessment of the existing industrial control panels and Chuck Poole components at various sites in the City'o water system, interviewed CityCi�ystaff S10�484�245S 10 accurately identify issues and nonnerna ophmizedirrigation watering upou|e@oi|inno|n.cu.ua schedules, and developed recommendations for system improvements. CONTRACT Comprehensive, Holistic Design and Integration: TESCD provided design, $938.500 prugramming, and integration services for enew Inductive Automation Ignition central SCADAsystem. Major Improvements: Major components BATES recommended and implemented byTESCO included redundant SCADA February 2O18-September 202O server host machines; u process historian; multiple connected client TGSCOTEAK8 nodes; peripheral devices; and u centrally-managed network and wireless m Project Manager: communication infrastructure to support wida'areu'network(WAN) Michael Prosser communications to1O remotely-located, TESCU'providedAllen-Bradley CompactLoAix PLCa via radio te|omotry m Asuis�an�Prc�eut�anugec Ryan Bradley Remote site upgrades included the addition of new Unintexuptab|ePower m Project Engineer: Supplies (UPS) provided, retrofitted, and SCADA,intog rated byTESCO. ShaynaVVi|eon To deliver enhanced radio telemetry, TESCO designed, tested, and m PLO Programmer: implemented a new wireless Radio-Frequency (RF) communication network Blake Robinson operating in the AU0 MHz frequency band, and the new communications w SCADAEngin*oc network infrastructure was designed with Jon Shores performance, reliability, security, and |onAevi1yinmind w SCADAPmgsamme,: Gabrim|N1ohe|ou ^ m Ne�od'�Te|ame�� 7E3CO am�designedconfigured Engineers: the new 8CADAarchitecture BrnndonMomn and RF network ao the system Che,iLeRuo can easily accommodate other m Field Services: applications and devices, 8uch Andrew Cook as other centralized business management software^ ba TESCO implemented the entire |P-based network infrastructure inamanaged configuration, providing the City with considerable insight into the network for maintenance and advanced diagnostic capabilities. Implementation of Recommended System Improvements: Benefitscf the major enhancements TESC(] recommended and implemented include: virtua|ization of the core central SCAOAeyotem infrastructure, enhanced system visibility and operational mobility for operations and technical staff; uaam|een expansion capabilities for the future; increased oyuk»m reliability and enhanced oommunioadons-, optimized radio system providing accurate real-time data, PLC programming continuity; and eaui|y'uooeeoib|e. comprehensive system documentation. 16 City of Huntington Beach McFadden Sewer Lift Station Replacement,Project No.CC 1610 I December 7,2021 SCADA AND PROCESS CONTROL SYSTEMS ASSESSMENT AND DESIGN-BUILD IMPLEMENTATION i City of Brentwood, California r .f r REFERENCE Casey Wichert Wastewater Operations Manager 925.516.6060 cwichert@brentwoodca.gov CONTRACT $111,900 for system assessment, estimated$3M for design-build implementation DATES 2017-Ongoing Since 2001,TESCO has provided systems integration services for the City's water supply and distribution, sewer collection, and water/ TEAM wastewater treatment systems since 2001, completing more than ■ Project Manager: 25 City of Brentwood projects to date. Lewis Smith ■ Special Projects: Collaborative System and Facility Assessments:TESCO's Systems Michael Prosser Engineering Group and Cybersecurity Services Team collaborated with the Ryan Bradley City's engineering, operations, technical support, and management staff to ■ PLC Programmer: perform a comprehensive assessment of the Process Control System (PCS). Raju Nair TESCO facilitated workshops and interviews with key City staff to understand ■ SCADA Programmer: and document the system configuration, performed field investigations, Mike Steuteville and gathered data to inventory the Brentwood PCS and communication equipment assets for wells, pump stations, water storage reservoirs, the ■ Networking:Brendon Horn surface water treatment facility, and the wastewater treatment plant. Josh Choe Prioritized Upgrade Recommendations with Cost Estimates:The final deliverable for this project was a Technical Memorandum identifying the system's current state, recommended hardware and software upgrades, and budgetary estimates for the work involved. TESCO also provided Microsoft Visio system overview diagrams of the existing SCADA, PLC, and telemetry systems, as well as depictions of our recommended system architecture for the future upgrades. TESCO also provided a comprehensive control system inventory and supplied backups of all existing PLC and SCADA programming/configurations. Informed Decisions Based on Accurate Analysis: Successfully defining the ultimate direction of the control system required a collaborative effort to confirm City staff were intimately involved throughout the decision-making process. We are currently collaborating with the City's Wastewater Operations Division to conduct PLC programming workshops that proactively define all system hydraulics and interdependencies. Tesco Controls, Inc. '� 2021 TESCO CONTROLS,INC. City of Huntington Beach I McFadden Sewer Lift Station Replacement,Project No.CC 1610 December 7,2021 1 17 WATER DISTRIBUTION SCADA SYSTEM UPGRADES j City of Redlands, California x' This Design-Build project m involves engineering design, construction, implementation, swap-over, and commissioning of a new Wonderware System REFERENCE Platform SCADA system with Paul Mariscal WIN-911 alarm software, a Senior Water Treatment Plant radio system backbone, and Operator an automated remote site 909.798.7502 infrastructure. pmariscal@cityofredlands.org Design Engineering Services for SCADA System:TESCO has been CONTRACTS providing professional services for design, integration, and construction ■ $1.575M Water Distribution management of the City's SCADA system for over 15 years. Throughout SCADA System Upgrades our history with the City of San Gabriel Valley,we have provided Radio- ■ $435,000 Service Contract Frequency (RF) Communication System network design, Remote Telemetry Units (RTU)/Programmable Logic Controller (PLC) design, and SCADA DATES system design. Overall,this has included design for SCADA integration of ■ May 20020—Ongoing:Water (12) reservoirs, (21)wells, (5) pumping plants, (12) boosters, and (2)Water Distribution SCADA System Treatment Plants. Upgrade scheduled to be complete in June 2021 Accurate Documentation and Assessment of Existing System: TESCO ■ 2008—Ongoing: Professional conducted site assessments, a radio survey, and a communications study Service Agreements before developing the engineering design, preliminary design report, and final design report.TESCO serves as the Prime Contractor and is managing TESCO TEAM construction, tower erection, radio configuration and programming, field cut- ■ Project Managers: over of PLC panels, and comprehensive start-up and testing services for the Lewis Smith new SCADA system. Robert Fiermonte ■ PLC Programmer: Successful Implementation of Recommended Upgrades:The project Raju Nair includes installation of multiple radio towers with heights exceeding 60 feet, ■ SCADA Programmer: located throughout the system in order to facilitate an operable and efficient Mike Steuteville radio telemetry system backbone. Additionally, multiple remote telemetry units complete with state of the art PLCs (300 + 1/0 points) and other ■ Project Engineers: pertinent control components were provided and programmed. Robert Flinn Kenneth Belt Ongoing Professional Service Agreements:TESCO maintains an ongoing ■ Networking: professional services contract to provide the City with around the clock Brendon Horn, support and dedicated customer service. Josh Choe ■ Field Services: Q1111 TESCO has maintained active Kenny Nguyen service agreements with the City of Redlands for over 15 years, acting as the City's trusted systems integrator and successfully delivering over 25 projects for the City. Tmesive 2021 TESCO CONTROLS,INC. CONTROLS,INC. KEY PERSONNEL INFORMATION We have included the below Team Organization chart for representation of the TESCO Team's structure, which is followed by a Team Experience matrix summarizing our key personnel's tenure in the industry, as well as tenure with TESCO.We have included focused resumes for each individual identified on the organizational chart and also have the capacity to provide alternate and/or supplemental personnel information upon your request. Team Organization �y' PM PROJECT MANAGER Kevin Ford, PMP -• NETWORKING&TELEMETRY •a LEAD: Doug Bloom, PE LEAD: Brendon Horn LEAD: Raju Nair •® FIELD SERVICES LEAD:Jon Shores LEAD:Josh Choe LEAD:Alan Horikawa Systems Engineering SCADA-HMI Field Services Warranty Networking&Telemetry PLC Programming Manufacturing&Fabrication EMASS® Client Commendation "Tesco Controls, Inc., has been our System Integrator for over 20 years. They have been instrumental in assisting with our control and integration needs over these many years. TESCO has worked with us in many capacities, including providing utility metering power equipment, motor control centers, VFD systems, instrumentation control systems, PLC solutions, integrated SCADA solutions, and communicationitelemetry systems. Not only has TESCO been instrumental in our system integration needs, they have provided years of support and technical ability we have come to rely on. Me and my staff are immensely pleased with the attention to detail and professionalism that TESCO provides. We look forward to working with TESCO in the future and strongly recommend using TESCO for your next project." —Mr. Dan York,Assistant General Manager, Sacramento Suburban Water District City of Huntington Beach I McFadden Sewer Lift Station Replacement,Project No.CC 1610 I December 7,2021 123 24 1 City of Huntington Beach McFadden Sewer Lift Station Replacement,Project No.CC 1610 December 7,2021 Team Experience - • Alan Horikawa,CCST Lead:Field Services 41 41 Brendon Horn Lead:Networking&Telemetry 18 25 Doug Bloom,P.E. Lead:Project Engineering 13 29 Jon Shores Lead:Systems Engineering 24 24 Josh Choe Lead:SCADA Engineering 21 21 Kevin Ford,PMP Lead:Project Management 10 20 Raju Nair Lead:PLC Programming 12 12 a ------------------------------------------------------------------------- Control System Integrators Association CURRENT CERTIFICATE TESCO is designated by the Control System Integrators Association CERTIFIED Level One - Certified System Integrator, the highest level Tesco Controls, Inc. of certification available in our has been audited and conforms to all requirements necessary to be a industry, with the audit process CSIA Certified Member following the guidelines of ISO. The certification audit covers the following business and management categories: • General Management • System Development Lifecyde CSIA's distinction of excellence demonstrates TESCO's • Human Resources Management • Supporting Activities • Marketing,Business Development and Quality Management level of experience: expertise, resources, financial stability Sales Management • Service and Support and business proficiency to successfully deliver effective • Financial Management • Information Systems Management projects that meet or exceed industry standards. • Project Management and GyberSecurity First certified in 2003,TESCO recently completed a CSIA Date of Certification: February 4,2021 audit in early 2021 that again verified our compliance with Date of Expiration: January 15,zoza Certified Member Since: February 1,2006 the Association's requirements for each business Category. CSIA Member Since: October 17,2o03 Tesco Controls, Inc. t,%2021 TESCO CONTROLS,INC. Alan Horikawa, CCST FIELD SERVICES SUPERINTENDENT AND SAFETY MANAGER As TESCO's Field Services Superintendent and Safety Manager, Alan Horikawa manages and trains our Field Services Team. He is also responsible for field project coordination, radio link feasibility studies, fiber-optic link coordination, field equipment implementation, and system start-up. As Field Service Superintendent, Alan coordinates construction activities to ensure that complex projects and field issues IIII are proactively addressed so project momentum can continue. Vj y� II V�I U Iu III With 40 years of experience working with a range of industrial control systems, Alan brings hands-on experience with all major instrumentation, control, and 11 telemetry systems used for water and wastewater systems. He provides a wide range of expertise, leadership, and practical know-how based on his experience performing effective troubleshooting and repairs of SCADA systems, radio and other communications, electrical control systems, VFD drives, and instrumentation. SPECIALIZATION Field Implementation Alan is known for developing proven, effective solutions for the of Instrumentation and successful implementation of projects for integration of control Controls for Automated systems for new and/or upgraded water/wastewater treatment plants, Water/Wastewater water storage and distribution systems, groundwater wells, sewer Treatment Systems collection systems, and storm drainage/flood control infrastructure. FIELDS OF SPECIAL COMPETENCE As a communications specialist, Alan investigates and analyzes existing Motor Controls communication infrastructures, then programs, configures and implements communication/telemetry strategies. He is typically on the job site during start-up and PLC/RTU Communications serves as the client's main point of contact during the start-up phase. Instrumentation Applications for Monitoring RELEVANT EXPERIENCE and Control Systems WWTP Immediate Action Phase 1, City of San Mateo, CA: Field CERTIFICATIONS Service Engineer CCST Level 1,',International This$5.6 million project involved replaced communication infrastructure by providing Society for Measurement new MCCs, VFD panels, PLC control panels, and local control panels. This project and Control required that TESCO innovate a custom solution for integrating Allen-Bradley PLC HAZMAT/OSHA 40 Hour systems programmed with PlantPAx methodologies into an existing Wonderware Wastewater Handling SCADA application. The most difficult aspect of this project was the lack of existing electrical as-builts.The existing control panels had gone through many modifications Fibertron(Fiber-Optics) over the years without the accompanying documentation. One of the major challenges was gathering enough information to design the new control panels. EDUCATION TESCO investigated the existing infrastructure and documented all existing controls, Electronics, Sacramento wire sizes, and conduit sizes in addition to conducting multiple collaborative PLC City College,California Programming Workshops and System Configuration Meetings with City staff.As with existing operating plants, the switchover of the control panels without interrupting Electronics, Delgado the process was crucial.TESCO also performed factory testing, field demonstration College, New Orleans, testing, and system training for this successful, completed project. Louisiana WW-628-02A Bruce Flynn PS Improvements, San Francisco Public Utilities PUBLICATIONS Commission (SFPUC), CA: Field Service Engineer Systems Integrators and As part of SFPUC's larger Sewer System Improvements Program, a 20-year, city- OEMs Achieve Startup wide project to upgrade the aging sewer system and increase sustainability and Success',by A. Horikawa reliability, this project replaced headworks at the Southeast Water Pollution Control and S.Okasaki, Processing Magazine,August 2019 CONTROLS,INC. 22 1 Alan Horikawa,CCST Plant (SEWPCP) with a 250 mgd capacity all-weather SCADA System Replacement, City of Baton Rouge, facility. The project re-routes pipe to send wet weather LA: Field Service Engineer flows around an existing headworks facility, upgrades The$16 million project was conceived as part of the and modifies the existing Bruce Flynn Pump Station, City's new Sanitary Sewer Overflow Program initiative. and constructs a new reinforced concrete headworks This project involved PLC and telemetry upgrades to structure. The project replaced six 430HP submersible over 500 remote pump station sites. All pump stations pumps and associated variable frequency drives communicate to a TESCO-provided virtualized, high- (VFDs), two wet well dewatering pumps, and installed availability SCADA system that allows monitoring and new electrical appurtenances, instrumentation sets, and control of the City's wastewater collection system. The control packages. primary SCADA is located at the Central Control Room TESCO conducted a short-circuit and coordination in the Sewer Collection System/Environmental Services study, performed an arc flash risk assessment,designed Building. A redundant SCADA location is installed at the updates to panel and switchgear layouts,and designed Advanced Traffic Maintenance—Emergency Operations wiring diagrams and relay settings.TESCO performed Center location.These two locations act in parallel modifications on several pieces of medium-voltage and will be the main collection system monitoring and equipment, requiring significant coordination and planning control centers.Two other"view only" locations are related to power outages while numerous contractors provided to allow monitoring of the collection system. performed work simultaneously.TESCO also provided Webserver viewing is available for additional remote several new ABB VFDs and controllers,as well as new viewing of the collection system. local control stations, instrumentation panels, control TESCO worked with CH2MHill (now Jacobs)and the City panels, and a Profibus panel. Professional services to leverage virtualization technology in order to simplify included design-build engineering services, PLC and local the overall design,thus limiting the amount of hardware HMI programming, network configuration,factory testing, and associated long-term maintenance.The team also and on-site product start-up and training services. worked together to develop a detailed SCADA fail-over WW-639 Oceanside WPCP Digester Gas Utilization structure, ensuring high-availability of the system. Project Upgrades, San Francisco Public Utilities challenges included impacts to the SCADA Master Commission (SFPUC), CA: Field Service Engineer Plan Project schedule resulting from unrelated, parallel projects from the Sanitary Sewer Overflow Program. This$38.4 million upgrade project replaced aging However,TESCO's collaborative work with CH2MHi11 digester biogas internal combustion cogeneration and the City provided an avenue for proper planning to systems at the 17 mgd Oceanside Water Pollution mitigate these limitations and TESCO completed the Control Plant. TESCO was responsible for providing project work five months ahead of schedule. electrical equipment, instrumentation, process equipment, as well as programming, installation, testing, TESCO acted as the General Contractor on this project integration, and start-up services. and had several subcontractors whose responsibilities included project documentation, electrical work, TESCO conducted an arc flash risk assessment and business networking services, and building dedicated harmonics analysis and provided control system SCADA rooms, among other responsibilities. TESCO integration for PLC/HMI interfaces related to the power also provided complete engineering, PLC programming, engines, generator control panel system, engine SCADA engineering, networking/architecture, and field main control panel, power generation switchgear, start-up services. SEL RTAC system, as well as power monitoring systems associated with the Emergency Diesel Generator System and the three Cogeneration Engines. TESCO also provided PLC and Off/HMI programming, implemented modifications to the Main Plant switchgear, furnished transformers, and lighting panels, boiler control panels, hot water loop pump control panels, and temperature valve controllers. Instrumentation provided by TESCO includes pressure devices, level devices, magnetic flow meters, thermal mass flow meters, combustible gas analyzers, sample gas control systems, and a myriad of sensors. Blake was responsible for programming and testing PLC/HMI interfaces. TESCO provided system training for SFPUC staff and detailed 0&M manuals. Tesco Controls, Inc. 8440 Florin Road Sacramento,CA 95828 TescoControlsxom Alan Horikawa,CCST 1 23 Sharp Park Lift Station Rehabilitation, City of Electric iFix application. Alan was instrumental in the Pacifica, CA: Field Service Engineer final closeout of the project. This project involved replacement of an existing, Remote Tank PLC Upgrades, City of Pleasanton, obsolete control system at the beach-side sewer lift CA: Field Service Engineer station. TESCO provided a new radio, Allen-Bradley CompactLogix PLC System, Uninterruptable Power This project involved designing and implementation Supply (UPS), Autodialer, and 10-inch Operator of new PLC and radio system for 6 sites.Alan's Interface Terminals (OITs), and an intelligent Ethernet involvement in this project was the field investigation, switch for the Sharp Park Lift Station. TESCO's PLC equipment design collaboration, and planning the Applications Engineers developed and programmed switchover of the PLC and the new radio system, which the new CompactLogix PLC control strategies, and includes a 900 MHz radio system with a repeater, configured the new OIT graphical displays, and then 450 MHz radio system with repeater, 900 MHz Spread TESCO's SCADA Engineers reconfigured the City's Spectrum radio sub systems,well, tank, lift stations, existing Wonderware SCADA application to incorporate and booster pump station controls. Alan is also the modifications and verify the tags, register, responsible for providing as-needed field maintenance, and database. addition, and troubleshooting services for all of the City's systems. TESCO pre-fabricated the new control panels that were installed into the existing enclosure. TESCO planned Control System Integration for Multiple and executed the dismantling and installation of the National Park Service Projects (Sequoia/Kings new control panels without interruption to the operation Canyon,Wolverton &Clover Creek), CA: Field of the pump station. TESCO's electrical subcontractor Service Engineer installed a new antenna mast and associated equipment Alan was crucial to the integration of the control systems at the Sharp Park building and at Caldera WWTP that for the Sequoia/Kings Canyon, Wolverton, and Clover connects the Sharp Park Lift Station with the Calera Creek systems. These Design-Build projects required Creek Wastewater Treatment Plant.Alan performed integrating multiple sites into a common control system the site investigation for the installation of the radio to monitor and control multiple park facilities including antennas at Caldera WWTP and Sharp Park, conducted a wastewater treatment plant, a water treatment plant, the initial site survey to prepare and plan for the station lift stations, spray fields, reservoirs, as well as other upgrade, and managed the site control panel cut-over. process areas and remote sites. All sites are networked and testing. via copper and radio telemetry. Sludge Dewatering & Loadout Facility, City of Pump Station Upgrades, City of Stockton, CA: Palo Alto, CA: Field Service Engineer Field Service Engineer This$1.3 million project expands and improves the This project involved replacement of an existing, City's existing wastewater and solids handling facilities obsolete control system and associated electrical at the Palo Alto Regional Water Quality Control Plant equipment, three submersible electric storm drainage (RWQCP), with the goal of reducing greenhouse gas pumps, and the installation of new inlet filters. TESCO emissions (GHGs), eliminating a hazardous waste was responsible for design of the MCCs; pump stream, and reducing energy costs. TESCO managed station electrical power, distribution, and controls; the design and implementation of new switchgear, new panelboard with analogue and discrete inputs MCCs, instrumentation, and system integration within and discrete output; and the new network. TESCO's the new facility, which successfully met the City's recommendation for a 72-inch line-up added value to combined goals of mitigating the RWQCP's escalating this project by providing the electricians and operators maintenance costs and reducing GHGs. with better access the controls and terminations. TESCO coordinated all changes with the consultant engineer TESCO provided engineering services including and updated the record drawings. Alan managed and seismic calculations, loop and interconnection wiring conducted field services provided during the initial diagrams, short-circuit study, protective device assessment and after the of the new pumping controls coordination study, and a loop specification review were installed. workshop for City staff. TESCO was also responsible for fabricating, manufacturing, and assembling a new Allen-Bradley equipped PLC control panel; providing PLC programming services for the Allen-Bradley ControlLogix, and SCADA programming for the General CONTROLS,INC. 24 1 Alan Horikawa,CCST PG&E Water Reclamation Facility (WRF) Sustainable Solutions Turnkey (SST) Project, City of San Louis Obispo, CA/AECOM: Field Service Engineer This design-build project involved reverse-engineering an obsolete, undocumented DCS system as a starting point for system upgrade and modernization. The City of San Luis Obispo WRF partnered with PG&E to lower energy usage, reduce its carbon footprint, and increase operational efficiencies through process and equipment changes, upgrades, and other creative solutions. The project included system assessment, standards development, control strategy/sequence of operation development, integration plans, deployment plan, and testing plans. The project also included replacement of the headworks structure, the addition of a screens and grit cleaning/washing/capture system, the addition of a digester biogas generator, the addition of a new LED exterior facility lighting system, the addition of a fiber network and the replacement of seven PLCs. TESCO designed, built, installed and commissioned new Allen Bradley PLC control panels to replace the existing Bristol PLC control panels. Alan was instrumental in working with TESCO's engineering team to design new panels, and in detailing switchover of equipment of an active plant. He played an active role in the switchover of the new equipment, during which the new gear was installed and tested without any unexpected interruptions to the plant. Tesco Controls, Inc. 8440 Florin Road Sacramento,CA 95828 TescoControls.com Brendon Horn NETWORKING &TELEMETRY MANAGER As Senior Systems Engineer and manager of TESCO's Networking &Telemetry Department, Brendon Horn brings extensive, practical experience designing and building telemetry systems that connect distributed assets for water operations and processes. He brings a wide range of experience in process control technologies including SCADA, PLCs, Radio, Fiber, and related systems,which provides Brendon with the context and practical skills required to maximize system efficiency and reduce costs for projects of all sizes. s a� Brendon leads our N&T team in collaborating on a wide variety of projects ranging from minor upgrades to existing SPECIALIZATION systems, to complex designs for control systems for new water and wastewater treatment facilities and infrastructure. SCADA-HMI,Networking, and Cybersecurity for Water and Wastewater Systems Brendon has strong analytical, organizational, and problem-solving skills and is known for his ability to accurately identify deficiencies and develop effective design FIELDS OF SPECIAL improvement recommendations. Prior to managing TESCO's Networking &Telemetry COMPETENCE department, Brendon spent eight years in our Systems Engineering department. A Design,Specification, proven team leader with excellent communication skills, he motivates and trains both Coordination,Management internal and client staff. Brendon's experience includes projects in the water and and Implementation of wastewater, pharmaceutical, food processing, and aggregate mining industries. Computer based Systems in the Water and Wastewater Industry RELEVANT EXPERIENCE EDUCATION Water Operation SCADA System Project, City of Waterford, CA: B.S.,Industrial Technology, Network Engineer California State University, Chico: This City took over ownership and operations of the local water distribution and • Minor: Manufacturing wastewater stations from a previous operator. This Design-Build project replaced System Management existing PLC and radio equipment with Allen-Bradley PLCs and iNET-ll radios for eight (Robotics,Plastics& pump stations and three lift stations, upgraded the City Hall SCADA, and provided CAD/CAM) field modifications for PLC panels at the water treatment plant and wastewater • Emphasis: Plastic treatment plant. Brendon performed radio frequency (RF) surveys for remote and Manufacturing backbone connections, designed RF networks and selected hardware based on radio survey findings. He designed an RF network to provide control and operational CERTIFICATIONS staff with the ability to monitor all remote sites from multiple locations. Brendon programmed all networking hardware, including routers, switches and radios. He Siemens TIA Systems supervised N&T staff in implementation of remote device configurations. He also Engineering prepared documentation for all upgraded sites. Siemens TIA Portal Software,Networking, TESCO worked collaboratively with the City to discuss, ratify, and memorialize written Safety,&SCADA'- standards utilizing TESCO's baseline standards as a starting point. Overall, TESCO was responsible for the system's design, networking, manufacture, installation, ICS-Cert: Operational startup, staff training, and O&M manuals. Security(OPSEC)for Control Systems(100W) SCADA System Upgrade, Mammoth Community Water District, Mammoth ICS-Cent: Cybersecurity for Lakes, CA: Network Engineer Industrial Control Systems This Community Water District was looking to upgrade both communications (21oW-01) equipment and technologies as well as programmable logic controllers (PLCs) to Schneider Electric: increase reliability throughout the system. Performed preliminary RF Analysis using PSXCE Strategic Partner Path Modeling software. Performed Field RF surveys for remote and backbone connections, designed RF networks and selected hardware based on radio survey Continued on the next page TEavre CONTROLS,INC. 26 1 Brendon Horn findings. Configured and tested radio, PLC gateways and networking hardware including protocol gateways to implement the proposed design. Coordinated all Bridgewave:Installation and FCC licensing applications. Performed and coordinated startup of all RF and network Maintenance of Bridge Wave components,verifying functionality with SCADA and process controls. Communications-Gigabit Wireless Products W1 SCADA Improvements Project, City of Rialto, CA: Network Engineer OSHA: Elevated Work Surface This Design-Build project for the City's Water District upgraded the existing SCADA, Training Allen-Bradley PLC, and communications systems to increase reliability. Brendon performed in a lead role for planning, coordination, and implementation of the cellular OSHA: Confined Space communications network. He conducted a field cellular survey to gather data related Training to communications expectations of the cellular network in the area, and developed MSHA Site-Specific Training reports detailing the survey findings. Also served as the communications lead within the project team for the design and implementation of the cellular communications Cognex Vision Systems system for all remote sites, allowing communications between sites for PLC control Adept Technologies System as well as SCADA monitoring. Coordinated cellular managed private network (MPN) turn-up. Design and Integration Training SOFTWARE Microwave Radio Replacement, San Jose Water Company (SJWC), CA: Network Engineer HMI:Wonderware InTouch, Wonderware_Historian, This project evaluated potential options and feasibility of replacing the outdated, Intellution iFIX 3.1 existing telemetry link from the County Communications Center to the Bascom Avenue Campus that included Cambium Networks PTP 800 radios with a firewall RF: Pathloss and network switch on each end of the link, which is used exclusively for SCADA Network:Wireshark, Cacti, traffic. Brendon lead the assessment, conducted a radio survey, and developed OpenNMS,Zabbix recommended alternatives with cost estimates for materials, services, and contracted electrical trade labor to implement a reliable solution to replace the existing system. Platform:Cisco iOS,'MikroTik Project challenges included installation of replacement antennas located in elevated Router OS Windows- terrain, and Brendon coordinated with SJWC and TESCO's Field Service Engineer Radio:GE MDS (iNET,SDx, for simultaneous post-installation antenna alignment for each link during testing and x710), Proxim(Tsunami,GX/ start-up. OB), Ubiquity(Bullet,Nano, Motorola Moscad Replacement, Sun Valley General Improvement District Rocket), Bridgewave (SVGID), Sun Valley, CA: Network Engineer: HARDWARE This project upgraded all sites in the District's remote telemetry unit (RTU) system, Network:Cisco (Switches, including eight (8) pressure reducing vaults (PRVs), eight (8)water storage tanks, Routers,Firewalls),Adtran four (4) pump stations, two (2) sewer flowmeter vault locations, and the main pump/ (Routers,DSU), Hirschman Central SCADA, to a more robust control and telemetry system. TESCO provided, (Switches),N-Tron(Switches), programmed, and installed L3000 PLCs at the pump stations for local site process Allen-Bradley'(Stratix control.At the other sites,TESCO installed Moxa 1/0 Boards and a radio to transmit Switches) 1/0 signals back to the Main Pump Station/Central SCADA. Where possible, the Process:Allen-Bradley District's existing antennas were re-used. To create system redundancy, TESCO (Control,Compact, provided, programmed, and integrated additional radios and programmed additional MicroLogix,SAC),Modicon Tank Hatch Intrusion Detectors to send alarms through SCADA and WIN-911. (Unity,Quantum, Momentum) Network Reconfiguration, Fontana Water Company, CA: Network Engineer Protocols Ethernet,EthernetlP, This project upgraded aging wide area network(WAN), radio, and networking equipment Serial; ModbusTCP, Modbus, p 1 p9 g� 9 � ) g Data 1, ModExpress sTC to provide reliable, redundant communication between the Tokay Corporate Yard and the Sandhill Water Treatment Plant.TESCO procured,configured, and commissioned new PROFESSIONAL networking and radio equipment in accordance with the recommendations suggested ASSOCIATIONS in the Department of Homeland Security's 2016 SCADA system review.TESCO used Homeland Security Information the existing Internet service provider(ISP)connections to configure a redundant Network communication link. Teseo Controls, Inc. 8440 Florin Road I Sacramento,CA 95828 1 TescoControls.com Brendon Horn 1 27 Blanco Drain &Reclamation Ditch Diversion remote site upgrades included the addition of 34 new Facilities, Monterey Regional Water Pollution VFDs provided, configured, and implemented by Control Agency (MRWPCA, dba Monterey One TESCO.A new wireless RF network operating in the Water), CA: Network Engineer 4.9 GHz licensed frequency band was also designed, This SRF-funded project demolished the existing tested, and implemented by TESCO. Design for the facilities and constructed a new drain diversion pump new communications network infrastructure focused on station, intake structure, and approximately 9,400 ;linear performance, reliability, security, and longevity. feet of diversion pipeline for the Blanco Drain Diversion Potable Water SCADA&Telemetry System Facilities, and demolished existing facilities to construct Upgrade, City of Lincoln, CA: Network Engineer new the Reclamation Ditch Diversion Facilities including pump station, intake structure, discharge piping, and This two-phase project replaces the City's aging associated electrical, instrumentation, and controls. potable water SCADA and radio telemetry systems with TESCO provided: engineering services; manufacturing a comprehensive upgrade to overhaul and modernize services including fabrication, assembly, equipment the existing process control system, and separate the wiring, and factory testing; start-up services including new water SCADA system from the existing wastewater installation verification, parameter adjustments, SCADA system.The system includes remote telemetry programming, instrumentation configuration, function units (BTUs)that communicate with three water storage checks, and project start-up; and provided on-site tanks, the Twelve Bridges Booster Pump Station, five training and O&M manuals. The project utilizes Allen- well sites, 10 pressure reducing valves (PRVs), and a Bradley PLCs and VFDs, FactoryTalk View Site Edition major pipeline connection incorporated into the new Visualization SCADA software and FactoryTalk View SCADA system. Historian, Dell PowerEdge SCADA Software Server, Major enhancements TESCO recommended and Cicso Meraki Wireless Access Points (WAP), VOIP implemented include: virtualization of the core central phones, Ethernet switch,Valcom VoIP paging module, SCADA system infrastructure; enhanced system VMware virtualization platform, and Ubiquiti airMax visibility and operational mobility for operations and Ethernet radios. technical staff; seamless expansion capabilities for Potable Water SCADA&Communication System the future; increased system reliability and enhanced Replacement, City of Hobbs, NM: Network communications; optimized radio system for real- Engineer time data; PLC programming continuity; and easily- This project overhauled and modernized the City's accessible, comprehensive system documentation. potable water process control system. The entire System Upgrade,Valencia Heights Water IP-based network infrastructure deployed under this Company, West Covina, CA: Network Engineer project was implemented in a managed configuration In 2016, VHWC began an initiative to migrate away from that optimizes operations and provides City staff with its aging automation system, inclusive of an unintuitive advanced system diagnostic capabilities. Improvements SCADA system, unsupported Kingfisher PLCs, and implemented by TESCO include standardization, legacy telemetry system. VHWC selected TESCO simplicity, modernization, enhanced functionality, design and develop a new ClearSCADA application increased reliability, integrated diagnostics, critical and provide all new PLCs to replace the existing points of redundancy, and a vast improvement to the Kingfisher systems.TESCO met the project objective City's user experience.TESCO provided the design, of delivering a more intuitive SCADA application that programming, and integration of the new Siemens provides improved functionality, enhances operational WinCC CA central SCADA solution for the potable water performance, and remedies the substantial data losses system. Enhancements included virtualization of the experienced with the legacy telemetry system—which core central SCADA system infrastructure, mobility for allows VHWC to gain insight for operational decisions operations and technical staff, seamless expansion through more intuitive information, and also improves capabilities for the future, and easily accessible system maintainability. comprehensive system documentation. Major components included redundant SCADA TESCO worked collaboratively with the District to complete server host machines, a process historian, multiple a project that enhanced nearly every element of the original connected client nodes, peripheral devices, and a system, including the SCADA application, local process centrally managed network and wireless communication control at remote sites, and the availability and reliability of infrastructure to support wide-area network (WAN) the TESCO-provided telemetry system.TESCO is currently connectivity to 43 new remotely located, TESCO- providing comprehensive,ongoing system support in the provided Siemens PLCs via radio telemetry. Additional form of technical support and field services. TEsav CONTROLS,INC. 28 1 Brendon Horn SCADA Upgrade, City of Hollister, CA: panels. TESCO provided SCADA programming on Network Engineer the District's new Wonderware application to validate This project upgrades an existing SCADA system in tag allocation with PLC registers and verify proper a fully-virtualized environment to the latest version of communication between the plant network and PLCs. Wonderware InTouch and Wonderware Historian, TESCO TESCO also equipped the Lante Well and Arrow Well manufactured, supplied, and installed a new server sites with fiber optic cable so those sites are controlled rack, rack-mount SCADA server, Microsoft licensing, by the M340 PLC Central Processing Unit. and programming, installation,testing, and start-up Tesoro Viejo Planned Community Phase A—Water services.TESCO's VMware and Wonderware-certified &Wastewater Treatment Plants,Tesoro Viejo SCADA Engineering team installed VMware ESXi 6, Master Mutual Water Company, Madera County, configured, and tested in a virtual environment. New CA: Network Engineer hardware provided and installed by TESCO includes a new wall-mount enclosure equipped with a TESCO L3000 This$2.1 million Design-Build project provided new Gateway, new panels, and protocol conversion from low-voltage power distribution equipment and low- serial to Ethernet to allow communications with the new voltage motor control for new water and wastewater virtualized SCADA system. treatment plants to support a new development in Madera County.TESCO supplied and configured the San Gabriel Valley Water Company (SGVWC), PLC control system, networking, and SCADA system El Monte, CA, Plant 8 Addition of New UV Filter equipment; developed the design for the network and System: Network Engineer SCADA system architecture, and performed complete This project installed a new UV Filter System and systems integration for the new facilities and associated secondary Chlorination System at SGVWC's existing infrastructure. TESCO worked collaboratively with the Plant S.TESCO configured the new UV filter system Design-Build Contracting Team to engineer, configure, to integrate with the existing SCADA system, and and implement electrical equipment and control system reconfigured the existing Plant 8 SCADA screens configuration for the new water and wastewater treatment to emulate the SGVWC Plant B5 screens. TESCO plants for this new master-planned community. upgraded the PLCs to TESCO L3000s as the Master Since completion of the original project, Tesoro Viejo PLC, and modified the CMore OIT to include the plant has selected TESCO to serve as systems integrator for process overview with an overview of the wells, filters, the Agricultural Pump Station Project, Potable Water and other components in a similar to the Plant B5 Reservoir Phase A Project, and Raw Water Storage Master Off. TESCO also programmed and integrated Ponds Project. a second Chlorination System for combined flow from Wells 8B, 8C, 8D, and 8E, and re-configured the existing Mariposa Grove Restoration Phase 5— system for Well 8F flow. Brendon lead the telemetry South Entrance System, U.S. Department of study and developed recommendations for integrating Interior, National Park Service, Yosemite, CA: the new UV data into the SGVWD SCADA system. He Network Engineer coordinated with SGVWC, the General Contractor, This project removed an existing parking lot, tram and UV supplier to successfully integrate the new roads, and buildings that were interfering with the components during continuous plant operations. sequoias in Mariposa Grove.A septic system with PLC Upgrade at Lante Water Treatment Plant, leach field was installed at the Lower Grove.The Valley County Water District, Baldwin Park, CA: parking lot was enlarged at the South Entrance, and Network Engineer a new parking complex, a restroom, visitor contact center, water tank, and septic system with leach field This project replaced aging PLCs and transitioned the were also constructed. TESCO provided: engineering plant from an old, existing network to Ethernet over Fiber services for new control system lineup; SCADA, PLC, Optic.TESCO supplied, programmed, installed, tested, and Off programming including screens,trends, and integrated new Modicon M340 PLCs at the District's alarms, and reports; networking and telemetry including Lante Water Treatment Plant. The project was designed communication programming and radio configuration, to remain within the original site footprint and TESCO field implementation, and I/O point-to-point testing with re-used the existing PLC control panels and OITs, field devices and instrumentation signals; afive-year coordinating closely with the District and the Electrical warranty on all TESCO L2000 PLCs; on-site training; Contractor to develop and implement an effective, and O&M manuals. sequenced strategy for the methods connecting the various plant processes and control panels while simultaneously de-energizing/disabling specific control Tesco Controls, Inc. 8440 Florin Road I Sacramento,CA 95828 1 TescoControls.com Doug Bloom, PE LEAD PRODUCTION ENGINEER, ELECTRICAL& CONTROL SYSTEMS Doug Bloom is a registered electrical engineer with 28 years of experience r specializing in power, automation, motor controls, electrical gear, and systems integration for water and wastewater treatment systems and associated infrastructure. He manages TESCO's engineering team in providing automation assessments and design services for the development and implementation of the power and control systems required to effectively manage processes for water treatment plants, booster pump stations, water storage tanks and reservoirs, well sites, lift stations, and s •- wastewater treatment systems. s Doug leads TESCO's engineers in evaluating existing systems, developing plan drawings and system configuration,l SPECIALIZATION specifications, and collaborating with our multi-disciplinary Engineering Design for technical and production teams to deliver successful projects. Power,Instrumentation, and Controls Doug brings hands-on experience in system evaluation, design, and coordination; EDUCATION hardware and software specification; PLC/RTU application design and specification; instrumentation evaluation and specification, and design services. He specializes in B.S.,Aeronautical Programmable Logic Controls (PLCs), Operator Interface Terminals (OITs), Human Engineering, Embry Riddle Machine Interface (HMI), communications, instrumentation, control panels, pump and Aeronautical University, motor controls, motor control centers (MCCs), harmonics, power distribution, service Prescott,Arizona entrance equipment, switchboards, switchgear, transfer switches, solar power, and REGISTRATIONS uninterruptable power supply (UPS) battery sizing. Professional Electrical' Engineer: RELEVANT EXPERIENCE • California No.19039 WW-639 Oceanside Water Pollution Control Plant (WPCP) Digester Gas • Hawaii No.14551 Utilization Upgrades, San Francisco Public Utilities Commission (SFPUC), CA: Supervising Engineer PROFESSIONAL This challenging$30 million project replaced a deteriorating digester biogas internal AFFILIATIONS combustion cogeneration system and required temporary process equipment be installed at the treatment plant in order to remain in continuous operation during the American Water Works upgrades. TESCO supplied the temporary switchboard, panelboard, and automatic Association (AWWA) transfer switch before implementing programming modifications to the PLCs, FIELDS OF SPECIAL configuring Ethernet switches, modifying the existing control panels, conducting COMPETENCE witnessed factory testing, and installing new control panels,VFD panels, flow meters, pressure gauges and transmitters. PLCs,OITs,HMI, Instrumentation Shasta Park Water Facility, City of Sacramento, CA: Project Engineer Pump and motor centers: This$13 million project constructed a new 2 mgd water treatment plant, 15 mgd MCCs,Soft Starters, booster pump station, and 4 MG water storage reservoir within an existing 18- Starters,'VFDs,harmonics acre community park. TESCO provided engineering design services, SCADA programming modifications, PLC programming and a radio survey for the new Power distribution,service controls.TESCO fabricated, manufactured, assembled, tested, installed, and installed entrance equipment, the new MCCs, VFD control panels, network control panel with Ethernet, remote radio switchboards,switchgear, panel and microwave antenna, flow meters, switches, and transmitters.TESCO also transfer switches,solar provided services during start-up, on-site training for City staff, and detailed O&M power, UPS/battery sizing manuals. Communications:auto dialers,fiber,modems, radios Tuman CONTROLS,INC. 30 1 Doug Bloom,PE Water/Wastewater Control Design Standards, City equipment design submittals, supplied all equipment of Morgan Hill, CA: Reviewing Engineer and software, provided plant and remote site PLC After providing control system integration and support programming, developed main plant OIT screens, services for the City's water and sewer infrastructure for configured SCADA, installed and retrofit work, existing more than 29 projects over the prior 15 years,TESCO system modifications, field testing, startup, plant was selected to develop design and programming commissioning, operator training, and documentation. standards for all of the water storage tank sites,well sites, PG&E Water Reclamation Facility (WRF) Sustainable booster pump station sites, stormwater lift stations, and Solutions Turnkey (SST) Project, AECOM /City of valve sites included in the City's Sewer Collections and San Luis Obispo, CA: Project Engineer Water Distribution Control System. In order to incorporate City staff preferences and system knowledge into the This design-build project involved reverse-engineering standards,TESCO conducted engineering workshops and an obsolete, undocumented DCS system as a starting included City feedback in the specifications.The project point for system upgrade and modernization. The City resulted in a comprehensive control standards package of San Luis Obispo WRF partnered with PG&E to lower that the City's contracted consultants now use for capital energy usage, reduce its carbon footprint, and increase improvement projects to provide continuity for controls and operational efficiencies through process and equipment electrical control equipment specifications in future water changes, upgrades, and other creative solutions. The distribution and sewer collection system design projects. project included replacement of the headworks structure, the addition of a screens and grit cleaning/washing/ El Portal Utilities Wastewater Treatment Plant capture system, the addition of a digester biogas Improvements& Instrumentation Replacement, generator, the addition of a new LED exterior facility U.S. Department of Interior, National Park Service, lighting system, the addition of a fiber network and the Yosemite, CA: Project Engineer replacement of seven PLCs. This design-build project replaced an obsolete Modicon This project included system assessment, standards PLC, control logic wiring, loop controllers and relay at development, control strategy/sequence of operation the Filter Control Panel and the Treatment Plant's main development, integration plans, deployment plan, and control panel. Because the treatment Plant lacked testing plans. The project subsequently transitioned into documentation, Doug lead the TESCO Team in reverse- the build phase where Doug was involved in consulting, engineering control narratives for both the Filter Control quality review, project directing, testing requirements and Main Control panels. and coordination, and engineering documentation. The upgrade also included supply, programming, and Doug collaborated and facilitated engineering design integrating a new SCADA System for monitoring and criteria and integration needs directly with AECOM as control of the plant PLC systems which communicates the Program Management Team, which TESCO was to the Treatment Plant PLCs via Ethernet and Fiber contracted with. Optics. TESCO provided all equipment, PLC and OIT Doug was responsible for design engineering related to programming, SCADA development and programming, PLC automation systems for the various WRF process factory testing, installation and retrofit work, existing areas to facilitate comprehensive automated control. He system modifications, field testing, startup, plant performed on-site inspection of existing PLC panels and commissioning, operator training, and documentation, met with plant personnel to determine control strategies, Wawona Utilities Water Treatment Plant Upgrades sequence of operation, field wire numbering and 1/0 Project, U.S. Department of Interior, National Park layouts. He developed 1/0 lists, wire lists, and drawings Service, Yosemite, CA: Project Engineer for new PLC backpans that would replace existing equipment. He coordinated with fiber contractor, the This design-build project replaced the Water Treatment City's IT department, and the SCADA provider. Doug also Plant's Main PLC and upgraded two remote Tank site worked with PLC programmer and project manager to PLC/RTU systems. The upgrade included supplying, ensure that new PLC programs would match existing field programming and integrating a SCADA system to wiring layouts. monitor and control the plant PLC systems via Ethernet communications and connect with remote sites via radio telemetry. TESCO gathered information and reverse engineered undocumented portions of the treatment plant controls. TESCO then developed P&ID diagrams, generated Tesco Controls, Inc. 8440 Florin Road I Sacramento,CA 95828 1 TescoControls.com Doug Bloom;PE 1 31 Wawona Traffic Tunnel Management Control Dingee Pipeline &Clairemont Aqueducts System, U.S. Department of Interior, National Park Replacement, East Bay Municipal Utility District Service,Yosemite, CA: Project Engineer (EBMUD), Oakland, CA: Project Engineer This design-build project integrated a Main PLC System This project replaced a 12,000 foot segment of the with SCADA monitoring and controls for a roadway tunnel aging Dingee Backbone Pipeline, a primary transmission in the Yosemite National Forest. The PLC interfaces with pipeline that delivers water to 18,000 customers in a Carbon Dioxide (CO2) monitoring/analyzer system to the central Oakland Hills. The project also replaced automate the tunnel's exhaust fan system and safety 2,900 feet of large-diameter aqueducts at EBMUD's gates in the event of unsafe CO2 levels. Claremont Center near the Caldecott Tunnel, as well as smaller distribution mains in several adjacent streets. Tunnel condition alarms are transmitted to an emergency This work was necessary to reduce service disruptions dispatch center. The Main PLC System includes a and maintenance costs associated with leaking and touchscreen OIT with real-time status and alarms. The deteriorating pipelines. Main PLC System includes WAN communication to integrate tunnel monitoring with the Yosemite National TESCO was responsible for fabricating, manufacturing, Park SCADA network for real-time monitoring, alarm and assembling new Freestanding NEMA 12 status notification, data report logging, and trending of Stainless Steel Instrument Control Panels and Wall- CO2 levels and energy usage (also measured by the Mount NEMA 4X Stainless Steel Pump Station Local Main PLC System). This project required information Control Panels Additionally, TESCO was responsible gathering and site investigations to determine monitoring for providing modifications to existing Water Quality and control requirements. TESCO was responsible for Control Cabinets. Doug worked with EBMUD and the the supply and integration of the main PLC systems, manufacturer to select 4-inch magmeters suitable for associated engineering documents, application chloramine service and direct burial that would also be programming, field startup and operator training. available within the project time-frame. He also selected and designed other field instruments, an instrument Berkeley View Regulator Pump Station, East Bay panel, and two local control panels. Municipal Utility District (EBMUD), Berkeley and Orinda, CA: Project Engineer Telemetry Upgrades and Integration, Mammoth The purpose of the project was to demolish and replace Community Water District, Mammoth Lakes, CA: pumps, piping, electrical equipment, a regulator, crane Project Engineer and drain lines at the Berkeley View Pumping Plant; A 150MHz radio was added at a tank site to provide demolish and replace the pumps, piping, electrical "store and forward" communication between three well equipment and pumping plant building at the Las sites and Ground Water Treatment Plant (GWTP) #1. The Aromas Pumping Plant; and demolish and replace hardwire telemetry system at GWTP #2 was removed existing piping at the Madrone, Shapiro, and Skyline and replaced with wireless radio equipment. GWTP #1 Pumping Plants. was linked to GWTP #2 via the "store and forward" radio at the tank site. Existing hardwire modem connections at TESCO was responsible for providing new two well sites were removed and replaced with 150MHz switchboards, metering cabinets, Motor Control radios. Radios were added to remote tanks sites and Centers (MCC), and panelboards. Additionally, powered via new solar equipment. Obsolete PLCs and TESCO fabricated, manufactured, and assembled radios at three sites were removed and replaced. new Freestanding NEMA 4X Stainless Steel Allen- Bradley equipped PLC Control Panels for the Berkeley Doug designed a telemetry panel for the tank site that View Pumping Plant and Las Aromas Pumping Plant. allowed communication with remote well sites and the Doug coordinated Eaton's equipment design for treatment plant. He created system overview drawings switchboards, MCCs, and panelboards. Doug supplied to illustrate the telemetry setup and assist with future and installed power monitors in switchboards and motor telemetry changes. He created work packages for field control centers, and designed control panels containing service that clearly illustrated work. Doug also designed a master RTU with multiple PLCs used to control solar-powered radio panels to be installed at three individual booster pumps. Doug also designed and remote tank sites. coordinated the testing of the communication (DNP3, Ethernet, Modbus) between all devices. TEame CONTROLS,INC. 32 1 Doug Bloom,PE Ground Water Treatment Plant (GWTP) No. 1 and Wawona Utilities WWTP & Lift Station Upgrades, Well Sites Upgrades, Mammoth Community Water U.S. Department of Interior, National Park Service, District, Mammoth Lakes, CA: Project Engineer Yosemite, CA: Project Engineer This project retrofitted an existing groundwater treatment This project upgraded nine lift stations and replaced plant and included new chemical pumps, a new the PLC at the Wastewater Treatment Facility (WWTF). multi-stage bubbler aeration system, demolition and The intent of the lift station upgrades was to establish replacement of an existing bolted steel potable water radio communication between the lift stations and the tank, instrumentation and control upgrades, yard and PLC at the Water Treatment Plant.The stations would interior piping and related required work. The control then be integrated into the SCADA network at the upgrades included the replacement of the existing PLC WWTF. The purpose of the PLC upgrade at the WWTF and eight VFDs that were obsolete.The MCCs and was to replace the obsolete PLC with a Hot-Standby PLCs at two well sites that feed the plant were also PLC (as recommended by the EPA). The upgrade was upgraded.VFDs were added at the well sites and are needed because the existing PLC was obsolete, not now used to control motor speed based on plant flow. upgradeable or expandable and in the event of PLC The GWTP PLC was brought into SCADA via a leased failure,would render the automatic controls inoperable. line and communicates with the remote well sites via a 150MHz wireless connection. Doug selected and designed hardware that would fit in the limited space available at the existing lift station Doug designed the replacement GWTP PLC to meet panels. He provided communications overview drawing control strategy needs and physical space limitations and plan for new radio network. He also designed hot- in the existing plant. He designed VFD motor control standby PLC that would fit in the limited space available backpans and door controls that could be installed at the MCC; interviewed operations staff; determined 1/0 into existing GWTP MCC by field service. He reviewed requirements; and created 1/0 layout in conjunction with altitude deration for VFDs as well as deration for cooling PLC programming group. equipment. Doug selected and designed pneumatic controls to work with backwash filter system, and designed MCC containing VFD and PLC for each well site. El Portal Wastewater Treatment Plant Panels Upgrade, U.S. Department of Interior, National Park Service,Yosemite, CA: Project Engineer The purpose of the upgrade project was to replace the existing relay logic controls in the Main Control Panel with a PLC and to replace the obsolete PLC in the Tertiary Treatment Control Panel. The existing panel operators at the PLCs were removed and replaced with OITs to allow the operations crew to use graphical controls. Additionally, the new PLCs were connected via a fiber link and connected via Ethernet to the existing plant PLCs. Doug conducted site visits and interviewed plant operations staff to determine process flow and control strategies. He determined 1/0 requirements and created an 1/0 list. He also created system P&ID's to diagrammatically represent the process so that PLC software and OIT screens could be created. Doug also created communication block diagrams to show the new fiber network. Tesco Controls, Inc. 8440 Florin Road Sacramento,CA 95828 I TescoControls.com Jon Shores SYSTEMS ENGINEERING MANAGER Jon Shores applies more than two decades of experience as a SCADA developer and systems analyst to design and implement practical, user-friendly systems for large municipal and industrial water and wastewater agencies. Jon designs process control interfaces, system communication topologies, and databases, and develops database mining techniques. Many of his projects include a combination of plant- floor, geo-SCADA communication, and distributed control systems. + Y II Jon has integrated and implemented systems for a variety of • water/wastewater agencies in California, Colorado, Louisiana and Florida. He is known for de/evering successful projects and providing continued client support after project completion. SPECIALIZATION RELEVANT EXPERIENCE Process Control Interface and SCADA Architecture Potable Water SCADA and Telemetry System Upgrade, City of Lincoln, CA: Design, Programming,and SCADA Engineer Integration This project replaced the City's aging potable water SCADA system by overhauling FIELDS OF SPECIAL and modernizing the existing process control system, and separating the new water COMPETENCE SCADA system from the existing wastewater SCADA system. Major enhancements TESCO recommended and implemented included: virtualization of the core central Computer Systems SCADA system infrastructure; enhanced system visibility and operational mobility Software Applications Related to Monitoring for operations and technical staff; seamless expansion capabilities for the future; and Control of Water and increased system reliability and enhanced communications; optimized radio Wastewater SCADA/Control system providing accurate real-time data; PLC programming continuity, and easily- Systems accessible, comprehensive system documentation. EDUCATION Upgrade SCADA System to Wonderware, Okaloosa County, FL: B.S., Economics/Statistics, SCADA Engineer University of California, Jon was responsible for the configuration and installation of the 75 remotes sites Davis and Hot-Standby Wonderware ArchestrA/System Platform SCADA System with historical data warehousing. This enterprise-wide SCADA system provides monitoring CERTIFICATIONS and control over both the water and wastewater systems, now monitoring over 200 ISAJEC 62443: remote sites. Cybersecurity Fundamentals Specialist Water Treatment Plant Filter Backwash and Solids Handling Improvements, (CFS) San Juan Water District, Sacramento, CA: SCADA Engineer ISA IC33M:Assessing the Jon developed a Hot-Standby Wonderware SCADA application with historical data Cybersecurity of New or warehousing using MS SQL Server for a system that monitors the District's 35 remote Existing IACS Systems sites and a 125 mgd water treatment plant. Certified Wonderware Well N6A Palm Pump Station &Treatment Plant, Sacramento Suburban Water Developer(InTouch Suite& District, CA: SCADA Engineer System Platform/ArchestrA) Jon configured a hot-standby system built on Wonderware InTouch 9.5 for terminal Inductive Automation services with an Industrial SOL Server Data warehouse. Two microwave data radio systems perform critical system communication with 59 remote wells, interties, PRVs, Microsoft Certified water storage tanks, and booster pump stations. Professional Certified lntellution Developer HENCE Continued on the next page CONTROLS,INC. 34 1 Jon Shores SCADA System Upgrade, City of Ripon, CA: SCADA Engineer Jon was responsible for developing remote communication using a combination of Certified Rockwell Software Microwave Data Spread Spectrum and Lockheed-Martin Wireless Mesh Network Developer Systems. The project provided control of 23 water and wastewater PLCs using TRAINING Wonderware's ArchestrA/System Platform SCADA software and SOL Server Data Management. Microsoft SQL Server and related Microsoft and Lower Mokelumne River Restoration Project, Woodbridge Irrigation District, PLC-based technologies CA: SCADA Engineer US Data FactoryLink TESCO was responsible for integration of monitoring and controlling the District's Lower Mokelumne River SCADA Telemetry System. Jon developed a Wonderware Wonderware InTouch, SCADA system that provided monitoring, alarms, dial-out notification and control System Platform/Industrial for the lake, main dam, fish ladders and remote facilities. The system uses radio Application Server communications to connect various PLCs throughout the system. Wastewater Treatment Plant Effluent Pump Station, City of Mandeville, LA: SCADA Engineer The Hot-Standby Wonderware SCADA system with Industrial SOL Server communicates to remote PLC systems over radio telemetry. Jon was responsible for SCADA system design, specification, operational requirements, hardware and software system architecture, development, deployment, on-site integration, field testing, start-up, commissioning and training. Tesco Controls, Inc. 8440 Florin Road 1 Sacramento,CA 95828 1 TescoControls.com Josh Choe SCADA ENGINEERING MANAGER Josh Choe is a software design engineer and manager of TESCO's internal SCADA department. Josh has more than two decades of experience providing design and application development for control systems for water and wastewater treatment and associated infrastructure. A veteran TESCO software engineer and former supervisor for our I I V IIV VI I I internal Networking& Telemetry Department, Josh is known for drience developing and implementing effective and secure system networks. His experience includes providing SCADA design, programming, and maintenance services for Local Area Network (LAN) and Wide Area Network (WAN) utilizing Windows Operating Systems, Unix-based systems, and server/network architectures. SPECIALIZATION Josh develops functional network system improvements that enhance system SCADA,HMI,and operations and provide resiliency and cybersecurity. Networking for Water- Wastewater Systems RELEVANT EXPERIENCE FIELDS OF SPECIAL Water Distribution SCADA Upgrade, City of Redlands, CA: Systems/ COMPETENCE Networking Engineer Computer Systems/ This Design-Build project involved engineering design, construction, implementation, Software Applications swap-over, and commissioning of a new SCADA system, a radio system backbone, Related to Monitoring and remote telemetry system. Multiple radio towers with heights in excess of 60 and Control of Water and feet were installed throughout the system to facilitate an operable and efficient Wastewater SCADA Systems radio telemetry system backbone. Multiple remote telemetry units complete with EDUCATION state-of-the-art PLCs and other pertinent control components were provided and programmed. TESCO was responsible for the site assessments, radio survey, B.S.,Computer Science, communications study, engineering design, preliminary design report, final design University of California,Davis report, construction, tower erection, radio configuration and programming, field cut- CERTIFICATIONS over of PLC panels, startup, and testing with the new SCADA system. Standards to Secure Your Design Engineering Services for SCADA System, City of Redlands, CA: Control Systems'(ISA-IC32) Systems/Networking Engineer Assessing the Cybersecurity TESCO provided professional services for the design, system integration, and of New or Existing IACS construction management of a turn-key SCADA system.The construction Systems(ISA-IC33) management phase included a Radio-Frequency (RF) Communication System network with Remote Telemetry Units (RTU) at each of the City's remote water sites, Cyber Security Design and the additional equipment needed to establish a secure and reliable network. Specialist(ISA-IC34) Overall, this project included design for the central SCADA system as well as (12) IACS Cybersecurity reservoirs, (21)wells, (5) pumping plants, (12) boosters, (2)Water Treatment Plants, Operations&Maintenance and (1) Highland Avenue Water Complex. TESCO was responsible for developing (ISA-SC37)` the Design Criteria Report and establishing SCADA system requirements, including SCADA hardware and software, RTU/PLC, and the RF communication system. Cybersecurity Fundamentalist Specialist SCADA Master Plan Implementation, City of Baton Rouge, LA: Systems/ (ISA/IEC-62443) Networking Engineer Wonderware InTouch This$16 million project deployed the City's first SCADA and cellular communications Development Suite I system across 450 sewage-collection pump stations. All pump stations communicate Industrial Application to a SCADA system that presents key information and alarms in an intuitive view. As Server/System Platform Prime Contractor, TESCO supervised subcontractors work, including the building of dedicated SCADA control rooms, data centers, and extensive electrical and controls Tosan Continued on the next page CONTROLS,INC. 36 1 Josh Choe modifications at remote pump stations. This virtualized system includes complete redundancy at both SCADA control room locations, monitors 40,000 1/0 points, and GE/Intellution/Proficy Fix32/ is capable of controlling all 450 pump stations. Fix&Historian The field modifications at the remote pump stations required major overhauls Schneider ClearSCADA, to the control systems and the addition of PLCs, with minimal impacts to each Telemetry,&`Remote SCADA site's operation. In addition to self-performing a significant amount of the work, Solutions subcontractors of various trades were utilized to maintain a high level of quality Rockwell Automation and ensure the project was completed on time. Once the system was fully FactoryTalk/RSViewSuite operational,TESCO was able to bring all remote sites being on-line five months ahead of schedule.The new system has significantly reduced overflows and has Inductive Automation Ignition' optimized operations efficiency by enabling staff to focus on from maintenance to Solutions preventative maintenance. Trihedral VTS System Wastewater Treatment Plant and Remote Lift Station Control Systems, Carmel Integrator ICS-Cert VLP: Area Water District, CA: Systems/Networking Engineer 21 OW-01 Cybersecurity for Industrial Control Systems TESCO provided control system design and implementation of the wastewater treatment plant and remote lift station control systems. TESCO provided control TECHNICAL system programming for the five remote BTU's and four in-plant PLC's consisting EXPERIENCE of approximately 1000 1/0 points. Josh was responsible for programming and Allen-Bradley: Stratix Switches configuration of a fully-redundant FactoryLink SCADA system that communicates with Allen-Bradley PLCs via Data Highway Plus. HMI Software`.Wonderware - InTouch,Wonderware Historian Intellution: FIX 3.1 Network Software:Wireshark, Cacti,OpenNMS,Zabbix Platform Software:Cisco iOS, MikroTik Router OS Windows Radio Software:GE MDS (iNET,SDx,x710), Proxim (Tsunami,GX/QB) Ubiquity (Bullet,Nano, Rocket), Bridgewave Network Hardware`.Cisco (Switches, Routers,,Firewalls), Adtran(Routers,DSU), Hirschman (Switches),N-Tron (Switches) Process Hardware:Allen- Bradley(Control,,Compact, MicroLogix,SLC) Modicon (Unity,Quantum, Momentum) Protocol: Ethernet,EthernetIP, Serial,ModbusTCP, Modbus, Data Express Plus RF Software:Pathloss Tesco Controls, Inc. 8440 Florin Road Sacramento,CA 95828 I TescoControls.com .. o Kevin Ford, PMP MANAGER OF THE PROJECT MANAGEMENT OFFICE Kevin Ford is and a certified Project Management Professional with more than 17 years of experience leading automation systems projects involving water and wastewater treatment facilities and associated infrastructure. He leads TESCO's internal Project Management team to confirm appropriate project resources are dedicated to delivering projects on time and within budget. iI UI I Kevin is an accomplished automation systems expert known for successfully guiding multi-disciplinary teams in the delivery • of complex projects that achieve client objectives. As the overall project manager and primary liaison with clients, operations staff, construction managers and inspectors, and other key project stakeholders, Kevin's SPECIALIZATION clear communication allows him to effectively guide project teams through the collaboration required to deliver successful projects. His experience managing large Managing Projects projects includes planning, personnel placement, contract implementation, contract Instrumentation, Involving SCon,and negotiation, requests for information and change orders, variance analysis, budget Controls Systems for regulatory measures, and construction meetings. Municipal and Industrial Water/Wastewater RELEVANT EXPERIENCE Treatment Facilities and Associated Infrastructure PLC 4 Upgrade Programming Services, Ell Dorado Irrigation District (EID), FIELDS OF SPECIAL Placerville, CA: Project Manager COMPETENCE This project replaced the District's existing Allen-Bradley PLC 5 controller and RIO Maintaining Contractual- at the El Dorado Hills Wastewater Treatment Plant (EDHWWTP) with a ControlLogix Obligations and rack, L81 E processor, power supply; and new RIO. Identified as "PLC4," these Coordinating Project controls operate the primary clarifier,waste activated sludge dissolved air flotation Requirements thickening unity (WAS DAFT), site waste pump station, pond storage pump stations, secondary effluent pump stations, and plant effluent valve. EDUCATION' TESCO was selected to integrate and start-up the new ControlLogix System. TESCO B.A.,Environmental personnel provided PLC programming, HMI and OIT configuration, testing and Science,California State commissioning. Testing included PLC and HMI Factory Demonstration Test (FDT), University,Sacramento PLC and HMI Factory Operational Test (FOT), Operational Readiness Test (ORT), CERTIFICATIONS and Functional Acceptance Test (FAT). Kevin coordinated with EID staff for hardware Project Management installation, and provided detailed O&M manuals. Professional WW-628-02A Bruce Flynn PS Improvements, San Francisco Public Utilities Certified Project Manager Commission (SFPUC), CA: Project Manager URS As part of SFPUC's larger Sewer System Improvements Program, a 20-year, city-wide " project to upgrade the aging sewer system and increase sustainability and reliability, OSHA Hazardous Waste this project replaced headworks at the Southeast Water Pollution Control Plant (SEWPCP)with a 250 mgd capacity all-weather facility. The project re-routes pipe to send wet weather flows around an existing headworks facility, upgrades and modifies the existing Bruce Flynn Pump Station, and constructs a new reinforced concrete headworks structure. The project replaced six 430HP submersible pumps and associated variable frequency drives (VFDs), two wet well dewatering pumps, and installed new electrical appurtenances, instrumentation sets, and control packages. TESCO conducted a short-circuit and coordination study, performed an arc flash risk assessment, designed updates to panel and switchgear layouts, and designed wiring diagrams and relay settings. TESCO performed modifications on several 1,615019 CONTROLS,INC. 38 1 Kevin Ford,PMP pieces of medium-voltage equipment, requiring with the City to develop a new look and feel for the SCADA significant coordination and planning related to power system utilizing TESCO's High-Performance Graphics. outages while numerous contractors performed work The City accesses their system via multiple operator simultaneously. TESCO also provided several new workstation computers as well as portable tablets via ABB VFDs and controllers, as well as new local control Remote Desktop Protocol (RDP). stations, instrumentation panels, control panels, and a Profibus panel. Professional services included TESCO was responsible for providing redundant SCADA design-build engineering services, PLC and local HMI server hardware as well as redundant HMI, Historian, and programming, network configuration, factory testing, Database software.The SCADA system migration involved and on-site product start-up and training services. manually porting all existing SCADA system configurations and functions of the predecessor SCADA system.TESCO Wastewater Treatment Plant Immediate Action was additionally responsible for providing new medium- Phase 1, City of San Mateo, CA: Project Manager voltage equipment, low-voltage power distribution For this$5.6 million Phase 1 project, TESCO provided equipment,and low-voltage Motor Control Centers new ICPs equipped with Allen-Bradley ControlLogix (MCC),VFDs, and ControlLogix PLCs.TESCO provided PLCs, remote 1/0 (RIO) panels, networking and SCADA system design, networking, manufacture, installation, equipment, communication cabinets, VFD panels, startup,and staff training for the entire system.TESCO low-voltage MCCs, and low-voltage power distribution continues to work with the City utilizing a TESCO Extended equipment, in addition to configuration services for all Maintenance(EMASS)Contract and through public works TESCO-provided equipment. TESCO developed PLC jobs, including the City's Wells 31, 33, &34 Project and and SCADA standards for the City as part of this project, Cannery Storm Pump Station Project. which involved implementation of a PlantPAx-compliant Gilroy Wastewater Treatment Plant East Generator bottom-end with all Allen-Bradley PLC systems while Replacement &SCADA Network, South County maintaining a Wonderware top-end. TESCO met the Regional Wastewater Authority (SCRWA), Gilroy, primary project challenge of devising a method by which CA: Project Manager two complex and disconnected systems, PlantPAx and Wonderware, could work in concert. TESCO provided all This$3.3 million project involved upgrading existing necessary Allen-Bradley PLC programming by utilizing Allen-Bradley SLC-series PLCs to new ControlLogix units the Rockwell Automation Process Object Library (POL) utilizing the Allen-Bradley ControlLogix PLC Conversion and using PlantPAx methodologies. TESCO constructed Kits. Specifically, new ControlLogix-equipped master a graphics object library within Wonderware System control panels (MCPs)were provided and implemented, Platform to link the PlantPAx POL blocks from the PLCs. where TESCO provided a conversion of process area 1/0 to RIO controlled by each MCP.TESCO also While the holistic project was completed while the implemented modifications to existing SCRWA control Brownfield wastewater treatment plant maintained system components and was responsible for the operations, TESCO investigated the existing overall systems integration for the project.The existing infrastructure and documented all existing controls, DataHighway+ network was converted to a new Ethernet wire sizes, and conduit sizes in addition to conducting network.All new networking gear, SCADA equipment, multiple collaborative PLC Programming Workshops and low voltage motor control was provided by TESCO. and System Configuration Meetings.TESCO also performed factory testing, field demonstration testing, TESCO delivered the SCADA hardware upgrade in and system training, and was subsequently contracted a fully-virtualized environment while communicating to participate in the City's WWTP Immediate Action across DH+ and Ethernet networks simultaneously Phase 2 Project. during transition.TESCO subsequently provided integration services SCRWA projects, including the Wastewater Treatment Plant Expansion— UV Disinfection Facility and the Clarifier#3 Addition and Secondary&Tertiary Improvements, City of Davis, Oxidation Ditch Improvements projects. CA: Project Manager This$4.1 million design-build project included design and implementation of a new hot-standby Inductive Automation Ignition SCADA system.TESCO provided heavy coordination with the Design-Build Contracting Team to engineer,configure, and implement electrical equipment and control system configuration for the wastewater treatment plant expansion.TESCO worked collaboratively Tesco Controls, Inc. 8440 Florin Road I Sacramento,CA 95828 1 TescoControls.com Kevin Ford,PMP 1 39 Tesoro Viejo Planned Community Phase A—New Various Projects Over 20 Years, Fontana Water Water&Wastewater Treatment Plants, Tesoro Company, Fontana, CA: Project Manager Viejo Master Mutual Water Company, Madera TESCO has provided Fontana Water Company County, CA: Project Manager with design-build services for the last 20+ years. This$2.1 million design-build project involved providing The Fontana SCADA System includes hot-standby new low-voltage power distribution equipment and low- Wonderware SCADA servers with an independent voltage motor control for a new development in Madera Historical Database Server (HDS). The plant monitoring County. TESCO was also responsible for PLC control and control system has three in-plant PLCs located system supply and configuration, networking and at the Sandhill Water Treatment Plant communicating SCADA system equipment supply and configuration, via hardwired Ethernet directly to the SCADA system. networking and SCADA system architecture design, and The water distribution monitoring and control system is complete systems integration. comprised of 45 remote PLCs communicating via an Ethernet RF network. Each PLC provides independent TESCO worked collaboratively with the Design- localized monitoring and/or control regardless of the Build Contracting Team to engineer, configure, and central computer status. implement electrical equipment and control system configuration for the new Water Treatment Plant and Computer Automated Water Operation SCADA Wastewater Treatment Plant in a master-planned System, City of Waterford, CA: Project Manager community. Since completion of this project completion, This design-build project involved performing a TESCO has served as systems integrator for Tesoro radio frequency survey as well as designing and Viejo's Agricultural Pump Station Project, Potable Water implementing the new radio system. Additional work Reservoir Phase A Project, and Raw Water Storage included the SCADA and Process Network Architecture Ponds Project. design and configuration, PLC control system design National Avenue Water Treatment Plant and configuration, and holistic systems integration. As Improvements Phase 1, North Tahoe Public part of our value-added solution, TESCO designed and Utility District (NTPUD),Tahoe Vista, CA: integrated a new high speed radio link from the City's Project Manager wastewater treatment plant to their SCADA node located at their main office. TESCO worked collaboratively This design-build project involved designing a new with the City to discuss, ratify, and memorialize written turn-key, hot-standby Ignition SCADA system. TESCO standards utilizing TESCO's baseline standards as a was responsible for providing redundant SCADA starting point. Overall, TESCO was responsible for the server hardware as well as redundant HMI, Historian, system's design, networking, manufacture, installation, and Database software. The SCADA system migration startup, and staff training on the entire system. involved manually porting all existing SCADA system configurations and functions of the predecessor system. TESCO was responsible for providing communications between the two SCADA locations by means of T1 line in addition to configuring the hot-standby SCADA applications to utilize existing radio connections. TESCO also configured HMI screens, redundancy, and fail-over between the SCADA server systems. Finally, TESCO was responsible for the system's design, networking, manufacture, installation, startup, and training of the entire system. TiEsca CONTROLS,INC. Raju Nair PLC PROGRAMMING MANAGER Raju Nair specializes in development and application programming of programmable logic control (PLC) and operator interface terminal (OIT) control systems for water and wastewater treatment facilities and associated system infrastructure. His specialized expertise is in providing design, programming, and implementation of PLCs, process controllers, OITs, remote telemetry units (BTUs), and associated instrumentation required to automate water and wastewater processes. He understands the needs of water and wastewater operators and is known for successfully communicating operator needs with agency staff, and integrating critical operations staff input into each project. • Raju is known for successfully coordinating highly-complex projects, maintaining consistently high-quality understanding of SPECIALIZATION PLC programming best practices, and for serving as TESCO's PLC/RTU Programming for lead for standardization and temp/ating of PLC coding. Water-Wastewater Systems Raju accurately diagnoses issues and develops solutions that are both economical FIELDS OF SPECIAL and effective. He leads and mentors TESCO's internal PLC team,working with a COMPETENCE variety of programmable controllers, human machine interface (HMI) packages, and instrumentation. Programming of'-PLC/RTU, OIT,and Instrumentation Applications Related to ' RELEVANT EXPERIENCE Monitoring and Control of Water and Wastewater San Luis Rey WRF Recycled Water Treatment Plant Design-Build, City of SCADA Systems Oceanside, CA: PLC Programming Manager EDUCATION This design-build project involved TESCO's participation in several PLC and SCADA programming workshops with all project stakeholders. TESCO was responsible for B.S.,Electrical/Electronic providing PLC and SCADA programming as well as configuration of new Ethernet Engineering,California switches, factory testing, product startup services, on-site training, and heavy State University, coordination with a filtration for integration of a new cloth filter control system into the Sacramento water treatment plant system. CERTIFICATIONS Raju provided technical oversight for the integration, programming, and configuration Allen-Bradley/RS-Logix of a Modicon M580 PLC and SCADA. The PLC system was integrated with vendor Programming Platforms packages and networked via Ethernet communications.The system includes filter Modicon'IEC Levels 1 &2 feed pumps, a disk filter system, chemical feed systems, booster pumps, and lead detection. TESCO also conducted factory testing, operational readiness testing, Siemens'TIA Systems functional acceptance testing (FAT), and training of Oceanside personnel. Engineering WWTP Immediate Action Projects Phase 1, City of San Mateo, CA: Siemens TIA Portal PLC Programmer Software. This project involved providing new Motor Control Centers (MCCs), VFD panels, Siemens Networking, PLC control panels, and local control panels. This project required that TESCO Safety,&SCADA innovate a custom solution for integrating Allen-Bradley PLC systems programmed with PlantPAx methodologies into an existing Wonderware SCADA application. Raju Concept Programming was responsible for participating in and guiding multiple collaborative workshops, Unity Programming PLC configuration, PLC programming, factory testing, start-up, commissioning, and operator training. Unity Pro IEC Programming Level 2 Continued on the next page TEman CONTROLS,INC. 42 1 Raju Nair SCADA System Replacement, City of Roseville, CA: Technical Advisor TESCO provided design and implementation services for replacement of the City's SPECIALIZED aging DYNAC system with GE Intelligent Platform's (GEIP) iFIX and Proficy Historian TRAINING', software. Through a collaborative partnership with the City, TESCO developed Allen-Bradley/Rockwell:RS- the pre-design into a 100%architecture and defined SCADA standards, and also Logix 500 and RS-Logix 5000 automated the conversion of the DYNAC database to the new iFIX database with no /Studio 5000/PanelView OITs manual conversion required. Over 20,000 database points used for status, function logic, and alarm definitions were migrated from the DCS to the new SCADA system Automation Direct 0IT/HMIs and the City was able to retain operational control throughout system construction, GE:Fanuc and Proficy migration, and field testing. (Machine Edition) Beyond the local monitoring and control of their respective facilities, the new SCADA Maple Systems OIT/HMIs systems provide remote monitoring and control of water distribution, recycled water, wastewater collection, and stormwater facilities via various communications methods. PlantPAx System Design& The new SCADA systems interface with a variety of PLC types, including Modicon, Configuration(PRS019) Allen-Bradley, and Symax at plants and remote sites. Pump System Fundamentals, Primary Treatment Facility Phase 2, City of Sunnyvale, CA: PLC Programmer Hydraulic Institute&Pump Systems Matter This project involved providing new Switchboard, Motor Control Centers,VFDs, PLC Control Panels, Remote 1/0 Panels, and Communication Cabinets. TESCO was also SCADAPack:Telepace, responsible for providing operator work stations, large screen displays, and a new RemoteConnect virtualized Plant PAx/FactoryTal k View SE SCADA system, including multiple server Schneider: Unity Pro, racks which provided physical segregation of the IDC, Sandbox, and Business Concept, FasTrak, Modsoft, servers. TESCO also provided all PLC and SCADA Programming in addition to ProWorx32,and ProWorx NXT performing witnessed factory testing, collaborative workshops, and operator training. /Magelis OITs PLC Replacement Project, San Jose Water Company, CA: PLC Programmer Siemens Hardware&Software TESCO was responsible for migrating Schneider Quantum 984 CPUs to Quantum PUBLICATIONS Unity CPUs district wide.Worked on implementing a baseline program with San Jose Water Company staff.Visited site to site and powered down site, swapped CPU, R. Nair, "Migrating legacy tested with SCADA, and brought site online. PLC Programs to Modern PLC Hardware,"Control RP-1 Headworks, Primary, and Secondary Upgrades, Inland Empire Utilities Engineering Magazine, Authority (IEUA), Chino, CA: PLC Programmer December 2020 This design-assist project involved the supply and integration of new Industrial Control Panels (ICP) equipped with new Allen-Bradley ControlLogix PLCs. TESCO was further responsible for providing new stainless-steel Remote 1/0 (RIO) ICPs, Allen-Bradley PLC equipped Bar Screen ICPs, other miscellaneous control panels, and reconfiguration of existing conveyor building ICPs. Additionally,TESCO provided and integration new DeviceNet hardware. Raju was responsible for participating in and guiding collaborative workshops, PLC configuration, PLC programming, and system training. RP-1 Mixed Liquor Return Pumps, , Inland Empire Utilities Authority (IEUA), Chino, CA: PLC Programmer This design-assist project involved the supply and integration of new Industrial Control Panels (ICP) equipped with new Allen-Bradley ControlLogix PLCs, Ethernet Ring Adapter Modules, and Ethernet/IP Communication Modules. Raju was responsible PLC configuration, PLC programming, and system training. Lake Merced Pump Station, San Francisco Public Utilities Commission (SFPUC), CA: PLC Programmer TESCO was responsible for programming Modicon PLC systems, Magelis OITs, and portions of the controls. TESCO assisted with on-site testing and startup. Programming was done in Unity. Tesco Controls, Inc. 8440 Florin Road I Sacramento,CA 95828 1 TescoControls.com N: r ,f E � t F I �0 iIII�i , ��� Y !�fl�. III :g�✓ r We're Here for You 24 / 7 / 365 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 of hadnexr) Hartford Fire Insurance Company Vido Artukovich&Son IncNidmar Inc a JV One Hartford Plaza This document has important 11155 Rush Street Hartford, CT 06155-0001 legal consequences.Consultation South El Monte, CA 91733 Mailing Address for Notices with an attorney is encouraged One Hartford Plaza with respect to its completion or modification. OWNER: Hartford, CT 06155-0001 (Name,legal status and address) Any singular reference to City ofHuntin ton Beach Contractor.Surety Owner or ty 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: (Nanx.location oraddms&andl'roject numb er,ifanjy McFadden Sewer Lift Station Replacement Project(1610) Huntington Beach, CA The Contractor and Surety arc bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as nhav be agreed to by the O\rner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms ofsuch bid,mid gives such bond or bonds as may be specified in the bidding orContrrct Docunients,pith a surety admitted in tilt jurisdiction of the Project and otherwise acceptable to the Ow-tier,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 0mier the dif3crence,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 toperromi the work covered by said hid,then this obligation shall be null and void,otherwise to remain in Iiill rorce and effect.The Surely hereby waives any notice of an agreement between the Owner and Contractor to extend the lime in which tie Owner may accept[lie 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 of bids specified in the bid documents,and the O%%meraod Contraclor shall obtain the Surety's consent lbr an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond Ims been rurnished to comply frith a statutory or other legal requirement in the location of the Pnrject,any provision in this Bond conilicling with said statutory or legal requirement shall be deemed deleted herefrom and provisions eonliirming 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 build and not as a common law bond. Signed and scaled this 29th day of November,2021. Vido Artukovich &Son IncNidmar Inc a JV (Principal) (Seal) By: (ode) Vido Artukovich, Managing Partn -- Hartford Fire Insurance Company [A r) EditWIRabadan 0 (ni/cAlopirni Quiroz,Atto -in-Fac �o+P� 9 S-00541AS 8110 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 I 2I 1 v] , before me, Natalie K. Trofimoff, Notary Public, personally appeared Noemi Quiroz ,who proved tome on the basis of satisfactory evidence to be the persons}whose names} is/a-Fe subscribed to the within instrument and acknowledged to me that #-,qsheA4 eY executed the same in #igherA4,,e_4 authorized capacityties , and that by #is/herAhe+r signaturet} on the instrument the person{s4, or the entity upon behalf of which the personw acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. P .,TA L1 E Tt iC:F f Yd CC e .c � ot�� y r � w � I Signature: r / (Seal) Natalie K.Trofimoff, Notary Public Direct Inquiries/Claims to: y THE HARTFORD BOND,T-11POWER OF ATTORNE One Hartford Plaza Hartford,Connecticut 06155 Bond.Claims0thehartford.com calf 888-2663488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: SurePath Hartford Fire insurance Company,a corporation duly organized under the laws ofthe State of Connecticut Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana Q Hertford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut 0 Hartford Underwriters Insurance Company,a corporation duly organized under the laws ofthe State of Connecticut Q Twin City Fire insurance Company,a corporation duly organized under the laws ofthe State of Indiana Hartford Insurance Company of Illinois,a corporation duly organized under the laws ofthe State of Illinois Hartford insurance Company of the Midwest,a corporation duly organized under the laws ofthe State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws ofthe State of Florida having their home office in Hartford,Connecticut(hereinafter collectively referred to as the"Companies`)do hereby make,constitute and appoint Noemi Quiroz of Los Angeles,CA their true and lawful Attorney-in-Fact,to sign its name as surety(ies)only as delineated above by®,and to execute,seal and acknowledge the following bond,undertaking,contract or written instrument Bond No. Bid Bond on behalf of Vido Artukovich&Son IncNidmar Inc a JV naming City of Huntington Beach as Obligee in the amount of See Bond Form 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,and as authorized by a Resolution of the Board of Directors of the Companies on May 23,2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed,duly attested by Its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. � �0 +�,n„tcf� • N•ur1► ytOT9� �f07a� a 1l71 Shelby Wiggins,Assistant Secretary Joelle L.LaPierre,Assistant Vice President STATE Of FLORIDA ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre,to me known,who being by me duly swom,did depose and say:that (s)he resides in Seminole County,State of Florida; that(s)he is the Assistant Vice President of the Companies,the corporations described in and which executed the above instrument;that(s)he knows the seals of the said corporations;that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority. �� �RfP ": LIM 4qt 7. 1.ica Ciccone ' OF F�,": My Caamission HH 122280 ...... Expires June 20,2025 I,the undersigned,Assistant Vice President of the Companies,DO HEREBY CERTIFY that the above and foreggoingg is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of November 29,2021 Signed and sealed in Lake Mary,Florida. ::,.u••e.ro�� i tilt = In'twi' •�"�''6 K Keith D.Dozois,Assistant Vice President SurePath POA 2021 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 of validity of that document. State of California ) )ss County of Los Angeles ) On November 29, 2021 before me, Sharon Artukovich, Notary Public, personally appeared Vido Artukovich, 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 executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY FOF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. SH y Public AR-California H TI Notary Public•Caunty Los Angeles County Commission#2296136 SignatLll My Comm.Expires Jul 31,2023 Sharon Artukovich, Notary Public (Seal) m U N CA P�1 FC U U � U O ri 4) 4-4 4J M 4-1 O U rl O N •ri �4 41 +) W 4J Pq x O rz: O LH 3 � O U :E� 'H >y r-i o 4-1 4J C) •ri � o � UaNx z w a O N O � U z O H M O - M q rd l� I 4J r-I 'H u) O O H O U) H 4-) 4-) Q' P4 LH U O L4 > 4j p •ri N -i h N .� N - W O U }4 N M 34 �-I r-1 ri +) +-) a N • cnF_: !a3 0 O U O H U 4JO N .- H fi r-+ a F �4 •Ri W Q N U1 N rd1114 UR3 (d O � O Fj LO 4-) H (d r-I z .. rd rd r4 0 f� f=( Q4 12) -H •ri r-( O f=1 U N U O > > -1U) 0 � IZUW •ajay;uawnoop 6uiddius:pasul ► I J ORIGIN ID:RBFA (626)444-4286 SHIP DATE:06DEC21 SHARON ARTUKOVICH ACTWGT:0.50 LB CAD:110838900/1NET4400 11155 RUSH STREET SOUTH EL MONTE,CA 91733 BILL SENDER UNITED STATES US TO PUBLIC WORKS OFFICE COTY OF HUNTINGTON BEACH w 2000 MAIN STREET m m 0 cD HUNTINGTON BEACH CA 92648 Lo (714)375-5010 REF INV. P0: DEPT: f�Sm Express � 1 � ' IEI;i TUE - 07 DEC 4:30P TRK# STANDARD OVERNIGHT 0201 7754 06981303 92648 WZ APVA CA-US SNA c � 5� 2 City of Huntington Beach - 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov - FFB•17,1909, Office of the City Clerk / Robin Estanislau, City Clerk May 17, 2022 Zusser Company Inc. 528 Palisades Drive, Suite#504 Los Angeles, CA 90272 RE: McFadden Sewer Lift Station Replacement—CC No. 1610 Enclosed please find your original bid bond for CC No. 1610. Sincerely, Robin Estanislau, CIVIC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand SECTION C PROPOSAL for the construction of McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC No. 1610 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic 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 180 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 sutra 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 re-advertise 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 /0 a �U 541he amount of which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Electronic Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or"Bidder's Bond fork/O it, 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' ' nature d 3 12/7/2 21 yo orov CFO 4 12/8/2021 M.Fyodorov CFO C-2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax(714) 374-1573 ADDENDUM NUMBER FOUR For McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 8,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) Bids are due on December 15,2021, at 10:00 AM. 2) In addition to the Specifications Section 02702 Precast Concrete Vaults and Wet Wells, the City will accept prefabricated Polymer Wet Wells, provided they meet the following conditions: a. The Contractor shall provide submittals as outlined in 02702.1.4 and compliance with Sections 02702.1.5, 02702.1.6, 20702.1.7, 20702.2.1.A, D, E, F, G, H, I, J, 02702.2.2, 02702.3.1, and 02702.3.2. b. Sections 02702.3.3 and 02702.3.4 are not required provided Polymer Wet Wells include proof of independent chemical resistance testing conducted in accordance with the Standard Specifications for Public Works Construction Greenbook Section 211-2. c. Prior to backfill the Wet Well Structure shall be hydrostatic leak tested in accordance with Section 02730. d. Compliance with Specification Section 02701, except 02701.2.4. Section 02701.2.4 shall be considered optional. This is to acknowledge receipt and review of Addendum Number Four, dated December 8,2021. CYU S gt4 LO a J Ot l c� Company Name � sl Cf>?irI T V/ Y Date 1 of 1 of Addendum No.4 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714)536-5431, Fax (714) 374-1573 ADDENDUM NUMBER THREE For McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 7,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) The date of the bid for this project has CHANGED. Bids are due on December 15,2021,at 10:00 AM. 2) Construction of the Sanitary Sewer in the center of McFadden Avenue shall be in accordance with the project specific Traffic Control Plans T-01 to T-04 and Specification SECTION 5-7.9.2 which states the following: McFadden Avenue and Goldenwest Street: Maintain one through travel lane in each direction during work hours, with all travel lanes being opened to traffic outside of working hours. Vehicular traffic may be restricted to one lane in each direction during the duration of the construction contract. All work in McFadden Avenue shall be between the hours of 9:00 AM and 4:00 PM.Traffic Control shall be removed at the end of each workday.Any open trench shall be covered with recessed steel trench plates. The plates shall be recessed to be flush with the road surface. OR Construction of the Sanitary Sewer in the center of McFadden Avenue shall be in accordance with the following conditions: a) The Contractor shall prepare a Traffic Control Plan and submit to the City for review and approval. b) The cost of the revised traffic control plans shall be included in the unit cost per lineal foot to construct the sanitary sewer line in McFadden Avenue. c) A 24/7 K-Rail closure will be permitted for a maximum of 20 consecutive working days within the center of McFadden Avenue. d) One east bound lane and one west bound lane shall be available 24/7, with a minimum lane width of 11-feet. 1 of 2 of Addendum No. 3 e) Maintain the existing east and west bound bicycle lanes throughout the duration of the construction. f) The K-Rail closure shall be limited between Stations 1+80 and 11+00. Construction of the gravity sewer from Station 11+00 to 13+21 shall be in accordance with the project specific Traffic Control Plans T-01 to T-04 and Specification SECTION 5-7.9.2. g) Work hours within the K-Rail shall be limited to 8:00 AM to 4:00 PM. h) All dewatering facilities shall be maintained within the K-Rail closure or shall be buried. i) Contractor shall convey dewatering effluent to the nearest City of Huntington Beach Storm Drain facilities, located near the intersection of Hanover Lane and McFadden Avenue, or to the Lake located in Greer Park. This is to acknowledge receipt and review of Addendum Number Three,dated December 7,2021. AXEes/C�f/y!f Company Name U By �aA/ Date 2 of 2 of 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 McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 2,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) The date of the bid for this project CHANGED. Bids are due on December 8,2021,at 10:00 AM. 2) Specifications-SECTION 01025, MEASUREMENT AND PAYMENTS: a. Pages 01025-13 and 01025-14, 1.33 B and 1.33 D — Asphalt Paving and Striping (Bid Item No. 29A). Revise language stating "Payment will be at the unit price named in the Bid Schedule under Item No. 28A" to "Payment will be at the unit price named in the Bid Schedule under Item No.29A". b. Page 01025-14, 1.34 B—Asphalt Paving and Striping (Bid Item No.29B). i. Delete language stating"Payment for 2-inch asphalt cement grind includes all labor, materials,and equipment necessary; and doing all work required to provide a 2-inch grind throughout Dawson Lane, , and North Greer Park parking lot to the limits shown on the Contract Drawings, pavement removal and disposal, and all required appurtenant work not included in other bid items, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No. 288. ii. Replace with language stating "Payment for 2-inch asphalt cement grind includes all labor, materials, and equipment necessary; and doing all work required to provide a 2-inch grind throughout Dawson Lane and North Greer Park parking lot to the limits shown on the Contract Drawings, pavement removal and disposal, and all required appurtenant work not included in other bid items, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No.29B." c. Page 01025-14, 1.34 C—Asphalt Paving and Striping (Bid Item No.29B). i. Delete language stating "Payment for 2-inch asphalt cement cap and final road restoration includes all labor, materials, and equipment necessary; and doing all work required to provide a 2-inch AC cap throughout Dawson Lane, McFadden Avenue, and NeFth GFeeF PaFk PaFkOe4Gt to the limits shown on the Contract Drawings.The work also includes but is not limited to:survey;2-inch pavement cap, removal and disposal of excess material; adjustment of existing manhole covers, valve cans, and utility boxes to grade, including construction of concrete collars; replacement of all pavement striping and markings; and all required appurtenances, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No.29B." 1 of 2 of Addendum No.2 ii. Replace with language stating "Payment for 2-inch asphalt cement cap and final road restoration includes all labor, materials, and equipment necessary; and doing all work required to provide a 2-inch AC cap throughout Dawson Lane and McFadden Avenue per City Standard 109 and limits shown on the Contract Drawings.The work also includes but is not limited to: survey; 2-inch pavement cap, removal and disposal of excess material; adjustment of existing manhole covers, valve cans, and utility boxes to grade, including construction of concrete collars; replacement of all pavement striping and markings;and all required appurtenances, complete and in place. Payment will be at the unit price named in the Bid Schedule under Item No.29A." d. Pages 01025-14 and 01025-15, 1.35B — Asphalt Paving and Striping (Bid Item No. 30). Revise language stating 'Payment will be made at the lump sum price named in the Bid Schedule under Item No. 29 to "Payment will be made at the lump sum price named in the Bid Schedule under Item No. 30." 3) Specifications - SECTION 01010, SUMMARY OF WORK, page 01010-6, 1.5 Project Description,A—Utility Services: a. Delete language stating "All fees charged by these utility companies for supplying the required services,will be paid separately by the CITY,including the fee for the installation of the gas service". b. Replace with language stating "All fees charged by these utility companies (SCE and SCG) for supplying and connecting the required services will be paid separately by the CITY. The City will pay the gas connection and installation fees to connect the new gas service to the existing SCG gas main pipeline located at the intersection of Goldenwest and McFadden. The contactor, if veriforce certified or a veriforce certified subcontractor, will perform the excavation work for SCG to connect to the existing gas main in Goldenwest; and also excavation work for the generator enclosure connection at gas meter." This is to acknowledge receipt and review of Addendum Number Two,dated December 2,2021. �sw a Company Name By Date 2 of 2 of 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 McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC 1610 December 1,2021 Notice to All Bidders: Please note the following clarifications to the Project Plans,Specifications,and Special Provisions. 1) The date and time of the bid for this project shall remain unchanged. Bids are due on December 7,2021,at 10:00 AM. 2) Table of Sections:TOS-2, Delete Section 09800, HDPE Sheet Lining. 3) Specifications: DIVISION 9 — SECTION 09810, FINISHES, HDPE SHEET LINING. Delete the entire section 09810, including all pages beginning and including 09810-1 through 09810-10. 4) Specifications: DIVISION 9—SECTION 09900, PROTECTIVE COATINGS. a. Remove entire section 09900, including all pages beginning and including 09900-1 through 09900-20. b. Replace with new SECTION 09900—Addendum No. 1 12/01/2021, pages 09900-1 through 09900-22. SECTION 09900 revised to include Section 09900, 2.4.B.6 (System No.7)which is highlighted in yellow. 5) Delete StudLiner HDPE and replace with Coating System No. 7, in Schedule A - Bid Item 14, SECTION 01025, 1.18.B, Section 02702.1.1.A, 02702.3.4.A, and any place within the Project Plan Set. 6) Specifications: SECTION 17000 — PUMP CONTROL PANEL (MCC) AND PLC PANEL, 1.1 DESCRIPTION. Remove the following: The CITY's recommended panel builder is ESL Power Systems, Inc.2800 Palisades Drive,Corona, CA 92880 Ph. (951)739-7000. 7) Modify Schedule A - Bid Item 12, Description to include the following: Adjust Manholes to grade per Standard Plan 505. This is to acknowledge receipt and review of Addendum Number One,dated December 1,2021. Company Name 66Y Date 1 of 1 of Addendum No. 1 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, material and equipment to mobilize, 1 demobilize, and provide cleanup of 1 LS construction site: provide all bonds, insurance, and obtain all permits. Per Plans and Specifications, furnish all labor, 2 material and equipment to conduct construction 1 LS survey and staking of the construction site. Per Plans and Specifications, furnish all labor, materials, and equipment as required to implement Construction Traffic and Pedestrian Control Plans to provide public convenience, safety and traffic control; including warning 3 signs, high level warning devices, delineators, 1 LS regulatory signs, barricades, and recessed trench plate bridging throughout the project. Traffic Control Plans were prepared by the Design Engineer and are provided in the Construction Drawings. Per Plans and Specifications, furnish all labor, materials and equipment to Pothole and locate horizontal and vertical positions of all existing 4 utilities in the vicinity of the work. Prepare a 24 EA report and submit it to the City a minimum of four (4) weeks prior to start of construction to allow revisions to current design. Per Plans and Specifications, provide the services of a California Registered Geotechnical Engineer with experience in all 5 elements of the project, to provide 1 LS recommendations necessary for the design of the contractors shoring system, dewatering system, and settlement monitoring program. C-Z.1 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item uanti Per Plans and Specifications, furnish all labor, materials, and equipment as required, develop, design, and implement trench and excavation safety measures, consisting of sheeting, shoring, and bracing, or equivalent method for the protection of life and limb in trenches,pump station excavation, valve vault excavation, and 6 other miscellaneous open excavations; and 1 LS protection of all adjacent structures in conformance with applicable safety orders.The work includes preparation of shoring plans and calculations by a California registered structural engineer incorporating the requirements of the dewatering plan, and recommendations contained in the geotechnical study performed by the Contractor. Per Plans and Specifications, develop a Dewatering Plan prepared by a California Registered Geotechnical Engineer, incorporating the requirements of the shoring plan and any additional geotechnical information developed by the Contractor. The work includes: obtaining NPDES permit from 7 the Regional Water Quality Control Board,well 1 LS drilling and destruction permits from Orange County Health Department, field testing required for the design of the dewatering system, implementation of the dewatering program, and removal of the dewatering system, including monitoring wells, when no longer needed. Per Plans and Specifications, develop Storm Water Pollution Prevention Plan (SWPPP) furnish all labor, materials, and equipment as required to install and maintain all BMP's 8 identified in the approved SWPPP throughout 1 LS the duration of construction. At the completion of construction,all BMP's shall be removed by the CONTRACTOR, and the site and all facilities restored to their original condition. C-2.2 ADDENDUM NO.1 DECEMBER 1, 2021 SCHEDULE A LILI HERNANDEZ P.E BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, implement a site monitoring program to evaluate groundwater, settlement,and vibration in accordance with the 9 recommendations contained in the Contractor's 1 LS Geotechnical Investigation Report for construction of the lift station sewers, wet well and valve vault. Per Plans and Specifications, furnish all labor materials and equipment necessary for sitework demolition and preparation for the new pump station site and the legal disposal of all removed materials. The work includes,but is not limited 10 to: demolition, removal, and disposal of 1 LS pavement, curb, gutter, sidewalk, conduits, wires, irrigation piping,and pull boxes Dawson Lane and McFadden Ave; documentation of pre-construction site conditions; and all other appurtenant work required. Per Plans and Specifications, furnish all labor materials and equipment necessary to abandon the existing gravity sewer, force main, and manhole. The work includes, but is not limited 11 to: cement slurry; asphalt concrete paving, 1 LS curb, gutter, and sidewalk removal and restoration; plugging of existing manholes; removal of existing manhole, fill with sand and reconstruct surface; and all other appurtenant work required. Per Plans and Specifications, furnish all labor, material and equipment necessary, to construct 4-foot diameter polymer concrete sewer manhole and composite frame and cover. The work includes,but is not limited to: factory cast 12 monolithic base; precast manhole sections; 1 LS Sancon rehabilitation of MH 1633; exterior coating and joint wrap system; composite manhole frame and cover; connections to new and existing sanitary sewers; and all appurtenant work required. Adjust Manholes to grade per plan 505. ADDENDUM 1 C-2.3 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, 13 materials and equipment necessary,to construct 1,163 LF 8-inch diameter VCP sewer in Dawson Lane and McFadden Ave. ADDENDUM 1 Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct Coatinq System No. 7 reinforced concrete, fined wet 14 well with H-20 rated 316 stainless steel 1 LS lockable access hatch with fiberglass safety rack, access manway, exterior waterproofing and all other required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct reinforced concrete valve vault,with H-20 rated 15 aluminum 2-door lockable access hatch, 316 1 LS stainless steel ladders, sump, exterior waterproofing, and all other required appurtenances Per Plans and Specifications, Furnish all labor, materials and equipment necessary and Install Wet Well Mechanical Equipment, including 5 HP, 117 gpm recessed impeller slide-rail submersible pumps and motors; 316 stainless 16 steel discharge elbows; 4-inch 316 stainless 1 LS steel discharge piping, fittings and support brackets; 316 stainless steel slide-rail system, guide brackets, lifting chain and bails; 316 stainless steel cable racks, level transducer stilling well;duckbill check valve; and all other required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary and Install Valve Vault Mechanical Equipment, including pipe, valves, fittings, couplings, 17 electromagnetic flow meter, insulating flanges, 1 LS flexible expansion joint with joint bonding and sacrificial anodes, 316 stainless steel pipe supports, bypass connection, ladder up device and all other required appurtenances. C-2.4 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated ItemQuantity Unit Unit Price Total Price Per Plans and Specifications, furnish all labor, materials and equipment necessary to construct piping between the wet well and valve vault, and construct miscellaneous pipe, including all 18 fittings; buried insulating flange kits and test 1 LS stations; flexible expansion joint with joint bonding; 6-inch, 316 stainless steel pipe; 3- inch, PVC pipe; excavation; imported backfill; compaction; and all required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary, and construct 6-inch AWWA C900 DR 14 PVC 19 sewer force main, including all fittings; thrust 1 LS blocks, cathodic protection; connection to discharge manhole; and Sancon rehabilitation of MH 1588. Per Plans and Specifications, furnish all labor, materials and equipment necessary to 20 coordinate with Southern California Gas 1 LS Company,and construct permanent natural gas service to the new McFadden Lift Station site. Per Plans and Specifications, furnish all labor, materials, and equipment necessary and install 30 kW natural gas fuel emergency generator set in a sound attenuated enclosure, including all 21 conduits,wires,pipes, fittings,valves,controls, I LS reinforced concrete base, 2-inch tape wrapped steel pipe from the meter service meter to the generator, 8' CMU enclosure with wall spikes, and all appurtenances. Per Plans and Specifications, furnish all labor, materials, equipment necessary to furnish and 22 install site electrical and instrumentation 1 LS systems; including conductors, raceway, switches, lights, receptacles, level transducers, float switches, and all required appurtenances. C-2.5 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Item QuantityUnit Unit Price Total Price Per Plans and Specifications, furnish all labor, materials and equipment necessary and install 316 stainless steel, NEMA 4X transfer switch enclosure, including automatic transfer switch with manual bypass, double throw manual 23 transfer switch, portable generator receptacle; 1 LS coordination with SCE to provide electrical service to site;4-inch conduit with pull-rope for SCE conductor; 100 amp main switchboard; concrete pads for electrical equipment; and all required appurtenances; complete and in place, with all required appurtenances. Per Plans and Specifications, furnish all labor, materials and equipment necessary and install 24 pump control panel and PLC panel and 1 LS appurtenances, as well as mounting those panels to a reinforced concrete base. Per Plans and Specifications, furnish all labor, 25 material and equipment necessary,and conduct 1 LS lift station start up and testing to full satisfaction of the City of Huntington Beach. Per Plans and Specifications, furnish all labor, materials and equipment necessary, and demolish existing City of Huntington Beach McFadden Sewer Lift Station, including removal,handling,and proper disposal of lead- based paint; removal and proper disposal of all equipment within the existing Lift Station; coordination and removal of SCE service meter, main disconnect, and manual transfer 26 switch, and delivery of salvaged equipment to 1 LS City Yard;cleaning,lining,and rechanneling of the wet well; removal of the top 8-feet of the dry well structure;backfrlling of remaining dry well with Class 100-E-100 slurry; re- channelizing and interior coating of an existing influent manhole; filling of existing to be abandoned pipes with low strength slurry mix; backfilling of the excavation with approved materials; and all appurtenant work. C-2.6 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications furnish all labor, materials and equipment necessary, to restore and construct concrete curb, gutter, driveway, 27 local depressions, sidewalk, and ramps to pre- 2,940 SF construction condition,and construction of new concrete pad around the wet well, valve vault, and meter vault. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to restore and construct the landscape and irrigation 28 system to pre-construction condition, the 1 LS installation of two trees for every tree removed, and the installation of shrubs along Dawson Lane for screening. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to remove and full depth replace existing disturbed aggregate base (AB), sawcut remove and full depth replace existing disturbed asphalt 29A concrete (AC), within the Dawson Lane and 8,570 SF McFadden Ave (6" AC over 10" AB). Work also includes removal and replacement of all impacted pavement and curb markings, striping, and adjustment of existing boxes, manholes,valve cans to grade,in Dawson Lane and McFadden Avenue. Per Plans and Specifications, furnish all labor, materials, and equipment necessary to provide a 2-inch asphalt cement grind,and provide a 2- inch asphalt cement cap within the Dawson 29B Lane and McFadden Ave. Work also includes 770 SF removal and replacement of all impacted pavement and curb markings, striping, and adjustment of existing boxes, manholes, valve cans to grade, in Dawson Lane and McFadden Avenue. C-2.7 SCHEDULE A BIDDING SCHEDULE THE CITY OF HUNTINGTON BEACH MCFADDEN SEWER LIFT STATION REPLACEMENT PROJECT CC-1610 Bid Description Estimated Unit Unit Price Total Price Item Quantity Per Plans and Specifications, furnish all labor, materials, and equipment necessary to provide 30 the services of a California Registered 1 LS Professional Land Surveyor,with experience in all elements of the project, for the replacement of survey monuments. TOTAL BID ITEMS 1 THRU 30 FOR MCFADDEN SEWER PUMP $ STATION REPLACEMENT PROJECT Total Amount of Base Bid in Writing: Note: Refer to Section 01025,Measurement and Payment for description of each Item on Bid Schedule.Refer to Section 01025 Measurement and Payment for additional details. All extensions of unit process will be subject to verification by Owner. In case verification is required between the unit price and the extension,the unit price will govern.The Owner reserves the right to reject any or all proposals and bid items. C-2.8 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. Bed lYame and Address of State Class DIR PWC Dollar %of Items) Subcontractor License Registration# Amount Contract Number 22 partial 23 partial Big Bear Electric 972582 C-7, 1 00000 2330 $583,153 9% 24 partial PO Box 3001 C-10 26 partial Big Bear City,CA 92314 7 partial Pure Effect Inc 825682 C-55 1 00000 4972 $102,000 2% 601 W.Valencia Dr Fullerton,CA 92832 12 partial Sancon Technologies,Inc. A,B 14 partial 5841 Engineer Drive 774055 C-31, 1 00000 8879 $33,500 1% C-10 19 partial Huntington Beach,CA 92649 21 partial Granstrom Masonry 629489 0 C-29 1 00000 4794 $26,600 1/o PO box 7041 Torrance,CA 90504 105,107 Malcolm Drilling 259543 C-57 100000 338 $350,000 4% partial 92 NATOMA STREET SUITE400 N FR N 5 partial,6 Blue Iron Foundation and Shoring 1009464 C-61/ 1 00000 4297 $153,000 3% partial 3445 Carlin Dr 30 West Sacramento,CA 95691 27 partial Hardy and Harper 215952 A,C-8• 1 00000 0076 $81,000 2% 29 partial 32 Rncho Circle C-12 30 partial Lake Forest,CA 92630 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 theState.of California that the foregoing is true and correct and that this declaration is executed on, F ,at �7 /!.S Ci y State aaiSG C(aSS , being first duly sworn, deposes and says that he or she is S) ">< of Z&0fle 4 cly the party making the foregoing bid that the bid is not made in the interest of,or on the eha 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&IsC s� Name of Bidder ' r sa8 � s�c�Ps Oa;tle t-50,V Oros n� Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA City Council: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the McFadden Lift Station Replacement Project, CC No. 1610, (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 he 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 4QAls-te Sass By 4 7 G1P�7 - Title Date: C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes XNo If the answer is yes,explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. ,�'&sseR 667 rula�Z 0, Contractor a 2isc Slt S.� � �WeW f Title Date: 2 7 2/ C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name So2f r014SCL a�e� /y� S7>�/ Business AddAg aGor %s, 64 9oa a City, State Zip ( 3/0 ) OM- #00P oC0V2sass0,f�,wQ1% cony Telephone Number Email Address 4 ya-1'6- State Contractor's License No. and Class Original Date Issued 3o a3 Expiration Date The work site was inspected by I /li!� four office on " , 209.4 The following are persons, firms, and corporations having a principal interest in this proposal: au The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Company Name Si er Printed or Typed Signature C-s 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 ea(`�AtJ Lw ) County of tot, LM4 &16 ) On-�r(c 3� D-0�3L� before me, Month, Day, and Year Insert Name and Title of Notary personally appeared 14 S �5 Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s� whose name( is/ar subscribed to the within instrument and acknowledged to me tha�e/she/djey executed tfe same in his�er/th it authorized c�a�pac.t�ie ,and that by h's/her/their si nature(s�on the instrument the perstiS ), or the entity upon behalf of which the per on(sl►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. JEANETTE CALLOWAY WITNESS my hand and official seal. Notary Public.California Los Angeles County 9 QtA Commission A I246639 y Comm.Expires Jun i8,2022 Signatur b 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 sanitary sewer pipeline installation of at least of 1,000 of 8-inch or greater diameter and pipeline construction in high ground water regions with trench depths of 10-feet to the invert in the public right-of-way. Sanitary sewer lift stations installations with wet well excavations to a depth of 22 feet below existing ground in a high ground water environment,with proiect work within public right of way.. 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. he Name and Address of Public Agency a Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to shove 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 Proiect History: Project Name: Joint Water Pollution Control Plant Demolition of Digestion Tanks MLK Agency: County Sanitation District of Los Angeles Agency Address: 1955 Workman Mill Road, Whittier,CA 90607 Agency Phone: 562-699-7411 Project Address: 24501 S. Figueroa Street,Carson,CA 90745 Project Dates: 7/2018— 10/2019 Contract Amount: $3,700,000 Contact Person: Russ Vakharia(Project Manager) Phone: 310-830-8050 Email: rvakharia@lacsd.org Scope: Demo existing Digestion Tank KLM,ancillary facilities,residuals within tanks,mechanical piping,equipment, large reinforced concrete structures.Relocation of existing yard piping and electrical equipment.Backfill to match existing grade. Project Name: LADWP Lagoon Refurbishment Agency: Metropolitan Water District of So.California Agency Address: 700 N. Alameda Street, Los Angeles,CA 90012 Agency Phone: 213-217-6000 Project Address: 12944 Balboa Boulevard,Granada Hills,CA 91344 Project Dates: 02/2015—07/2017 Contract Amount: $3,600,000 Contact Person: Thein Soe Win Phone: 970413-3577 Email: twin@mwdh2o.com Scope: Construction of liner basin,over 7,000 if of pipe,utility ductbanks,large maintenance holes, modification of existing maintenance holes,installation of standpipes,submersible pumps and turbidity meters,on-site screening of over 6,000 cy of underdrain rock,disposal of hazardous material,installation of 13,000 cy of crushed rock,refurbishment of existing decant valve structures for four lagoons including asbestos and PCB abatement,installation of electrical panes and utility cabinets. Project Name: Live Oak Spreading Grounds Improvements Agency: County of Los Angeles,Dept of Public Works Agency Address: 900 South Fremont Avenue,Alhambra,CA 91803 Agency Phone: 626-458-4951 Project Address: Live Oak Canyon Road and Baseline Road,Claremont,CA 91711 Project Dates: 8/20014— 12/2014 Contract Amount: $1,400,000 Contact Person: Tim Bazinet Phone: 626-458-2185 Scope: Demolition of existing concrete channel,reconstruct reinforced concrete channel,construct rubber dam and control house,modified diversion structure,slides gates,operational platform,structural steel catwalk,RCP pipes and fittings,structural and site concrete,asphalt,concrete outlets,riprap, electrical. 1 Project Name: Well No.41 Wellhead Treatment System Agency: City of Ontario,Ontario Municipal Utilities Company Agency Address: 1425 South Bon View Avenue,Ontario,CA 91761 Agency Phone: 909-395-2605 Project Address: North Hellman Avenue and 4'h Street,Ontario,CA 91761 Project Dates: 8/20014—10/2015 Contract Amount: $4,200,000 Contact Person: Tim Mack Phone: 909-395-2657 Scope: Water System Improvements includes installation of 1,300 If of CML&C water transmisson pipeline. Install RCP,connect to existing at various street intersection,pavement repairs,street restoration. Relocate existing Wet Well No.41 Chlorine Generation& Injection system,construct CMU building,install a Single Pass Ion Exchange Perforate Wellhead Treatment System Project Name: Construction of Additional Parking at Golden west Transportation Center Agency: Orange County Transportation Authority(OCTA) Agency Address: 550 South Main Street,Orange,CA 92863 Agency Phone: 714-560-6282 Project Address: 7401 Center Avenue,Huntington Beach,CA 92647 Project Dates: 1 1/20014—9/2015 Contract Amount: $1,980,000 Contact Person: Mysore Satish Phone: 909-694-2946 Scope: Construct additional parking at the Golden West Transportation Center.Construct 57'x97' Storm Water underground concrete vault,excavate to 20' deep,shoring,sump pumps,mechanical. Site grading,flat concrete,asphalt,landscape,site demolition,electrical. Project Name: Well Pumping Plant 30 at Fogg Street Agency: City of Colton Agency Address: 650 North Cadena Drive,Colton,CA 92324 Agency Phone: 909-370-5065 Project Address: Intersection of Fogg Street&Congress Street,Colton CA Project Dates: 10/20012—9/2013 Contract Amount: $1,500,000 Contact Person: Mike Cory Phone: 909-370-6101 Scope: New Well Pumping Plant includes site grading,aggregate base,paving.Construct well head improvement,pump pedestal,gravel access and well pump foundation. Install pump column,shaft motor,suction pipes and connectors.New pump building,mechanical and plumbing work.New well Blow off drain,discharge pipes,concrete structure,chlorination system including 1,000 gal containment storage tank and pumps. Electrical,painting and coating. 2 Project Name: Robert B. Diemer Water Treatment Plant Fire& Portable Water Pump Station Agency: Metropolitan Water District of So.California Agency Address: 700 N.Alameda Street,Los Angeles,CA 90012 Agency Phone: 213-217-6000 Project Address: 3972 Valley View Avenue,Yorba Linda,CA 92686 Project Dates: 06/2010—06/2012 Contract Amount: $5,100,000 Contact Person: Mark Waters Phone: 213-217-7336 Scope: Construct Robert B.Diemer Water Treatment Plant Fire and Potable Water Pump Station including mechanical pipe work,structural concrete,flat concrete,electrical work. Install 30"& 36"CIDH Piles.Shore and excavate up to 20 feet deep. Bore and case 54"steel pipe. Install structural steel and miscellanies metals. Painting and cathodic protection. Site work including demolition,dirtwork,new asphalt,concrete,retaining walls and landscape. Project Name: Box Springs Feeder Repair—Phase 2—Henry J.Mills Water Treatment Plant Agency: Metropolitan Water District of So.California Agency Address: 700 N.Alameda Street, Los Angeles,CA 90012 Agency Phone: 213-217-6000 Project Address: Mills Water Treatment Plant,550 E.Alessandro BI,Riverside,CA Project Dates: 03/2010—5/2010 Contract Amount: $450,000 Contact Person: Gerry Aguirre Phone: 760-518-4345 cell/909-392-5060 office Scope: Repair of three sections of the existing 96-inch diameter Pre-stressed Concrete Cylinder Pipe (PCCP)Box Spring.Excavate,saw cut,remove existing pipe sections,install 90-inch dia welded steel pipe sections and steel liner,encasement of the pipes,and other appurtenant work,There was one 96 continuous hour shutdown to perform the pipeline repair work at two locations. 3 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: ��� tau-1�'// get a lla ch-e a' lu sc�� Project Name &Contract Amount Type of Work Date Completed Project Name &Contract Amount Typ f Work Date Completed Project Name&Contra ount Type of Work Date Completed f� 2. �i G/` aP C/ I `�ooloN a�c Name of proposed Superintendent Telephone No. of proposed Superintendent: 3/0 ol00-6Mp _ fee aaa,cAec/ /zt s u,,7t,� Project Name &Contract Amount Type of Work Date Completed Project Name &Contract Amoun Type of Work Date Completed Project Name &Q6tract Amount Type of Work Date Completed C-11 0 A2 =7, Company, Inc General Engineering Conkacbrs Professional Resume and Statement of Qualifications for: Misha Fyodorov 528 Palisades Drii,e, #504, Los Angeles, CA 90272 (310) 230-6808 9 Fax (310)230-6890 ::n.c.sercompa►i_y(iugrntail.com Mr. Misha Fyodorov has 30 years of heavy-civil construction experience encompassing all aspects of construction project execution. Mr. Fyodorov is responsible for management, estimating, scheduling, project control, construction claims preparation, and contract administration for mass-excavation/grading, bridge construction, marine, highway, and remediation public and private work projects. He is experienced in estimating, negotiation and performance of large and small contracts and subcontracts, including hard-dollar, and design- build contracts for government agencies and private clients, both national and international. He has successfully estimated and won and/or negotiated a variety of heavy-civil construction projects. Mr. Fyodorov has vast experience and training in computer estimating programs, earth takeoffs, and construction management software. He also wrote several custom database applications using Microsoft Access. Mr. Fyodorov has extensive experience in CPM scheduling, including preparation, managing, training, and consulting. He has successfully developed numerous computerized schedule networks utilizing Primavera (P3) and various database computer progrars. Mr. Fyodorov has supervised up to six schedulers and managed complex schedule systems. He also developed a CPM training program for in-house and Government agencies' training. Highlights of Mr. Fyodorov's experience includes the following: o As Operations Manager and VP of a heavy-civil construction company, Mr. Fyodorov is responsible for overall company performance including estimating, construction management, procurement and contract administration, safety program, equipment management, hiring and employee training. Mr. Fyodorov supervises multiple, complex, medium and large-scale projects involving hundreds of craft labor, several project managers, project engineers and field superintendents. He is actively involved in estimate preparation, bidding, and follow-up project management of multiple hard dollar construction projects in Southern California. Mr. Fyodorov's strong fundamental values of construction industry based on tight project control, well-organized procurement and sub-contract administration, scheduling, extreme safety awareness, and innovative engineering leads to superb contract execution and above average profit margins. o As Construction Claims and Cost Consultant, Mr. Fyodorov has founded Zusser Company and is involved in turnkey preparation of numerous multi-million construction claims including, delays, acceleration, different site conditions, defective plans and specifications, productivity losses, and bidding disputes. Mr. Fyodorov has represented large civil-engineering contractors in claims preparation, investigation, schedule-impact analysis and cost calculations. Mr. Fyodorov is well- recognized expert in construction claims field and is has proven reputation for negotiating and settling of construction claims and disputes. o As Schedule and Estimate Consultant for Flatiron Structures Company, Mr. Fyodorov supervised all scheduling efforts for three major design-build proposals: ✓ $1.5 Billion I-25 Southeast Corridor, Denver, CO ✓ $200 Million US-60 Higway in Phoenix, AZ ✓ $380 Million Legacy Parkway,Salt Lake City,UT. ✓ Mr. Fydorov was directly responsible for engineering of complex schedule/estimating systems to resource and cost Ioad Primavera (P3) with HCSS (Heavy Bid) estimating data. Mr. Fyodorov has also estimated $30 million worth of earthwork and trucking activities. o As an Estimator, Mr. Fyodorov is capable of developing complex mass-grading estimates using state of the art computer programs such as Earth-Graphics, Autocad, AGTEK, Quest-Earthworks, as well as GPS survey and topographic equipment. Mr. Fyodorov has estimated a number of complex, high-profile mass excavating projects (landfills expansions, sub-divisions, dirt darns, flood control, freeway construction, trucking, minding, and hazardous material remediation), and work with some major earth-moving contractors in Southern California. Mr. Fyodorov uses a wide range of different estimating programs including HCSS, Hard-Dollar, Timberline, Quest, and others. He is also experienced in preparation of concrete (bridges, retaining walls CIP and MSE, PCC paving, small structures, piers, channels, curb and gutter, flat work), pipe lines (HDPE, storm and sewer lines, siphons, underground utilities: direct burial electrical cables, water lines: DIP, PVC, and steel/mortar), mechanical work (pipe substation, power- stations, pump-houses, blower stations, water-treatment facilities) and environmental- remediation estimates. o As a Project Manager, Mr. Fyodorov has a proven record in managing complex government, municipal and private work including construction of bridges, highways, airport, marine, landfills, flood control, mass excavation, pipe-line, mechanical, and remediation projects in the Western United States. Through advanced construction management techniques and effective productivity studies, Mr. Fyodorov significantly exceeds industry standards in quality, performance, safety and profitability. Mr. Fyodorov has directly supervised and managed projects from beginning to the end. Mr. Fyodorov developed his own time-card and diary task (labor, material, and equipment) tracking program for use in field offices and crated filed offices document control and project procurement system including material, rental, and subcontracts purchase orders. Mr. Fyodorov established effective self-safety control system utilizing on-site safety training and unique safety bonus programs for craft personnel. Mr. Fyodorov created effective pyramid de-centralized management structure by instituting and encouraging all levels (from craft, foremen, project superintendents, and field office personnel) into technical contribution into project related construction activities. This approach develops creative and effective work environment for the entire project personnel resulting in superior safety,productivity, and profitability. o As Schedule Manager for Peter Kiewit, Mr. Fyodorov was responsible for all project scheduling duties on the 5800 million design/build San Joaquin Hills Transportation Corridor toll road in Orange County, CA. He supervised the work of six segments and utilities schedulers, and maintained progress and updates of 15,000 design and construction activities. He also prepared progress payment requests and invoices to the Owner. In addition to his project-specific duties, Mr. Fyodorov developed an in-house CPM training program and provided company-wide assistance with Primavera and other scheduling software. This experience contributed to Mr. Fyodorov's thorough knowledge of CPM scheduling,which enables him to successfully plan and track project execution. o As a Project Superintendent, Mr. Fyodorov was responsible for varieties of direct field supervision of multiply crews performing concrete work (freeway bridges, CIP walls, concrete barriers, airport PCC paving, small structures, manholes, building foundations, concrete channel construction including shotcrete and direct placement with bidwell trusses), utilities (electrical, sewer, water lines, HDPE lines using fusing equipment on 1.5:1 steep slopes and most rugged terrain), drainage installation (CSP and concrete pipes, inlet and dissipating concrete structures, metal slues gates), traffic control (night freeway closures, re-striping, detours, and traffic management plans), and road construction (material crushing with portable plants, subgrade preparation, base placement, asphalt paving, and slurry). Mr. Fyodorov has directed earth-moving equipment spreads up to 20 scrapers, supported by large number of dozers and compactors. Mr. Fyodorov developed and supervised unique methods of construction on $80 million design/build OII Landfill Superfund Site in Los Angeles, including rebuilding of 400 vertical-feet slope at 1.5:1 steep adjacent to 1-60 Pomona Freeway. Mr. Fyodorov was actively involved in equipment and field resource management, weekly schedules of crews and safety for the projects. This field experience has significantly contributed to his ability to understand and manage a wide specter of construction activities. o As a Project Engineer, Mr. Fyodorov was responsible for all project engineering duties on major flood control and freeway projects in Orange County, CA including: subcontract administration, scheduling, cost and quantity control, safety, and procurement of materials. In this capacity, Mr. Fyodorov supervised field crews in the construction of bridges and small concrete structures, drainage construction, sewer siphons, utility relocations, and traffic control. Mr. Fyodorov's work as a project engineer ensures that his project management approach and execution is supported by a wealth of hands-on experience. o Mr. Fyodorov has a B.S. and M.S., Civil-Engineering Degree, from Moscow University. Misha Fyodorov (cont.) The following is a list of selected major construction projects: Type: Position Year: Project Scope Company Mil$$ Owner Remediation Operations 2005 Sulphur Creek Excavation,grading,landscape, ECI 1.0 Laguna Manager Widening irrigation,concrete structures Niguel Heavy-Civil Operations 2005 55"Way Neighborhood Re-design landfill closure system. ECI 4.5 City of Manager Park-Landfill Closure Grading,mass excavation,synthetic Long liner installation,retaining walls, Beach paying,drainage.building.pipeline. Heavy-Civil Operations 2003- Puente Hills Landfill 32"HDPE pipe on rough terrain ECI 8.5 LA Manager 2004 mountains 10,000 If,unique Sanitation electrical direct buried cable District installation,111SE retaining walls, blower and electrical stations. Landfill Operations 2003 Puente Hills Landfill Mass Excavation,LOM SF of Liner ECI 7.0 LA Expansion Manager Installation,HDPE Pipes,Drain, Sanitation Roads,Gas Collection Systems Heavy-Civil Operations 2003 Ernest Debs Park Exc.,Ball fields,Pipelines,Roads, ECI 2.2 City of Manager Small Structures,Irrigation& LA Landscape Heavy Civil PM,Super. 2002 Crystal Cove Park Exc.,Tiebacks, Shotcrete, ECI 0.8 Dana Landscape,Irrigation Point Heavy-Civil Project 2002 Old City Tustin New Utilities,Exc.,Planters, ECI 1.6 City of Manager Improvements Pavers,Landscape&irrigation. Tustin Heavy-Civil Project 2001 La Paz Sport Park New Sport Park Winner of APWA ECI 3.0 City of Manager, 2002(American Public Work Laguna Super. Association)National Award Niguel Heavy-Civil Estimator 2001 I-25/1-225 Denver DesignBuild Cost Proposal Flatiron,JV 1,500 CDOT Heavy-Civil Estimator 2001 US-60 Phoenix,AZ Design,Build Cost Proposal Flatiron,JV 200 ADOT Heavy-Civil Estimator 2000 Legacy Pkw,Salt Lake Design/Build Cost Proposal Flatiron,JV 380 UDOT Heavy-Civil Project 99-00 Peters Canyon 2 ea Cast-in-Place Bridges over MZT 4.0 Irvine Co. Manager, Channel,Concrete Shotcrete Super. Channel,Roads,Retain.Walls Heavy-Civil Project 2000 Seven Oaks Dam Mass Excavation,36" Steel Pipe MZT 4.0 Corps of Manager line,Cuncrete Structures,Gates En . Highway PM 99-00 91 Freeway,Riverside Retaining Walls MZT 2.0 Caltrans Flood-Control PM 99-00 LA River Rip Rap,Earthworks,Roads MZT 7.0 Corps of Eng. Mass PM 1999 Olinda Alpha Landfill Mass Exc,Concrete Channel MZT 2.0 Orange Grading Count Landfill PM 1999 Puente Hills Mass Exc,Liner,Drainage ECI 6.0 LA Expansion. Sanitation Remediation Super. 97-99 OII Superfund Landfill Design/Build,Landfill Closure. Foster Wheeler 80.0 Cure,Inc. Remediation PM,Super 98-99 Casmalia P,!S Landfill Design/Build,Dirt,Liner Foster Wheeler 3.0 Steering Comm Landfill VP of 1997 Bowerman Landtilt Earthwork,Liner,Structures Lutnsdaine 5.0 Orange Expansion Operations County Landfill VP of 96-97 Badlands Landfill Earthwork,Liner,Paving Lumsdaine 1.3 Riverside Expansion Operations WMD Mass Project 96-97 Bishop Canyon Dirt,Baseball Field,Crib Wall Lurnsdaine 6.0 City of Grading Manager LA Airport Engineer 1997 San Diego Airport Bridges,Parking,Roads Peter Kiewit 45.0 SD Airport Highway Engineer 96-97 Oakland,Cypress Earthquake Repairs,Bridges Peter Kiewit 350.0 Caltrans Heavy-Civil Schedule 93-97 San Jaquin Corridor DesignBuild Toll Road Peter Kiewit 800.0 TCA Manager Flood Project 92-93 Santa Ana River Dirt,Concrete Channel,Jetty Steve P.Rados 45.0 Corps of Control Engineer Eris!. Marine Project 91-92 PCH Widening Bridges,Roadwork Steve P.Rados 25.0 Caltrans Engineer ' Highway Project 90-91 1-5 Jamboree,Tustin Bridges over 1-5,Roadwork Steve P. Rados 30.0 Caltrans Engineer Airport Project 89-90 John Wayne Airport Bridges,Roadwork,Drainage Steve P.Rados 30.0 Caltrans/ Engineer OC RICHARD RODRIGUEZ CONSTRUCTION PROJECT CONTROLS LLC PROJECT MANAGEMENT/CONSULTING 5068 Bonnie Doon Las vegas NV. 89141 702-379-2043 OBJECTIVE : To assist contractors and public agencies In all aspects of construction and future development SUMMARY OF QUALIFICATIONS: Present owner of Contruction Project Controls LLC 41 years in construction Industry 39 years as supervisor WORK EXPERIENCE: 1978— 1986 Superintendent for T.J. Crosby co. of Santa Ana Calif. I supervised multiple projects concurrently,which consisted of heavy civil contracts for all public agencies in Southern Calif. My duties included scheduling and overseeing underground,grading,concrete and paving crews.The cost range of these projects were 500,00 to 1.2 million 1986— 1988 Superintendent for Manness excavating & grading, Long Beach Calif. I supervised large scale developments in the private sector. The cost range of these projects were 3 to 5 million. 1988—Present Own and manage Rodriguez Engineering INC. I scheduled and consulted for contractors in southern calif. On haz mat sites and mass grading projects. The cost range of these projects were 5 to 20 million. 2004—Present Own and manage Construction Project controls LLC I schedule , estimate and Oversee heavy civil contracts for contractors in Calif.and Nevada. The cost range for these projects are from 1 million to 225 million. 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_6.30.14.pdf DIR's Contractor Registration Link—Call(844) 522-6734 https:Hefiling.dir.ca.gov/PWCR/ActionServlet?action=dispiayPWCRegistrationForm 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. ,ff 9ye,,,t C.o Contractor IaA,L a Sass By �glosasS CO 22W011• corms Email Title Date: i/ 7 PWC Registration #: /00000�� C-12 City of Huntington Beach Page 1 of 4 McFadden Sewer Lift Station Replacement(CC-1610),bidding on 12115/2021 10:00 AM(PST) Printed 011032022 Bic] ReSL11t S idd ,,I DetG its Vendor Name Zusser Company;Inc Address 528 Palisades Drive Suite 504 Los Angeles,California 90272 United States Respondee Mikhail Fyodorov Respondee Title CFO Phone 818-822-1614 Email zussercompany@gmail.com Vendor Type License# 864216 Bid Detail Bid Format Electronic Submitted 12/15/2021 9:47 AM(PST; Delivery Method Bid Responsive Bid Status Submitted Confirmation# 275731 Respondee C,oC"1menit Buyer Co irnf r,nt Attaic:hrTients File Title File Name File Type Bid Packaae Zusser.pdf Bid Package Zusser.pdf Section C-Proposal pages C-1 to C-12 PlenetBlds,Inc. City of Huntington Beach Page 2 of 4 McFadden Sewer Lift Station Replacement(CC-161 M.bidding on 121512021 10.00 AM(PST) Printed 01103/2022 Ure Discount Terms No Discount Item kern# Code Type Item Description UOM.CITY Untt Price Line Total Response Comment Sheen $4,695,200.00 1 1 Per Plans and Specifications,furnish all labor,material and equipment to mobilize,demobilize,and provide cleanup of construction site: LS 1 $300,000.00 $300,000.00 Yes provide all bonds,Insurance,and obtain all permfts. 2 2 Per Plans and Specifications,furnish all labor,material and equipment to conduct construction survey and staking of the construction site. LS 1 $25,000.00 $25,000.00 Yes Per Plans and Specifications,furnish all labor,materials,and equipment as required to implement Construction Traffic and Pedestrian 3 3 Control Plans to provide public convenience,safety and traffic control;including warning signs,high level warning devices,delineators, LS 1 5200,000.00 $200,000.00 Yes regulatory signs,barricades,and recessed trench plate bridging throughout the project.Traffic Control Plans were prepared by the Design Engineer and are provided In the Construction Drawings. Par Plans and Specifications,furnish all labor,materials and equipment to Pothole and locate horizontal and vertical positions of all 4 4 existing utilities in the vicinity of the work.Prepare a report and submit it to the City a minimum of four(4)weeks prior to start of EA 24 54,000.00 $96,000.00 Yes construction to allow revisions to current design. Par Plans and Specifications,provide the services of a California Registered Geotechnical Engineer with experience In all elements of the 5 5 project,to provide recommendations necessary for the design of the contractors shoring system,dewatering system,and settlement LS 1 5200,000.00 $200.000.00 Yes monitoring program. Per Plans and Specifications,furnish all labor,materials,and equipment as required,develop,design,and implement trench and excavation safety measures,consisting of sheeting,shoring,and bracing,or equivalent method for the protection of life and limb In trenches,pump 6 6 station excavation,valve vault excavation,and other miscellaneous open excavations;and protection of all adjacent structures In LS 1 $200,000.00 $200,000.00 Yes conformance with applicable safety orders.The work Includes preparation of shoring plans and calculations by a California registered structure)engineer Incorporating the requirements of the dewatering plan,and recommendations contained In the geowlinical study performed by the Contractor. Per Plans and Specifications,develop a Dewatering Plan prepared by a California Registered Geotechnical Engineer,incorporating the requirements of the shoring plan and any additional geotechnicai information developed by the Contractor.The work Includes:obtaining 7 7 NPOES permit from the Regional Water Quality Control Board,well drilling and destruction permits from Orange County Health Department, LS -1 5800,000.00 $800,000.00 Yes field testing required for the design of the dewatering system,Implementation of the dewatering program,and removal of the dewatering system,Including monitoring wells,when no longer needed. Per Plans and Specifications,develop Storm Water Pollution Prevention Plan(SW PPP)furnish all labor,materials,and equipment as 8 e required to install and maintain all BMP's Identified In the approved SWPPP throughout the duration of construction.At the completion of LS 1 $15,000.00 $15,000.00 Yes construction,all BMP's shall be removed by the CONTRACTOR,and the site and all facilities restored to their original condition. Per Plans and Specifications,Implement a site monitoring program to evaluate groundwater,settlement,and vibration in accordance with 9 9 the recommendations contained in the Contractors Geotechnical Investigation Report for construction of the lift station sewers,wet well LS 1 $30,000.00 $30,000.00 Yes and valve vault. Per Plans and Specifications,furnish all labor materials and equipment necessary for sitework demolition and preparation for the new 10 10 pump station site and the legal disposal of all removed materials.The work Includes,but Is not limited to:demolition,removal,and disposal LS 1 Si 50,000.00 $150,000.00 Yes '..of pavement,curb,gutter,sidewalk,conduits,wires,Irrigation piping,and pull boxes Dawson Lane and McFadden Ave;documentation of pre-construction she conditions;and all other appurtenant work required. : Per Plans and Specifications,furnish all labor materials and equipment necessary to abandon the existing gravity sewer,force main,and manhole.The work includes,but Is not limited to:cement slurry;asphalt concrete paving,curb,gutter,and sidewalk removal and LS 1 $20,000.00 $20,000.00 Yes restoration;plugging of existing manholes;removal of existing manhole,fill with sand and reconstmct surface;and all other appurtenant work required. Per Plans and Specifications,furnish all labor,material and equipment necessary,to construct 4-foot diameter polymer concrete sewer 12 12 manhole and composite frame and cover.The work includes,but is not limited to:factory cast monolithic base,precast manhole sections; LS 1 S100,000.00 $100,000.00 Yes Sancon rehabilitation of MH 1633;exterior coating and joint wrap system;composite manhole frame and cover,connections to new and existing sanitary sewers;and all appurtenant work required. 13 13 Per Plans and Specifications,furnish all labor,materials and equipment necessary,to construct 8-Inch diameter VCP sewer in Dawson Lane LF 1163 5500.00 $581,500.00 Yes and McFadden Ave. Per Plans and Specifications,furnish all labor,materials and equipment necessary to construct reinforced concrete,Studiiner HOPE lined 14 14 wet well with H-20 rated 316 stainless steel lockable access hatch with fiberglass safety rack,access manway,exterior waterproofing and LS 1 $160,000.00 $160,000.00 :Yes all other required appurtenances. Per Plans and Specifications,furnish all labor,materials and equipment necessary to construct reinforced concrete valve vault,with H-20 15 15 rated aluminum 2-door lockable access hatch,316 stainless steel ladders,sump,exterior waterproofing,and all other required LS 1 $160,000,00 $160,000.00 Yes appurtenances Per Plans and Specifications,Furnish all labor,materials and equipment necessary and Install Wet Well Mechanical Equipment,Including 5 16 16 HP,117 gpm recessed Impeller slide-rall submersible pumps and motors;316 stainless steel discharge elbows;4-Inch 316 stainless steel LS 1 $200,000.00 $200,000.00 Yes discharge piping,fittings and support brackets;316 stainless steel slide-rail system,guide brackets,lifting chain and bails;316 stainless steel cable racks,level transducer stilling well;duckbill check valve;and all other required appurtenances. Per Plans and Specifications,furnish all labor,materials and equipment necessary and Install Valve Vault Mechanical Equipment,Including 17 17 pipe,valves,fittings,couplings,electromagnetic flow meter,insulating flanges,flexible expansion joint with joint bonding and sacrificial LS 1 $120,000.00 $120,000.00 Yes anodes,316 stainless steel pipe supports,bypass connection,ladder up device and all other required appurtenances. Per Plans and Specifications,furnish all labor,materials and equipment necessary to construct piping between the wet well and valve vault, 18 18 and construct miscellaneous pipe,Including all fittings;buried insulating flange lifts and test stations;flexible expansion joint with joint LS 1 $50,000.00 $50,000.00 Yes bonding;6-inch,316 stainless steel pipe;3-Inch,PVC pipe;excavation;Imported backf ll;compaction;and all required appurtenances. Par Plans and Specifications,furnish all labor,materials and equipment necessary,and construct 6-Inch AW WA C900 DR 14 PVC sewer 19 19 force main,including all fittings;thrust blocks,cathodic protection;connection to discharge manhole',and Sancon rehabilitation of MH LS 1 560,000.00 $60,000.00 Yes '..1583. 20 20 Per Plans and Specifications,furnish all labor,materials and equipment necessary to coordinate with Southern California Gas Company, LS 1 $20,000.00 $20,000.00 Yes and construct permanent natural gas service to the new McFadden Lift Station site. PlanetBids.Inc. City of Huntington Beach Page 3 of 4 McFadden Sewer Lift Station Replacement(CC-1610).bidding on 12115/2021 10-00 AM(PST) Printed 01!032022 Per Plans and Specifications,furnish all labor,materials,and equipment necessary and install 30 kW natural gas fuel emergency generator 21 21 set in a sound attenuated enclosure,including all conduits,wires,pipes,fittings,valves,controls,reinforced concrete base,2-inch tape LS 1 $100,000.00 $100,000.00 Yes mapped steel pipe from the meter service meter to the generator,8"CMU enclosure with wall spikes,and all appurtenances. 22 22 Per Plans and Specifications,furnish all labor,materials,equipment necessary to furnish and Install site electrical and instrumentation LS 1 $370,000.00 $370,000.00 Yes systems;including conductors,raceway,switches,lights,receptacles,level transducers,float switches,and all required appurtenances. Per Plans and Specifications,furnish all labor,materials and equipment necessary and install 316 stainless steel,NEMA 4X transfer switch 23 23 enclosure,including automatic transfer switch with manual bypass,double throw manual transfer switch,portable generator receptacle; LS 1 $100,000.00 $100,000.00 Yes coordination with SCE to provide electrical service to site;4-Inch conduit with pufl-rope for SCE conductor,100 amp main switchboard; concrete pads for electrical equipment;and all required appurtenances;complete and In place,with all required appurtenances. Par Plans and Specifications,furnish all labor,materials and equipment necessary and install pump control panel and PLC panel and 24 24 appurtenances,as well as mounting those panels to a reinforced concrete base. LS i $100,000.00 $t OD,000.00 Yes 25 25 Per Plans and Specifications,furnish all labor,material and equipment necessary,and conduct lift station start up and testing to full LS 1 S25,000.00 $25,000.00 Yes satisfaction of the City of Huntington Beach. Per Plans and Specifications,furnish all labor,materials and equipment necessary,and demolish existing City of Huntington Beach McFadden Sewer Lift Station,including removal,handling,and proper disposal of lead-based paint,removal and proper disposal of all equipment within the existing Lift Station;coordination and removal of SCE service meter,main disconnect,and manual transfer switch, 26 26 and delivery of salvaged equipment to City Yard;cleaning,lining,and rechanneling of the wet well;removal of the top 8-feet of the dry well LS 1 $40,000.00 $40,000.00 Yes structure;backfdling of remaining dry well with Class 100-E-100 slurry;re-channelizing and interior coating of an existing Influent manhole,filling of existing to be abandoned pipes with low strength slurry mix;backfilling of the excavation with approved materials;and all appurtenant work. Per Plans and Specifications furnish all labor,materials and equipment necessary,to restore and construct concrete curb,gutter,driveway, 27 27 local depressions,sidewalk,and ramps to pre-construction comiltion,and construction of new concrete pad around the wet well,valve SF 2940 $35.00 $102,900.00 Yes vault,and meter vault. Per Plans and Specifications,furnish all labor,materials,and equipment necessary to restore and construct the landscape and irrigation 28 28 system to pre-construction condition,the installation of two trees for every tree removed,and the installation of shrubs along Dawson Lane LS 1 $25,000.00 $25,000.00 Yes for screening. Per Plans and Specifications,furnish all labor,materials,and equipment necessary to remove and full depth replace existing disturbed aggregate base(AB),sawcut remove and full depth replace existing disturbed asphalt concrete(AC),within the Dawson Lane and 29 29A McFadden Ave(6"AC over 10"AS).Work also includes removal and replacement of all Impacted pavement and curb markings,striping, SF 8570 $3D.DD $257,100.00 Yes' and adjustment of existing boxes,manholes,valve cans to grade,in Dawson Larne and McFadden Avenue. Per Plans and Specifications,furnish all labor,materials,and equipment necessary to provide a 2-inch asphalt cement grind,and provide a €30 298 2-Inch asphalt cement cap within the Dawson Lane and McFadden Ave.Work also includes removal and replacement of all Impacted SF 7770 $10.00 $77,700.00 Yes pavement and curb markings,striping,and adjustment of existing boxes,manholes,valve cans to grade,In Dawson Lane and McFadden Avenue. Per Plans and Specifications,furnish all labor,materials,and equipment necessary to provide the services of a California Registered 31 30 LS 1 $70,000.00 $70,000.00 Yes Professional Land Surveyor,with experience in all elements of the project,for the replacement of survey monuments. Planetl3ds,Inc. City of Huntington Beach Page 4 of 4 McFadden Sewer Lift Station Replacement(CC-16101,bidding on 12/152021 10:00 AM(PST) Printed 01/03/2022 Section Title _.. Line Total Sheetl $4,695,200.00 Grand Total $4,695,200.00 PlanetBids.Inc. =0AIA DocumentTM -A310 2010 Bid Bond Bid Bond No:N/A CONTRACTOR: SURETY: UVanie. legal status and address) I;Vanle, hwal.stan;s and principal place ZUSSER COMPANY INC. o/busines.$)United Fire&Casualty Company 528 Palisades Drive Suite#504 PO BOX 73909 Los Angeles,CA 90272 CEDAR RAPIDS, IA 52407-3909This document has important legal consequences.Consuttation with OWNER: an attorney is encouraged with (Name,legal status and address) respect to its completion or City of Huntington Beach modification. 2000 Main Street Any singular reference to Huntington Beach, CA 92648 Contractor,Surety.Owner or BOND AMOUNT: Ten Percent of the Total Amount Bid(10%of Bid Amount) other party shall be considered plural where applicable. PROJECT: (,ame,location or address,and Project number, if any) McFadden Sewer Lift Station Replacement Project:CC No. 1610 Project Number,if any: The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves•their heirs,executors,administrators,successors and assigns,jointly and severally;as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such.bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in.the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the terns Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. 1"aum9101" When this Bond has been furnished to comply with a statutory or other legal requirement in the location of theK8,,pi Pan y any provision in this Bond conflicting with said statutory or legal requirement shalt be deemed deleted here tt4 and* �r'%�'••, provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. et110�ei'�QORAT . '�0�'. furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law- Signedbut . ? and cealed this 18th day of November 2021 P4 ZUSSER COMPA /Title oil r.•"��� 91te. Fire Casualty omp y (Seat) (K'itness) - ! Ire a Luong, tt me -in-Fact Init. AIA Document A310TM—2010.Copyright ra 1M.1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This AIA' Document is protected by U.S Copyright Law and International Treaties Unauthorized reproduction or distribution of this AIA'DocLmaat,or any portion of it,may result in severe civil and criminal penalties.and will be prosecuted to the maximum extent possible under !he law.This- document was created on 0127/2012 07.23:12 under the terms of AIA Documents-on-Demand-order no. 2001i997483.a,,is rwt for resets.This document is licensed by The American Institute of Architects for one-time use only.and may not be reproduced nine to Hs cmmntetion. 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 _NOV 18 Y021 before me, Christine Hoang Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Irene Luong 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. CHRISTINE HOANG I certify under PENALTY OF PERJURY under the laws of Nary Public California the State of Californiathat the foregoing Orange County g g paragraph is true Commission#2363281 and correct. ` My Comm.Expires Jun 29,2025 w \ Witness my hand and fficiat- e Signature )� Place Notary Seal Above Signature of Notary Rublic nstln_O Hoang 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 ana 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.- El Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner ❑Limited ❑General ❑ Partner ❑Limited❑General ❑ Attorney in Fact RIGHT THU'dEPRINT ❑ Attorney in Fact ❑ Trustee 0F SIGNER ❑ Trustee ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Inquiries: Surely Department UNITED FIRE&INDEMNITY COMPANY,WEBSTER,TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY,ROCKLIN,CA Cedar Rapids,LA 52401 ufg U(1 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company—See Certification) KNOW ALL PERSONS BY THESE PRESENTS,That United Fire&Casualty Company,a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company,a corporation duly organized and existing under the laws of the State of California(herein collectively called the Companies),and having their corporate headquarters in Cedar Rapids,State of Iowa,does make,constitute and appoint JAMES W. MOILANEN, YUNG T. MULLICK, P. AUSTIN NEFF, IRENE LUONG, EMILIE GEORGE, CHRISTINE HOANG, DANIELLE HANSON, EACH INDIVIDUALLY their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $15,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney,pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall expire the6t h day of July, 2022 unless sooner revoked by United Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. This Power of Attorney is trade and executed pursuant to and by authority of the following bylaw duly adopted on May 15,2013,by the Boards of Directors of United Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. "Article YI—Surety Bonds and Undertakings' Section 2,Appointment of Attomey-in-Fact. "The President or any Vice President,or any other officer of the Companies may,from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance,bonds,undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal,may be affixed by facsimile to any poker of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,when so used,being adopted by the Companies as the original signature of such officer and the original seal of the Companies,to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact,subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President,the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously i�'en ro any attorney-in-fact. IN WITNESS VJHERF.OF,the COMPANIES have each caused these presents to be signed by its ``; s'"++, -- ``�►N°'�o;;^,� ,�4�F�G vice president and its corporate seal to be hereto affixed this 6t h day of July, 2020 o!nRATE �_. aF OpRPOR^A. � rV'=VIULYR o UNITED FIRE&CASUALTY COMPANY UNITED FIRE&INDEMNITY COMPANY r ' "`.'� FINANCIAL PACIFIC INSURANCE COMPANY .16d inn it, iou,n State of Iowa,County of Linn,ss: Vice President On 6th day of July, 2020, before me personally came Dennis J. Richmann to me known,who being by me duly swom,did depose and say;that he resides in Cedar Rapids,State of Iowa;that he is a Vice President of tinted Fire & Casualty Company, a Vice President of United Fire& Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. Patti Waddell Iowa Notarial Seal t Commission number 713274 Notary Public W Commission Expires 10/2612022 My commission expires: 10/2612022 1,Mary A.Bertsch,Assistant Secretary of United Fire&Casualty Company and Assistant Secretary of United Fire&Indemnity Company,and Assistant Secretary of Financial Pacific Insurance Company,do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Section of the bylaws and resolutions of said Corporations asset forth in said Power of Attorney.with the ORIGINALS ON FILF,IN THF. HOME OFFICE OF SAID CORPORATIONS,and that the saute are correct transcript,thereof,and of the whole of the said orignals,and that the said Power of Attumej has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 18th day of November 20 21 Pr\NofMN�'i . NS0R7 '�. CORPO `CORPORATE � =�..2 � iULY 2P . S Bv: � StAL. SEAL i�•..; �r 2. � Assistant Secretary, ,,,nun,,,a0° OF&C&OF&1&FPIC BPOA0045 122017 No. 2416-6 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTI Y that,pursuant to the Insurance Code nfthe State of California, United Fire&Casualty Company (f Iowa, organi_ed under the laws of Iowa, subject to its Articles of Incorporation or other fundamental organi_alionul documents,is hereby authorized to transacr within,this State;subject to all prot•isiorzs ofthis Certificate, the.foilowing classes of insurance: Fire,Marine,Surety,Plate Glass,Liability,Workers'Compensation, Common Carrier Liability,Boiler and Machinery,Burglary, Sprinkler,Team and Vehicle,Automobile,and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation ofany,ofthe applicable laws and lawful requirements made under authority ofthe laws ofthe State ofCalifornto as long as such laws or requirements are in effect and applicable,and as such laws and requirements now are,or may hereafter be changed or amended IN 14ITNESS WHEREOF,effective as of the 16`h day of✓ut)•,2014. /have hereunto set no;hand and caused my official seal to be gfrsed this 16```day of July, 3014. Dave Jones tnJuranee Commissioner BY / Susan J.Stapp for Nettie Hoge Chref'DaPvrY NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authorty.Failure to do so will be a violation of insurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. Zusser Company Inc. 528 Palisades Dr•504 Los Angeles,CA 90272 310-230-6808 ✓✓ �o �/oT oPEi� fro✓:eC-f,. 10- Q 7' 7d a-171- City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Fe.%.:190g" Office of the City Clerk Robin Estanislau, City Clerk May 17, 2022 Canyon Springs Enterprises dba RSH Construction Services 3883 Wentworth Drive Hemet, CA 92545 RE: McFadden Sewer Lift Station Replacement—CC No. 1610 Enclosed please find your original bid bond for CC No. 1610 Sincerely, �&�dn4d� Robin Estanislau, CIVIC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand Bid Bond Bid Bond Number.CSBA-19193 CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) Canyon Springs Enterprises dba RSH Construction Services Arch Insurance Company 3883 Wentworth Drive 865 South Figueroa Street,Suite 2700 Hemet,CA 92545 Los Angeles,CA 90017 This document has important legal OWNER: consequences.Consultation with (Name,legal status and address) City of Huntington Beach An attorney is encouraged with respect its completion or modification. 2000 Main Street Any singular reference Huntington Beach,CA 92648 Contractor,Surety,Owner or other party shall be considered Plural where applicable. BOND AMOUNT: Ten Percent(10%)of Amount Bid PROJECT:McFadden Sewer Lift Station Replacement Project CC No. 1610 Project Number,if any: The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractors bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted here from and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 11th day of November.2021 Canyon S12 i g5 Enterprises dba RSH Construction Services (Principal) (Seal) fitness)/ � +�'t (I itle;150,n,a (/f J ) Pft S 1, Arch Insurance Company (Surety) (Seal) (Witness) Melissa Ann Vaccaro ztle)Arturo Ayala,Attor -Fact By arrangement with the American Institute of Architects, the National Association of Surety Bond Producers(NASBP)(www.nasbg.or�)makes this form document available to.its members,affiliates,and associates in Microsoft Word format for use in the regular course of surety business.NASBP vouches that t the original text of this document conforms exactly to the text in AIA Document A310-2010, Bid Bond. Subsequent modifications may be made to the original text of this document by users,so careful review of its wording and consultation with an attorney are encouraged before its completion, execution or acceptance. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On 11/11/2021 before me, Melissa Ann Vaccaro Notary Public (insert name and title of the officer) personally appeared Arturo Ayala 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. %my MELISSA ANN VACCARO COMM.#2241394Notary Public-California ORANGE COUNTY a Comm.Expires May 12,2022 Si nature _,(,. �� GCC(yyD' (Seal) 9 Melissa Ann Vaccaro Bond No. CSBA-19193 AIC 0000352916 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. Not valid for Note,Loan,Letter of Credit,Currency Rate,Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company,a corporation organized and existing under the laws of the State of Missouri,having its principal administrative office in Jersey City, New Jersey(hereinafter referred to as the"Company")does hereby appoint: Ben Stung,Michael D.Stung and R.Nappi of Riverside,CA(EACH) Arturo Ayala,Daniel Huckabay,Dwight Reilly,Frank Morones and Shaunna Rozelle Ostrom of Orange,CA(EACH) its true and lawful Attomey(s)in-Fact,to make,execute,seal,and deliver from the date of issuance of this power for and on its behalf as surety,and as its act and deed: Any and all bonds,undertakings,recognizances and other surety obligations,in the penal sum not exceeding Ninety Million Dollars($90,000,000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds,undertakings,recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes,as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City,New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on December 10,2020,true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED,That the Chairman of the Board,the President,or the Executive Vice President,or any Senior Vice President,of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them subject to the limitations set forth in their respective powers of attorney,to execute on behalf of the Company,and attach the seal of the Company thereto,bonds,undertakings,recognizances and other surety obligations obligatory in the nature thereof,and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed,sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on December 10,2020: VOTED,That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division,or their appointees designated in writing and filed with the Secretary,and the signature of the Secretary,the seal of the Company,and certifications by the Secretary,may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on December 10,2020, and any such power so executed,sealed and certified with respect to any bond or undertaking to which it is attached,shall continue to be valid and binding upon the Company.In Testimony Whereof,the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers,this 29'day of September,2021. Attested and Certified � a�y Arch Insurance Company J A . 14T1 Regan�<.Shulman,Secretary Stephen C.Ruschak,Executive Vice President STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS M(i01�r 1,Michele Tripodi,a Notary Public,do hereby certify that Regan A.Shulman and Stephen C.Ruschak personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri,subscribed to the foregoing instrument,appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. � NbUt "FAY Mich a llvipodi,Notary Public 31a My commission expires 07/31/2025 (prydi 661AP6lr Et6Q622 CERTIFICATION I,Regan A.Shulman,Secretary of the Arch Insurance Company,do hereby certify that the attached Power of Attorney dated September 29,2021 on behalf of the person(s)as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate;and I do further certify that the said Stephen C.Ruschak,who executed the Power of Attorney as Executive Vice President,was on the date of execution ofthe attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. I Ithd November IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this ay of 20 21 Re A.Shulman,Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance—Surety Division CLAM-AAH 3 Parkway,Suite 1500 {} SEu Philadelphia,PA 19102 1471 To verify the authenticity of this Power of Attorney,please contact Arch Insurance Company at SuretyAuthentic@archinsurance.com Please refer to the above named Attorney-in-Fart and the details of the bond to which the power is attached. AICPOA040120 Printed in U.S.A. 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 County of.:QVerS1de, } On Z before me, t b G ate Here Insert Name an Title of the fficer personally appeared Names)of Signers) who proved to me on the basis of satisfactory evidence to be the personA whose nameMo/are subscribed to the within instrument and acknowledged to-me that'/she/they executed the same ina/her/their authorized capacity(and that by /her/their signature on the instrument the persono, or the-entity upon behalf of which the persono acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. CHRISTINE PETERSON ' \N0C3ry rside CountyCalifo nia WITNESS my hand and official_seal. RWe \\�.�1-T_".,�/` Commission 7 2283768 -, vv Corr.Ezoires Apr 24,2023 (Is- - Signature _ Place 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: NumberofPages Signers)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 o Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: 02019 National Notary Association CANYON SPRINGS ENTERPRISES DBA RSH CONSTRUCTION Po BOX 2810 HEMET,CA 92546-2810 tvt kjo w ,, t,,,yoccl- cc E1 joed io wouoq o 5 � a n BCDHA CA 92W �YCE9 BU SENDER Trs us To PUBLIC WORKS-LILI HERNANDEZ CITY OF HUNTINGTON BEACH Q 2000 MAIN STREET HUNTINGTON BEACH CA 92648 VVW,374-5386 REF.E-5140 BID BOND 1IPNNO._ DEPT Ill lllllllllllllllllnlllll llll�lllllll�lllnillllllllllll k Feaz. ' s THU-02 DEC 11:30A .9 bi PRIORITY OVERNIGHT 01 7753 5662 8501 92648 WZ APVA cA.uS SNA MCI n -il? wa.�l��f 01 D oi�e - N o ix]x3Po j io do 6i V • 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 May 17, 2022 Pacific Hydrotech Corporation 314 E. 3Id Street Perris, CA 92570 RE: McFadden Sewer Lift Station Replacement—CC No. 1610 Enclosed please find your original bid bond for CC No. 1610. Sincerely, Robin Estanislau, CIVIC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Pacific Hvdrotech Corporation 314 East 3rd Street Perris CA 92570 as Principal, hereinafter called the Principal, and Liberty Mutual Insurance Company 790 The City Drive South, Suite 200, Orange, CA 92868 a corporation duly organized under the laws of the State of MA as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach 2000 Main Street, Huntington Beach, CA 92648 as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid Dollars ($ 10% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for CC No. 1610-McFADDEN SEWER LIFT STATION REPLACEMENT PROJECT NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 29th day of November 2021 Pacific H drotech Corporation % (Principal) (Seat) (witness) KRIGTINc LEW BY: JUNt AZ (Tide) 1 Libert utual Insurance Company ' ! V" (Surety) (Seat) Maria Guise (Witness) B : Atto yO-Fact Lawrence F. McMahon (Tide) AIA DOCUMENT A310 a BID BOND•AIA•FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 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 9 of San Diego On November 29, 2021 before me, Maria Guise Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Lawrence F. McMahon Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(4b whose name(/] is/#f# subscribed to the within instrument and acknowledged to me that he/ftl(Yl y executed the same in his/fI#t/)ffi )t authorized capacityq#Q, and that by his/ft&j#W signature(Q on the instrument the person(W, or the entity upon behalf of which the person(* acted, executed the instrument. MARIA GUISE E COMMISSION#2283717 3 1 certify under PENALTY OF PERJURY under the laws of E = q' Notary Public-California 3 the State of California that the foregoing paragraph is true 11 ORANGE dj. cop and correct.My Comm.Expires Apr.y.14 14,2023 Witness my hand and icial seal. Signature K". Place Notary Seal Above Signature of Notary Public Maria Guise 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 0 Attorney in Fact RIGHT THUMBPRINT ❑ Attorney in Fact RIGHTTHUMBPRlNT ❑ 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: Surety Company This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8204402-024019 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Dale G. Harshaw;Geoffrey Shelton;Janice Martin;John R.Qualin;Lawrence F.McMahon;Minna Huovila;Sarah Myers;Tara Bacon all of the city of San Diego state of CA each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance 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 22nd day of October , 2020 Liberty Mutual Insurance Company INSU,p �tY INSU %Nsuq The Ohio Casualty Insurance Company P°oaPORvrgyp yJP°ORPO^kr�y oix,0 qyc, West American Insurance Company 3 Fo m 1912 0 0 1919 s 1991 0 rn rv %� yZ �. O a 3 a) o dV1 SSA CHUS�.aL 0HAMPS�`,aD3' '!S �NDIANr ,aa r U By: �p _m David M.Carey,Assistant Secretary w ro State of PENNSYLVANIA ss at rn County of MONTGOMERY o �, 4v 3 On this 22nd day of October 2020 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance L) a�i m 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 0) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer.CU Q "o rn 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. ; � ' dO 0 Pas 1p'MONWF TF� COMMONWEALTH OF PENNSYLVANIAdo A= fuQ o`A A<� Ir Notarial Seal lv.@ D a) U OF 1 Teresa Paslella,Notary Public O a) Upper MerionTwp.,Montgomery County By: N 2SYLNPa\�G My Commission Expires March 28,2021 Teresa Pastella,Notary Public Q O Cn OT �V Member,Pennsylvania Association of Notaries O O @ Aqy `N w 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 a)Do 0-S� Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: a CINI 00 m ARTICLE IV—OFFICERS:Section 12.Power of Attorney. o 0 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the a 0 President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety > C any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall c Co o 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 executed,such �o y Z L) 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 afci 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. Li Q ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 29th day of November , 2021 P�1NSUb P�IH INS& d 1NSU'D J 3°o�PORyroynto �Jro°avoR,yT�yn �Prtx0 or�ro/y� n ... 1912 021919Wo a 1991 0 By: d�19sSgOHU`'�rda �0�1'h P'AMPgA �s vNDIAN -da3 Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 8/20 i 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 County of RIVERSIDE On December 2, 2021 before me, KRISTINE LEW, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared JUNE DIAZ 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. *my KRiSTINE LEW I certify under PENALTY OF PERJURY under the Notary Public-California laws of the State of California that the foregoing Riverside CountyCommission k 2314071 paragraph is true and correct. Comm.Expires Dec 25,2023 WITNESS my hand and official seal. Signa Cure Place Notary Seal and/or Stamp Above *ignat f 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 Document Date: November 29, 2021 NumberofPages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: JUNE DIAZ Signer's Name: )(Corporate Officer—Title(s): CFO ❑ 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: PACIFIC HYDRO TECH CORPORATION P 02018 National Notary Association .o-,n � a"r tYyq }�.inr'�gg-0s& I? `3, P4d > a,k.�V7i<�r, , ,W �,.����4'��{, §s• s{3T+r�fi`i- �a� � � +�T �,z„':;. 6�� y��7 � � r '4r.. 1,ieda .ara � h.are p1'�}J�y�a,� .c d ,r.3 .�,As, ��'^a•t,�1kj4S+�"'�i '*yyyo'�� �ri qy^ "' �*��� �� �r:z� -•«��1{,,,�` ��� q 3* Y N,41 i .• � F'a"Tt �A C R�`";l,�� � �,� T X °#a u'�e "' PACIFIC ♦ • • • at k �� v�Y's ✓ x z K nrt�a f 314 E. r d1r r{ px jm y �3 n at,A da; • STREET PERRIS, CA • ?K a'' I► Alt • s' d a' t a f h! J a °r�;�iSn 3 }n it d rya x a e 5 1 k s Sk''3,s•a rs• �. € L i + x"Y s to a f. jaae 'h ary,y3,§ a�-s I �3� / 12 JJ� I 'TVAI ♦ � � r,{9 F ,u �yy/ #Y^r'� Y h £ ''Wi$r€x4 5 St{� i3 v;,d 'a ' / • o WK a /::q I/ 0 AT 10:00 AM rtv i d �}•t"� i3L C�`Ir '�d�B't�+�t tK 1.� 7 �s y t x ;a � �,�ab'����{fig Y;h r a "' �dx �{ i A�'Y a ztF�'i�Y�A 7 }i t � ,,• '+s � �,, a�a's��'�'. � r Pr ry � � � �'i; z F §� Ufa• �,�¢,is � ,, a �r'Y � � ��y i i ssa x s ,ta�f«4sr .�4+rifi,s �f Dn ,s £ �veg#f�;r tY" a 4xrs <�+�{ !'err arp � 'Y% y « Jr y & sx } °A� } � slow hy k . 351 -{t� f�� ;fl flar�S^r i1•�'� "(; 7� '�f�i* { 14 {" � ,a��'a�°,'�'� �,���•'�� �` �� � � ��may°" 3 t{t"a}Xu4 I TO REUSE:Cover or mark through any previous shipping information. Align top of FodEx Express Shipping labeP here. ORIGIN ID:ONTA (951)943-8803 SHIP DATE:03DEC21 MEZTLY RAMIREZ ACTWGT:1.00 LB PACIFIC HYDROTECH CORP CAD:114592573/INET4400 314 E.3RD ST PERRIS,CA 92570 BILL SENDER UNR D STATF$US To LILI HERNANDEZ-PUBLIC WORKS OFFICE CITY OF HUNTINGTON BEACH 2000 MAIN ST 0 HUNTINGTON BEACH CA 92648 (714)374-5386 REF.MCFPDDEN SEWER LIFT 1610 9� pD DEPT: - � IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII Fed2n. Etpre 1� ♦yij d I I ' x W LL MON-06 DEC 11:30A TRK# PRIORITY OVERNIGHT The World on TIme. D2D1 7753 8fi0fi 1850 92648 CA-us SNA WZ APVA A N N N sere. _,corn fnr chails on our privacy practices. 171604 8/18 BP