Loading...
HomeMy WebLinkAboutLincoln Pacific Builders, Inc. - 2009-12-21.n"e"Ir.rf'A«.+-...,.'�+✓•v^.erµ..w:e-...,.vr.n..-.wuv.r..u-uvA'ume1""+"..:-+n+n'n-/`.—^v-.J'-�v�.v_-. �{ ry ���?.-../v'(1-r�.. ', .:'v.r r-r• r -.. -�: -./. ' ✓ 1 tom- i +"ti.:-��-U\/..4nv+f=...1 .,.r�.m...- 'N'w-.. '1.t_ �,�,�v..n^.+.. r rvT'�N^ `�....,]uy4^,i.t-✓''.- v J RECEIVED BY,, CLERK RECEIPT COPY ¢ ~' Return DUPLICATE to rt't ' 1, L �4 'fit City Clerk's Office (Name) l after signing/dating a �liRho } (Date) CITY OF HUNTINGTON BEACH y INTERDEPARTMENTAL COMMUNICATION TO: Shari Freidenrich, City Treasurer FROM: ( % "% (_-"y'�✓ -C .' DATE: SUBJECT: Bond Acceptance I have received the bonds for Faithful Performance Bond No. Labor and Material Bond No. Monument Bond No. Maintenance Bond No. Guarantee and Warranty Bond No. Re: Tract No. CC No. ,14-� 1j /3 MSC No. Approved pp (Council Approval Date) Agenda Item No. City Clerk Vault No. #27 g1followup/bondletter.doc FROM: David Verone, Contact Administrator; / DATE: October 4, 2010 SUBJECT: Retention Release Payment Company Name: Lincoln Pacific Builder Inc. Address: 4501 Littlejohn Street City, State and Zip Code: Baldwin Park, CA 91706 Phone Number: (626) 960-7738 Business License Number:A276148 Local Address: N/A Notice of Completion Date:7/21/10 Contract Purpose: Retention Release for CC 1213, Traffic Signal Installation, Newland at Hamiliton The conformed copy of the Notice of Completion for the above contract has been fled. The thirty-five (35) day waiting period has elapsed or will elapse before payment is made. Processing of the full retention payment is recommended so long as no stop notices or outstanding invoices are on file with the City. If any stop notices have not been cleared, then processing of partial retention is recommended with the retention of one hundred and fifty percent of the stop notice(s) amount and with no outstanding invoices on file with the City. I certify that no notices are on file on the subject at this time. Date fi raves. ns, Director of Publi y Company GrWlqfi#wlxW Rating I certify that there are no outstanding invoices on file. / o --7-1 Date City I reasurer I certify that no notices are on file on the subject contract, and that a guaranty bond has been filed with this office. _ / Date retention release memo REV 2-2009 Aoc 10/412010 9:37.00 AM Certification of Compliance with Title VH of the Civil Rights Act and Equal Employment Opportunity Act of 1972 To: City of Huntington Beach Departmegt of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Title V11 of the Civil Rights Act and Equal Employment Opportunity Act of 1972 Contract: (1117 r-/ Project: - L , ) . The undersigned contractor on the above -referenced project ("Project") hereby certifies that it has complied with Title VU of the Civil Rights Act, the Equal Opportunity Act of 1972 and Executive Order 11246, and has not discriminated against any employee or applicant for employment because of race, creed, color, sex, national origin, age or disability. The undersigned contractor also certifies that it has not maintained any segregated facilities at its establishments on the basis of race, creed, color, sex, national origin, age or disability (with the exception of access for the disabled). I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this "� day of , 20at � �n� California. (7�pe LO-A Name] Title] 41R T� a~ n LttjtoLof Ctf* ` C.�IL) 3 � up 245M.1 Certification of Compliance with Prevailing Wage Laws To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Prevailing Wage Laws Contract: C C l �_ f -2, Project: roS 1 4L_L__ The undersigned contractor on the above -referenced project ("Project") hereby certifies that all laborers, mechanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor perforating work under the contract for the Project have been paid pursuant to the minimum wage and bona fide fringe benefit -requirements specified for each particular classification of work, as set forth in the wage -rate, determinations of the State of Californ_ ia, Department of Industrial Relations, and/or the United States Department of Labor. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this o2 G/ day of , 20 %0 at California. (Type Contractor Name) 2475411 I, l JAI g2A CJ-? 6n1 ,Cr--* a F L4 dc, cA , state and certify that: (Name of Declarant) fkd - (C . 1. UNOM PACM BURR° OO is the general contractor to the City of Huntington Beach ("City") on Contract No. (-k—v /;:2- /S (the "Contract") for the construction of the public work of improvement entitled: (the "Project"). 2. All work to be performed pursuant to the Contract has been completed in accordance with the Contract Documents (as such term is defined in the Contract). 3. Except for the claims listed.below and the disputed claims listed in paragraph five (5), all persons supplying labor, services, materials and equipment to the Project, including all claims against the Contractor arising from the performance of the Contract, have been paid and satisfied (list unpaid debts and claims; if none, write "NONE"): 4. Attached hereto are the lien waivers required by the Contract Documents, which lien waivers have been executed by all persons who performed work on or supplied labor, services, materials, and/or equipment for use at the Project. S. Set forth below is a list of disputed claims or claims that are the subject of a Notice to Withhold filed pursuant to the Civil Code of the State of California (list all disputed claims; if none, write "NONE"): I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed at SA&,t> APPROVED AS TO FORM on this � day of &&S-T , 20 to . ignature of Declarant) L--J&0L4J Ck4ev, CC-0 By. r q1-7�. ..0 3• Za-OQ Nance: [Type Name) Title: [Type Title] 24S4f4.t CONSENT OF SURETY OWNER TO FINAL PAYMENT ARCHITECT AIA DOCUMENT G707 CONTRACTOR SURETY (Instructions on reverse side) OTHER PROJECT: TRAFFIC SIGNAL INSTALLATION AT HAMILTON AVE. AND NEWLAND ST. CC-1213 TO: OWNER/CONTRACTOR: (Name and address) CITY OF HUNTINGTON BEACH 2000 MAIN STREET HUNTINGTON BEACH, CA 92648 CONTRACT FOR: $ 91,175.31 BOND NUMBER. 4-029-683 CONTRACT DA1 E: / / In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety ) THE OHIO CASUALTY INSURANCE COMPANY 9920 PACIFIC HEIGHTS BLVD. SUITE 425 SAN DIEGO, CA 92121 SURETY, on bond of (here insert name and address of Contractor) LINCOLN PACIFIC BUILDERS, INC. 4501 LITTLEJOHN STREET BALDWIN PARK, CA 91706 'CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) CITY OF HUNTINGTON BEACH 2000 MAIN STREET OWNER, HUNTINGTON BEACH, CA 92648 as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 19th day of August, 2010. (Insert in writing the month following by the numeric date and year) THE OHIO CASMALTY I URANC COMPANY Surety C pany Attest: Seal Signature of/ orized Rep esentative YUNG T. M CLICK Title: ttorney=sn-fact AIA DOCUMENT G707 CONSENT OF SURETY COMPANY TO FINAL PAYMENT 1464 EDITION AIAO 7(one Page © THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., NW U1011,10MY 11114111CINIAU State of California County of Orange } On August 19, 2010 before me, Peter Austin Neff, Notary Public (insert name and title of the officer) personally appeared Yuny, T. Mullick who proved to me on the basis of satisfactory evidence to be the person(t) whose name(z) is/am subscribed to the within instrument and acknowledged to me that hebsbekkn executed the same in hiskx�d&jek authorized capacity( , and that by hishmx6tbt signature(&) on the instrument the person(s), or the entity upon behalf of which the person(g) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is t -ue and correct. �yeA' of>yp PETER AUSTIN NEFF WITNESS my hand and official seal. c� 8� COMM. # 1799389 %U x NOTARY pU&V,,AJFORNIA W v ORANGE COUNTY N My C= ExpUrs RAY 21, 2012 Signature (Seal) I MIJ FUWLK OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED. BACKGROUND. CERTiFIED"COPY OF POWER OF,ATTORNEY, THE OHIO-CASUALTY INSURANCE"COMPANY No „42 378- . Know All Men byTheses Presents: That THEOHIO CASUALTYINSURANCE COMPANY, an Ohio Corporation, =pursuant to the - authority. granted by Article IIi, Section 9 of the Code of Regulations,and:By-Laws of -_said Company, does hereby nominate, constitute and appoint: _ `James W. Moihmen , Yung.-T._Mullick,"Jennifer C.-Giboney, Austin P.-Neff or Christine _T. H'oang of -Mission Viejo; California its true and. .1awfd agent (s) and attorney (-s)in-fact, _to make; :execute, seal and deliver for and,on its behalf -as"surety-_and as itsactand deed anyandBONDS, 'UNDERTAKINGS, -and RECOGNIZANCES,._not exceeding in any single_=mstapce;TWENTY MILLION,($20,000,000.00) Dollars, excluding, -- however any bond(s) or unde}taking(s) guaranteeing the payment of notes and, interest; thereon-.: ,And the execution of such bonds or undertakings in pursuance of these presents;, shall be as binding upon said Company, as fully _and amply; -to all, ; - intents and purposes, as if they had been,duly, and acknowledged by the regularly elected officers of theCompanyat its -'office in Fairfield, • Ohio, in their own proper,persons. The-authority,granted herennder"supersedes any previous authority heretofore"granted the above -named attorney(s)-in fact. In WITNESS WHEREOF, the undersigned officer, of the said The Olio Casualty Insurance Company has hereunto subscribed his. - - name and affixed the Corporate Seal of the said Tlie Ohio Casualty Insurance Company this ,I3th day off May, 2009./j�/ N o CL Mark E. Schmidt, Assistant Secretary - `. STATE OF OHIO; - °y U) COUNTY OF BUTLER C d Q C - On this 13th day of -May, 2009 before the subscriber, a Notary Public of the State of Ohio, in for the County of Butler, commissioned and .0 c _ -duly .qualified, came Mark E. Schmidt, Assistant Secretary _oE"THE-OHIO.CASUALTY-;INSURANCE COMPANY; to me personally known to be the _ individual -and officer described in, and who executed -the preceding instrument, andhe acknowledged the execution of the same, and being by me p dulysworndeposes and says,'thaf,he is the officer, of the Company aforesaid, -and that the seal affixed to"the preceding instrumentisthe Corporate v H V Seal of said Company, and the said Corporate Seal and his signature as officer were d'ul affixed and subscribed to the said instrument by the authority, >M o and directionof the said Corporation: d LU - -� > IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal at the City of Hamilton, State of Ohio, the d_ay and year first ,� p E CL above written. O M . — Q _ Notary Public in and -for County of Butler, State of Ohio My Commission expires _August 17, 2013. _ O off;; = a-�. This power of attorney is granted under and by'authority of Article III, Section 9 of -the Code of Regulations and By -Laws of The Ohio Casualty Ga +� Insurance Company, extracts from which read: _ �Q a) t4 a)py Article 111, Section 9.. Appointment of Attorneys -in -Fact. - The Chairman of the Board, -the. President, an Vice -resident, the ecreta PSr yorany �- 0 tM �. Assistant Secretary of the corporation -shall be and ;is hereby -vested, with, full power and authority to appoint attorneys -in -fact for the purpose of � 0 C signing the name of the corporation as surety to, and to execute, attach the_seal.of the corporation to, acknowledge and deliver any and all bonds, - d recognizances, stipulations, undertakings- or other instrumentsof suretyship and policies of insurance to be given in .favor of any individual, finn, 3 corporation, partnership, limited liability company or other entity, or the official representative thereof, or to any county or state, or' any official board __ 4 -16- or boards of any county or state, or=the United States ofAmerica or any agency- thereof, or to any other political subdivision thereof ty V 1 1 1 I` � T . cc -r =This instrument is signed and sealedas authorized by the following resolution adopted by the Boards of Directors of the Companies_ on October 21, E CO) > N- j 2004:. RESOLVED, That the signature of any officer of the Company authorized under Article`111, Section 9 of its Code of -Regulations and By-laws 0�0. V - and the Company.scal may be affixed by facsimile to any power of attomey<'or copy-thc thereof issued on behalf of the Company to make, execute, seal_ V r and deliver for and, on its behalf as surety any and all bonds, undertakings- or other written obligations in the nature thereof;- toprescribetheir moLO - respective duties And the respective hinits, of their author ty;:-and to revoke anysuch'appointment- Such signatures and seat are hereby adopted by the -Company-as original signatures" mdseal and shall, -with respect to any bond, undertaking or other written obligations in the iaturethereof to which it: is attached, be valid and binding upon the Company with:the' same force and effect as though manually affixed. CERTIFICATE I, the undersigned Assistant; Secretaryof The Ohio Casualty insurance Company'; do hereby_ certify -that the 'foregoing power of attorney, the _ referenced By -Laws of the Company and the above resolution of its Board of Directors are true and correct copies_ and are_in full force and effect on this date: IN WITNESS WHEREOF,.1 have hereunto set rnY P hand and the seal of the an Y day this 19TH dof - AUGUST;" 2010 A:D.;" " JJ (y q9 'j jo � � r i - - - - - - - - - _ - - - Assistant Secretary RECEIVED BY: (Name) (Date) TO: Shari Freidenrich, City Treasurer FROM: DATE: D lo /w-) SUBJECT: Bond Acceptance have received the bonds for Faithful Performance Bond No. Labor and Material Bond No. Monument Bond No. Maintenance Bond No. Guarantee and Warranty Bond No. Re: Tract No. CC No. MSC No. Approved j Counci Approval Dat Agenda Item No. City Clerk Vault No. CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating #27 glfollowup/bondletter.doc BOND N0.�4-029-683 ` BUND PREMIUM INCLUDED IN PERFORMANCE BOND COST BOND ISSUED IN A SINGLE COPY Libe,ty The Ohio Casualty Insurance Company mUtUilm 9450 Seward Road, Fairfield, Ohio 45014 MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS, that we, LINCOLN PACIFIC BUILDERS, INC. as Principal, and The Ohio Casualty Insurance Company as Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called the Obligee), in the penal sum of NINETY ONE THOUSAND ONE HUNDRED SEVENTY FIVE AND 31/100 Dollars $ 91,175.31 for the payment of which, well and truly to be made, we do hereby bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Dated: AUGUST 19, 2010 WHEREAS, the said Principal has heretofore entered into a contract with the Obligee for TRAFFIC SIGNAL INSTALLATION AT HAMILTON AVE_ AND NEWLAND ST.; CC-1213 and, WHEREAS, the work called for under said contract has now been completed and accepted by said Obligee; NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall for a period of ONE (1) years from and after the date of the completion of the contract indemnify the Obligee against any loss or damage directly arising by reason of any defect in the material or workmanship that may be discovered within the period aforesaid, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that in the event of any default on the part of the Principal, written statement of the particular facts showing such default and the date thereof shall be delivered to the Surety by registered mail, at its home office in the city of Hamilton, Ohio, promptly and in any event within ten (10) days after the Obligee or his representative shall learn of such default; and that no claim, suit or action by reason of any default of the Principal shall be brought hereunder after the expiration of thirty days from the end of the maintenance period as herein set forth. LINCOLN P k L IN COL-W Gain I f.-v S-1 (Principal) IS a OFFICIAL CALIFORNIA NOTARIAL CERTIFICATE OF ACKNOWLEDGEMENT State of California ) County of Los Angeles ) On August 20, 2010 before me, David A. Taft, Notary Public personally appeared Lincoln Chan 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. DAVID A. TAFT rLOAWITNESS m hand and official seal. NotaryCommPublsionic # tBz Y Notary Public • Californiaifarnii Riverside County My Comm. Ex Tres Feb 112014 Signature (Notary Seal) Additional Information DOCUMENT INFORMATION Title or Description of Document Maintenance Bond Document Date August 19, 2010 Number of Pages 1 TYPE OF IDENTIFICATION ❑ Personal Knowledge of the Notary Public ® Satisfactory Evidence — Identification Card ❑ One Credible Witness Acknowledging Identity of Principal ❑ Two Credible Witnesses Acknowledging Identity of Principal ACKNOWLEDGMENT State of California County of Orange ) On August 19, 2010 before me, Peter Austin Neff, Notary Public (insert name and title of the officer) personally appeared Yuny- T. Mullick who proved to me on the basis of satisfactory evidence to be the person($) whose name(:) is1aft& subscribed to the within instrument and acknowledged to me that he/a9mcbM executed the same in hisi ek authorized capacity(*, and that by hisham( bmk signature(s) on the instrument the person(6), or the entity upon behalf of which the person(j6) acted, executed the instrument. i certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature sQPryg PETER AUSTIN NEFF N ° COMM, 01799389 M a► NOTARY RRI.IGCAIJFORNIA N ORANGE COUNTY�N (Seal) o� Notary Public in and for County of Butler, State of,Ohi,o 0D 9 My Commission expires August 17, 2013. O- . E tC This power of attorney is granted under and by authority of Article III, Section 9 of the Code of Regulations and By -Laws of The Ohio Casualty d Insurance Company, extracts from which read: M (A Artiele III, Section 9. Appointment of Attomeys-in-Fact The Chairman of the Board, the President, any Vice -President, the Secretary or any M4) Assistant Secretary ofthecorporation shall be and is hereby .vested with full power and authority to appoint attorneys -in -fact for the,purpose of 0 signing the Warne of the corporation as surety to, and to execute, attach the seal of the corporation to, ac_kiiowledge and deliver any and all bonds, E recognizances, stipulations, undertakings'.or other instruments of suretyship and policies of insurance to be given in favor of any individual, firm, corporation partnership;" limited" liability company or other entity; or the officialrepresentativethereof, or to any county or state, :or any official board or boards of any county or state, or the United States of America or any'agency thereof, or to any other political subdivision thereof O � - t0- _ This instrument is signed and sealed as authorized by the following resolution "adopted by the Boards of Directors of the Companies on October 21, > d 2004: N O -3-- RESOLVED, That the signature of any officer of the Company authorized under Article III, Section 9 of its Code of _Regulations and By-laws V and the Company seal may be affixed by facsi+Wile to any power of attorney or copy thereof issued on behalf of the Company to make, execute, seal and deliver for and on its behalf, as surety any and -all -bonds, undertakings or other written obligations: in the nature thereof, to prescribe their respective duties and the respective limits of their authority, and to revoke any such appointment. Such signatures and seal are hereby adopted _by the= Company as original signatures and seal and shall, with respect to any bond, undertaking or other written _obligations in the, nature thereof to which it is attached, be valid and binding upon the Company with tine same force and effect as though iatanuallyafBxed CERTIFICATE 1, the undersigned Assistant Secretary_ ofTheOhio Casualty Insurance Company, do hereby certify, that the foregoing -power of attorney, the referenced By -Laws of the Company and the above resolution of its, Board of Directors are true and correct copies and are in full force and effect on this date. IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company this 19TH day of AUGUST, 2010 A.D., - y Assistant Secretary PLEASE COMPLETE THIS INFORMATION This Document was electronically recorded by City of Huntington Beach RECORDING REQUESTED BY AND WHEN RECORDED MAIL TO WHEN RECORDED MAIL TO CITY OF HUNTINGTON BEACH Attn Robert A Martinez P O Box 190 — 2000 Main Street Huntington Beach CA 92648 Recorded in Official Records Orange County Tom Daly Clerk Recorder 11111111111111111111111111111111111111111111111111111111111111111 NO FEE 2010000346068 09 50am 07/21/10 37 402 N12 1 000000000000000000000000 TITLE OF DOCUMENT NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN by the City of Huntington Beach owner in fee 2000 Main Street Huntington Beach CA 92648 that the contract heretofore awarded to Dennis Fowles who was the company thereon for doing the following work to wit TRAFFIC SIGNAL INSTALLATION PROJECT, CASH CONTRACT NUMBER 1213 That said work was completed July 13 2010 by said company according to plans and specifications and to the satisfaction of the City Engineer of the City of Huntington Beach and that said work was accepted by the Director of Public Works on July 13 2010 per City Council Resolution No 2003 70 adopted October 6 2003 That upon said contract Ohio Casualty Insurance Company was surety for the bond given by the said company as required by law This document is solely for the official business of the City of Huntington Beach as contemplated under Government Code Section 6103 and should be recorded free of charge Dated at Huntington Beach California this July 15 2010 f f �erector of Pui orks or City Engineer e r City of Huntl gton Beach California STATE OF CALIFORNIA) County of Orange ) ss City of Huntington Beach ) I the undersigned say I am an Agent of the City of Huntington Beach owner In fee in the foregoing NOTICE OF COMPLETION I have read said NOTICE OF COMPLETION and know the contents thereof the same is true of my knowledge I declare under penalty of pequry that the foregoing is true and correct and that said NOTICE OF COMPLETION was duly and regularly ordered to be recorded in the Office of the County Recorder of Orange County Dated at Huntington Beach California this July 15 2010 0 jDire&6r of Publicftorks or City Engineer ity of Huntington Beach California THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (Additional recording fee applies) a 059 TITLE PAGE (R7/95) RECEIVED BY - (Name) (Date) TO: Shari Freidenrich, City Treasurer FROM: DATE: M, SUBJECT: Bond Acceptance I have received the bonds for Faithful Performance Bond No Labor and Material Bond No. Monument Bond No. Maintenance Bond No. Guarantee and Warranty Bond No. (Company Name) 7Z 4 Re: Tract No. CC No. MSC No. Approved A e-F Agenda Item No. (Council Approv'al Date)l City Clerk Vault No. y CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating #27 g1followup/bondletter.doc CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND //JGO 1. ,ti /?AC- / l -1 C L? U ! L /� /:-,/LS� C.- FOR TABLE OF CONTENTS Page No. 1. STATE OF WORK; ACCEPTANCE OF RISK 1 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS 2 3. COMPENSATION 4 4. COMMENCEMENT OF PROJECT 4 5. TIME OF THE ESSENCE 4 6. CHANGES 5 7. NOTICE TO PROCEED 6 8. BONDS 6 9. WARRANTIES 6 10. INDEPENDENT CONTRACTOR 7 11. LIQUIDATED DAMAGES/DELAYS 7 12. DIFFERING SITE CONDITIONS 9 13, VARIATIONS IN ESTIMATED QUANTITIES 10 14. PROGRESS PAYMENTS 10 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES 11 16. AFFIDAVITS OF SATISFACTION OF CLAIMS 11 17. WAIVER OF CLAIMS 12 18. INDEMNIFICATION, DEFENSE, HOLD HARMLESS 12 19. WORKERS' COMPENSATION INSURANCE 13 20. INSURANCE 13 21. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED 14 22. NOTICE OF THIRD PARTY CLAIM 15 23. DEFAULT & TERMINATION 15 24. TERMINATION FOR CONVENIENCE 16 25. DISPOSITION OF PLANS, ESTIMATES AND OTHER 16 26. NON -ASSIGNABILITY 16 27. CITY EMPLOYEES AND OFFICIALS 16 28. STOP NOTICES 17 29. NOTICES 17 30. SECTION HEADINGS 18 31. IMMIGRATION 18 32. LEGAL SERVICES SUBCONTRACTING PROHIBITED 18 33. ATTORNEY'S FEES 18 34 INTERPRETATION OF THIS AGREEMENT 19 35. GOVERNING LAW 19 36. DUPLICATE ORIGINAL 19 37. CONSENT 20 38. SURVIVAL 20 39. MODIFICATION 20 40. SIGNATORIES 20 41. ENTIRETY 20 CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITE' OF HUNTINGTON BEACH AND / A) C,o c ,J IeOA' c 1 r) * C- U 1 L FOR ffigr� i � it>rJ �✓ �.. � �lE-�.�/c.str/,� $' 7'; � G c - � z. / 3 THIS AGREEMENT ("Agreement") made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and Zitic04,aJ AedG//—/� &11461/-r , a California o ,J , hereinafter referred to as "CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as J-/ U N Fit L- - �J Jura I. C /+ / / O AJ @r MtM I/G— ���G� 1 Lpf a✓ d J % in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged, the parties covenant and agree as follows: I. STATEMENT OF WORK; ACCEPTANCE OF RISK CONTRACTOR shall complete and construct the PROJECT pursuant to this Agreement and the Contract Documents (as hereinafter defined) and furnish, at its own cost and expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to fully assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance by CITY, from the action of the elements, from any unforeseen difficulties which may arise or g/agree/surfnet/cityconst 12-07 1 of 22 be encountered in the prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and'described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms, conditions and obligations of this Agreement and the Contract Documents (as defined below in this Section), the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; g/agree/surfnet/cityconst 12-07 2 of 22 C. The CITY's standard Plans and Specifications and special contractual provisions, including those on file in the office of the Director of Public Works of CITY and adopted by the City Council, and any revisions, amendments or addenda thereto; D. The current edition of Standard Specifications for Public Works Construction, published by Builders' News, Inc., 10801 National Boulevard, Los Angeles, CA 90064, and all amendments thereto, written and promulgated by the Southern California chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee; E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the CONTRACTOR's proposal, (which is attached hereto as Exhibit "A" and incorporated herein by this reference); F. The particular Plans, Specifications, Special Provisions and Addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of a discrepancy between any Plans, Specifications, Special provisions, or Addenda, the matter shall be immediately submitted by CONTRACTOR to the Department of Public Works of CITY (hereinafter referred to as g/agree/surfnet/cityconst 12-07 3 of 22 "DPW"), and CONTRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of DPW, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed E 16141 1 y ` I S 1+ T T i+OUSal J-� Dollars ($es 169J. , l U 2 (-") Pt l' 6 G— as set forth in the Contract Documents, to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten (10) working days after the Notice To Proceed is issued and diligently prosecute the PROJECT W o�is i�G �Ayf to completion within from the day the Notice to Proceed is issued by DPW, excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. g/agree/surfnet/cityconst 12-07 4 of 22 CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the ,PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6 CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal, the work shall be performed according to the g/agree/surfnet/cityconst 12-07 5 of 22 changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site, for any reason, relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 8. BONDS Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR's faithful performance of the work, and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent (100%) of the final contract price, including all change orders, to warrant such performance for a period of one (1) year after CITY's acceptance thereof within ten (10) days of filing of the Notice of Completion. g/agree/surfnet/cityconst 12-07 6 of 22 9. WARRANTIES CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR, within ten (10) days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CONTRACTORs risk and own cost and expense. 10. INDEPENDENT CONTRACTOR It is understood and agreed that CONTRACTOR is, and shall be, acting at all times hereunder as an independent contractor and not an employee of CITY. CONTRACTOR shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services performed hereunder. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, g/agree/surfnet/cityconst 12-07 7 of 22 the sum of j/ U & //&At42t--y Dollars ($ S OV, per day for each and every working day's delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees to pay these damages herein provided, and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, unsuitable weather, or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay (unless DPW shall grant a further period of time), notify DPW in writing of the cause of the delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting g/agree/surfnet/cityconst 12-07 8 of 22 from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed, but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen (15) days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors, will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12. DIFFERING SITE CONDITIONS A. Notice: CONTRACTOR shall promptly, and before such conditions are disturbed, notify DPW in writing of: (1) Subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents; or (2) Unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the character to be performed under this Agreement. DPW shall promptly investigate the conditions and if it finds that such conditions do materially so differ and cause an increase or decrease in the time required for performance of any part of the work under this Agreement, whether or not changed as g/agree/surfnet/cityconst 12-07 9 of 22 a result of such conditions, an equitable adjustment shall be made and the agreement modified in writing accordingly. B. Time Extension: No claim of CONTRACTOR under this Section shall be allowed unless CONTRACTOR has given the notice required hereunder provided, however, the time prescribed therefor may be extended by CITY. 13. VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule, the bid price shall prevail subject to the provisions of this Section. DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion, DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings warrant. g/agree/surfnet/cityconst 12-07 10 of 22 14. PROGRESS PAYMENTS Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, ten percent (10%) will be deducted and retained by CITY and the remainder of the progress estimate, less the amount of all previous payments since commencement of the work, will be paid to CONTRACTOR. When CONTRACTOR has, in the judgment of DPW, faithfully executed fifty percent (50%) or more of the value of the work as determined from the bid schedule, and if DPW finds that satisfactory progress has been and is being made, CONTRACTOR may be paid such sum as will bring the payments of each month up to one hundred percent (100%) of the value of the work completed since the commencement of the PROJECT, as determined in its sole discretion by DPW, less all previous payments and less all previous retained amounts. CITY's final payment to CONTRACTOR, if unencumbered, or any part thereof unencumbered, shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Payments shall be made on demands drawn in the manner required by law, each payment to be accompanied by a certificate signed by DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as a acceptance of any part of the work. 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR, who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the g/agree/surfnet/cityconst 12-07 11 of 22 substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors working upon the PROJECT have been paid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items, if any, to be set forth in CONTRACTOR's affidavit covering disputed claims, or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. 18. INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all, claims, damages, losses, expenses, judgments, demands defense costs, and consequential damage or liability of any kind or nature, however caused, including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractors, anyone g/agree/surfnet/cityconst 12-07 12 of 22 directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY. CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall approve selection of CONTRACTOR's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. 19. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. 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. g/agree/surfnet/cityconst 12-07 13 of 22 20. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to defend, hold harmless and indemnify CITY, CONTRACTOR shall obtain and furnish to CITY, a policy of general public liability insurance, including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000) per occurrence. If coverage is provided under a form which includes a designated general aggregate limit, the aggregate limit must be no less than One Million Dollars ($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees, agents, and volunteers as Additional Insureds, and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary. Under no circumstances shall said above -mentioned insurance contain a self - insured retention without the express written consent of CITY; however an insurance policy "deductible" of $5,000.00 is permitted. 21. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney g/agree/surfnet/cityconst 12-07 14 of 22 evidencing the foregoing insurance coverages as required by this Agreement; the certificates shall: 1. provide the name and policy number of each carrier and policy; 2. state that the policy is currently in force; and 3. promise to provide that such policies will not be canceled or modified without thirty (30) days' prior written notice of CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the CONTRACTOR's defense, hold harmless and indemnification obligations as set forth under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all the policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner, the premiums on all insurance hereinabove required. CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers, elected and appointed officials, employees, agents and volunteers as Additional Insureds, to the City Attorney for approval prior to any payment hereunder. 22. NOTICE OF THIRD PARTY CLAIM Pursuant to Public Contracts Code §9202, CITY shall provide notice to CONTRACTOR of receipt of any claim filed with CITY or a court of competent jurisdiction which arises out of performance of this agreement within ten (10) days of receipt of such claim or claims. g/agree/surfnet/cityconst 12-07 15 of 22 23. DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give CONTRACTOR notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten (10) days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR, CITY may elect not to terminate this Agreement; in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. If it is subsequently determined by a court of competent jurisdiction that CITY's termination of this Agreement under this Section was wrongful, such termination shall be converted to a termination for convenience under Section 24 and any damages shall be assessed as set forth in Section 24. 24. TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause, and whether or not PROJECT is fully complete upon seven (7) calendar days written notice to CONTRACTOR. In the event of termination, under this Section CITY shall pay CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made. In case of such termination for convenience, the CONTRACTOR shall be entitled to receive payment for work executed, g/agree/surfnet/cityconst 12-07 16 of 22 and costs incurred by reason of such termination. In no event shall CONTRACTOR be entitled to recover overhead, profit or CONTRACTOR's fee on work not performed. Such payment by CITY shall be CONTRACTOR's sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no further obligation to CONTRACTOR. 25. DISPOSITION OF PLANS ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be performed hereunder, or upon expiration or earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost. 26. NONASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this . Agreement, or any part hereof, or any right or duty created herein, without the prior written consent of CITY and the surety. 27. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the California Government Code. 28. STOP NOTICES: RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any similar legal document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of g/agree/surfnet/cityconst 12-07 17 of 22 One Hundred Dollars ($100) for every Stop Notice filed in excess of two (2), regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 29. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONTRACTOR's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below; provided that CITY and CONTRACTOR may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, reputable overnight carrier or U. S. certified mail -return receipt requested: TO CITY: City of Huntington Beach ATTN: SO d # DA c 2000 Main Street Huntington Beach, CA 92648 30. SECTION HEADINGS TO CONTRACTOR: ySc� ► C. i �c�,rolf� s r. C /4 a& 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, g/agree/surfnet/cityconst 12-07 18 of 22 define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 31. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of United States Code Section 1324a regarding employment verification. 32. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. 33. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing parry shall not be entitled to recover its attorney's fees from the non -prevailing party. 34. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent g/agree/surfnet/cityconst 12-07 19 of 22 jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 35. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 36. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. g/agree/surfnet/cityconst 12-07 20 of 22 37. CONSENT Where CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be consent/approval to any subsequent occurrence of the same or any other transaction or event. 38. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement shall so survive. 39. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 40. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 41. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, g/agree/swfnet/cityconst 12-07 21 of 22 promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached Exhibit "A", contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers on Y)E-V 2009 CONTRACTOR (,irqCoL-(-s 1 ''Ax,Ii�LtL, LIZA print name ITS: (circle one) Secretary/ hief Financial Office Asst. Secretary - Treasurer g/agree/surfnet/cityconst 12-07 22 of 22 CITY OF HUNTINGTON BEACH, a municipgJ corporation of the State of California MayorY ity Clerk APPROVED: of Public Works APPROVED: Administrator APPROVED AS TO FORM: City Attorney 1l la CONTRACTOR'S SWORN STATEMENT AND WARRANTY REGARDING CONTINUING INSURANCE OBLIGATIONS FROM: L 1NCAL+J 19t&I ftL, (Contractor Name) 45�01 L 1*T 1_11U 0 +J s-r. (Street Address) BAD ! ?hyl IL , CA- 91'10b (City, State and Zip) TO: CITY OF HUNTINGTON BEACH PROJECT: _Tl._ I Ns'T11,11vR10T) 0 C_1 AT 1 1 L f0 P A)l6 • ¢r N e-Val a.--,1D 4T . CC. %JG . l2{3 DECLARATION Attached hereto is a true and correct copy of the current Certificate of Insurance and Additional Insured Endorsement CG 2010 1185, which Certificate complies with the insurance requirements of the Contract by and between the City of Huntington Beach ("City'l and the above -named Contractor ("Contractor's for the above -described project ("Project'). I declare under penalty of perjury under the laws of the State of California that the above statement is true and correct. Signed on 214 1 - . 2010, at 8 0h1V W +I -'-j i1 I (Date) (City, State) of Individual WhD is Making Declaration) Contractor hereby warrants and agrees to maintain Products and Completed Operations Insurance in compliance with the insurance requirements of the Contract for the Project. Said insurance shall be maintained through and until the expiration of all Warranties provided by Contractor. Said insurance shall contain Additional Insured Endorsement CG 2010 1185, naming City as an additional insured. Contractor shall supply to City, on at least an annual basis, a Certificate of Insurance and the aforementioned Endorsement evidencing continued coverage which meets the Contract requirements. Signed on V 20 L at S �� ® VJ/ tj P �t4I LA (Date) (City,,,,QStalte) CONTRACTOR. L I N "L , v Y h-t4 rl( Name: 'l 0 gi` By Na4 �__l me: Title: t tur 1 277621.2 SECTION C PROPOSAL for the Traffic Signal Installation at Hamilton Avenue & Newland Street CC No. 1213 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within Fifty (50) working days, starting from the date of the notice to proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find in the amount of $ which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: I\J /A - Addenda No. Date Received Bidder's Signature C-2 PROJECT BID SCHEDULE CC-1213 Traffic Signal at Hamilton and Newland Item No. Estimated Quantity Item Unit Price Extended Amount 1 I LS Mobilization Per LS $ $ 2 1 LS Traffic control plan Per LS $ �d60o+&D $ �d► 3 1 LS Furnish Project Traffic Control Per LS $ OJ0+ $ �t 4 1 LS Monument preservation and corner record restoration Per LS $ 9 $ �'�'`� • 5 1 LS Construction survey Per LS $ OG $ I/��0+ 6 1 LS Clearing & Grubbing (includes all saw cutting and AC, PCC & misc removals / abandonments) Per LS $ 1TO®o" vo $ 57 . ®may bo° ov 7 401 SF Construct PCC curb ramp per Caltrans Std. Plan No. A88A Case C Per SF $ 6Z•�t8 g $ �f�l�• 8 478 SF Construct PCC sidewalk per City Std. Plan No. 207 Per SF $ $ 9 76 LF Construct PCC curb and gutter per City Std. Plan No. 202 Per LF $ �• d® $ 10 118 LF Construct 6" AC berm per Caltrans Std. Plan No. A87B Per LF $ ` el-. UV eL. t T 6+• 11 12 TONS Construct 6" full depth AC pavement Per TON $ S�0• Ob $ 3I#14a• n 12 1 LS Install traffic signal @ Hamilton & Newland (see note below) Per LS ¢�- $`aft O OU . to e� $ `� � I 13 1 LS Signing & striping Per LS $ (01toV�°t0 $ �t bad%° g Total Amount Bid in Figures: $ v(J y ` 0 3 • Total Amount Bid in Words: `/0 Note: The City will provide the traffic signal controller and service cabinet, all traffic signal poles, mast arms, luminaries, vehicle heads, pedestrian heads, push buttons, internally illuminated street name signs, emergency vehicle preemption sensors, block information signs, and fittings at no cost to the Contractor. Contractor is to pick up the materials at the City Yard, 17371 Gothard Street. Contact George Ruff two working days in advance for pick up at (714) 375-5015. C-ss 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 and the portion of the work to be done by such subcontractor. Portion of Work Name and Address of Subcontractor State License Number Class GONG 065 132.01 . (0'TV / 4 urly /00 C jut4o' oolb ST94el-J o ii6f C4L/vey �9-t)9��(n * . 103 lvr sT-• o Gr 3�fb s G�a2 gp jr_ YO �4 kq'-�f.&[3 q®a/��y^��)crid�A+lz, �3or� ric.) 7® ® 5. ° • r GIY �0 PIL - C,V ��7 3 po7��oN 9 3 tb i�r. t4ks CL Ave 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. [Mi NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange U t4COLIQ Cki,1*4 , being first duly sworn, deposes and says that he or she is Ge-0 of UnwIn Pacific t ng&r. fm, 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. Lincoln Pacific Bull eys Inc. Name of Bidder of Bidder Ljtl tiL4 4 C,&o ,�60 t LATTLC-J0H O s J( %At.Ptk) Itil P f?=V5 ., CA 9 t 70,E Address of Bidder Subscribed and sworn to before me this day of NAV , 200q . NOTARY PUBLIC DAVID A. TAFT a Commission # 1640490 Z z 0my Notary Public - California rJRIVERSIDE COUNTY Comm. Expires Jan. 23. 2010 NOTARY SEAL C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal Installation at Hamilton Avenue & Newland Street, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: 1 I. l (O • o `i Lincoln Pacific Builders Inc. Lltl�&OLA CAj.4Q1C&-0 Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: I I " / to - L-1 Lincoln Pacific Builders Contractor 11 Title Ltr� uaa.� C•�k.a�l , c� C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor Title Date: Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Lincoln Pacific, Builders Inc. Bidder Name Business Address PAS C-A 6?t'7o c+ City, State Zip ( 62�o) g400g -71M) Telephone Number 02 6L+49-7 C ASSS State Contractor's License No. and Class ! z • Ko C>3 Original Date Issued NO.30• ►0 Expiration Date The work site was inspected by -,JOK ib W OM41 of our office on NOV I (o , 2009 The following are persons, firms, and corporations having a principal interest in this proposal: Lin1GO LaJ CHA AJ , C f , CF-o QNDA !J 6 L W E�,, SE C- yedom (n. Cxt5c. V.P. C-9 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. Lincoln Pacific Builders Inc. LI M C,OL-tJ Ct-(Al Printed or Typed Signature CC--0 Subscribed and sworn to before me this & day of 1/, , 200 9 . DAVID A. TAFT n °= Commission # 1640490 Z Z Notary Public -California v RIVERSIDE COUNTY "' My Comm. Expires Jan. 23, 201A NOTARY PUBLIC NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: C %'N ®"r- FL4w-t'C-.?—TaV� 30 ,3 W . Name and Address of Public Agency Name and Telephone No. of Project Manager: K "7&q) '735 - 9,96., 415(, x, 6tizC-C-t' W &,MT 4 TK&+FtL W(*AtAL al • v (• 0 Contract Amount Type of Work Date Completed 2. GtZ'y OF fedAt.Vo 1-30 6• PAL-k1 , FZ4Ae L.T,* CA Name and Address of Public Agency Name and Telephone No. of Project Manager: JAIKe- 0-4z-. qoq ) 62-y Z-513 2- s' 115 k, 6T?Z-15-r C.116HT I '?12A SI(*JA - 11•co- 01 Contract Amount Type of Work Date Completed �I or CWAK y !;az-o SAOTA AN A ST GRID -AK b . CA 9 Name and Address of Public Agency Name and Telephone No. of Project Manager: CA<Lc,� AL•V*94s, c- 1-7-4* blob 18 3qA t!c. 5ti� 4—t- d.lt��z' !1"iur-i-a- , (4oJAL-. 1,2-•o,•-oq Contract Amount Type of Work Date Completed C-10 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond BOND # N/A KNOW ALL MEN BY THESE PRESENTS, that we LINCOLN PACIFIC BUILDERS, INC. 4501 LITTLEJOHN STREET BALDWIN PARK, CA 91706 (Here insert full name ,and address or legal title of Contractor) as Principal, hereinafter called the Principal, and THE OHIO CASUALTY INSURANCE COMPANY 9920 PACIFIC HEIGHTS BLVD. SUITE 425 SAN DIEGO, CA 92121 (Here insert full name ,and address or legal title of Surety) a corporation duly organized under the laws of the State of OHIO as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH 2000 MAIN STREET HUNTINGTON BEACH, CA 92648 (Here insert full name ,and address or legal title of Owner) as Obligee, hereinafter called the Obligee, in the sum of TEN AND 00/100 PERCENT of attached bid ------------- Dollars ($ 10 1 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 TRAFFIC SIGNAL AND STREET LIGHT INSTALLATION AT HAMILTON AVE. AND NEWLAND ST.; INVITATION NO. 1213 (Here insert full name, address and description of 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 material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 13th day of November 2009 (Seal) (Witness) (Witness) 4-bw I coo YUNG T. MU (Seal) AIA DOCUMENT A310 BID BOND AIA O FEBRUARY 1970 ED THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE_ N.W. WASHINGTON, D.C. 20006 L•20 1 ,, '�' •', �' 1 CERTIFICATE OF ACKNOWLEDGEMENT State of California ) County of Los Angeles ) On November 16, 2009 before me, David A. Taft, Notary Public personally appeared Lincoln Chan 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. „ •,, DAVID A. TAFT Commission # 9640490n WITNESS my hand and official seal. Notary Public - Z z $Y California, p RIVERSIDE COUNTY `'°'• My Comm Expires Jan. 23, 2090 Signature (Notary Seal) Additional Information DOCUMENT INFORMATION Title or Description of Document Bid Bond Document Date November 13, 2009 Number of Pages 1 TYPE OF IDENTIFICATION ❑ Personal Knowledge of the Notary Public ® Satisfactory Evidence — Identification Card ❑ One Credible Witness Acknowledging Identity of Principal ❑ Two Credible Witnesses Acknowledging Identity of Principal ACKNOWLEDGMENT State of California County of Orate } On November 13, 2009 before me, Christine T. Hoang, Notary Public (insert name and title of the officer) personally appeared Yuna T. Mullick who proved to me on the basis of satisfactory evidence to be the person(s) whose name(z) is/swc subscribed to the within instrument and acknowledged to me that hem executed the same in hisheMok authorized capacity(, and that by hishmd btak signature(&) on the instrument the person(z), or the entity upon behalf of which the person(g) 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. 'r WITNESS my hand and official seal. CHRlf1TINE T. HOANG COMM, 01821W9 X NOTARY PUIIi.*AI ORMA ix O A NGg COUNTY my Cason, DEC 23, 2012 $ Signature (Seal) - THI& POWER OF ATTORNEY IS NOT VALID`UNLESSIS PRINTED ON RED 8AGKGROUND . CERTIFIED COPY OF POWER OF ATTORNEY - THE. OHIO CASUALTY. INSURANCE COMPANY: No: 42 378 Know All Men by .These Presents: "That THE OHIO CASUALTY INSURANCE COMPANY, an Ohio Corporation; pursuant to the authority granted by: Article Ill; Section:9 of the Code of Regulations and By=Laws of said Company, does hereby nominate, constitute and appoint: James W. Moilanen Yung T. Mullick, Jennifer C. Giboney, Austin P_ Neff or Christine T. Hoang'of Mission Viejo, California its true and. " lawful agent (s) and attomey(s) rn-faei,' to make; execute, seal arid: deliver for.and on.its beI If surety, and as its act and deed any and all BONDS, : UNDERTAKINGS;: and.RECOC.rNiZANCES:riot exceeding in any single -_instance TWENTI MILLION ($20,000,00000) Dollars, excluding, however, any bond(s): or undeitaking(s) guaranteeing the,payrnent of notes andimerest thereon And the execution of such bonds or undertakings in 0,ursuance, of: these presents, sha11, be as binding upon said ;Compaiiy, -as fully.cand amply, to all intents and purposes', as if they had been duly: executed and acknowledge by the regularly elected officers of.the Company:,at its office in Fairfield, Ohio, in their own proper persons The authority graufed hereunder supersedes any previous authority Heretofore granted the above named attorney(s)-in-fact. in WITNESS WHEREOF, the undersigned o-ffic4 617 the said The Ohio Casualty hnsurane6 Coinparry has hereunto subscribed his name and axed the Corporate Seal of the said.The.Ohio Casual Company this 13fli.day of May, 264. ffi + Q. Mark E. Schmidt; Assistant Secretary..4 C STATE OF OHIO, Y COUNTY OF BUTLER S C � Q C On this 13th day of May, 2009 before the subscriber, a Notary Public of the State of Ohio, in and forthe County of Butter, duly commissioned and ." ►: �. qualified, came Mark E. Schmidt, Assistant Secretary of THE OHIO CASUALTY INS URANCECOMPANY—to me.personally known to be the cc �. individual and officer described tn,.and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me _ C duly sworn<deposes and says; that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate V f- Seal of said Company, and the said Corporate Seal and his signature. as officer were dUlyL affixed.and subscribed to the said. instrument by the authority aU. O ets and direction of the said Corporation. Seal City Hamilton, State Ohio, the day and first �.LL C E y > IN TESTIMONY WHEREOF, I have hereunto set my Hand and affixed my Official at the of of year is above written. o-� m r- Notary Public in and for County of Butler, State of Ohio 17, 2013. p _ ,TO My Cormnission expires August o IL, C This power of anorney is granted under and by authority of Article III,.Section 9 of the Code of Regulations and By Laws of The Ohio"Casualty tn:C G> N Insurance Company, extracts from which read: .'�, G 0 i Article III, Section 9. Appointment of Attorneys -in -Fact. The Chairman of the Board,. the President, any Vice President, the Secretary o -any O �.(D Assistant Secretary of the corporation shall be and is hereby:vested with full power and authority to appoint attorneys -in -fact foi- the purpose of d C: signing the. name of the corporation as surety to; and to, execute, attach the seal of the corporation -to, acknowledge and deliver any and ali bonds, d recognizances, stipulations, undertakings or other instruments of suretyship and policies of insurance to be given in favor of any individual, fine, 4- corporation, partnership, limited liability company or other entity; or the: official representative thereof, or to any county or state, or any otiieial board > or boards of any county or state, or: the United States of America or any agency thereof, or to any other political subdivision thereof . d r U C This instrument is signed and sealed as authorized by the following resolution adopted by the Boards of Directors of the on October 2l, n C 7 2004: RESOLVED, That the signature of any o€ficer of the Company authorized under Article 111, Section 9 of its Code of Regulations and By-laws L r ap v and the Company seal may be affixed by facsimile to any: power- of attorney.or copy thereof issued on behalf of the Company to make, execute, seal V r and deliver for and on its behalf: as surety any and all -bonds, undertakings. or other written obligations in the nature thereof, to prescribe their respective duties and the respective.limits of their authority; and to revoke any such appointment Such signatures and seal are hereby adopted by the � T Company as original signatures and _seal and shall, with respect to any bond, undertaking or other written obligations in the nature thereof to which it .is attached, be valid and binding upon the Company with the: same force and effectas though, manually affixed. CERTIFICATE 1, the undersigned Assistant Secretary of The Ohio Casualty. insurance Company, do hereby certify .that the foregoing power of attorney, the referenced By -Laws of the Company alid the above resolution of its Board -of Directors are true and correct copies and are in full force and effect on this date. IN WITNESS WHEREOF, f have hereunto set my hand and the seal of the Company this 13 thday of November A.D., 2009 r Assistant Secretary s v Z-- BOND PREMIUM IS SUBJECT TO CHANGE BASED ON FINAL CONTRACT PRICE BOND PREMIUM IS $1,273.00 BOND ISSUED IN DUPLICATE Bond No, 4-029-683 WHEREAS, City of Huntington Beach (hereinafter referred to as "City") has, by written agreement dated --,20 , entered into a contract with LINCOLN PACIFIC BUILDERS, INC. 4501 LITTLEJOHN STREET, BALDWIN PARK, CA 91706 (name and address of Contractor) (hereinafter referred to as "Principal"), for performance of the work described as foflows: TRAFFIC SIGNAL INSTALLATION AT HAMILTON AVE. AND NEWLAND ST.; CC-1 213 JProject Title) WHEREAS, said contract, and all documents referenced therein (hereinafter collectively 'Confract"), are incorporated herein by this reference made a part hereof as though set forth herein in full. WHEREAS, said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt, full and faithful performance of said Contract, NOW THEREFORE, we, the undersigned, as Principal, and THE OHIO CASUALTY INSURANCE COMPANY 9920 PACIFIC HEIGHTS BLVD., STE. 425SAN, DIEGO, CA 92121 (name and address of Surety) (a dO y admitted surety insurer under the laws of the State of California and hereinafter reerred to as "Surety"), as Surety, are held and firmly bound unto City in the pena sum or EIGHTY EIGHT THOUSAND EQVR.HWNQREDT HREE AND QQ/1 QQ Dollars ($ 88,403.00 this amount being not less than one hundred percent of tie price set forth in the Contract, in lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, 0, intly 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 perfo.-med by the Principal in strict accordance with the terms of the Contract as said contract may be altered, amended or modified from time to time; and if the Principal shall indemnify and save harmless City and all of City's officers, agents and employees (hereinafter collectively referred to as "Obligees") from, any and all losses, liability and damages, claims, judgments, stop notices, fees and costs of every description, Whether imposed by law or in equity, which may be incurred by the Obligees by reason of the faiiure 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 lb,� and shall remain in full force and effect. Surety stipulates and agrees, for value received, that no adjustment of the time or price in t ie Clontract or any alteration, change, deletion, addition or other modification to the Contract, or the pork to be performed thereunder, shall in any way affect, limit, restrict, impair or release the obligations of the Surety under this Bond. Surety waives notice of any adjustment of contract time or contract price, and PERFORMANCE BONE) Pagge I of 2 Bond No. 4-029-683 any otheralteration, change, deletion,, addition, or other modification to the Contract, or th.C, work to. be performed: thereunder, andl,agrees '. automatically adjust the pencil sum of this.Bond to reflect such. adjustments, alterations, changes, deletions, additions or other modifications. Surety agrees to provide written confirmation of such adjustments;in the penal sum to City..on not less than a quaitedy basis. Surety also waivesthe provisions of, Clvil.Code §§ 2845 and 2849. The,obligations of this Bond shall.survive the completion of the wArk.described in,theContractas tee all obligationsand liabilities of the Principal Which survive completion',of the work. IN WITNESS WHEREOF, each party represents and warrants that this instrument haW been duly exec.jted.by Principal and Surety, on the date set forth below, that the name of each corporate party being:affixehereto is such party's proper legal name and that the individuals signing this instrument have been duly authorizedpursuant to the authority of its governing body. Surety, by execjtJor. of this bond, waives: any.. defense which Surety has or may have by reason of any failure of the Principal to execute or property execute this bond. Dated: JANUARY 20, 2010 ATTEST LINCOLN PACIFIC BUILDERS, INC. (Corporate Seal) /Principal 14- ATTEST THE OHIO CASUALTY I (Corporate Sea[) "maw - By: 4 N;;mp, YUNG T. MULLIOVATTORNEY-IN-FA(CT for (Attach AttorneOn-Fact, Certificate) (_858 ) / 450-0582 (Area Code & Telephone Number of Surety) CITY 0 UNT'NOTO' ITY 0 UNTINGTON BEACH A By e er nnifer MC athJI ;n if tto y 4 Attorney Note: nis bond must be executed in duplicate and dated, all signaturei must be notafized, and evidence of fke aut,'*fity of any person signingas atllomey-in-feci snust be attached, 277Wa PERFORMANCE, BOND Page 2',of 2 OFFICIAL CALIFORNIA NOTARIAL CERTIFICATE OF ACKNOWLEDGEMENT State of California ) County of Los Angeles _ ) On January 21, 2010 before me, David A. Taft, Notary Public personally appeared Lincoln Chan who proved to me on the basis of satisfactory evidence to be the person(A whose name(/ is/ar subscribed to the within instrument and acknowledged to me that he/so/th/y executed the same in his/h/r/thVir authorized capacity(io), and that by his/h9'r/ Vir signature(, on the instrument the person(, or the entity upon behalf of which the person( acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature / (6AIN v ,..,\DAVID A. TAFT a Commission # 16404902 Z Notary Public • California -,q U " RIVERSIDE COUNTY My, Comm. Expires Jan: 23, 2010 (Notary Seal) Additional Information DOCUMENT INFORMATION Title or Description of Document Performance Bond Document Date January 20, 2010 Number of Pages 2 TYPE OF IDENTIFICATION ❑ Personal Knowledge of the Notary Public ® Satisfactory Evidence — Identification Card ❑ One Credible Witness Acknowledging Identity of Principal ❑ Two Credible Witnesses Acknowledging Identity of Principal State ofCalifornia County of Orange On January 20, 2010 before me, Christine T. Public (insert name and title of the officer) personally appeared who proved to me on the basis of satisfactory evidence to be the person(Z) whose name(g) is/afa subscribed tothe within instrument and acknowledged to me that h executed the same in hi3kmKAla*kauthorizedoapacih/(i*'andthatbyhiahnxkbtakai8natur*(s)0n[h*instnumentth9 person(*), or the entity upon behalf of which the person(is) 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. VV[7NES3 my hand and official seal. THIS POWER OF ATTORNEY"IS NOT, VALID-UNLESS, 7T IS;PRINTED ON RED BACKGROUND. " �- CE ED COPY�ORPOW,ER OF ATTORNEY' THE ;.OHIO'CASUALTY INSURANCE COMPANY- No. 42-378- Know All glen by These�:�Presents: That .THE -OHIO CASUALTY INSURANCECOMPANY, an_Ohio Corporation;pursuant to the , authority'granted by Article lli, Section`9 of the Codeof Regulations and By=Laws of;said Company, does,herebynotnitiate, constitute and,"appoint: , fe' b Aus James W.. Moilanen , Yung:.T_. Mullick Jenni y, Neff 'or Christine T. Hoang_ot Mission Viejo, California its uiie and " - lawful agent (s) arid attorney,execute, al ffor.and on its behalf as surety and as its, aet and-deedany arid all BONDS, fsj-m-facts to make;: earl and deliver ANCES of exceedin g in any single instance TWENTYMILLION Dollars,:excluduig,". UNDERTAKINGS,any I ond(s) oaunnde k g(s) guaranteeing the payment` of, notes and interest thereon And the execution, of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully arid; amply; to all", intents and:purposes; as if they had been duly, executed and acknowledged:by the regularly elected officers of th"e_Company-at its office in Fairfield, Ohio, in their own proper persons. The authority granted hereunder su ersedes an p y previous, authorrty- heretofore -granted-tli y( )-'-fact e above -named at[oine n s r In' WITNESS`::WHEREOF, the undersigned officer.of the said The Ohio Casualty Insurance Company has hereunto subscribed his name and -a affixed the Corporate Sealofthe said The Ohio Casual Insurance Company, this 13th da `of May, 2009 lr t3'Y Y, r j, O U__ sZ:.. Mark E. Schmidt, Assistant Secretary d STATE OF OHIO; ` N N d_- COUNTY OF BUTLER C .0 C On this 13th day of. May, 2009,,before the subscriber, a Notary Public of the State of Ohio, in and for the County, of Butler; duly commissioned,arid C' quahfied;.came Mark E. Schmidt, Assistant Secretary of THE OHIO CASUALTY INSURANCE COMPANY, to me personally known to,be' the : individual ua an i' officer described in, and who executed the preceding instrument, and he ackncwled ed the execution of the sarne, and being by me g 0 V. duly, swom.de oses and says; that he is the officer;of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate; : Y P v ,,: Seal of said Company, and the said Corporate Seal and hisaignahire as officer were duly affixed and subscribed to the said instrument by the authority " W 0 �, and direction of the said Corporation. ,. ;_� - > 44.' TESTIMONY WHEREOF, I have erennto set. my hand and m Official Sea y tale of Ohio, the day and`year first N h y 1 at the City of Haimlton, S - LO: E CL 6 above written. _ b t m t tG 0 . Notary Public in, and for. County Butler, of Ohio 4; My Commission expires August 17, 2013. 0 E m a C This, ower of attorney is ranted under and b authority of Article III, Section 9 of the Code of Regulations and. By -Laws of The Ohio Casualty, P Y g y' of G 04. Insurance Company,. extracts from which read: - = t O' Article III, Section 9. Appointment o Presidentany Vice -President, the Secretary, or any .r rn Assistant Secretaryof the co poration�shall be and is-1 eFact vested with full to at; p eby p y appoint, attorneys -in -fact for he.pwpose of power arid authority 0 0 signing the:name of.the corporationas surety:to, and to execute, attach the seal of the�corporation,to, acknowledge and deliver any and all bondsL. , = G1 E recognizances, stipulations, undertakings or other instruments of suretyship and policies of insurance to be given uifavor of any individual, firm, corporation, partnership, limited liability company or other entity, oi- the official representative thereof, or to any county or state,'or any official board p P P, w- L or boards of any county or state, orthe-United States of America or any agency thereof,;or to any -other -political subdivision thereof C This instrument is signed and sealed as authorized by the;followmg resolution adopted by,the Boards of Directors of the Companies on October 21, e� 0 2004: RESOLVED, That 9 its Regulations -,laws �. the signature of any ofircer of the Company authorized under Article lll; Section of Code of and By W and the Company serif may be;affixed by.facsimileto any power of attorney,9r copy -thereof issued on behalf of- the Company to make, execute; seal ; 0 M and deliver for arid on its behalf as suret an._and all_:bonds,"undertakings_or-other.wntten obligations m the nature thereof, to_prescnbe-their a y y - res ective duties aitd the res ective hinits of therm authoiit p p and fo revoke an_such a omtment�'=Such si natures;aridseal are=hereb adopted b the Y;:" Y Pp g. y P Y ' H r Company as original signatures: and seal and shall; with respect to any bond; uinde -taking or other written ;obligations in the nature thereof to which it sattached, be valid and binding upon the Company with _the same force and eftect as -though manually affixed. CERTIFICATE TE 1, thundersigued Assistant e uo Casualty. InsinarceCrnnpany do hereby certify that.lhe foregoing power_: of attorney, the, _ eay'fOl , . referenced By -Laws of'the Company above resolution of its ::board =of Directors are true andcorrect copies -and are=in full force an&effect on _ this date:. IN WITNESS WHEREOF, -I Have hereunto set my hand and the seal of the Company this20TH day of :JANUARY ,2010 A.D.,, O Assistant Secretary BOND PREMIUM IS INCLUDED IN PERFORMANCE BOND BOND ISSUED IN DUPLICATE Bond No, 4-029-683 P"MENT BOND KNOW ALL PERSONS BY THESE PRESENTS that: WHEREAS, the City of Huntington Beach (hereinafter referred to as "City) has awarded to LINCOLN PACIFIC BUILDERS, INC. 4501 LITTLEJOHN STREET, BALDWIN PARK, CA 91706 (name and address of Contractor) (hereinafter referred to as "Principal"), a contract ("Contract") for the work described as fr- flows: TRAFFIC SIGNAL INSTALLATION AT HAMILTON AVE. AND NEWLAND ST.; CC-1 213 (project title) WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to secure the payment of claims -of laborers, mechanics, materialmen, and other persons E S provided by law. NOW THEREFORE, we, the undersigned Principal, and THE OHIO CASUALTY INSURANCE COMPANY 9920 PACIFIC HEIGHTS BLVD., STE. 425, SAN DIEGO, CA 92121 (name and address of Surety) (a duly admitted surety insurer under the laws of the State of California and hereinafter referred to as "Surety"), as Surety, are held and firmly bound unto City in the penal sum of EIGHTY EIGHT THOUSAND FOUR HUNDRED THREE AND 00/100 dollars, ($ 88,403.00 _), this amount being not less than ore 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 mad,=, 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, r-raterials or services used or reasonably required for use in performance of the work described in the Contract, or any amounts due under the Unemployment Insurance Code with respect to worK or labor performed by any such Claimant, or prevailing wages due and penalties incurred pursuant to Sections 1774, 1775, 1813 or 1615 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 arri 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. Surety stipulates and agrees, for value received, that no change, extension of time, alteration, addition or modification to the terms of the Contract, or any contract document or any work to be performed thereunder, whether made after notice or not, shall in any way affect, impair or release the obligaticns of Surety under this bond. Surety hereby waives notice of any suc�l change, 277589,1 PAYMENIT BOND Page I of 2 Bond No, 4-029-683 extension of time, alteration, addition, or modification to the terms of the Contract, tie contract documents or the work thereunder. Surety also waives the provisions of California 0161 Code 2846 and 2849. IN WITNESS WHEROF, each party represents and warrants that this instrument ha,< 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: JANUARY 20, 2010 ATTEST LINCOLN PACIFIC BUILDERS, INC. (Corporate Seal) r---N ATTEST THE OHIO CASUALTY I (Corporate Seal) Name) By: Name: YUNG T. LLI TORN Y-IN-FACT_ (Signatur of Attorney-in-Fact for Sur I ety) (858 )1450-0582 (Attach Attorney -in -Fact Certificate) (Area ode &Telephone Number Treiy) yas��* y� CITY OF HUNTINGTON BEACH B I Y I ( 4ennifer MclGrath �-�ity Attorney Note: This bond must be executed in duplicate and dated, aft signatures must be notarized, and evidence of the authority of any person signing as attorney -in -fact must be attached. 2'r'169-) PAYMENT BOND Page 2 of 2 OFFICIAL CALIFORNIA NOTARIAL CERTIFICATE OF ACKNOWLEDGEMENT State of California ) County of Los Angeles ) On January 21, 2010 before me, David A. Taft, Notary Public personally appeared Lincoln Chan who proved to me on the basis of satisfactory evidence to be the person( whose name( is/Ve subscribed to the within instrument and acknowledged to me that he/s/e/thy executed the same in his/Vr/th/ir authorized capacity(i ), and that by his/1r/th/ir signature( on the instrument the person(, or the entity upon behalf of which the person(-j acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ( Ali V DAVID A. TAFT a _ Commission # 16404900 Z " Notary Public - Catifornia 'o U RIVERSIDE COUNTY My Comm. Expires Jan: 23, 2010 (Notary Seal) Additional Information DOCUMENT INFORMATION Title or Description of Document Payment Bond Document Date January 20, 2010 Number of Pages 2 TYPE OF IDENTIFICATION ❑ Personal Knowledge of the Notary Public ® Satisfactory Evidence — Identification Card ❑ One Credible Witness Acknowledging Identity of Principal ❑ Two Credible Witnesses Acknowledging Identity of Principal 9 U. State of California County of Orange ) On January 20, 2010 before me, Christine T. Hoang, Notary Public (insert name and title of the officer) personally appeared Yung T. Mullick , who proved tc- me on the basis of satisfactory evidence to be the person(t) whose name(,V) is/afa subscribed to the within instrument and acknowledged to me that he%jn0W executed the same in hisser &jek authorized capacity(, and that by hishmx6ftetit signature(i) on the instrument the person(s), or the entity upon behalf of which the person(t) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ' a"+yF CHRISTINE T. HOANG WITNESS my hand and official seal. COMM. # 1827909 X NOTARY RAUCCALIFOR A f ORANGE COUNTY e My Comm. Expires DEC V. 20 x � Signature i (Seal) " THIS POWER OF ATTORNEY -IS NOT VALI,D'UNLESS IT.IS:PRINTED ON RED BACKGROU BACKGROUND-, CERTIFIED COPY..OF POWER OF ATTORNEY THE'.OHIO CASUALTY: INSURANCE COMPANY. No. 42-378 Know All, Men- by'.These:-Presents: That THE OHIO CASUALTY INSURANCE COMPANY, an`Ohio Corporation; pursuant to the authority granted by Article Ill, Section.9 of the Code of Re Laws y-Laws "" 6mpany, does hereby nominate; constitu"' appoint: oiis and B of said C to and a' g k, y,: ustm P Neff or,Christine T. ,Hoang_of Mrssion'Viejo, California its true and James-W. Morlanen: Yun .T. Mullic Jennifer C.:Grbone' A lawful agent (s) and attorney'(s) in -fact, to make;;execute; seal and deliver for and ort its behalf as surety, and as its ;aaf and _deed any and all BONDS, UNDERTAKINGS; and RECOGNIZANCES.:not exceeding in any single instance TWENTY MILLION ($20,000,000:00) Dollars, excluding, however, any bond(s) or undertaking(s)-guaranteeing the payment of notes and interest thereon And the execution of such bonds or undertakings in pursuance of these presents shall be as binding upon said Company, as full acid am 1y , to all _ y- p intents and purposes,.as if they had been duly executed and acknowledged •by tfie:iegularly elected=officers of the Company at its offce in Faiitreld, < � Oliio, in their own proper persons. - _ Theauthoritygrantedhereundersupersedes airy;pievious.authority heretofore granted the above named attorney ) -in -fact. In`WITNESS "WHEREOF, the undersigned officer.ofthe said The.Oliio Casualty Insurance Company.has hereunto subscribed his naive and affixed the Corporate Seal of the said :The Ohio Casualt Insurance Com a nythis 13'th day of May, 2009SEAL O -Q,.== _ . midtAssistaptSecretary: - Mark E. Sch N " - STATE OF-OHIO,-. Y N d COUNTY OF.BUTLER O d . O C - � On this 13th day of May ,2009 before the subscriber, allotary Public of the State ofOhio, in and for the County of Butler, duly commissioned and O qualified, came Mark E. Schmidt, Assistant Secretary of THE "OHIO CASUALTY iNSUR.ANCE.COMPANY, to me personally known to be the d O individual and officer described m, and who executed the :,pre ceding instrument, and he acknowledged the execution of the same, and being:hy me =O L_ duly sworn deposes and says, that he is the officerof the Company aforesaid, and that the seal affixed to the•preceding instrument is the Corporate V V O � O Seal ofsaid"Company, and.the said,Corporate Seal and his signature as.offcer were duly affixed and subscribed to the said instrumentby the authority _- A� O and direction of the said Corporation.. O W 0 ffixed in Official Seal at the. City of Hamilton; State of Ohio, the,da and year f ist IN TESTIMONY WHEREOF, I have hereunto set m hand and a" Y Y Y 0" CL c0 d > above written. a M L �- O Notary Public in'and for CountofButler,:State of Ohio 17, 2013. :� C Gr My,Conumssion:expires August O O r t2 C_'R This power of attorney is granted under and byauthoiityof Article lIl; Section 9 of the Code:of Regulations and _-By-Laws of The Ohio Casualty y_a d Insurance Company, extracts froth which read:=- C y Article [lI,"Section 9. Apoointmerit of Attorneys-iii-Fact._ The Chairman of fire Board, the President any Vice -Presider, the Secretary or any ,- O) -� Assistant Secretary of the corporation shall: be and is hereby vested with full "power -and authority to-aIppoint,attorneys-in-fact for; the purpose of _ _ signing the.name of the corporation as surety to; and to execute, attach the seal of the corporation to, acknowledge and deliver any and all bonds, _ d) recognizances, stipulations; undertakings or other instruments of suretyship and policies of insurance to be given in favor of any individual, tinrr, 'a L_- corporation; partnership, limited liability company or,other entity, or the.ofticial representative thereof or to any county or state,,or any offrcia_l board: , ;0 or boards of any or state, o'r-the United States of America -or -any agency thereof,:or:to any other political subdivision thereof - r_ t C This instrument is signed and sealed aSL authorized by the'following resolution adopted by the Boards of Directors of the-Companies:on October 21 O- "RESOLVED, That the signature of, my officer ofthe Comp.tiiy authorized under Article lI Section:9 of its Code of Regulations and By-laws - _ CO Z C� and the Companyseal may be affixed by facsimile to any attorney or copy thereof issued on befialLof the Compairy to make execute; seal 0 r and deliver for'and.on its behalf _as surety any: and all b'LLonds, undertakings or other written: obligations in the nature thereof, to prescribe.their O �. respective respective limits of their authout ; and to revoke an such ai omtmelit. Such -signatures and seal are hereby adopted by the p the duttts and the t y Y- Pp _. t- r Company as original signatures and seal and shall with.respectto any bond,.undertaking or otlier,written bligations in the nature thereof to which it g P P Y g Y. .. _. is attached, be valid and binding upon the Company with. the same force and effect -m thou h inanuall affixed. . CERTIFICATE: _ l; the undersigned Ass :of The Ohio Casualt In surauce" Company, do hereby certify that the foregoing power -of attoniey; the g rY Y referenced''By-Laws Board of Directors are true and correct copies and are-in"full force and effect on oftlie Company and the above resolution of its this date: IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company this 20TH -day of : JANUARY , 2010 A.D:, I Assistant Secretary. OP ID RG DATE (MMIDDIYYYY) �4C�3RD CERTIFICATE ®F LIABILITY INSURANCE LINCO-2 02 11 10 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Hamilton Brewart Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE California License No. OD69219 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P . O. Box 1949 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Upland CA 91785-1949 Phone: 909-981-5210 Fax: 909-985-3448 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Liberty Surplus Insurance Co. INSURERB: Peerless Insurance GOm any Lincoln Pacific Builders, Inc. INSURERC: National Union Fire 4501 Littlejohn Street INSURERD: One Beacon Insurance Baldwin Park CA 91706 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DDIYY POLICY EXPIRATION DATE (MMIDDIYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1 , 000 , 000 PREMISES (Ea occurence) $ 50,000 A X X COMMERCIAL GENERAL LIABILITY DGLSF184606055 10/14/09 10/14/10 CLAIMS MADE a OCCUR MED EXP (Any one person) $ EXCLUDED PERSONAL BADVINJURY $ 1,000,000 X Per Proj Agg $2m X Per Polo Agg $10m GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG s2,000,000 POLICY [X7 jE LOC B AUTOMOBILE LIABILITY ANY AUTO BA8322214 09/01/09 09/01/10 SINGLE LIMIT (Ea accident) $ 1 , 000 , 0000 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS AP ED 1'Q X X PROPERTY DAMAGE (Per accident) $ Phys Dmg Dad am X $1000 Comp/Coll GARAGE LIABILITY (V AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC AUTO ONLY: AGG $ $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $3,000,000 C X I OCCUR F-1CLAIMSMADE BE066694156 10/14/09 10/14/10 AGGREGATE $3,000,000 $ $ DEDUCTIBLE $ X RETENTION $NIL WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROP RIETORIPARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? JTORYLIMITSJ ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ OTHER D Misc. Rented Equip 7900014620003 01/12/10 01/12/11 Limit 333,169 Ded 1,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS *Cancellation provision reverts to 10 days for non-payment of premium. City of Huntington Beach its Officers, Elected or Appointed Officials, Employees, Agents & Volunteers are Included as Additional Insured per CGL 1038 11/03 & CGL 1037 11/03 Forms Attached with respects to Job: 10002 CERTIFICATE HOLDER CANCELLATION CITY OF SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 * DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL City of Huntington Beach Risk Management 2000 Main Street IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUy+aRgE LEPRES TVA E_ Huntington Beach CA 92648 ACORD 25 (2001108) v AI,V KU cUrtrUKA I wry 1000 Liberty Insurmice Underwriters Inc — ENDORSEMENT NO. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Endorsement Effective Date: 10/14/09 Policy No.: _DGLSF184606-055 Insured: Lincoln Pacific Builders, Inc. ADDITIONAL INSURED —OWNERS, LESSEES OR CONTRACTORS — SCIIEDULED PERSON OR ORGANIZATION SCHEDULE Name of Person or Organization: City of Huntington Beach its Officers, Elected or Appointed Officials, Employees Agents & Volunteers Job: '10002 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II — Who is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or "property damage" occurring after: (1) All work, including materials, pants or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project CGL 1037 11/03 Ac®R® CERTIFICATE OF LIKABILITY INSURANCE DATE(MLVDDNYYY) 1/15/2010 PRODUCER Employers Direct Insurance Company THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 30301 Agoura Road, Suite 100 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE g HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Agoura Hills, CA 91301 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 818.575.8500 INSURED Lincoln Pacific Builders, Inc. 4501 Littlejohn Street Baldwin Park CA 91706 .+nvr•n w r_te RERS AFFORDING COVERAGE I NAIC # C: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INISR T kDD'L POLICYNUMBER DPOUCYEFFECTIVE p LIC E PIRATION LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR EACH OCCURRENCE $ DAMAGE RENTED PREMIonce) S MED EXP (Any one person) $ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- LOC PRODUCTS . COMPIOP AGG $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNEDAUTOS COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Peraccident) $ PROPERTY DAMAGE (Per accident) $ �AQIEYLIABILITY AUTO Ap ED A o AUTO ONLY - EA ACCIDENT $ EAACC OTHER AUTO ONLY: AGG $ $ EXCESS I UMBRELLA LIABILITY OCCUR CWMS MADE DEDUCTIBLE RETENTION $ T71 ,� JE ][ E� CGRA H� Cltj/ 10 1oI EACH OCCURRENCE $ AGGREGATE $ $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIBXECUTIVE Y 1 N Y❑ OFFICERIMEMBER EXCLUDE07 (Mandatary In NH) If yyees, describe under .SPECIALPROVISIONSbelow WC-001108-01 4/1/2009 4/1/2010 TAT9$ WCSLIM17 OTH- E.L. EACH ACCIDENT $ 1 00 000 E.L. DISEASE - EA EMPLOYEE $ 1 0 E.L. DISEASE -POLICY LIMIT I $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Waiver of Subrogation Included Job Name: Traffic Signal Installation at Hamilton Ave. & Newland St. Job10002 City of Huntington Beach Eric Charlonne, Const. Mgr. 2000 Main Street Huntington Beach CA 92648 SHOULDANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED 13EFORETHE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL 00M MAIL 30' DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, I lK MXXX 110101 ` 1 D Days for Nan -Payment of Premium. AUTHORIZED REPRESENTATIVE�<r� Bob Bergstrom ACORD 25 (2009101) W 1988-2009 AGUKU GUKI-UKAI IVN. AU ngnIS reservea. CERT NO.: 6690983 CLIENT CODE: WC -001108 Greg Busby 1/15/2010 11:44:24 AM Page 1 Of 3 Company Profile Page 1 of 1 cauFORraia DEPARTME4LT Of IIISURANCE Company Profile Company Search Company Search Results Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Financial Statements PDF's Annual Statements Quarterly Statements CA Supplements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information Old Company Names back to top Agent For Service OHIO CASUALTY INSURANCE COMPANY (THE) 175 BERKELEY STREET BOSTON, MA 02116 Effective Date KAREN HARRIS 2730 GATEWAY OAKS DRIVE SUITE 100 SACRAMENTO CA 95833 back to top Reference Information NAIC #: 24074 California Company ID #: 5133-4 Date Authorized in California: 11/17/2008 License Status: UNLIMITED -NORMAL Company Type: Property & Casualty State of Domicile: OHIO back to top NAIC Group List NAIC Group #: 0111 LIBERTY MUT GRP back to top Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. LIABILITY SURETY back to top © 2008 California Department of Insurance http://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyPr... 2/11 /2010 CONTRACTOR'S CERTIFICATE I, , state and certify that: (Name of Declarant) 1. is the general contractor to the City of Huntington Beach ("City") on Contract No. (the "Contract') for the construction of the public work of improvement entitled: (the "Project"). 2. All work to be performed pursuant to the Contract has been completed in accordance with the Contract Documents (as such term is defined in the Contract). 3. Except for the claims listed below and the disputed claims listed in paragraph five (5), all persons supplying labor, services, materials and equipment to the Project, including all claims against the Contractor arising from the performance of the Contract, have been paid and satisfied (list unpaid debts and claims; if none, write "NONE"): 4. Attached hereto are the lien waivers required by the Contract Documents, which lien waivers have been executed by all persons who performed work on or supplied labor, services, materials, and/or equipment for use at the Project. 5. Set forth below is a list of disputed claims or claims that are the subject of a Notice to Withhold filed pursuant to the Civil Code of the State of California (list all disputed claims; if none, write "NONE"): I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed at on this day of 120 APPROVED AS TO FORM By: Vf s�l�/a -1lJ 3- Zo-oCQ Name: [Type Name] Title: [Type Title] (Signature of Declarant) 1 2459141 Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 Contract: Project: The undersigned contractor on the above -referenced project C Project") hereby certifies that it has complied with Title VII of the Civil Rights Act, the Equal Opportunity Act of 1972 and Executive Order 11246, and has not discriminated against any employee or applicant for employment because of race, creed, color, sex, national origin, age or disability. The undersigned contractor also certifies that it has not maintained any segregated facilities at its establishments on the basis of race, creed, color, sex, national origin, age or disability (with the exception of access for the disabled). I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of , 20, at , California. (Type Contractor Name) By: Name: [Type Name] �n Title: [Type Title] E IF R A ORNEY -TL) 3-2)6-UkD 245911 1 Certification of Compliance with Prevailing Wage haws To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Prevailing Wage Laws Contract: Project: The undersigned contractor on the above -referenced project {"Project") hereby certifies that all laborers, mechanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor performing work under the contract for the Project have been paid pursuant to the minimum wage and bona fide fringe benefit requirements specified for each particular classification of work, as set forth in the wage -rate determinations of the State of California, Department of Industrial Relations, and/or the United States Department of Labor. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of 20 , at (Type Contractor Name) By: Name: [Type Name] Title: [Type Title] California. Tt-3 03• a"b • � 247542.1 City of Huntington Beach 2000 Main Street - Huntington Beach, CA 92)648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK February 19, 2010 Lincoln Pacific Builders, In 4501 Littlejohn St. Baldwin Park, CA 91706 Attn: John Wong I 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 pEgiect is�_gom eteq )rLocJo the release of reteqtion. 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 536-5437. 9MEM an L. Flynn, CM4 ity Clerk MIS Enclosures: Copy of Contract including Proposal Copies of insurance/bonds Contractor's Certificate Certificate of Compliances Bid Bond (original) Si_(_ 0c , ](), a, e re Nu,,,v 7eall"If1E11 Metephone: 714-536-5227) Council/Agency Meeting Held: L �� Deferred/Continued to: Ap ove� ❑ Conditionally Approved ❑ Denied I 's Sig t re Council Meeting Date: 12/21/2009 Department ID Number: PW 09-62 CITY OF I= UNTINGTON BEACH REQUEST FOR CITY COUNCIL ACTT N SUBMITTED TO: HONORABLE MAYOR AND CITY COUN MEMBERS SUBMITTED BY: FRED A. WILSON, CITY ADMINISTRA PREPARED BY: TRAVIS K. HOPKINS PE DIRECTOR F PUB IC WORK SUBJECT: Award Traffic Signal Installation Project at the Intersection of Newland Street and Hamilton Avenue, CC-1213 Statement of Issue, Funding Source, Recommended Action, Alternative Action(s), Analysis, Environmental Status, Attachment(s) Statement of Issue: On November 17, 2009, bids were opened for the Traffic Signal Installation project at the intersection of Newland Street and Hamilton Avenue (CC-1213). City Council action is requested to award the contract to Lincoln Pacific Builders, Inc., the lowest responsive and responsible bidder. Funding Source: Funds in the amount of $400,000 are budgeted in the Measure M account 21390007.82700. Recommended Action: Motion to: 1. Approve the project plans and specifications for the Traffic Signal Installation at the intersection of Newland Street and Hamilton Avenue (CC-1213); 2. Accept the lowest responsive and responsible bid submitted by Lincoln Pacific Builders, Inc., in the amount of $ 88,403.00; and 3. Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney. 4. Authorize the Director of Public Works to execute change orders not to exceed a total of 15 percent of the contract construction costs. Alternative Action(s): Reject all bids and provide staff with alternative direction. MEETING DATE: 12/21/2009 DEPARTMENT ID NUMBER: PW 09-62 Analysis: The intersection of Newland Street and Hamilton Avenue has been identified as a high priority intersection on the Traffic Signal Priority List. The intersection met the criterion for four traffic signal installation warrants relating to traffic volumes and delay. Westbound Hamilton Avenue currently terminates at Newland Street and is controlled by a stop sign. The traffic signal will control all legs of the intersection and will include a "protected -permissive" southbound left turn arrow. Crosswalks will be provided across the north and east legs of the intersection. A radio unit and antenna will be installed to provide communication between this location and the City's traffic signal master controller at City Hall. To properly install the traffic signal poles, minor roadway construction will be necessary. At the southeast corner, the curb return will need to be reconstructed, shortening the radius from 25 to 22 feet. This will allow for proper pole placement in conformance with the Americans with Disabilities Act (ADA). Along the westerly side of the intersection, there is currently no curb. An asphalt curb will be installed to properly place the signal poles. A complete set of plans and specifications are available for review at the Public Works counter during normal business hours. Bids were opened publicly on November 17, 2009, and are listed in ascending order: Bidder Submitted Sid Corrected Bid 1 Lincoln Pacific Builders, Inc. $88,403.00 2 PTM General Engineering Services, Inc. $91,710.00 3 Steiney & Company, Inc. $92,305.00 4 International Line Builders, Inc. $98,691.05 5 Christopher R. Morales, Inc. $101,343.00 $99,843.00 6 California Professional Engineering, Inc. $100,000.00 7 D nalectric $110,897.00 8 Terno, Inc. $114,932.00 9 Moore Electrical Contracting, Inc. $117,821.00 10 CSI Electrical Contractors, Inc. $129,900.00 11 C.T.&F., Inc. $131,907.43 12 JFL Electrical $142,579.68 13 Macadee Electrical Construction, Inc. $147,669.00 14 AK Engineering $169,051.00 The engineer's estimate for the bid items was $280,000. The total estimated cost for this project is $177,000 which includes the City's direct purchase of all major equipment. This practice ensures consistency of equipment among the traffic signals and street lighting maintained by the City. Direct purchase also provides the added benefit of reduced costs to the City due to elimination of contractor mark-ups, typically in excess of 20 percent on this type of equipment. -2- 12/3/2009 2:41 PM REQUEST FOR CITY COUNCIL ACTION MEETING DATE: 12/21/2009 DEPARTMENT ID NUMBER: PW 09-62 Staff is requesting that the Director of Public Works be given authorization to approve change orders on this project up to 15 percent of the construction cost rather than the 10 percent currently authorized. The requested percentage equates to a 10 percent contingency based on the total of the construction contract and the materials purchased by the City. This authorization will provide the added flexibility needed to complete a typical construction project yet still be consistent with the intent of the 10 percent limit. Although a thorough utility investigation was performed, experience from the adjacent Newland Street Widening project showed that there can be unmapped facilities in the area which are not encountered until construction activity is underway. These unknown facilities could result in construction change orders due to their impact on the methods of construction. The reference check for Lincoln Pacific Builders, Inc. provided acceptable responses from past clients. All other elements of the bid were found to be in compliance with bidding requirements. Therefore, staff recommends that the City Council accept the bid from Lincoln Pacific Builders, Inc. as the lowest responsive and responsible bidder. Public Works Commission Action: The Public Works Commission recommended this project on March 18, 2009, by a vote of 7-0. Strategic Plan Goal: Maintain, improve and obtain funding for public improvements. Environmental Status: This project is categorically exempt pursuant to the California Environmental Quality Act, Section 15303 (c). Attachment(s): -3- 12/8/2009 9:64 AM ATTACHME-NT CITY OF HUNTINGTON BEACH * PUBLIC WORKS * TRAFFIC ENGINEERING Location Map Newland Street and Hamilton Avenue CC-1213 ATTACHMENT , _ ,A= L � ,t�..� L INITIATING DEPARTMENT: Public Works SUBJECT:' Award Contract for Traffic Signal Installation at the Newland Street and Hamilton Avenue, CC 1213 COUNCL MEETING DATE: December 21, 2009 CA CHMENT SCAT S a ,, Ordinance (w/exhibits & legislative draft if applicable) Attached ❑ Not Applicable Resolution (w/exhibits & legislative draft if applicable) Attached ❑ Not Applicable Tract Map, Location Map and/or other Exhibits Attached Not Applicable ❑ Contract/Agreement (w/exhibits if applicable) Attached ❑ (Signed in full by the City Attome) Not Applicable Subleases, Third Party Agreements, etc. Attached ❑ (Approved as to form by City Attorney) Not Applicable Certificates of Insurance (Approved by the City Attorney) Attached ❑ Not A plicable Fiscal Impact Statement (Unbudgeted, over $5,000) Attached ❑ Not Applicable Bonds (If applicable) Attached El Not Applicable Staff Report (If applicable) Attached ❑ Not Applicable Commission, Board or Committee Report (If applicable) Attached ❑ Not Applicable Findings/Conditions for Approval and/or Denial Attached ❑ Not Applicable RCA Author: Janusz:jg CITY OF HUNTINGTON BEACH J TRAFFIC SIGNAL INSTALLATION AT THE INTERSECTION OF NEWLAND ST. AND HAMILTON AVE. CC-1213 BID OPENING: NOVEMBER 17, 2009 @ 2:OOPM ENGINEER'S ESTIMATE: $320,000 BIDS SUBMITTED (AS READ AT OPENING) N4o BIDDER'S"NAME. RAMC'''' P►PPARENT AID AIViOUNT. 1 AK Engineering 2 California Professional Engineering, Inc. 00 0C)v ' 3 Christopher Morales 4 CSI Electrical Contractors, Inc. ®� 5 C. T. & F., Inc. 6 Dynalectric 7 ILB (International Line Builders, Inc.) �' 0191. 8 JFL Electrical 9 Kormx, Inc. 10 Lincoln Pacific �� //-, SZ02, p 6) 11 Macadee Electrical Construction, Inc. �/ — '12 Moore Electric 13 MSL Electric, Inc. 14 Pointer Enterprises, Inc. 15 Pro Tech 16 PTM General Engineering Services 17 Republic ITS 18 Steiny & Company, Inc. 19 TDS 1120,57 20 Terno, Inc. ��� �/ 00 :a il:°!d ILI :100,1,4 GOOZ a li D /��LJt -�•1 � �T. C, BID DATE: TIW c2,,o o Engineer's Estimate: $ BID LIFT RLDDER S NAME - RAl K - TOTAL RID "OWV7 5. $ 6. $ 7. $ 8. $ 10. $ 12. $ 13. $ 14. $ YC 1 NOTICE INVITING SEALED BIDS for CC-1213 Notice is hereby given that sealed bids will be received by the City of Huntington Beach at the office of the City Clerk at City Hall, 2000 Main Street, Huntington Beach, CA 92648, until the hour of 2:00 PM on November 17, 2009, at which time bids will be opened publicly and read aloud in the Council Chambers for the Traffic Signal Installation at the Intersection of Newland Street and Hamilton Avenue, CC-1213 in the City of Huntington Beach. A set of plans, specifications, and contract documents may be obtained starting October 29, 2009 at City Hall, Department of Public Works upon receipt of a non-refundable fee of $30.00, sales tax included, if picked up or $50.00 if mailed. Each bid shall be made on the Proposal Form provided in the contract documents, and shall be accompanied by a certified or cashier's check or a bid bond for not less than 10% of the amount of the bid, made payable to the City of Huntington Beach. The Contractor shall, in the performance of the work and improvements, conform to the Labor Code of the State of California and other Laws of the State of California applicable thereto, with the exception only of such variations that may be required under the special statutes pursuant to which proceedings hereunder are taken and which have not been superseded by the provisions of the Labor Code. Preference to labor shall be given only in the manner provided by law. No bid shall be considered unless it is made on a form furnished by the City of Huntington Beach, Department of Public Works, and is made in accordance with the provisions of the proposal requirements. Each bidder must be licensed as required by law. The City Council of the City of Huntington Beach reserves the right to reject any or all bids. By order of the City Council of the City of Huntington Beach, California on the 8th day of September 2009, by RESOLUTION 2009-50. Joan L. Flynn City Clerk of the City of Huntington Beach 2000 Main Street. (714) 536-5431 CC-1213 CITY OF HUNTINGTON 2000 Main Street P.O. Box 190 Huntington Beach, CA LETTER OF TRANSMITTAL Attention: Joan L. Flynn To: City Clerk's Office 2000 Main Street Huntington Beach, CA 92648 BEACH 92648 Fax (714) 374-1573 Date: October 22, 2009 Project/C.C. No.: C.C. No. 1213 Regarding: Traffic Signal Installation at Newland & Hamilton ❑ We are sending you: ❑ By Mail ❑ By Fax Mail(Number of pages including this sheet:) ® We are hand delivering: ❑ Attached ❑ Under a separate cover via the following items: ❑ Shop drawings ❑ Prints ❑ Plans ❑ Samples ❑ Specifications ❑ Copy of letter ❑ Change Order ® Other: Notice Inviting Sealed Bids Item # I Co 'ies I Pages' Descri `tion - 1 1 1 Notice Inviting Sealed Bids for CC-1213, Traffic Signal Installation at the Intersection of Newland Street and Hamilton Avenue 2 3 These are transmitted as checked below: ❑ For approval ❑ Approved as submitted ❑ Resubmit copies for approval ® For your use ❑ Approved as noted ❑ Submit copies for distribution ® For your action ❑ Returned for corrections ❑ Return corrected prints ❑ For review/comment ❑ Other: Remarks: Per Resolution 2009-50 (adopted on September 8, 2009), the City Council authorized the advertisement of the above Traffic Signal Installation at the Intersection of Newland Street and Hamilton Avenue, Project CC-1213. Please find attached the Notice Inviting Sealed Bids for advertisement on 10/29/09, 11/5/09 & 11/12/09. The bid opening is scheduled for 11/17/09. Please contact me at 374-1628 with any questions you may have. cc: file By: William F. Janus ncipal Civil En ' of G:\CONSTRUCTION CONTRACTS (CCS) \CC1213 NEWLAND HAMILTON TRAFFIC SIGNAL INSTALLATION\PRE AWARD\NISB TRANSMITAL To CLERK-CC-1213.DOC Huntington Beach Independent has been adjudged a newspaper of general circulation in Huntington Beach and Orange County by Decree of the Superior Court of Orange County, State of California, under date of Aug. 24, 1994, case A50479. STATE OF CALIFORNIA) , ) SS. COUNTY OF ORANGE ) I am the 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 below entitled matter. I am a principal clerk of the HUNTINGTON BEACH INDEPENDENT, . a newspaper of general circulation, printed and published in the City of Huntington Beach, County of Orange, State of California, and the attached Notice is a true and complete copy as was printed and published on the following date(s): October 29, 2009 November 5, 12, 2009 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on November 12, 2009 at Costa Mesa, California ?0frIll" Signa NOTICE INVITING SEALED BIDS for CC-1213 Notice is hereby given flik'sealed.bids will be received by the City of Huntington Beach at'the office of the City Clerk at City Hall, 2000' Main Street, Huntington] Beach, CA 92648, until the hour of 2:00, PM on I November . 17, 2009,.1 at which time bids will be opened publicly °and read aloud in the Coun- cil Chambers .. for the Traffic Signal Installa- tion at the Intersection of Newland.Street and: Hamilton Avenue, CC- 1213 in the City of Huntington Beach; 'A 'set: of plans; specifications, and con- I .tract documents may be obtained starting Octo- ber 29, 2009 at City,i Hall, r Department of Public ,Works upon re-1 ceipt of a non- refundable . fee of; ..$30.00, sales tax in-1 cluded, if picked up" or: $50.00:if mailed. Each bid shall be made on the Proposal 1 Form provided ;in the) contract documents,' and shall be accompa- 1; nied by a' certified or ' cashier's check or a bidl bond for not less than 10% of the amount of� the, bid made payable( to the City. of Hunting -I ton Beach. The Contrac-1 tor, shall, in the ,per-', formance of the works and improvements, con form to,the Labor Code of the State of Califor- nia and other . Laws of! the State of California applicable thereto,' with l the' exception only .of, such variations that may be required under' the special statutes pur suantao which proceed -I dings hereuilder',are tak en and which have not been superseded,.by the fprovisions ,of,the Labor; Code:' Preference to la- bor shall be ,given only ` inAhe manner; provided by law. No bid shall be consid- ered unless it is made on a, form furnished by the City of Huntington Beach; Department of Public Works, and is made in accordance with the provisions of i t h e. " p r. o.p 0 s .a I requirements. Each bidder must be licensed as required by law. The City Council.of the !. , City of. Huntington) Beach, reserves the right - to reject any or -all bids. By order of the, City, Council of the City of l, I Huntington Beach; Cali- j forniadon,the 8th day of I j September 2009; by RESOLUTION 2009-50. — /s/Joan L. Flynn .'City Clerk of the: City of Huntington Beach 2000 Main Street` (714) 536-5431 1 Published Huntington. Beach Independent Oc- tober 29, November 5 12,2009 . 1005-016 Huntington Beach Independent has been adjudged a newspaper of general circulation in Huntington Beach and Orange County by Decree of the Superior Court of Orange County, State of California, under date of Aug. 24, 1994, case A50479. 1a 16 WNE13 STATE OF CALIFORNIA) ) SS. COUNTY OF ORANGE ) I am the 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 below entitled matter, I am a principal clerk of the HUNTINGTON BEACH INDEPENDENT, a newspaper of general circulation, printed and published in the City of Huntington Beach, County of Orange, State of California, and the attached Notice is a true and complete copy as was printed and published on the following date(s): October 29, 2009 November 5, 12, 2009 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on November 12, 2009 at Costa Mesa, California Signat NOTICE INVITING SEALED BIDS, ; for ((-1213 Notice is hereby given ,that sealed bids will be received by the City of: Huntington Beach at the loffice of the.City Clerk .at City'_Hall, 2000 Main Street, Hunt-ing�ton Beach, CA 92648, until, the hour of 2.00 PM on ;November 17, 2009, ' at. which time bids will' `be opened publicly and( 'read aloud in the Coun-1 icil 'Chambers for the l Traffic Signal Anstallo-1 Itlon at the Intersection, of Newland`Street and: Hamilton Avenue, CC 1213 ' in. the City of� Huntington Beach: A _set, of plans;+ specifications, and con tract documents may be obtained starting Octo- ber 29, 2009 at City Hall, Department of ';Public Works upon re-! ceip4, of a .non - 'refundable fee.' 0f' $30.00,- sales tax in !eluded, if picked up or' $50.00 if mailed. -, Each bid shallbe made on .the Proposal Form.`provided. in. Jhe contract documents;' i arid .shall be .accompa nied ..by a certified or cashier's check or a bid bond for not less than! 10% of the amount ofs the bid,- made payable.; to the City of Hunting-i ton Beach. The Contrac- tor shall, in the per formance of the world and improvements, con form to the Labor Code} of Ahe State- of,'Califor-s nia and other Laws of; the State of- California, i applicable thereto, with! the exception..only of such .',variations, that, may ,be required under :the special statutes pur= suant to :which proceed-, pings hereunder are-tak-'. ?en and which have not ,been superseded by the provisions of the Labor Code. Preference ;to la- 'bor shall`(be given onlyi in the manner provided; by law. No bid shall be consid eyed unless it'is madel on a form furnished by' the City of Huntington Beach, Department, of! Public; Works, and is made in; adcordance� with the, provisions of; t h, e. pir o p o s a I requirements. Each bidder must be licensed as required by law.. The City Council of the City `of Huntington Beach reserves the right to reject any'or all bids. By, order of the City, Council of the City of, Huntington Beach;,Cali-' fornia on,the 8th day.of:. .September' 2009, by RESOLUTION 2009-,50. /s/ Joan L: Flynn City Clerk of the City of Huntington Beach 2000 Main Street. (714) 536-5431 Published Huntington .,Beach,. Independent Oc,- ' tuber-,29, November 5, 12,2009 1605-0101 CC-1213 Traffic signal installation at Newland and Hamilton City of Huntington Beat 2000 Main Street • Huntington Beach, CA 92646 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK March 9, 2010 California Professional Engineering, Inc. 9316 Mabel Avenue S. El Monte, CA 91733 RE: CC-1213 — Traffic signal installation at Newland and Hamilton Enclosed please find your original bid bond for CC-1213. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe enclosure Sister Citic !f njo, apan'�` '%a'jarere,oNew Zealand ( Telephone: 714-536-5227 ) 20fl?` I P 139 FROM: CALIFORNIA PROFESSIONAL ENGINEERING, INC. 4 , 9316 MABEL AVENUE SOUTH EL MONTE, CA 91733 SEALED BID ON November2009 •2:OOPM TO: City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Project ®esc: Traffic Signal Installation at Hamilton Avenue & Newland Street (1213) SECTION C PROPOSAL for the Traffic Signal Installation at Hamilton Avenue & Newland Street CC No. 1213 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within Fifty (50) working days, starting from the date of the notice to proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. ,�Aj Accompanying this proposal of bid, find is iC� ` in the-amount-ef-6- \0 which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature C-2 PROJECT BID SCHEDULE CC-1213 Traffic Signal at Hamilton and Newland Item Estimated No. Quantity Item Unit Price Extended Amount 1 1 LS Mobilization Q u Per LS $ � $ 2 1 LS Traffic control plan a ) ��- Per LS $ $ 3 1 LS Furnish Project Traffic Control � Per LS $ J , U $ 4 1 LS Monument preservation and comer record restoration U Per LS $ �G $ 5 1 LS Construction survey o Per LS $ � $ t� j 6 1 LS Clearing & Grubbing (includes all saw cutting and AC, PCC & misc. removals / abandonments) U ox ow „ Per LS $ l� t $ �/ 7 401 SF Construct PCC curb ramp per Caltrans Std. Plan No. A88A Case C U 12 p Per SF $ $ 8 478 SF Construct PCC sidewalk per City Std. Plan No. 207 S 50 2 Per SF $ $ 9 76 LF Construct PCC curb and gutter per City Std. Plan No. 202 Per LF t] $ � 0 $ 21 509 10 118 LF Construct 6" AC berm per Caltrans Std. Plan No. A87B 20r 2,360 Per LF $ $ 11 12 TONS Construct 6" full depth AC pavement Per TON �r $ 00 l!e,,O $ G l O J 12 1 LS Install traffic signal @ Hamilton & Newland (see note below) /' 1 C 6 t ';c1 I G t� d Per LS $ $ 13 1 LS Signing & striping Per LS v $ 1, ;2U0 r $-1,scv`-` _ J 00 Total Amount Bid in Figures: $ z Total Amount Bid in Words: CAtt? Can ✓ J Note: The City will provide the traffic signal controller and service cabinet, all traffic signal poles, mast arms, luminaries, vehicle heads, pedestrian heads, push buttons, internally illuminated street name signs, emergency vehicle preemption sensors, block information signs, and fittings at no cost to the Contractor. Contractor is to pick up the materials at the City Yard, 17371 Gothard Street. Contact George Ruff two working days in advance for pick up at (714) 375-5015. G Ou 0 .- C-2s 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 and the portion of the work to be done by such subcontractor. Portion of Work Name and Address of Subcontractor State License Number Class 951CW t�Vao E. 64) , SQ'A' o- �, COYT)MA rA qM l-2o C)W 0i20" GJ:Jti`� 1 ?i z� $ . , C3YG 11 E? 3 4 (0 0 Cl j C ' �(:iY1 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 State of California ss. County of Orange q'R being first duly sworn, deposes and says that he or she is of CaTffDmws onal�EngineedM- he party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder Signature of Bidder 9316 Mabel An South, E! Monte, CA 91733 Address of Bidder )NN Subscribed and sworn to before me this I day of 'tc3`TWc b6 , 20 Oy . NOTARY PUBLI ""' "0' COMM. # 1804694 ►n UI f6� NOTARY RUBLIC-CALIFORNIA Ul LOS A,GELES COUNTY AJ' COMM. g JUNE 28, 20 NOTARY SEAL C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal Installation at Hamilton Avenue & Newland Street, (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, isfamiliar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: 'W0V,4n V ey ao o� California Professional Engineering .,-jrn &I M Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 1431 M, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes o 0 If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: m l"1l© California Professional Engineering , Contractor IC Title 6- w C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: O Title Date: 11 1`l1 Ci California Professional Encsineerin9 , inc— h1A Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: California Professional Engineering , nt-0 L Bidder Name 9316 Mabel Ave. Business Address South one, ld 9,11133 City, U52 - 16(O� � Telephone Number Iaa01 `A fC1( State Contractor's License No. and Class Original Date Issued Expiration Date State Zip The work site was inspected by n n of our office on U� I , 20� The following are persons, firms, and corporations having a principal interest in this proposal: California Professional Engineering -Jr�C, C-9 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. California Prc#essionai Erkjirieer6ng , In(_ Company Signature of NW) AJ(3,%34e n Printed or Typed Signature �J N) Subscribed and sworn to before me this � 1 day of N0trn , 200 A . L#-L. TRACY S100C C CON. # 1804694 NOTARY PUBLIC-CALIFORNIA V1 lOS A1tGEtE& CWNSr Y COMM. EXP. JUNE 28, 20 NOTARY PUBLIC ��- - NOTARY SEAL Listed below are the naives, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: I , - � ec 52 �5-e-L 1. 14 3 Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work C-10 Date Completed Date Completed Date Completed 9316 Mabel Avenue South El Monte, CA 91733 Ph: (626) 452-8658 Fax: (626) 448-0470 Caltran 08-OL4404 Emergency Proiect Amount: $700, 000 Owner: Department of Transportation Project Manager: Amgad Gadalla Contact phone #: (951) 453-8929 Status: Completed Caltran 08-OJ7104 Wireless Vehicle Detection System Amount: $1,120, 000 Owner: Department of Transportation Project Manager: Ebraham T. Ebraham Contact phone #: (951) 232-6263 Status: In Progress Los Angeles County Replace Existing Concrete Drains Amount: $68, 000 Owner: Department of Transportation Project Manager: Pravin Patel Contact phone #: (213) 620-2039 ext.203 Status: Completed Riverdale and Finch Safe Route to School Signalized Street Amount: $189, 000 Owner: City of Anaheim Project Manager: Robert Luciano Contact phone #: (714) 765-5176 Status: Completed be provided upon your request. THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond BOND # N/A KNOW ALL MEN BY THESE PRESENTS, that we CALIFORNIA PROFESSIONAL ENGINEERING, INC. DBA CALIFORNIA PROFESSIONAL ELECTRICAL 9316 MABEL AVE. ENGINEERING S. EL MONTE, CA 91733 (Here insert full name ,and address or legal title of Contractor) as Principal, hereinafter called the Principal, and NORTH AMERICAN SPECIALTY INSURANCE COMPANY 701 SOUTH PARKER STREET SUITE 3800 ORANGE, CA 92868 (Here insert full name ,and address or legal title of Surety) a corporation duly organized under the laws of the State of NEW HAMPSHIRE as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH 2000 MAIN STREET HUNTINGTON BEACH, CA 92648 (Here insert full name ,and address or legal title of Owner) as Obligee, hereinafter called the Obligee, in the sum of TEN AND 001100 PERCENT of attached bid -------__. Dollars ($ 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 TRAFFIC SIGNAL INSTALLATION AT HAMILTON AVE. & NEWLAND ST. (Here insert full name, address and description of 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 material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 4th day of November 2009 ENGINEERING, INC. NAL ELECTRICAL (Seal) ENGINEERING (Witness) (Seal) (Witness) YUNG T. AIA DOCUMENT A310 BID BOND AIA ® FEBRUARY 1970 ED THE AMERIC. INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W. WASHINGTON, D.C. 20006 ALIT -PURPOSE ACKNOWLEDGMENT State of California l SS. County of L�US AhG � � � On I Ver'hNkX 1 ,before me, _�`C c y SoyC- t-A b i L , DATE personally appeared \sA aA N C, �X. -go , 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. TRACY SOOC Comm.# 1804694 �q NOTARY PUBLIC•CALIFORNIA V1 LOs ANGELES COUNTY MY COMM. EW JUNE 28, 2012 'A NOTARY'S SIGNATURE PLACE NOTARY SEAL IN ABOVE SPACE The information below is optional. However, it may prove valuable and could prevent fraudulent attachment of this form to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) ❑ INDIVIDUAL ��ORPORATE OFFICER ❑ PARTNER(S) ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: 671114 TITL (S) SIGNER (PRINCIPAL) IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF FATTTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT 2 NUMBER OF PAGES DATE OF DOCUMENT RIGHT THUMBPRINT OF SIGNER OTHER AP.1,01/2008 NOTARYBONDS, SUPPLIES AND FORMS AT HTTP://WWW.VALLEY-SIERPA.COM 2C2005-2008VALLEY-SIERRAINSURP.NCE State of California County of Orange ) On November 4, 2009 before me, Christine T. HWng, Notary Public (insert name and title of the officer) personally appeared Yung T. Mullick who proved to me on the basis of satisfactory evidence to be the person(*) whose name( is/am subscribed to the within instrument and acknowledged to me that he%jjW�M executed the same in hisk)ad&jek authorized capacity(*, and that by his6mexl etix signature(x) on the instrument the person(t), or the entity upon behalf of which the person(i6) 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. °f � ' r'k CHMST14E T. HOANG WITNESS my han and official seal. CM°; COiNK # 1927W9 ORANGE COUNTY ,a My Cow. Ez*+es DEC 212M Signature (Seal) NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: JENNIFER C. GIBONEY, JAMES W. MOILANEN, YUNG T. MULLICK, CHRISTINE T. HOANG and P. AUSTIN NEFF JOINTLY OR SLV L• RALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of TWENTY-FIVE MILLION (S25.000.000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." Ps "' By Siesen P..Andemn, PreAlenl& Cldef Ezecmlhe OMeor of Washington lotemalional lewrance Company �� G6sipt4T..G 3�r SEAL ,ga Senior vice President ot'Norlh American Specialty lnmm—Company q. rn gNliltlttt! By David Rt. Layman, Senior Vice President of Washington IntematimalIusuance Company & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 20th day of February 2009 North American Specialty Insurance Company Washington International insurance Company State of Illinois County of Du Page S& On this 20th day of February 20 09 , before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their resnective companies. "OFF4ClAJ. j 4EIdS 6YI7/W s, _� Notary)nublic, state of t4rieaaas Pdy C9>elmisxaan Expires t01ED612UtY Donna D. Sklerls, Notary Public 1, James A. Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this4TH day of NOVEMBER 20 09 . i James A- Carpenter, Vice President & Assistant Secretary of Wasiungton International Insx — Company & North American Specialty Insurance Company City ®f Huntington Beach 2000 Main Street ® Huntington Beach, CA 92648 OFFICE OF THE CITY CLERIC JOAN L. FLYNN CITY CLERK March 9, 2010 International Line Builders 2520 Rubidoux Blvd. Riverside, CA 91750 RE: CC-1213 — Traffic signal installation at Newland and Hamilton Enclosed please find your original bid bond for CC-1213. Sincerely, Joan L. Flynn, CIVIC City Clerk J F: pe enclosure follow /cas ont/retur bo doc Sister C /es: �nlo, apan •r' aIPatcere, New Zealand (Telephone: 714-536-5227 ) International Line Builders P.O. BOX 3039 RIVERSIDE, CA 92519 A1,,U17WArd 99:;4-e,41 C-r-, Lie'. 10ZIS ,d- 1-7 -o 9 2 SECTION C PROPOSAL for the Traffic Signal Installation at Hamilton Avenue & Newland Street CC No. 1213 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within Fifty (50) working days, starting from the date of the notice to proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing' bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find IP '/- in the amount of $ which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature C-2 PROJECT BID SCHEDULE CC-1213 Traffic Signal at Hamilton and Newland Item Estimated No. Quantity Item Unit Price Extended Amount 1 1 LS Mobilization Per LS $ %DD D $ l D D r7 2 1 LS Traffic control plan Per LS $ Z4=0 $ 3 1 LS Furnish Project Traffic Control Per LS a $ y $ 4 1 LS Monument preservation and corner record restoration Per LS $ ��� D $ 5 1 LS Construction survey Per LS Q $ Z$UO $Z68D " 6 1 LS Clearing & Grubbing (includes all saw cutting and AC, PCC & misc removals / abandonments) Per LS $ -y $ ` — 7 401 SF Construct PCC curb ramp per Caltrans Std. Plan No. A88A Case C Per SF z.s $ a.s 8 478 SF Construct PCC sidewalk per City Std. Plan No. 207 Per SF Grp $ 5 .` i0 $ 2 La I 9 76 LF Construct PCC curb and gutter per City Std. Plan No. 202 Per LF pp $ O ®5 $ Z I Q l Z i®O 10 118 LF Construct 6" AC berm per Caltrans Std. Plan No. A87B Per LF $ Z G $ 3��$ 11 12 TONS Construct 6" full depth AC pavement Per TON $ Z S d $ '0 12 1 LS Install traffic signal @ Hamilton & Newland (see note below) Per LS QQ $ 6®S LOD $ S ISS L.D 13 1 LS Signing & striping Per LS $ L-7 Lao $ LO, Lac�- Total Amount Bid in Figures:$ CG1 a La q I O S Total Amount Bid in Words: Qthk Eilbal� " 16%) i A-"41 Sl X "y"Q(LrEt-11 i � -00 AA-S roam 1p% -JdE, C—e-"r-S Note: The City will provide the traffic signal controller and service cabinet, all traffic signal poles, mast arms, luminaries, vehicle heads, pedestrian heads, push buttons, internally illuminated street name signs, emergency vehicle preemption sensors, block information signs, and fittings at no cost to the Contractor. Contractor is to pick up the materials at the City Yard, 17371 Gothard Street. Contact George Ruff two working days in advance for pick up at (714) 375-5015. T, C:>"F— C-2s 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 and the portion of the work to be done by such subcontractor. Portion of Work Name and Address of Subcontractor State License Number Class GaA lr �l�:wC�eadVlv4 C.D. Ci 1.'::-,*L -76 5 3 3 G" 6 BLS t83�ct i��e��Y S� OaAM&E CA 9136,16 31.�(odq t2 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 State of California ss. County of Orange being first duly sworn, deposes and says that he or she is of 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. Name of Bidder 4—nature of Bidder 2 SZc "rak.,,R `�x..�� l2�.,�..�.1.r, r C ^ Address of Bidder Subscribed and sworn to before me this day of , 20 NOTARY PUBLIC NOTARY SEAL C-4 CALIFORNIA JURAT WITH- AFFIANT STATEMENT See Attached Document (Notary to cross out lines 1-6 below) El -see Statement Below (Lines 1-5 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 State of California County of Riverside H. GATEMAN Commission # 1858814 i ,-a+ Notary Public - California z ' Riverside County My Comm. Expires Jul 24, 2013 Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me on this 17 day of November 20 09, by Date Month Year (1) Joe Sutton******************** Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (and Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me.) i r Signature Signature of Notary Public Place Notary Seal Above OPTIONAL - Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Further Description of Any Attached Document Title or Type of Document: Non -Collusion Affidavit Document Date: 11117109 Number of Pages Signer(s) Other Than Named Above: R_IGHTTHUMBPRINT RIGHTTHUMBPRINT OF SIGNER #1 OF SIGNER #2 .. . • • • ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5910 Reorder: Call Toll -Free 1-800-876-6827 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal Installation at Hamilton Avenue & Newland Street, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: / / - I (e' D c! Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, 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 51�40 If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: l it tLo Lo at .� ►..Ir�.(ta.tAC'S'1 oe.� �- t..a..:: - � � .. rise-.� Title C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Title Date: /i %Ci e If I Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work, Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name Business Address C.�yE2.S��G a Q-LS-1 ci City, State Zip Telephone Number IRZ51 S G,,® .4 State Contractor's License No. and Class Original Date Issued lb-S %- I l Expiration Date The work site was inspected by L^&Lop� 3" °r`4 of our office on ` 1 S 6 O c , 200PI The following are persons, firms, and corporations having a principal interest in this proposal: M/AGE P4!*5_ C-9 4 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 Sieda4ure of Bidder U Printed or Typed Signature Subscribed and sworn to before me this _ day of , 200_ NOTARY PUBLIC NOTARY SEAL Listed below are the naives, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 2. 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Date Completed C-10 CALIFORNIA .JURAT WITH AFFIANT STATEMENT (,See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-5 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 State of California County of Riverside r. ------ H. BATEMAN Commission # 1858814 a z � �- `® Notary Public - California z z � Riverside County My Comm. Expires Jul 24, 2013 Subscribed and sworn to (or affirmed) before me on this 17 day of November 120 0 by Date Month Year (1) Joe Sutton******************** Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (and (2) Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me.) Signature — A �— Signature of Notary Public Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent - 6 - e fraudulent removal and reattachment of this form to another document. Top of thumb here Top of thumb here Further Description of Any Attached Document Title or Type of Document: Bidder's Info Document Date: 11117109 Number of Pages: Signer(s) Other Than Named Above: ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationaiNotary.org Item #5910 Reorder: Call Toll -Free 1-800-876-6827 Reference List AMOUNT AND LOCATION AWARDING AGENCY AND AGENCY'S CONTACT AND ADDRESS PHONE NO. $400,000.00 City of Newport Beach Herb Wollerman Street Lighting Replacement 3300 Newport Beach (949) 718-3406 Newport Beach, CA $500,000.00 City of Anaheim Caster Williams State College 200 S. Anaheim Blvd. (714) 765-6843 Traffic Signal / Street Lighting Anaheim, CA $1, 500,000.00 Hillcrest Contracting Jerry Blair Orchard Hills / Irvine Co. 1467 Circle City Drive (909) 273-9600 Traffic Signal / Street Lighting Corona, CA $300,000.00 City of Newport Beach Jim Brahler Various Locations 3300 Newport Blvd. Ron Garret Traffic Signal Modifications Newport Beach, CA (949) 644-3346 $323,000.00 City of Laguna Hills Ken Rosenfield Alicia Pkwy & Moulton 25201 Paseo de Alicia (949) 707-2600 CCTV - Interconnect Mod. Laguna Hills, CA 92653 $121,000.00 City of Santa Ana Terry Dorley McFadden Ave. & Graham St. 20 Civic Center (714) 647-5040 Flashing Lights In -Pavement Santa Ana, CA 243,950.00 City of Tustin Tran Hartzog Install Traffic Signal Civic Center (714) 731-9455 Tustin Ca. 92518 $1,439,200.00 City of Fountain Valley Mark Lewis / Temo Galver CCTV Comm./ Traffic Signals 10200 Slater Ave. (714) 593-4517 Fountain Valley,Ca. 92708 $549,000.00 City of Corona Mike Corona Traffic Signal Interconnect 2125 Sixth St (951) 739-4969 Corona, Ca.87586 $2,900,00.00 Sully Miller / City of Riverside Gary Downey / Juan Rojas Traffic Signal / Street lighting 1100 E. Orangethorpe (714) 578-9604 - (951) 538-3037 Anaheim, Ca. 92801 AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE International Line Builders 2520 Rubidoux Blvd., Riverside CA 91750 as Principal, hereinafter called the Principal, and Liberty Mutual Insurance Company 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462 a corporation duly organized under the laws of the State of MA as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach 2000 Main Street, Huntington Beach, CA 92648 as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid Dollars ($ 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 #1213: Traffic Signal Installation CQ? Hamilton Ave_ & Newland St. 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 17th (fitness) day of n 'd 1*2o5r November International Line Builders (Principal) Mutual Insurance AIA DOCUMENT A310 ® BID BOND Y AIA ® FEBRUARY 1970 ED. ® THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 2009 /' (Seal) (Title) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Riverside f On November 17, 2009before me, Heather Bateman, Notary Public Date Here Insert Name and Title of the Officer personally appeared Joe Sutton************************** Name(s) of Signer(s) H. BATEMAN Are, Commission re 1858814 Notary Public - California a Riverside County My Comm. Expires Jul 24, 2013 Place Notary Seal and/or Stamp Above who proved to me on the basis of satisfactory evidence to be the person(, whose namesA` is/a/ subscribed to the within instfument and acknowledged to me that he/sp%/tb6v executed the same in his/h/t*r authorized capacity(), and that by his/Vr/tp(eir signature(yf on the instrument the person(o, or the entitly upon behalf of which the person71 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: a ure o otary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Bond AM A310 Document Date: . 11/17/tl9 Number of Pages: Signer(s) Other Than Named Above: _ Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual M. ❑ Partner— ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing Signer's Name: ❑ Corporate Officer— Title(s): ❑ Individual El Partner — ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02008 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationaiNotary.org Item #5907 Reorder: Call Toll -Free 1-800-676-6827 Surety Acknowledgment State of MINNESOTA } } ss. County of Hennepin } On this 17`' day of November 2009 before me personally came Nicole Tamble, to me known, who being by me duly sworn, did depose and say that she/he is the Attorney -in -Fact of Liberty Mutual Insurance Company described in and which executed the above instrument; that she/he knows the seal of said corporation; that the seal affixed to said instruments is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that she/he signed her/she/his name to it by like order. My commission expires January 31 2010 Notary Pu is TERESA HAM', � S S.j Y U6IC-MIIJ'sV PdOTaP P SOi� I t'jy Gomn;asion E. pi:a53 ^.31.2G17 2653959 THIS POWER OF ATTORNEY 1S NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and #hey have -no authority to bind the Company except in the manner and to the -extent herein: stated.. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWEROF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual: Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and "appoint DENNIS LOOTS, LAURIE PFLUG, JILL SWANSON, BARBARA KELLAR, JERKY QUIMET, NINA E. WERSTEIN JENNIFER:MILLER, BRIAN D. CARPENTER, BARBARA L. RAEDEKE ©ENISE �I/IS1iCOP, TERESA HAMMERS, NICOLE TAMBLE; ALL OF THE CITY OF MINNEAPOLIS, STATE OF ]MINNESOTA.............. . .....................:........ 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 sure ttyy and as its act deed *a*� And all undertakings, bonds, recognizances and other:surefy obliggations in the penal sum not exceeding - FIFTYMILL AND 00/100 DOLLARS _ 50y000, 00.00**** *: ) each, and the execution of such undertakings, bonds; : recogn" izanees ;and other surety obligations, in pursuance of tliese presents, shall be as binding upon the Company as if they had been duly signed by thepresident and attested bythe secretary of:the Company in their own proper persons. That this power is made and executed pursuanttoand byauthority of the following By-law and Authorization: ARTICLE X111 Execution of Contracts` Sections. Surety Bonds acid Undertakings.;. Any officer of the Company authorized ;for that Ipurpose Iin writing by the chairman or the president,and. subject to such limitations as the chairman or the president may prescribe, shalt, 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 'C w attorneys -in -fact, subject to the limitations set forth 1ritheirrespective powers of attomey,all:shhave full power to bind the Company by their y 0 signature and execution of any such instruments and to attach thereto the seal of.the Company. When so executed such instruments shall be d � as binding as it signed by the president and attested by the secretary. fl C ..40) By the following'instrument the chairman or the president has authorized the"officerbr other official named therein to appoint attorneys -in -fact; > Pursuant to Article X111, Section 5 of the By -Laws, Garnet W. Elliott,' Assistant Secretaryof Liberty Mutual Insurance Company, is hereby .: authorized to appoint such attorneys -in -fact as may be necessary to actin behalf of the Company to make, execute, seal, acknowledge and 5 � deliver as surety anyand,all undertakings �' , bonds,recognizances and other suretyobligations. a ts>' � f- � That the By -taw and the Authorization set forth above are true1. copies thereof and are now in full force and effect. W C O j IN WITNESS` WHEREOF, this Power of, Attorney has been subscribed by an authorized -,officer, or official of the "Company and the corporate seal of :L N-a Libel 9utual. Insurance Company has"been affixed thereto in Plymouth Meeting, Pennsylvania, this, 21 St day of September Q ".0 — 00 cn _ •� 0 M d LIBERTY MUTUAL INSURANCE COMPANY _ N 0 0 E 0 Garnet W. Elliott; Assistant Secretary 9 o COMMONWEALTH OF:PENNSYLVANIA ss COUNTY OF MONTGOMERY Cn CU t 4. On this 21 st day of September 2009 , before me, a'Notary. Public, personally came Garnet W. Elliott, to me known, and acknowledged - d 0 thathe is an Assistant Secretary of Liberty Mutual Insurance L Company; 'that he knows the seal of said corporation; and that he executed the above +i Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. a" IN TESTIMONY WH , unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year"w — ct first above written. l4 C 3 Qft3NO�dln t AiiH }F G(NNS rE VAN E i yC Natara ��at - L N �-.. i - 3 _ use Aasic_� a o#acPGt :. _ y/ �!��� !///,/- .r•. cc aB0, 1. _ 0,0 €� sa-T Pv,;;sr .m.A- �cAL fN lar3�s! Ter sa Pas#eila, Notary Public CERTIFICATE I; the undersigned; Assistan ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who.executed the said power of attorney is an Assistant Secretary specially authorized by he chairman or the president to appoint attorneys -in -fact as provided in Article X111, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Company at a meeting duly called and held on the 12th day, of March, 1980. VOTED that the 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. IN jESTIMONY W EREOF I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of By ,pfi David M. Carey, Asstotg6t Secretary City of Huntington Beach 2000 Main Street e Huntington Beach, CA 92648 OFFICE OF THE CITY CLERIC JOA►N L. FLYNN CITY CLERK March 9, 2010 Steiny and Company, Inc. 12907 E. Garvey Ave. Baldwin Park, CA 91706 RE: CC-1213 — Traffic signal installation at Newland and Hamilton Enclosed please find your original bid bond for CC-1213. Sincerely, JF:pe Enclosure Sister C`������°"'����st�ct�r�t�yr,� New Zealand 1 Telephone: 714-536-5227 ) u U T r H U i 1 AN 11: 10 CITY CITY OF SECTION C PROPOSAL for the Traffic Signal Installation at Hamilton Avenue & Newland Street CC No. 1213 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within Fifty (50) working days, starting from the date of the notice to proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find lm min the amount of $ which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature C-2 PROJECT BID SCHEDULE CC-1213 Traffic Signal at Hamilton and Newland Item No. Estimated Quantity Item Unit Price Extended Amount 1 1 LS Mobilization Per LS $ 100 d 2 1 LS Traffic control plan Per LS $ I 1 0$ e " l 3 1 LS Fumish Project Traffic Control Per LS $ 0) 600 $ 1 50D 4 1 LS Monument preservation and comer record restoration Per LS $ $ 5 1 LS Construction survey Per LS $ � 0 3 _ $ 6 D 3 6 1 LS Clearing & Grubbing (includes all saw cutting and AC, PCC & misc removals / abandonments) Per LS $ � I! $- 7 401 SF Construct PCC curb ramp per Caltrans Sid. Plan No. A88A Case C Per SF $ Z $ 8 478 SF Construct PCC sidewalk per City Std. Plan No. 207 Per SF $ $ 9 76 LF Construct PCC curb and gutter per City Std. Plan No. 202 Per LF 2, $ �/ J u $ ZJ�"or 10 118 LF Construct 6" AC berm per Caltrans Std. Plan No. A87B Per LF $ _ $ 21 i 11 12 TONS Construct 6" full depth AC pavement Per TON $ i4 ZZ $ 10 b 4 12 1 LS Install traffic signal @ Hamilton & Newland (see note below) Per LS $ dCi $ D 13 1 LS Signing & striping Per LS $ ZJ a) 1 _ $ 7) Total Amount Bid in Figures: $ � ? Z' u 0.5 �- L v Total Amount Bid in Words: V) U L I q W (H vu s a0 ►�) `1 N kt- P v N 0 9h-l) FI V 6 PO Note: The City will provide the traffic signal controller and service cabinet, all traffic signal poles, mast arms, luminaries, vehicle heads, pedestrian heads, push buttons, internally illuminated street name signs, emergency vehicle preemption sensors, block information signs, and fittings at no cost to the Contractor. Contractor is to pick up the materials at the City Yard, 17371 Gothard Street. Contact George Ruff two working days in advance for pick up at (714) 375-5015. C-2s 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 and the portion of the work to be done by such subcontractor. Portion of Work Name and Address of Subcontractor State License Number Class - "ln Loop M A5iE(LS A EIM . GPo 7 55 310) Cr-- 032ogl 4 0 bEsT Web 350) 27- 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 State of California ss. County of Orange Richard Tesoriera , being first duly sworn, deposes and says that he or she is ,Prnciripnt of STEINY AND COMPANY, NI C. 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. STEMY AND COMPANY, TNC_ Name of Bidder Signature of Bidder 12W7 East Garrey Avenue P.O. Box 8100 aalilrkPa& rr4 017n,F-noa,) Address of Bidder Subscribed and sworn to before me this day of �— , 2009 . NOTARY PUBLIC SHAWN R. BRADFIELD Commission # 1738049 Notary Public -California Riverside County My Comm. Expires May 9, 2011 NOTARY SEAL C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal Installation at Hamilton Avenue & Newland Street, (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. STEINY AND COMPANY. INC. Contractor By Richard Tesoriero, Vice President Title C-s DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes A„No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: qeq _ w a.[-)C)q Contractor Title MW AND COMPANY, INC. Richard T.nsoriero, Vice President C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor I1 Title Date: Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: 6TEINY° AND COMPANY, INC. Bidder Name Business Address 12907 East GXM Avenue P.O. Box 8100 Baldwin Park, CA 91706-0993 City, Telephone Number State Zip 626-338-9923 State License No.161273 Class A. B. C-7 & C-10 State Contractor's License No. and Class Original Date Issued Expiration Date The work site was inspected byM.. �A 0-4-APdffi of our office on V, QA , 2061 The following are persons, firms, and corporations having a principal interest in this proposal: CheirrrM vice P Richard Tesork" Seerefa Gei, ie _e! C-9 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. VM-W AND COMPANY, INC. Company Name _ Signature of Bidder Richard Tesoriem, Vice President Printed or Typed Signature Subscribed and sworn to before me this Ij#day ofl\ -ff(b &r , 200q . SHAWN R. BRADFIELD Commission '# 1738049 i. Notary Public - California Z Riverside County NOTARY PUBLIC sAhft1l'�A MyComm. Expires May9, 2011 Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 2. 3. _ SAC f)+&-h Q c- a 0z+n Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Date Completed Date Completed C-10 S'TEINY AND COMPANY, INC. >✓�ectr�caL Cowtractors awd �w�%weers CURRENT, PREVIOUS, AND MAJOR PROJECTS 4822 OCTA SR22 4695 Fair Oaks Corridor Transportation Improvements Owner: Orange County Transportation Authority (OCTA) Owner: City of Pasadena General: Granite -Myers -Rados General: Steiny & Company Value: $22,140,890.00 Value: $1,814,489 Contact: David Smith (GMR) (714) 712-1600 Contact: Dave Ortega (626) 744-4312 Completion: 1711112008 Completion: 1011WO05 4895 FY2005 Street & Park Lighting 4853 TSM0010151 Traffic Signal Mod. @Artesia Bl. ETAL Owner: City of Santa Monica Owner: County of Los Angeles General: Steiny & Company General: Steiny & Company Value: $2,045,021.04 Value: $914,000.00 Contact: Gene Higginbotham (310) 458-8721 Contact: Issa Adawi a (626) 458-5100 Completion: 212812008 Completion: 104117108 4811 LACO - Pacific 4819 RDC0013015, Eastern Ave/Garfield Av Traffic Sync. Owner: County of Los Angeles Owner: lCounty of Los Angeles General: Steiny & Company General: Steiny & Company, Inc. Value: $1,229,488.16 Value: $1,020,690.66 Contact: Cliff Craig (626) 458-5100 Contact: Cliff Craig (626) 458-5100 Completion: 02/28/08 Completion: 05120108 4769 Phase III Res. Street Lighting Improvements 4506 L.A. - ATSAC (S.D. Fwy. Corridor) Owner: City of Beverly Hills Owner: County of Los Angeles General: Balfour Beatty Infrastructure, Inc. General: Steiny & Company, Inc. Value: $7,050,023.89 Value: $12,130,768.40 Contact: Chris Theisen (310) 285-2504 Contact: Manoochehr Adhami (213) 847-5102 Completion: 10/5/2006 Completion: 07131105 4926 University Park 4908 Mission Viejo - Crown Valley Parkway Widening Owner: Palm Desert Funding Co., LP Owner: City of Mission Viejo General: Granite Construction Co. General: All American Asphalt Value: 1,387,745.29 Value: $1,037,218 Contact: Joe Richardson (760) 775-7500 Contact: Jerry LeBouef (951) 739-4671 Completion: 12/30/2007 Completion: open 4998 1683-Bed Bath & Beyond 4997 Anaheim - Garden Walk Owner: ABAH LLC/KDMM LLC Owner: Anaheim GW, LLC General: VCC - West Coast General: Bayley Construction Value: $795,428.10 Value: $876,255.00 Contact: George Erskine (949) 851-8474 Contact: Chuck Hi'azi (714) 540-8863 Completion: 1211612007 Completion: Dec-08 4935 Rosecrans Ave./Aviation Bi. Intersection Project PHI 4124 08-Riv.,SBd-10,91,215-Var., Contract 08 OK5004 Owner: City of Hawthorne Owner: State of CA Dept. of Transportation General: Griffith Company General: Steiny & Company, Inc. Value: $1,373,079.95 Value: $2,992,124.00 Contact: Jason Spear (562) 929-1128 Contact: John C. McMillan (916) 227-6300 Completion: 11/11/2007 Completion: Aug-09 4912 Agoura Hills - Kanan Rd. 4107 RDC0015060 - As Needed Traffic Signals Owner: City of A oura Hills Owner: CountV of Los Angeles General: Security Paving Company, Inc. General: Steiny & Company, Inc. Value: $984,975.00 Value: $1,949,905.00 Contact: Chris Wenzel (818) 767-8418 Contact: Robert Eisenhamer (626) 458-3155 Completion: 12/16/2007 Completion: open 4960 Tustin - Offsite Backbone Infrastructure 4030 Caltrans RT 710 Project Owner: Vestar/Kimco Tustin, L.P., Bayley Slater Tustin Venture Owner: Caltrans General: Sema Construction General: Atkinson Construction Value: $931,920.00 Value: $9,178,065.00 Contact: Eric Westman (949) 470-0500 Contact: Felipe Olivar (949) 855-9755 Completion: 111WO08 Completion: open Offices in Vallejo, Los Angeles, El Cajon and Baldwin Park Page 1 of 2 Current Div. 4 STEINY AND COMPANY, INC. >✓LectricaL Covvtraators ci of ev,,oCmers CURRENT, PREVIOUS, AND MAJOR PROJECTS 4105 5 Traffic Signal Synch. Sys., Project SV 07-24 4012 Signalization Improvements - Audio Murphy Ranch Owner: City of Simi Valley Owner: Audie Murphy Ranch,LLC General: Steiny & Company, Inc. General: Woodside Homes of CA, Inc. Value: $978,666.30 Value: $1,026,516.00 Contact: David Medina (805) 583-6810 Contact: Pat Celella (951) 710-1900 Completion: open Completion: open 4055 2nd & 4th St. Pod. Streetscape Project - Contract 8814 4996 San Clemente - Marblehead Coasta (TTM 8817) Owner: City of Santa Monica Owner: City of San Clemente General: Griffith Company General: Suncal Companies Value: $2,480,568.08 Value: $1,588,740.00 Contact: Jason Spear (562) 929-1128 Contact: Cynthia Kendall (949) 241-8437 Completion: open Completion: open 4114 Crystal Cove State Park - Laguna Beach 4957 Rancho Cucamonga - 5 Signals Owner: State of California - Department of Parks & Recreation Owner: The City of Rancho Cucamonga General: L.A. Engineering, Inc. General: Steiny & Company, Inc. Value: $899,221.00 Value: $1,087,302.00 Contact: John Risch (626) 454-5222 Contact: Jim Harris (909) 477-2740 Completion: open Completion: 12101107 4982 Jefferson Blvd. Widening, Contract 2006-3001 4945 Port Incident M mt. System Project HDS2232 Owner: Playa Capital Company, LLC Owner: Port of Long Beach General: Excel Paving Company General: Peterson Chase General Engineering Value: $1,047,782.89 Value: $1,058,579.50 Contact: David Cook (562) 599-5841 Contact: Dick Vogels (949) 252-0441 Completion: 10107108 Completion: 712812009 4963 SANBAG - Various 4661 L.A.- Wilshire Center Owner: San Bernardino Associated Governments Owner: City of Los Angeles General: Steiny & Company, Inc. General: Steiny & Company, Inc. Value: $1,537,866.00 Value: $2,314,512.00 Contact: David Nelson (TES) (909) 291-2424 Contact: Greg Tworek (213) 978-0262 Completion: open Completion: 511812006 4040 Chino Hills - Peyton Drive 4038 Fred Waring Widening Project #655-01 Owner: City of Chino Hills Owner: City of Palm Desert General: Herman Weissker, Inc. General: Granite Construction Co. Value: $634,543.00 Value: $782,885.00 Contact: Jimmy Lee (951) 826-8800 Contact: Joe Richardson (760) 775-7500 Completion: 1113012008 Completion: 1712412008 4216 SCRRA - Various 4218 Corona - ATMS Phase 2 Owner: SCRRA - Metrolink Commuter Rail System Owner: City of Corona General: Herzog Contracting Corp. General: Steiny & Company, Inc. Value: $5,116,124.00 Value: $1,697,687.40 Contact: Deron Haptonstall (714) 938-0977 Contact: Clint Herrera (951) 739-4888 Completion: open Completion: open 4213 07-LA-10-50.2/53.4 4198 LA CO - West Coast Basin Owner: State of California Owner: County of Los Angeles General: Flatiron Construction Corporation General: Steiny & Company, Inc. Value: $2,834,429.00 Value: $2,623,506.00 Contact: ISean Tarp (760) 535-8175 Contact: Jose Pou (626) 458-4951 Completion: lopen Completion: lopen Offices in Vallejo, Los Angeles, El Cajon and Baldwin Park Page 2 of 2 Current Div. 4 f' It THE AMERICAN INSTITUTE OF ARCHITECTS 0 AIA Document M10 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we STEINY AND COMPANY, INC. 12907 E. Garvey Avenue (Mere insert full name and address or legal title of Contractorl Baldwin Park, CA 91706 as Principal, hereinafter called the Principal, and SAFECO INSURANCE COMPANY OF AMERICA 1001 4th Avenue, Suite 1700 (Here insert full name and address or legal title of Suretyl Seattle, WA 98154 a corporation duly organized under the laws of the State of WA as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH (Here insert full name and address or legal title of Owner) 2000 Main Street, Huntington Beach, CA 92648 as Obligee, hereinafter called the Obligee, in the sum of 10% of Amount Ten percent of amount bid. Dollars ($ Bid ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for !Here insert full name, address and description of project) Traffic Signal Installation at Hamilton Avenue & Newland Street CC No. 1213 in the City of Huntington Beach NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principaf shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 12th day of November 2009 ANY INC. C t (Principal) (Seal) (Witness) (ll Richard Tesonero. Vim President (Title) SAFECO INSURANCE COMPANY OF AMERICA Ljc (Surety) (Seal) Rhonda . Abel (witness) n eri od (Title) F Attor y-in-Fact AIA DOCUMENT A310 • BID BONO • AIA ® • FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Los Angeles ss. On November 16, 2009 before me, Shawn R. Bradfield, Notary Public Date Name and Title of Officer (e.g. "lane Doe, Notary Public") personally appeared Richard Tesoriero Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/a1:e subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/her/their authorized capacity(ies), and that by his/hen4hek signature(s) on the instrument the person(&), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. I i - SHAWN R. BRADFIEiD Commission # 1738049 Notary Public - California _ "� Riverside County MY Comm. Expires May 9, 2011 OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document: Title or Type of Document: Bid Bond Document Date: November 12, 2009 Number of Pages: Signer(s) Other Than Named Above: Jeri Apodaca, Safeco Insurance Co. of America Capacity(ies) Claimed by Signer Signer's Name: Richard Tesoriero ❑ Individual ❑x Corporate Officer - Title(s): Vice President ❑ Partner(s) - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: STEINY AND COMPANY, INC. M:\SHAWN\Notary\Copy of 2008 Notary Forms 1 11/16/2009 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On NOV 12 Z009 before me, K. Luu, Notary Public (Here insert name and title of the officer) personally appeared Jeri Apodaca who proved to me on the basis of satisfactory evidence to be the person( whose name(a) is/Pw subscribed to the within instrument and acknowledged to me that lxa/shehhay executed the same in bis/her/dieix authorized capacity(jz), and that by W/her/*6r signature(s) on the instrument the person(s), or the entity upon behalf of which the person() acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. K. Wu y r'ov, n!ssron # 177364 t WITNESS my h d and official seal. �K �f ��=° - ; `l;tt lice=�slot;;ca (Notary Seal) Signature of Notary Public ADDITIONAL OPTIONAL, INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) GK Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (Le. certifying the authorized capacity of the signer). Please check the document corefully for proper notarial wording and attach this form 1f required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/the , is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-scal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document 7 t 10�Liberty POWER N1 f,f 1- 11 OF ATTORNEY KNOW ALL BY THESE PRESENTS: No. 9675 Safeco Insurance Company of America General Insurance Company of America 1001 4th Avenue Suite 1700 Seattle, WA 98154 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint "RHONDA C. ABEL; JERI APODACA; LISA K. CRAIL; LINDA ENRIGHT; JANE KEPNER; NANETTE MARIELLA-MYERS; MIKE PARIZINO; RACHELLE RHEAULT; JAMES A. SCHALLER; Irvine,California*********************************** its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in.the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 21 st March 1 2009 day of J �t Dexter R. Legg Secretary Timothy A. Mikolajewski, Vice President CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Dexter R. Legg Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this NOV 12 2000 day of SEAL Z CORPOtATE �r g; SEAg. 1953 :Of WATNt' �d%Wash�� Dexter R. Legg, Secretary Of S-0974/0S 3/09 WEB PDF City ®f Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK March 9, 2010 PTM General Engineering Services, Inc. 5642 Acorn St. Riverside, CA 92504 RE: CC-1213 = Traffic signal installation at Newland and Hamilton Enclosed please find your original bid bond for CC-1213. Sincerely, Joan L. Flynn, CIVIC City Clerk J F: pe Enclosure Sister d{1VPwNWfM'f9Pp rA'uirWM&Fe, New Zealand ( Telephone: 714-536-5227 21109 NOV 17 A11; 2 SECTION C PROPOSAL. for the Traffic Signal Installation at Hamilton Avenue & Newland Street CC No. 1213 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within Fifty (50) working days, starting from the date of the notice to proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Bid Bond 10% of Total Bid. Accompanying this proposal of bid, find in the amount of $ which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature No addenda listed per City website as of 430pm 11/16/09. C-2 PROJECT BID SCHEDULE CC-1213 Traffic Signal at Hamilton and Newland Item No. Estimated Quantity Item UnitPrice Extended Amount 1 1IS Mobilization Per LS $ $ 2 1 LS Traffic control plan Per LS $ 3 1 LS Furnish Project Traffic Control Per IS � p� $ 3—(�'� \U $ 4 1 LS Monument preservation and corner record restoration Per LS $ $ 5 1 LS Construction survey Per LS $ $ 1 — 6 1 LS Clearing & Grubbing (includes all saw cutting and AC, PCC & misc removals / abandonments) Per LS $ $ !cc� 7 401 SF Construct PCC curb ramp per Caltrans Std. Plan No. A88A Case C Per SF � $ 9 ° `'/ o ce $ � `i 8 478 SF Construct PCC sidewalk per City Std. Plan No. 207 Per SF $� $ �+ 9 76 LF Construct PCC curb and gutter per City Std. Plan No. 202 Per LF $ 10 118 LF Construct 6 AC berm per Caltrans Std. Plan No. A87B Per LP $ 11 12 TONS Construct 6 full depth AC pavement Per TON `r $ C L1 $ 12 1 IS Install traffic signal @ Hamilton & Newland (see note below) Per LS f p 13 1 IS Signing & striping Per LS $ $ Total Amount Bid in Figures: S` Ct \ Total Amount Bid in Words: Note: The City will provide the traffic signal controller and service cabinet, all traffic signal poles, mast arms, luminaries, vehicle heads, pedestrian heads, push buttons, intemally illuminated street name signs, emergency vehicle preemption sensors, block information signs, and fittings at no cost to the Contractor. Contractor is to pick up the materials at the City Yard, 17371 Gothard Street. Contact George Ruff two working days in advance for pick up at (714) 375-5015. C-2s 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 and the portion of the work to be done by such subcontractor. Portion of Work Name and Address of Subcontractor State License Number Class Ptn. I#12 Freeway Electric 5942 Acorn St. Riverside CA 92504 684572 A; C10; C31 15 e s bra~_ N R 3q cq-5 C Sz k'& `` `( 91-1�, LA ` C �2 �- 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 State of California Riverside County of Oyu. Elizabeth H. Mendoza de McRae being first dully sworn, deposes and says that he or she is President/CFO ofPTM Genera Eng. Svcs. , Inc. the parry making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. PTM General Engineering Services, Inc. Name of Bidder Elizabeth H. Mendoza de McRae President/CFO Signature of Bidder 5942 Acorn St. Riverside, CA 92504 Address of Bidder Subscribed and swornto before me this l 7 th day of November20 0 9 BRIAN H, MENDOZA Comm. # 1686770 to �► NOTARY PUBLIC-CALIFORNIA %� RIVERSIDE COUNTY NOTARY PUBLIC to Brian Mendoza MY COMM. UP, AUG. 7, 2010 NOTARY SEAL C-4 See Attached State of California County of Riverside On 11old ? ACKNOWLEDGMENT before me, Brian Mendoza, Notary Public (insert name and title of the officer) personally appeared Elizabeth H. Mendoza de McRae 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.E�i / l „ , / t � ' ' %`' 1 P-hv t✓4l�r. t Signature (Seal) UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal Installation at Hamilton Avenue & Newland Street, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: 11/19/09 C-5 PTM General Engineering Services, Inc. Contractor OkElizabeth H. Mendoza de McRae By President/CFO Title DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ® Yes ® No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 ' COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 11/17/09 C-7 PTM General Engineering Services, Inc C or Elizabeth H. Mendoza de McRae By President/CFO Title UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: PTM General Engineering Services, Inc. Con or Elizabeth H. Mendoza de McRae By President/CFO Title Date: 11/17/09 Note: - This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work Additional jbrms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: PTM General Engineering Services, Inc. Bidder Name 5942 Acorn St. Business Address Riverside, CA 92504 City, State Zip (951 )710.1000 Telephone Number 891269 Class A; ('1.0; C-41 State Contractor's License No. and Class 02/2007 Original Date Issued 02/2011 Expiration Date The work site was inspected by PT -;an Manr1r)7.,q of our office on 1 1 / 14 , 200_9 The following are persons, firms, and corporations having a principal interest in this proposal: Elizabeth H. Mendoza de McRae, President/CFO Brian Mendoza, Vice President/Secretary C-9 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. PTM Geperal Engineering Services, Inc. Comp Name Signature of Bidder Elizabeth H. Mendoza de McRae, President/CFO Printed or Typed Signature Subscribed and sworn to before me this 17t&y of November 200 9, BRIAN H. MENDOZA N Comm. # 1686770 ►n NOTARY PUBLIC-CALIFORNIA N RIVERSIDE COUNTY NOTARY PUBLIC Brian Mendoza MY COMM. UP. Mo. 7, 2010 See Attached NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1. City of Diamond Bar 21825 Copley Dr. Diamond Bar, CA 91765 Name and Address of Public Agency Name and Telephone No. of Project Manager: Mr. John Huie 951.205.2856 436,000.00 T.S. Interconnect Ph. #1 with T/S Mod & Fiber Optic 10/08 Contract Amount Type of Work Date Completed 2. City of Hawthorne 4455 W. 126th St. Hawthorne, CA 90250 Name and Address of Public Agency Mr. Alan Leung Name and Telephone No. of Project Manager: 310.349.2997 124,400.00 T/S Modification on Hawthorne Blvd. Contract Amount Type of Work 3. Cal Trans 1727 30th St. MS43 Sacramento, CA 95816 Name and Address of Public Agency 10/08 Date Completed Mr. Mike Bergiven, R.E. Name and Telephone No. of Project Manager; 951.232.3739 489,489.00 CDOT 08-OE5004 Highway Lighting Rte 10 & 66 Contract Amount Type of Work C-10 07/09 Date Completed More references attached. State of California County of Riverside On 111q l f ACKNOWLEDGMENT before me, Brian Mendoza, Notary Public (insert name and title of the officer) Elizabeth H. Mendoza de McRae personally appeared 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.. i. �f fPG �i , GS.�ilc F�tn h-. f LxPI i.�) ci fi Signature r (Seal)��°_� �° "� Arian Mendoza P.O. Box 7745 Riverside, CA 92513-7745 Email: brian@ptm-eng.com • Cell 951.722.5755 Chief Estimator and Supervisor of Outside Operations Supervisor of outside operations with over 18 years of experience. Electrician with over 20 years of experience. An effective communicator and team leader; experienced in coordinating and executing large and fast -paced projects. CAREER EXPERIENCE Freeway Electric/PTM General Engineering Services, Inc. Riverside, CA 06/2006 to Date Chief Estimator/Supervisor of Outside Operations In charge of managing the estimating department and finalizing bid packages; coordinating the beginning phase of an awarded project between the company and agency. Project submittals, contract review. Coordinated and managed crews California region; handled various sized projects ranging in size from $1,000 to $4.5 million dealing with dry utilities, wet utilities, traffic signals, and road improvements. Maintained coordination Freeway Electric/PTM General Engineering and subcontractor, and project owners. In charge of handling project's administrative work; monthly gross estimates, project progress schedule, materials requisitions, contract change order negotiations and equipment purchase and rentals. High Light Electric Inc./Pete & Sons Construction Inc. Riverside, CA 10/96 to 06/2006 Chief Estimator In charge of managing the estimating department and finalizing bid packages. Coordinating the beginning phase of an awarded project between the company and agency or prime contractor; project submittals, contract review. Successfully bid on projects totaling $12 million with an average spread 6%. Area Supervisor Coordinated and managed 10 crews consisting of 6 members per team in the southern California region; handled various sized projects ranging in size from $1,000 to $4.5 million dealing with dry utilities, wet utilities, traffic signals, and road improvements. Maintained coordination between High Light Electric Inc and subcontractor, general contractor and project owners. In charge of handling project's administrative work; monthly gross estimates, project progress schedule, materials requisitions, contract change order negotiations and equipment purchase and rentals. Continued... BRIAN AENDOZA • Page 2 CAREER EXPERIENCE CONTINUED MBE Electric Inc. in Riverside, CA 10/1998-10/1996 Vice President and Head of Outside Operations Managed outside operations for all projects ranging in size from $1 to $2.5 million. Headed an around the clock electric crew and coordinated with CC Meyes to repair the I-10 Santa Monica Freeway after it collapsed during the 1994 Northridge Earthquake to complete the fast paced project in 66 days. Maintain coordination between MBE Electric and subcontractors, general contractor and project owners; implemented and enforced safety guidelines. Handled administrative work; monthly progress estimates, material requisitions, contract change order negotiations. Vasco Corporation in San Fernando, CA 10/1987-06/1998 Foreman (Part Time) Managed day to day operations of work crews and various projects ranging in size from $1,000 to $5,000 in Eastern Los Angeles County; traffic signals, street lighting, signal interconnect. Raymor Electric in Rosemead, CA 0611986-10/1987 Crew Leader (Part Time) In charge of work crew on projects ranging from $25,000 to $250,000 through out Los Angeles County. WORK SHILLS • Capable of operating heavy equipment such as skip loaders, cranes, and backhoes; • Hands-on experience with hand tools and power tools; • Capable of overseeing fast -paced and high profile projects; " • An effective communicator and leader; EDUCATION • International Brotherhood of Electrical Workers Completed training course (1988-1989) in*street lighting and traffic signal installations, code enforcement and blue print reading. • South Gate High School Received High School diploma in 1988 BRIAN MENDOZA ® Page 3 CAREER EXPERIENCE CONTINUED PROFESSIONAL MEMBERSHIPS International Brotherhood of Electrical Workers (IBEW) e National Electrical Contractors Association (NECA) ACCREDITATION ® IBEW-Journeyman Wireman; CSLB-Electrical Contractors; Certified Trench Safety Coordinator. LANGUAGES a English (Native) ® Spanish (Fluent) • Recipient of the U.S. Small Business "Young Entrepreneur of the Year" Award in 1996, nationally. ® Recipient of the Certificate of Recognition by the City of Los Angeles for "Small Business" in 1997. ® Recipient of the Certificate of Recognition by the City of Riverside for "Small Business" in 1997. ® Recipient of the Certificate of Recognition by the State Assembly, Assemblyman Mr. Rod Pacheco, for the "top 506 Inland Empire Small Business" in 1997. ® Ranked among the "Top 500 Inland Empire Hispanic Owned Companies" since 1997. ® Certification of Appreciation for our participation and maximization in the "Century Freeway Affirmative Action" by CFAAC. PROFESSIONAL AND PERSONAL REFERENCES Caltrans project #07-I.224U4 (Electrical contract amount $4.5 million) Project completed in 2005 Description of project: Installation of traffic signals, ramps metering, sign illumination, Highway lighting, fiber optic communication, and electrical irrigation along the I-10 Freeway in Los Angeles County. ® Doug Dwason-Project Manager for prime contractor, Balfour Beatty Cell (949)232-3276 and Office (909)397-8040 Patty Galvan- Resident Engineer. Office (909)594-4270 ® Veronica Ross -Electrical Inspector. Cell (714)606-6311 BRIAN MENDOZA • Page 4 CAREER EXPERIENCE CONTINUEID City of Redlands Contract #208300-72304/41008 (Electrical contract amount is $218,800) Project completed in 2003 Description of project: Installation of traffic signals, modification of ramp metering, lighting and sign illumination. • Bill Hensley -Senior Civil Engineer- Office (909)798-7586 ext 2 • Juan Olvera-Project Manager for general contractor, H&H Construction- Cell (951)453-7712 and Office (909)473-7331. Caltrans project#08-4567V4) Electrical contract amount is $938,238) Project completed in 2005 Description of project: Installation of lighting system along the I-5 Freeway in San Bernardino County. • Gary Vogel -Project Manager form prime contractor, Granite Construction Cell: (661)549-3953 and Office (661)726-4447 Sanbag Projects, Segment 1, 2, 3, early segment 9, segment 9, and alder Ave. (Total electrical contract amount was $3.2 million) Project completed in 2004. Description of projects: Installation of traffic signals, ramp metering, .sign illumination, highway lighting, fiber optic communication, and electrical irrigation along the I-10 Freeway in San Bernardino County. Harold Lantis-Sanbag Contract Manager- Cell (760)802-7730 and Office (909)875-8029 ext 213. Tim Hanable-Caltrans Inspector- Cell (951)712-0021 Al Ortega- Project Manager for prime contractor, Yeager Shanska- Cell (714)240- 5333. City of Indio Project #ST0137 (Electrical contract amount was $1.4 million) Project completed in 2005 Description of project: Installation of street lighting system, traffic signals, electrical irrigation, and dry utilities. • Gary Baxter -Area Manager for prime contractor, Yeager Shanska Construction - Cell (909)721-9749 and Office (760)343-5472 • Tommy Young -Project Manager for prime contractor- Cell (951)232-6618 and Office (760)343-5472 • Mehran Sepehri-City Engineer- Cell (760)250-2201 Additional Professional References: • Zale Hams-Caltrans Inspector- Cell (951)289-0047 • Ray Robles-Caltrans area supervisor- Cell (909)799-0646 tnr�•��n KNOW ALL BY THESE PRESENTS, That we, PTM GENERAL ENGINEERING SERVICES, INC. of 5642 ACORN ST. RIVERSIDE, CA 92504 as Principal, and BERKLEY REGIONAL INSURANCE COMPANY (hereinafter called the Principal), thereinafter called the Surety), as Surety are held and Ermly bound unto CITY OF HUNTINGTON BEACH (hereinafter called the Obligee) in the penal sum of TEN PERCENT OF AMOUNT BID Dollars (S 10% ) For the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract For TRAFFIC SIGNAL INSTALLATION AT HAMILTON AVE & NEWLAND ST. NOW, THEREFORE, if the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee far the faill)NI perforniance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and sealed this 16TH day of NOVEMBER 2009 Witness Witness PTM GENER i By ENGINEERING SERVICES, INC No. 7916 POWER OF ATTORNEY BERKLEY REGIONAL INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY REGIONAL INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Urbandale, Iowa, -v has made, constituted and appointed, and does by these presents make, constitute and appoint: Philip Vega or Frank Morones of C & D Bonding & Insurance Services, Inc. of Covina, CA r its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and - deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation s .E shall exceed Fifty Million and 00/100 Dollars ($50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, u without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following n resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on August 21, 2000: "RESOLVED, that the proper officers of the Company are hereby authorized to execute powers of attorney authorizing and - qualifying the attorney -in -fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on -- behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued." IN WITNESS WHEREOF, the Company has cau ed these presents to be signed and attested by its appropriate officers and its ti corporate seal hereunto affixed this �!J— day of �' �, 2009. Attest: Berkley onalInsuraa Co®mpany -' (Seal) By By �,�. Ira S. Lederman Robert P. Cole Senior Vice President & Secretary Senior Vice President WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER. STATE OF CONNECTICUT ) ss: _- COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this -�f-2day of r 4-12009, by Robert P. Cole and Ira S. Lederman who are sworn to me to be the Senior Vice President, and the Senior Vice President and Secretary, respectively, of Berkley Regional Insurance Company. Notary Public, State of Connecticut CERTIFICATE I, the undersigned, Assistant Secretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HEREBY CERTIFY that tie foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. 2009 Given under my hand and seal of the Company, this 16 th day of Nov/ember (Seal) Steven Coward ACKNOWLEDGMENT State of California County of Riverside ) On before me, Brian Mendoza, Notary Public (insert name and title of the officer) Elizabeth H. Mendoza de McRae personally appeared 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. Signature 9 (Seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On 1 1 / 1 6 / 0 9 before me, Monica Blaisdell, Notary - Date - Here Insert Name aridTitle-of to 'cer personally appeared Philip Vpga Neme(9)«SignBT(9) MONICA BLAISDELL Commission # 1794078 -® Notary Public California z Orange County MyCorrrn. E>�testvlr26, 2012 i_ who proved to me on the basis of satisfactory evidence to be the person(o whose name%) WOW- subscribed to the within instrument and acknowledged to me that helF19ftexecuted the same in hisW"j(authorized capacity(kxX and that by his)k signature(4(on the instrument the person(), or the entity upon behalf of which the person(x) acted, executed the instrument. I certify under PENALTY OF PERJURY under the taws of the State of California that the foregoing paragraph is true and correct. WITNESS`"fal my hand and official seal. n` Signature *""0"'V� Place Notary Seal Ahove - Signature of Notary Public 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 and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signers) Other Than Named Above: _ Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ 'Individual * Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: R7GHTTHUMSPRINT QF`SIGNERTop of thumb here I Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Tftle(s): ❑ Partner — G Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUNgSPRINT -OF SIGNER_ ; .. of thumt here 12t707 National Notary Assod 7. 9350 De Soto Ave., P.O_ Box 2402-Chatsworth, CA 91313-2402-www.Nalor.WNotaryorg Item 1f5907 Reorder: Call Toll- W 1-8b0-6� City of Huntington Beach 2000 Main Street . Huntington Beach, CA 92646 OFFICE OF THE CITY CLERIC JOAN L. FLYNN CITY CLERK March 9, 2010 Christopher R. Morales, Inc. 155 N. Eucla Ave. San Dimas, CA 91773 RE: CC-1213 — Traffic signal installation at Newland and Hamilton Enclosed please find your original bid bond for CC-1213. Sincerely, J F: pe Enclosure Sister New Zealand (Telephone: 714-536-5227 ) CMSTOPHER R. MORALES, INC. 155 N. EUCLA AVE. SAN DIMAS, CA 91773 SECTION C PROPOSAL for the Traffic Signal Installation at Hamilton Avenue & Newland Street CC No. 1213 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within Fifty (50) working days, starting from the date of the notice to proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. 6«I A m4- Accompanying this proposal of bid, find Sid &,-1 t in the amount of $ fot which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature C-2 PROJECT BID SCHEDULE CC-1213 Traffic Signal at Hamilton and Newland Item Estimated No. Quantity Item Unit Price Extended Amount 1 1 LS Mobilization 000 00©0 Per IS $ i $AQ 2 1 LS Traffic control plan Per LS $ Lcm- $ Ow 3 1 LS Furnish Project Traffic Control Per LS $ �-� W- $ 4 1 LS Monument preservation and corner record restoration , C300 ob , Per LS $ ° $ 5 1 LS Construction survey Per LS $ ,, �CQ $ 6 1 LS Clearing & Grubbing (includes all saw cutting and AC, PCC & misc removals / abandonments) 00 3-3CO' 001 Per IS $ $ 7 401 SF Construct PCC curb ramp per Caltrans Std. Plan No. A88A Case C Per SF C> 0 $ e $ L-- - Ohs - 8 478 SF Construct PCC sidewalk per City Sid. Plan No. 207 Per SF 9 76 LF Construct PCC curb and gutter per City Std. Plan No. 202 uV- � Per LF $ ' $ �0 10 118 LF Construct 6" AC berm per Caltrans Std. Plan No. A87B Per LF $ o Q _ $ 11 12 TONS Construct 6" full depth AC pavement O� b y �' Per TON $ $ 12 1 LS Install traffic signal @ Hamilton & Newland (see note below)+ �.J SQG, _1� TCO 4b Per LS $ $ 13 1 LS Signing & striping � a � + Per LS $ ' $�P Total Amount Bid in Figures: $ W ,` 3 l j!3 • 0 Total Amount Bid in Words: Note: The City will provide the traffic signal controller and service cabinet, all traffic signal poles, mast arms, luminaries, vehicle heads, pedestrian heads, push buttons, internally illuminated street name signs, emergency vehicle preemption sensors, block information signs, and fittings at no cost to the Contractor. Contractor is to pick up the materials at the City Yard, 17371 Gothard Street. Contact George Ruff two working days in advance for pick up at (714) 375-5015. n #,tr Zepo G2s 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 and the portion of the work to be done by such subcontractor. Portion o Work Name and Address of Subcontractor State License Number Class AC w,4 C�' W©rk 55 ire Ft-g s6i1(y1 r0(„� COf 013 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 State of California ss. County of Orange C r\Y1S�0ph 'f- �`'�OYq�C� , being first duly sworn, deposes and says that he or she is c�stcl2v� of C,�\Vres} hC,-- ?-. H0rules, lv►( .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. Christopher R. Morales, Inc. Name of Bidder Signature of Elidder I5s N .: wq Owe_ Save ummqS q 1i�13 Address of Bidder Subscribed and sworn to before me this 1`1 day of NOV 320,00( NOTARY PUBLIC NOTARY SEAL C-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of LOS ANGELES On -ll--� - ____ Cate personally aDpeare.n- bet,ore nee, RAMON C. ARTEAGA A NOTARY PUBLIC 1- la re —Ins —et', N a rce_4n­d­Tit­jc --ofthe _01_`­rcei CHRISTOPHER R. MORALES T Ti �AGA R NK N C - ARTEAGA ��4 Commission # 1655887 < z nrA .=:= z Notary Public - California IYXV Los Angeles County M1'Comm, Expires Apr 29,2010 Place Notary Seal Above, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(q*, !§/gr subscribed to V_1111_� lat within instrurnem and acknowledged ic me fir ' he/0411%UR executed the same in his/` auqlori.z-cd capacity(W, and that by his/. signaturee or-, the instrument the person(,*, or the entity upon behali c f which the person(* acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my nd and official se 1 Signature-99; (I - - Signawre of fq9tary Punic OPTIONAL Though the information below is not required by law, it may prove valuable to persons reifying on the document and could Prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Wo wl o V, Document Date: — ---- -- Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: CHRISTOPHER R. MORALES r t] Individual A Corporate Officer — Title(s): PRESIDENT F-1 Partner — 1, Limited 0 General Attorney in Fact Ej Trustee Top of thumb here Ej Guardian or Conservator El Other: Signer Is Representing: Signer's Name: 1:1 Individual , 0 Corporate Officer — Title(s): 1-1 Partner — El Limited D General 0 Attorney in Fact 13 Trustee E Guardian or Conservator 0 Other: Signer Is Representing (0 2007 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 - Chatsworth, CA 91313-2402 - www.NationalNotarv.org Item #5907 Reorder: Call ToIJ-Free 1 -800-876-6827 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic; Signal Installation at Hamilton Avenue & Newland Street, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: Christopher R. Morales, Inc. Cont ctor C,I�reS ,p}�Q PorqIes - By Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, 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? 0 Yes. 0 If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date:1` 1 h I t)r Christopher R. Morales, Inc. Co ractor By Title C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor I1 Title Date: Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Christopher R. Morales, Inc. Bidder Name 15S N- E UCJCC AVe . Business Address 511" W'�S dt1-71-� City, State Zip Telephone Number 2� s(5<6 - C- State Contractor's License No. and Class .11-q 260C�- Original Date Issued II - �C)- Op.o Expiration Date The work site was inspected by0% 1<;-6Vw Vf our office on 'NLY 12 , 20 d.9 The following are persons, firms, and corporations having a principal interest in this proposal: ckAr skoe ew morcAl es ld-tVy Y t� a�Yt�v I�LUYG1eS ''rre �5uy-e r-r C-9 a 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. Christopher R. Morales, once Name Signature oflBidder 0-�AY is�Oin-y 1';(. Y-a leS Printed or Typed Signature Subscribed and sworn to before me this) —7 day of r�)O V , 200d01 NOTARY PUBLIC NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: AC/ Name and Address of Public Agency 2. 3. Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Date Completed Date Completed Contract Amount Type of Work Date Completed C-10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California Countv of LOS ANGELES 0 ri litb! I Cq before me, RAMONI C. ARTEA(D'A A NOTARY 1DtJBL_,r_' Date Here Insorf NE,.fne and Title Of ThP OffiWr ..---CH"STOPHERR. MORALES appearedK Name(s, of Signens) R/,UVION C. ;ZEAG�' /(ZI/ 4 Commission # 165588 7 C E' ,8 E65 8 7 N Notary ary Public C a(ifornia Los Angeles County Comm. Expires Apr 29 who proved to me on ' the basis of satisfactory evidence to be the persono) whose naryie(oz is(qp subscribed to the within instrunnera and Acknowledged to me that he/90%m, exeCuterd, the same in his/mutt "OrEeC, capacity (54, and that by his/090ft- signature lle on the instrument the person* i , or the entity upon behalf of which the person* acted, executed the instrument, 1 certify under PENALTY OF PERJUR',,' under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS rn y7hand and official 1 7 Signature C Place Notary Seal Above Signaiurc of Hotary Public OPT/0- -A Though the information below is not required by law it may prove valuable to persons relying on the documen-1, and could prevent fraudulent removal and reattachment of this form to another doCL1177ent. Description of Attached Document Title or Type. of Document: 15, ddevig vl�oy- yy)ck�l Document Date: ANumber of Pages: " Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: CHRISTOPHER R. MORALES 0 Individual [X Corporate Officer — Titie(s): PRESIDENT [-1 Partner — D Limited 01 General D, Attorney in Fact a] a�j I ell g! 11 W D. Trustee Top of thumb here Ll Guardian or Conservator D Other: Signer Is Representing: Signer's Name: Ll Individual D Corporate Officer — Title(s): — -] Partner — D Limited 2 General D Attorney in Facl Ll Trustee 7 —1 Guardian or Conservator Ul Other: Signer Is Representing RIGHTTHUMBPRINT F�SIGNEA Oc 2007 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 -Chatsworth. CA 91313-2402- www.NationalNotary.org Item #5907 Reorder: Call Toll -Free 1-800-876-6827 Christopher R. Morales, Inc, 155 N. Eucla Ave., San Dimas, CA 91773 Phone (909) 599-2201, Main Fax (909) 599-2722, Estimating Fax (909) 599-0376 Completed References ➢ City of Pasadena Raymond Ave. -Street Lighting C-10 117 E. Colorado Blvd. Original Contract: $58,888 Final $58,888 Pasadena, CA 91109 Contact: Reny Quijano (626)744-6741 Date of Completion: May 2007 Percentage performed by our own forces: 100% Project Manager: Araceli Nieto ➢ City of Pasadena Avenue 64-Street Lighting C-10 117 E. Colorado Blvd. Original Contract: $409,887 Final $427,887 Pasadena, CA 91109 Contact: Reny Quijano (626)744-6741 Date of Completion: May 2007 Percentage performed by our own forces: 100% Project Manager: Essen Menjivar ➢ City of Baldwin Park Los Angeles St. Traffic Signals 3 locations C-10 14403 E. Pacific Ave. Original Contract: $438,438 Final: $452,572 Baldwin Park, CA 91708 Contact: Arjan Idnani (626) 960-4011 Date of Completion: December 2006 Percentage performed by our own forces: 92% Project Manager: Araceli Nieto ➢ City of Pasadena Sunnyslope Crosswalk C-10 117 E. Colorado Ave. Original Contract:$229,989 Final: $229,989 Pasadena, CA 91105 Contact: Reny Quijano (626) 744-4124 Date of Completion: January 12, 2007 Percentage performed by our own forces: 100% Project Manager: Jennie Pittman ➢ County of Los Angeles San Bernardino @ Nora -Traffic Signal C-10 900 S. Fremont Ave. Original Contract: $79,255.50 Final $75,745 Alhambra, Ca 91803 Contact: Luke Miller (626) 458-3122 Date of Completion: December 12, 2005 Percentage performed by our own forces: 97.4% Project Manager: Jennie Pittman ➢ City of Gardena Normandie Ave -Traffic Signal C-10 1700 W. 162"d St. Original Contract: $112,9000 Final $113,958 Gardena, Ca Contact: John Felix (310) 217-9643 Date of Completion: May 11, 2006 Percentage performed by our own forces: 91.5% Project Manager: Jennie Pittman Christopher Igo Morales, Inc, 155 N. Eucla Ave., San Dimas, CA 91773 Phone (909) 599-2201, Main Fax (909) 599-2722, Estimating Fax (909) 599-0376 ➢ City of La Mirada Rosecrans & Biola Ave. Traffic Signal C-10 13700 La Mirada Blvd Original Contract: $88, 780 Final $91,639 La Mirada, CA 90638 Contact: Gary Sanui (562) 902-2373 Date of Completion: December 2006 Percentage performed by our own forces: 100% Project Manager: Araceli Nieto ➢ City of Monrovia Royal Oaks Drive Traffic Signal C-10 415 South Ivy Ave. Original Contract: $129,218 Final $130,765 Monrovia, Ca 91016 Contact: Jed Rizk (626)932-5562 Date of Completion: May 2007 Percentage performed by our own forces: 95% Project Manager: Jennie Pittman ➢ City of Whittier Pickering Avenue Traffic Signal C-10 13230 Penn Street Original Contract: $189,738 Final $191,414 Whittier, CA 90602 Contact: James Keena (562)464-3523 Date of Completion: January 2007 Percentage performed by our own forces: 96% Project Manager: Jennie Pittman ➢ LA County Via Princessa Traffic Signal C-10 900 S. Fremont Ave. Original Contract: $373,516 Final $306,825 Alhambra, CA 91803 Contact: Robert Eisenhammer Date of Completion: September 2006 Percentage performed by our own forces: 90% Project Manager: Araceli Nieto ➢ City of Irvine Berkley & Cornell Traffic Signal C-10 6427 oak Canyon Original Contract: $297,997 Final: 270,865 Irvine, Ca 92623 Contact: Uyenly Bui (949)724-7559 Date of Completion: July 2007 Percentage performed by our own forces: 100% Project Manager: Araceli Nieto ➢ City of Cypress Cypress Traffic Signal C-10 5275 Orange Ave. Original Contract: $149,870 Final $158,168 Cypress, Ca 90630 Contact: Keith Carter (714)229-6750 Date of Completion: April 23, 2007 Percentage performed by our own forces: 100% Project Manager: Jennie Pittman ➢ City of Santa Ana Adaptive Downtown Signal C-10 20 Civic Center Plaza Original Contract: $321,032 Final $343,097 Santa Ana, CA 92702 Contact Edgard Torres (714) 647-5058 Date of Completion: June 2008 Percentage performed by our own forces: 60% Project Manager: Araceli Nieto Christopher R. Morales, Inc, 155 N. Eucla Ave., San Dimas, CA 91773 Phone (909) 599-2201, Main Fax (909) 599-2722, Estimating Fax (909) 599-0376 ➢ City of Diamond Bar Golden Springs Traffic Signal C-10 21825 Copley Drive Original Contract: $383,740 Final $420,707 Diamond Bar, CA 91765 Contact Rick Yee (909)839-7043 Date of Completion: June 2008 Percentage performed by our own forces: 85% Project Manager: Jennie Pittman ➢ County of Orange In roadway Flash Crosswalk Light Sys C-10 300 North Flower St. Original Contract: $128, 860 Final $137,912.22 Santa Ana, CA 92702 Contact: David Rocha (714) 834-2300 Date of Completion: June 2008 Percentage performed by our own forces: 95% Project Manager: Araceli Nieto ➢ City of Vernon Atlantic Blvd. and Bandini Traffic Signal C-10 4305 Santa Fe Ave. Original Contract: $226,689 Final $236,124.88 Vernon, CA 90058 Contact: Sherwood Natsuhara (323) 583-8811 Date of Completion: June 2008 Percentage of work performed by our own forces: 95% Project Manager: Jennie Pittman ➢ City of Pasadena CCTV Rosemont C-10 100 N. Garfield Original Contract: $205,000 Final $204,800 Pasadena, CA Contact: Reny Quijano (626) 744-6741 Date of Completion: July 2008 Percentage of work performed by our own forces: 75% Project Manager: Essen Menjivar ➢ City of Santa Ana Bristol Street Traffic Management Ph I & III 20 Civic Center Plaza Original Contract: $289,090 Final: $291,523 Santa Ana, Ca 92702 Contact: Bill Albright (714) 647-5029 Date of Completion: January 2009 Percentage of work performed by our own forces: 100% Project Manager: Araceli Nieto ➢ City of Pico Rivera New TS at Washington Blvd & Loch Alene Blvd 6615 Passons Blvd Original Contract: $133,151 Final: $ Pico Rivera, CA Contact: Romeo Ligason (562) 801-4350 Date of Completion: October 2008 Percentage of work performed by our own forces: 100% Project Manager: Araceli Nieto ➢ City of Santa Clarita Newhall Ranch Rd T/S Pole 23920 Valencia Blvd Original Contract: $40,684 Final: $44,096 Santa Clarita, CA 91355 Contact: Amalia Marreh (661)255-4363 Date of Completion: April 2009 Percentage of work performed by our own forces: 100% Project Manager: Araceli Nieto Christopher R. Morales, Inc, 155 N. Eucla Ave., San Dimas, CA 91773 Phone (909) 599-2201, Main Fax (909) 599-2722, Estimating Fax (909) 599-0376 ➢ City of Pico Rivera New TS at Rosemead Blvd & The Marketplace 6615 Passons Blvd Original Contract: $104,996 Final: $113,609 Pico Rivera, CA Contact: Jim Harris (909) 895-8800 Date of Completion: May 2009 Percentage of work performed by our own forces: 100% Project Manager: Araceli Nieto VNF- INSCO INSURANCE SERVICES, INC. MSC Ip® Underwriting Manager for: p Developers Insurance Company • Indemnity Company of California Developers Surety and Indemnity Company 17780 Fitch, Suite 200 • Irvine, California 92614 • (949) 263-3300 BID BOND T BOND NO. �A KNOW ALL MEN BY THESE PRESENTS, That we,___--_ CHRISTOPHER R_ MORALES,_ INC_ as Principal, and DEVELOPERS SURETY AND INDEMNITY COMPANY corporation _a --------______ ----------------------------------------- ______________ authorized to transact a general surety business in the State of _IOWA _ -_ ----- as Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH _---___------------------------------------------------------------_-(hereinafter called the Obligee) in the full and just sum of --- TEN PERCENT OF THE- AMOUNT OF THE BID -PERCENT-OF------------------------------------------------- Dollars, ($_ 10% OF BID ----) for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for TRAFFIC SIGNAL INSTALLATION AT HAMILTON AVE & NEWLAND ST PROJECT NO: 1213 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, or in the event of the failure of the Principal to enter such Contra ct, 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 ir-i full force and effect. Signed and Sealed this ____ 13th ------- _- day of _ NOVEMBER 200 9 ___. YEAR CHRISTOPHER R. MORALES, INC. DEVELOPERS SURETY AND INDEMNITY COMPANY Surety B Ct,n ��* y o r � I l5 SH Principal AWN BLUME Attorney -in -Fact ID-1198 (Bid Bond) (REV. 12100) CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of RIVERSIDE On --i �"U / before me, R. NAPPI "NOTARY PUBLIC" , (Here insert name and title of the officer) personally appeared SHAWLI BLUME who proved to me on the basis of satisfactory evidence to be the personA whose named f is/ -are- subscribed to the within instrument and acknowledged to me that he/shtftfity executed the same in his/her, h6r authorized capacity{aes), and that by his/herAheit-signatureJ4 on the instrument the personW, or the entity upon behalf of which the person(dj 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. R_ NAPPI WITNESS in hand and official seal. COMM. #1796916 r, al�a NOTARY PUBLIC -CALIFORNIA RIVERSIDE COUNTY(Notary Seal)�� My Comm. Expires June 7, 2012 Signature of Notary Pu lie ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) O Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v 12.10.07 800-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate ack»mpledgrnent form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of Cal forma. In such instances. any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not. require tine notary to do something7ltat is illegal fora notatq- in Califorma (i.e. cernfiing lire authorked capacity of the signer). Please check the docmnem earefu/4? for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) persomdly appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/shettheyr is /we ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263-3300 KNOW ALL MEN BY THESE PRESENTS, that as except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each, hereby make, constitute and appoint: ***Michael D. Stong, Rosemary Nappi, Shawn Blume, Jeremy Pendergast, jointly or severally*** as their true and lawful Attomey(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of surety- ship giving and granting unto said Attomey(syin-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attomey(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008. RESOLVED, that the chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the attorneys) named in the Powers of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship: and that the Secretary or any Assistant Secretary of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney: RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. , IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY. COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective Vice President and attested by their respective Assistant Secretary this January 1 st, 2008. .AND By. Stephen T. Pate, Senior VicePresident Qti�oRqC'��PPOA� p r5 ••GQ l'ty O qT +xi OCT. ti} 20 9'n iu+: 10 OCT.5 0 h: O By. Charles L. Day, Assistant SecretaryIFO a: 1936 i ti7 O State of California it County of Orange On August 13th2008 before me, Jenny TT Nguyen, Notary Public Date Here Insert Name and Title of the Officer personally appeared Stephen T Pate and Charles L. Day 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 helshe/they executed the same in his/her/their authorized �.�=n capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of INGWYM which the person(s) acted, executed the instrument. C©i41tN. # 1791640 W)TARY PUBLIC C UFOOFM I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is ORANGE COUNN true and correct. Comm. 90m Fe#.11% 2 M WITNESS my hand and official seal Place Notary Seat Above Signature i Je ITT Ng n CERTIFICATE The undersigned, as Assistant Secretary, of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attomey, are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine, California, the 13 they of NOVEMBER 2009 By: Albert Hillebrand, Assistant ecretary ID- 1380(Wet)(R6.07/07) CALIFORNIA OACKNOWLEDGMENT State of California County 01,PC1 of LOS ANGELES —A, On ; before me RAMON C. ARTEAGA A NOTARY PUBLIC-___ _ Date Nero Insert Name and Title of the Office, personally appeared __CHRISTOPHER R . MORALES Name(sl of Signer(s) �. kj.jf-_ w C. ARTEAGA t , ?� Commission # 1655887 Z ,� Notary Public �-California D Los Angeles County QVI x T ilyCor;m.Ecpres Apr 29, 2010 y Place Notary Seal Above who proved to me on the basis of satisfactory) evidence to be the personp) whose name(* is1W subscribed to the within instrument and acknowledged to me tha he/01111W executed the same in his/b9112ft authorized eapaeity(W, and that by his/iNNEW signature() on the instrument the person(*, or the entity upon behalf of which the person(j$ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS.m and and official seal. Signature Signature of Notary Public Though the information below is not required by law; it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Title or Type of D1ocu *tl�_Ci(,l VDocument Date: 1 _ Number of Pagss: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: CHRISTOPHER R . MORALES r' Individual I Corporate Officer — Title(s): PRESIDENT _ C Partner — El Limited O General Attorney in Fact • r Trustee Top of thumb here =1 . Guardian or Conservator O Other: Signer Is Representing: Signer's Name: _ Ll Individual E-1 Corporate Officer—Title(s): C; Partner — ❑ Limited ❑ General `i Attorney in Fact • J Trustee Top of thumb here F] Guardian or Conservator i Other: Signer Is Representing: I 0 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotarV.org Item 95907 Reorder: Cali Toll -Free 1-800-876-6827 City of Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERIC JOAN L. FLYNN CITY CLERK March 9, 2010 Dynalectric 4462 Corporate Drive Los Alamitos, CA 90720-2539 RE: CC-1213 —Traffic signal installation at Newland and Hamilton Enclosed please find your original bid bond for CC-1213 Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure /fo ovuu / shcont1re r pidb nd.doc Sister Cities: knvjV, Japan • arta�Cere, New Zealand (Telephone: 714-536-5227 ) �- p ■�alec ®c An EMCOR Company 4462 Corporate Center Drive Los Alamitos, CA 90720-2539 z N09NO I � PM I : 3I� D,yaa®ectr c An ENCOR Company 4462 Corporate Center Drive Los Alamitos, CA 90720-2539 City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 " '''afJlc Signal Installation at Hamilton Av Newland St.,, CC No. 1213 e & SECTION C PROPOSAL for the Traffic Signal Installation at Hamilton Avenue & Newland Street CC No. 1213 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within Fifty (50) working days, starting from the date of the notice to proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find` 10/- 3i° ftoA in the amount of $ which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature C-2 PROJECT BID SCHEDULE CC-1213 ')traffic Signal at Hamilton and Newland Item No. Estimated Quantity Item Unit Price Extended Amount 1 1 LS Mobilization Per LS E $ �� `p $ . ®' 2 1 LS Traffic control plan Per LS $ 21,-;"3-7 / $ 037- 3 1 LS Furnish Project Traffic Control PerLS $�`' $ 2-1��' 4 1 LS Monument preservation and comer record restoration Per LS $ ' %/� $ ` r -2 5 1 LS Construction survey Per LS $ M01 $ 6 1 LS Clearing & Grubbing (includes all saw cutting and AC, PCC & misc removals / abandonments) Per LS r��' $ ��K/� $�'� 7 401 SF Construct PCC curb ramp per Caltrans Std. Plan No. A88A Case C Per SF $ $ 8 478 SF Construct PCC sidewalk per City Std. Plan No. 207 Per SF $ $ ;7 9 76 LF Construct PCC curb and gutter per City Std. Plan No. 202 Per LF $� r $� i 10 118 LF Construct 6" AC berm per Caltrans Std. Plan No. A87B Per LF i� $ % O $ 11 12 TONS Construct 6" full depth AC pavement Per TON $ ` ' $ 12 1 LS Install traffic signal @ Hamilton & Newland (see note below) Per LS $ $2133 13 1 LS Signing & striping Per LS $/� J Q $ Total Amount Bid in Figures: $ I` 0i Total Amount Bid in Words: C/0e- o --/-IA "- / Note: The City will provide the traffic signal controller and service cabinet, all traffic signal poles, mast arms, luminaries, vehicle heads, pedestrian heads, push buttons, internally illuminated street name signs, emergency vehicle preemption sensors, block information signs, and fittings at no cost to the Contractor. Contractor is to pick up the materials at the City Yard, 17371 Gothard Street. Contact George Ruff two working days in advance for pick up at (714) 375-5015. C-2s 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 and the portion of the work to be done by such subcontractor. Portion o Work Name and Address of Subcontractor State License Number Class �/�� yy GLlT�i T �'x6-�I/G +ic— ;� R� 5 ©�s' �- 3 2 r'/fn �rL/G z_"_;wRs ZlTyScx� i Mc_ 'or el. h,. �, CAA. F7_ i 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 State of California ss. County of Orange WilliAVO B PAVeAMYt , being first duly sworn, deposes and says that he or she is V P, of (��. 46o 3�jmlcc nc the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. 44&z &"umt' C-Px-�ev -T4: Los Almtm, -Ps, cA 7G)72O Address of Bidder Subscribed and sworn to before me this I Q, day of M0 , 20 61 . NOTARY PUBLIC NOTARY SEAL n u C-4 CALIFORNIA .a.��a.��,.���..����aa:.a�..����C� ,�a ,.aa ..•�3 •.�.�`�.,�va��C�C�•,.�� .�.�.•�:..aC . C�C����.z��• •,. )<See Attached Document (Notary to cross out lines 1-6 below) El See Statement B' • to 1' completed only by document signer[s],not • Signature of Document Signer No. 1 State of California County of ORANGE . ......... ............. Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me on this 16 day of NOVEMBER 2009 by Date Month Year (1)WILLIAM B. DAVENPORT Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (and (2)NONE Name of Signer proved to me on the basis of satisfactory evidence to be the pers n who appeared(Y)WW_'1 beforem. Signature Signature of Notary Public Place Notary Seal Above OPTIONAL - Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document Title or Type of Document: NONCOLLUSION AFFIDAVIT Document Date: 11-16-2009 Signer(s) Other Than Named Above: NONE Number of Pages: 1 02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationaiNotary.org Item #5910 Reorder.. Call Toll -Free 1-800-876-6827 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal Installation at Hamilton Avenue & Newland Street, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: (I - off. nGl Milli /tm I?,. 7otye►��r� =y P I Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, 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. Date: it - M - Oq KDC INC. dba Contractor IRE Title WILLIAM B. DAHEWW, CFO C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: T Contractor Title Date: Note: This form is required for every Dig Alert Identification Number issued by USA. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: (KDC INC. dba DYNALECTRIC Bidder Name ���� C.�y,�-�►r�-z- Getz-�v� `�. Business Address City, -7 t, C C,> Telephone Number G4 `1tr-7 2-0 State Zip 1 5- 71?;-,v 117-1;3 A , 'r:�,, G7 , C 10, c State Contractor's License No. and Class Original Date Issued Expiration Date The work site was inspected byNfA- of our office on �w � , 20 The following are persons, firms, and corporations having a principal interest in this proposal: rf��,"A—rfvs �U —AGO WILLIAM B. QA*f11 W,, CFO C-9 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. � Company Name Signature of Bidder WILLIAM & DAVENPORT, CFO Printed or Typed Signature Subscribed and sworn to before me this t I day of NJ 04 , 200� . NOTARY PUBLIC Isu D4A10-" NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: Ci%U 8f tom 2-00 N- Name and Address of Public Agency ` Name and Telephone No. of Project Manager:+ Contract Amount Type of Work Date Completed 2. Gehl L� 11ew�%1" ie�cW �►v+',1�- , C�4- %ram `'� Name and Address of Public Agency Name and Telephone No. of Project Manager: A�l Contract Amount Type of Work Date Completed Name and Address of Public Agency Name and Telephone No. of Project Manager: Jce &O-,v- 9i&i ' 1k7,1kr27,4`71 C w,, t-«ltfi r, C�, ls, ��� .. T�.k�: f . I r~• c Contract Amount Type of Work Date Completed C-10 KSee Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-5 to be completed only by document signer[s], not Notary) N Signature of Document Signer No. 1 State of California County of ORANGE Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me on this 16 day of NOVEMBER , 2009 , by Date Month Year (1)WILLIAM B. DAVENPORT Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (.) (,) (and NONE Name of Signer proved to me on the basis of satisfacto evidence to be the pers n yvho appeared before Signature Signature of Notary Public Place Notary Seal Above p� OPTIONAL — Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document Title or Type of Document: BIDDERS INFORMATION _ Document Date: 11-16-2009 Signer(s) Other Than Named Above: NONE Number of Pages: 2 02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5910 Reorder: Call Toll -Free 1-800-876-6827 AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Dynalectric 4462 Corporate Center Drive, Los Alamitos, CA 90720 as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America One Tower Square, Hartford, CT 06183-6014 a corporation duly organized under the laws of the State of CT 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 Traffic Signal Installation at Hamilton Ave & Newland St. 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 10th day of ' crn (Witness) (Witness) November lectric (Title) Travelers sualty and Surety Company of America (Surety) (Seal) B- c A rney-in-✓ t RI aoistano (Title) AIA DOCUMENT A310 ® BID BOND ® AIA ® FEBRUARY 1970 ED. ® THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 R, POWER OF ATTORNEY TRAVELERSJ� Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 220626 Certificate No. 003279013 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Thomas Bean, Rita Sagistano, Gerard S. Macholz, Susan Lupski, Robert T. Pearson, Camille Maitland, and George O. Brewster of the City of Garden City , State of New York , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of,guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or -proceedings allowed by law. 17th IN WITNg4S WgEREOF, the Comp (�s have caused this instrument to be signed and their corporate seals to be hereto affixed, this ovember8 day of Farmington Casualty Company 1 St. Paul Mercury Insurance Company Fidelity and Guaranty Iusurance Company : Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company 00 'b iCaR40AATf.. i^: z ,, fifi ; .. ,: : � % � � i o i CCNN. ° CONN. $ in ✓� < SEAL,is State of Connecticut City of Hartford ss. By: Georg Thompson, enior ice President 17th November 2008 On this the day of ,before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G.TBT In Witness Whereof, I hereunto set my hand and official seal. TAfl My Commission expires the 30th day of June, 2011."G —C Marie C. Tetreault, Notary Public 58440-4-09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS WITHOUT THE RED BORDER TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CT. 06183 ATTORNEY -IN -FACT' JUSTIFICATION PRINCIPAL'S ACKNOWLEDGMENT —IF A CORPORATION State of New York, County of j ss. Oil this day of .20 , before me personally appeared to me known, who, being by me duly sworn, deposes and says, That he/she resides in the City of that he/she is the of the corporation described in and which executed the within instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so aft ixed by order of the Board or Directors of said corporation, and that he/she signed hisriner name thereto by like order. PRINCIPAL'S ACKNOWLEDGMENT —IF INDIViDUAL OR FIRM State of New York, County of j ss. On this day of .20 before the personally appeared to me knowro to be (the individual) (one of the firm of ) described in and who executed the within instrument, and he/she thereupon duly acknowledged to me that he/she executed the same (as the act and deed of said firm). SURETY COMPANY'S ACKNOWLEDGMENT Smote of Neu York, County of Nassau , ss• On this 10th day of November , 20 09 , before me personally appeared Rita Sagistano tt, me known, who, being by the duly sworn, did depose and say: 'rhat he: she resides in the City of Nassau County, NY that he/she is Attorney -in -Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, the corporation described in and which executed the within instrument; that he/she knows the corporate seal of said Company; that the seal affixed to said instrument is such corporate seal; and that he/she signed said instrument as Attorney -in -Fact by authority of the Board of Directors of said Company; and affiant did further depose and say that the Superintendent of Insurance of the State of Now York has, pursuant to Chapter 882 of the taws of the State of New York for the year 1939, constituting chapter 28 of the Consolidating taws of the Statc of New York as the Insurance f,aw.as amended. issued to TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA histher certificate that said Company is qualified to become and he accepted as surety or guarantor on all bonds, undertakings, recognizances, guaranties, and other obligations required or permitted by law; and that such certificate has not been revoked. _/1) _ 17 Cash & Invested Cash Bonds Stock Investment Income Due and Accrued Premium Balances Reinsurance Recoverable Net Deferred Tax Asset Other Assets Total Assets mi 0 CPU OR A', TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA CAAIiA, STATE A E OF N NOTARY PUB EW PORK NO. Hartford, Connecticut 06183 M1 0 N0tAAABOC6044 OUAUFIED FINANCIAL STATEMENT AS OF DECEMBER 31. 2008 IN it1P A CO COMMISSiiN1 EXPIRES iIPR11.2020.. 20 /40 AS FILED WITH THE INSURANCE DEPT. OF THE STATE OF NEW YORK CAPITAL STOCK $ 6,000.000 ASSETS LIABILITIES 146,779,723 Unearned Premiums 3.452.929,381 Losses 7,586,626 Loss Adjustment Expenses Commissions 46,660,631 Taxes, Licenses and Fees 303,562,195 Other Expenses 12,426,353 Current Federal and Foreign 40,073,233 income Taxes 86,225.430 Funds Held Under Reinsurance Treaties Other Accrued Expenses and Liabilities Total Liabilities Capital Stock Paid in Surplus Other Surplus Total Surplus to Policyholders $ 4,096,243,572 . Total Liabilities & Surplus Securities carried at S6,059,054 in the above statement are deposited with public authorities, as required by law 846,309,219 822,955,804 276,222,162 52,167,066 43,371,400 29,247.064 104,163,980 105,982,816 80,894,170 S 2,361,313,681 $ 6,000,000 303,297.402 1,425.632,488 $ 1,734,929,890 $ 4,096,243,572 City of Huntington Beach 2000 Main Street - Huntington Beach, CA 92648 OFFICE OF THE CITY CLERIC JOAN L. FLYNN CITY CLERK March 9, 2010 Terno, Inc. 15701 Heron Avenue La Mirada, CA 90638 RE: CC-1213 —Traffic signal installation at Newland and Hamilton Enclosed please find your original bid bond for CC-1213. Sincerely, JF:pe Enclosure (folio up/.Gas contlreturn i bon .doc Sister C�tles: `�nlo, �apan a altatere, New Zealand (Telephone: 714-53+6-5227 D TERNO, INC. 15701 Heron Avenue La Mirada,,CA , e, Ed,F,GeSt9CrA4: CO iPtA'd£AR�+ 9063&5206 �p(� �j CO pea'i2h C--1 0:A LiJ��J �°' I� ��� 1: 03 (� (� {�u 2U�! �V V - 11. n. SECTION C PROPOSAL for the Traffic Signal Installation at Hamilton Avenue & Newland Street CC No. 1213 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within Fifty (50) working days, starting from the date of the notice to proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the- Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find 10h in the amount of $ ( 0 which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature C-2 PROJECT BID SCHEDULE CC-1213 Traffic Signal at Hamilton and Newland Item Estimated No. Quantity Item Unit Price Extended Amount 1 1 LS Mobilization Per LS 11 $ 1 �ci�J. 0� d $ 2 1 LS Traffic control plan Per LS $ . DO $ Ck (0-A , 00 3 1 LS Furnish Project Traffic Control Per LS $ 0 .0b $ 090 • 0 O 4 1 LS Monument preservation and corner record restoration Per LS $ ` 01 00 $ 1 COd�•00 5 1 LS Construction survey Per LS er�� $ 2,I�G.•Ob $2 lQ2.0� 6 1 LS Clearing & Grubbing (includes all saw cutting and AC, PCC & misc removals / abandonments) S35.00 ►2 ►;35",00 Per LS $12 $ 7 401 SF Construct PCC curb ramp per Caltrans Std. Plan No. A88A Case C Per SF $ 11. DO $ San. OD 8 478 SF Construct PCC sidewalk per City Std. Plan No. 207 Per SF $ 7 - S0 00 9 76 LF Construct PCC curb and gutter per City Std. Plan No. 202 0 b 2. 00 Per LF $ $ L 7/9, 10 118 LF Construct 6" AC berm per Caltrans Std. Plan No. A87B Per LF G $ 12V . ✓ D $ ? \0� • Olt) 11 12 TONS Construct 6" full depth AC pavement 2 \A 00 Q 00 2 6 ( Per TON $ , $ t/. 12 1 LS Install traffic signal @ Hamilton & Newland (see note below) Per LS $ 5 060,,DO $ Sole la1"k. did 13 1 LS Signing & striping I Per LS $ 1 2.5%, 00 $ % 2-S7• D'0 Total Amount Bid in Figures: Total Amount Bid in Words: i IA9;a Note: The City will provide the traffic signal controller and service cabinet, all traffic signal poles, mast arms, luminaries, vehicle heads, pedestrian heads, push buttons, internally illuminated street name signs, emergency vehicle preemption sensors, block information signs, and fittings at no cost to the Contractor. Contractor is to pick up the materials at the City Yard, 17371 Gothard Street. Contact George Ruff two working days in advance for pick up at (714) 375-5015. C-2s FIST 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 and the portion of the work to be done by such subcontractor. Portion of Work Name and Address of Subcontractor State License Number Class 0 0,a C- 0. 0 4,00 SfR��Jw y 'voukC-R D C A CL2.9600 3+(aDC% / 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 AEF'IDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of qraA-ge LvsQ�9Q�� t10 , being first duly sworn, deposes and says that he q e is Jj f'A of 11--�C 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. Name of Bidder Signature cfBid06r c� Tin 4i 11rn®, A Address of Bidder Subscribed and sworn to before this day of , 20 _ k�seP Moav4 NOTARY PUBLIC NOTARY SEAL C-4 CALIFORNIA_ u /s�C�C 'fit >�3 5�3�'�',.�Q -�>�C!��' � ����i�� N':�Cr:�C/..c�� SC .�C�C�:�z���S�C �����',. �{.Ili q.���'�•... K See " • Document(Notary• cross out • below) 0 See Statement Below (Lines 1-5 to be completed only by docu_me t �signer[s], not Notary) . ... . .... .. . .. . . ..... . ..... . . ... . .... . ..... . . .... . .. Signature of Document Signer No 1 Signature of Document Signer No 2 (if any) State of California County of Los Angeles Subscribed and sworn to (or affirmed) before me on this 13th day of November 20 09 by r Date Month Year (t) TimithyJ. Erno Name of Signer proved to me on the basis of satisfactory evidence KRISTEN RENEE CZUPRYN to be the person who appeared before me (.) (,) Commission * 1824706 Z c -r Notary Public - California (and z Los Angeles County (2) None , 1 y Comm. Expires Nov 25, 2Ot2 Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me..) Signature Signature of NotarMubllc . Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove _ - valuable to persons relying on the document and could prevent . • fraudulent removal and reattachment of this form to another document Top of.thumb here Top of thumb here Further Description of Any Attached Document . ` �.. ,r -, �'�-•�.:;. Non Collusion Affidavit��` Title or Type of Document:, ~� Nov 13, 2009� Document Date: Number of Pages: None f1`;�Nx \. 5igrm(s) Other Than Named Above: ®2007National Notary Association- 9350DoSoto Ave PO Box 2402-Chatsworth CA91313-2402-wwwNadmrelNotaryorg Ifem#5910 neorder.Call Toll -Free 1 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal Installation at Hamilton Avenue & Newland Street, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public, Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: C- Contractor Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes �/No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. Date: 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. KC Contractor Title C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor :A Titl Date: �\ I I I DC7A Erno, President Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon.request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name Business .L n M (ae -Ag rA City, State Zip Telephone Number State Contractor's License No. and Class �0 11012boc�-t) Original Date Issued �2D Expiration Date The work site was inspected by (IGW �AGl f our office on 2Q)j The following are persons, firms, and corporations having a principal interest in this proposal: g low, M10i C-9 t 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. W Company Name Signature of Bidder ri`imi1 Printed or Type96ature Subscribed and sworn to before me this a day of N0 Q e , 2 NOTARY PUBLIC Commission # 1824706 Notary Public - California Los Angeles County Comm. Expires Nov 25, 2012 NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1. 2. 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Date Completed Date Completed c-10 Terno, Inc. - La Mirada, California Experience of Bidder ELECTRICAL CONTRACTORS a Flatiron Construction Corp. company 15701 Heron Avenue La Mirada, California 90638-5206 Phone:714-228-9831 Fax: 714-228-9635 www.temoinc.com Project Name. New Traffle Signal Install Contract Amount: $260,109.00 Date Completed: 03106 Owner's Name: City of Anaheim Contact Person: Keith Laster Telephone Number: (714) 231-8373 Project Name: Traffic Signal Madifinations Gantract Amount: $317,456.60 owner's Name: City of Riverside -- •-.__-----._.... Contact Person: Derek Weiss .... Project Nam . Traffc Signal/Streatirg Light & Fiber Optics Contract Amount: $7,165, 00000 Ownee's Name: Sequel Contracting Contact Person: Mike Mahler Project lame: Truck Impacted Inter. Contract AMouht. $454.887.00 Ownee's Name: County of LA -Contract Person: Tan Phan Date Completeed: 03f06 _...Te9ephone-Number: (951) 826-5366 ... [date Completed: Still going Telephone Number: (562)802-7227 Data Completed: 10f05 Telephone Number: (626) 4584966 Project Name: tnstafl New T.a Contract Amount: $171,839.00 hate completed: 6f06 x'-•°-~-O9nrroer's larvae: Cifyof Sarn Juan Capistrano , , (Contact Pers&N; Aian Oswald - Telephone Number (949) 443-6356 Project NgLme: T.S Install & Mod Contract Amount: $306,157.00 Ownees Name: Turner Construction Contract Person: Kent Woodhouse Efate Completed. 06f07 Telephone Number. (714) 659-7330 Page 1 of 2 A HOCHTIEF Company Temo, Inc. - La Mirada, California Experience of Bidder a Flatiron Construction [ company 15701 Heron Avenue La Mirada, California 9063E-5206 Phone:714-228-9631 Fax: 714-228-9635 www.temoino.com Project Namer Fedestrian Crosswalk Contract Amount: $252,097.00 Date Completed: 4/06 Owner's Name: West Covina Contact Person: Miguel Hernandez Telephone Number. (626) 939-8425 Proje t'Nanve: T.&Uodiftcaffons Contract Amount: $2,816,468,00 Owner's Name: City of Long Beach Contact Person: Douglas Me Laughlin. Ptoject NamL 'CAreet Fagging Contract Amount: $319,000.00 Owner's Nature: City of Culver City Contact Person: Lee Torres Project Ndffid? Povver Disiiiliutian Contract Amount: $580,967,00 owee's Name: Irvine Unified School District Contact person: SV-naer Jordan Date Completed: 09/07 Telephone Nutntseer (55-21-570-6895-: Date CompleW: 09100 Telephone Number: (310) 253-5623 Date Completed: 11/06 Telephone Nurnber: (949) 337-5151 Project Nar : Trade Signali<atiot lntersecttgn I riprove-trienL - _-. Core .a,Gtt amount: $1,299,417.00 01107 Ow :r's.I1lame: City of Rialto Contact Person: Emilio Ramirez Telephone Number. (909) - 820-2525 Page 2 of 2 - A HOCH-FIEF Company Terno, Inc. • La Mirada, California 15701 Heron Avenue La Mirada, California 90638-5206 Phone: 714-228-9631 Fax: 714-228-9635 www.ternoinc.com Prior Work References: City of Anaheim Keith Laster 714/ 231-8373 City of Culver City Lee Torres 310/ 253-5600 City of Long Beach Mike Sickies 562/ 570-055 County of Orange John Dean 714/ 567-6300 City of Rialto Jaime Cruz 909/ 820-2532 City of Riverside Tim Cianci 909/ 232-7140 City of West Covina Miguel Hernandez 626/ 926-4230 Kneisley-Cocita Const. Ted Neugebauer 760/ 735-6446 LA County Blaine Bolduc 626/ 201-7245 Sequel Construction Tom Pack 562/ 802-7227 Sully Miller Bob Maulucci 714/ 449-2270 A HOCHTIEF Company An Equal Opportunity Employer / , THE AMERICAN INSTITUTE OF ARCHITECTS Bond No. F00459 AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Terno Inc. 15701 Heron Avenue La Mirada CA 90638 as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America Construction Services, One Tower Square Hartford CT 06183 a corporation duly organized under the laws of the State of CT as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach 2000 Main Street Huntington Beach CA 92648 as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid Dollars ($ 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 Traffic Signal Installation at Hamilton Avenue & Newland Street - CC No. 1213 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 12th day of November 2009 Terno, Inc. (Principal) (Witness) Richard Kujawa, V.R/Asst. R ' HARTFOHD, O' , Travelers Casualty and (Surety) DePirro (Witness) 4 !J ry R. McKee AIA DOCUMENT A310 ® BID BOND • AIA s FEBRUARY 1970 ED. • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 (Seal) (Title) of America (Seal) (Title) STATE OF CALIFORNIA COUNTY OF ss. On ;2 O before me, t-�, personally appeared personally known to me (or proved to me on the basis of satisfactory evide ce) 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, exe q i 0 C Commission # 1824706 WITNESS my hand and official seal. Notary Public - Calibfnia Los Angeles County My Comm. E! irea Pion 25, 2012 Signature (NOTARY SEAL) ATTENTION N TARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to another document. THIS CERTIFICATE MUST BE ATTACHED TO Title of Document Type Bond No. F00459 THE DOCUMENT DESCRIBED AT RIGHT. Number of Pages 6 Date of Document 11/12/2009 Signer(s) Other Than Named Above Mary R. McKee Attorney -In -Fact Travelers Cas. and Surety Co. of America STATE OF CALIFORNIA } COUNTY OF } ss. On before me, personally appeared personally known to me (or 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 hisiheritheir 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. WITNESS my hand and official seal. Signature (FOR NOTARY SEAL OR STAMP) ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to another document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT. Title of Document Type Number of Pages Date of Document Signer(s) Other Than Named Above DOCUMENT PROVIDED 81 STEWART TITLE NOTARI2o I DOC CORPORATE ACKNOWLEDGMENT Form 152 STATE OF NEW JERSEY COUNTY OF BERGEN On this 12th day of November , 2009, before me personally came Mary R. McKee to me known, who, being by me duly sworn, did depose and say that she/he resides Saddle Brook, NJ that she/he is the Attorney -In -Fact of Travelers Casualty and Surety Company of America the corporation described in and which executed the above instrument that she/he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that she/he signed her/his name thereto by like order. (SEAL) SHERRYANNE DEPIRRO A NOTARY PUBLIC OF NEW JERSEY MY COMMISSION EXPIRES 211012012 HAIR-TRWO. DDNW=-- -15 IVJT eq'In VITAL Tom 44-;DM.OW CASH & MSSI =- -S "5.779,7Z3 BoNbs S TOC-K 7,595,;525 WvesllloaiTle�,DUE AMD ACCRLED 3answ-v-s 0 M ASS -PS S 71 TE UtZAFSED FfEMMS s M_w-Xa- Loss ABXIL��ITEX�- SES comw-ssr-*S, AND FEES _70 F0lNtgifqsm UMER RE WSURAM>Z T RBAOfES A PRMISM FORREENSURARGE yam- 4 M ET -__ZWrUkMi-A :SE�E Ea,E:E Lt.,_ CAPTTA4-STOCK OTt--, §Upj>-,Us TO PQL=G�, ui--�, lrzt & wiumu S: MAL OFE—lr= HE*F,-RE-:l--3W-G 's A OF z, BLCDPZ- ma 17th ID AlilUllt.2a3SX . TAMRIE-C Tj�—jp��I�j _LT _ ■, POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Surety Bond No. F00459 Met St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Principal: Terno, Inc. Project Description: Traffic Signal Installation at Hamilton Avenue Obligee: City of Huntington Beach & Newland Street - CC No. 1213 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Mary R. McKee of the City of Woodcliff Lake State of NJ , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this Sth day of August, 2009. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company �GhSU�I 'n' �RF ,yK IVf4 a�.NfY � cr.�a ]981 0 { 1977 two4" .'� _ wmraotµmscrsx 5 m SIX s • ► @ t= . aK� �� e � � �lsf�b� State of Connecticut By: City of Hartford ss. Ge e W. omp os n, or Vice President On this the 5th day of August, 2009, before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. o TQr My Commission expires the 30th day of June, 2031.E 0 Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,.recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 12th day of November 1 2009 Kori M. Johanson, Assistant Secretary ?GwSU,��f �� � yrt=Fi `*+t t�rG ,P�1MfY1� J�.■.��� J%�OY ���jYA':9 1�� ►C � 1977 g j� ,1 sttt�� ?SEAL 1b' ivSSi[L c �` � S � C Wu. 1 ro verify the authenticity of this Power of Attorney, call 1-800-42X 3880 or contact us at www.travelersbond.com. Please refer to the Attorney4n-fact number, the above -named individuals and the details of the bond to which the power is attached. City ®f Huntington Beach 2000 Main Street ® Huntington Beach, CA 92648 OFFICE OF THE CITY CLERIC JOAN L. FLYNN CITY CLERK March 9, 2010 Moore Electrical Contracting, Inc. 463 North Smith Avenue Corona, CA 92880 RE: CC-1213 — Traffic signal installation at Newland and Hamilton Enclosed please find your original bid bond for CC-1213. Sincerely, Joan L. Flynn, CIVIC City Clerk JF-pe Enclosure /foil tc shcont/ret bidb nd.doc Sister Cites: nlo, �apan 9 aitarcere, New Zealand ( Telephone: 714-636-5227 ) MOORE ELECTRICAL CONTRACTING, INC. 463 NORTH SMITH AVENUE CORONA, CA 92880 610382 C-101 A (951) 371-4202 2009 NOY 17 PH 1:'50 G''T'Y MOORS : ELECTRICAL CONTRACTING, INC. FOR: 'UYSIALLA 770N A T H"IL TON A VENUE AND NE PRO -PO A L'DO 'NOT OPEN WITH REGULAR MAIL" ,'S' **** SEALED BID PROPOSAL. DO NOT OPEN UNTIL 2:00 PM, NOVEMBER 17,2009**** CITY CLERK CITY OF HUNTINGTON BEACH 2000 MAIN ST, 2 ND FLOOR HUNTINGTON BEACH, CA 92645 �� O]MANK4 for the Traffic Signal Installation at Hamilton Avenue & Newland Street CC No. 1213 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within Fifty (50) working days, starting from the date of the notice to proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. A 107. Bidder's Bond Accompanying this proposal of bid, find in the amount of $ which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature C-2 PROJECT BID SCHEDULE CC-1213 Traffic Signal at Hamilton and Newland Item No. Estimated Quantity Item Unit Price Extended Amount 1 I LS Mobilization Per LS f f j $ -c 2 1 LS Traffic control plan Per LS r r $ '� 3 1 LS Furnish Project Traffic Control Per LS $ CID 4 1 LS Monument preservation and corner record restoration Per LS $ t^� $ �V 5 1 LS Construction survey Per LS �y 6 1 LS Clearing & Grubbing (includes all saw cutting and AC, PCC & misc removals / abandonments) Per LS 7 401 SF Construct PCC curb ramp per Caltrans Std. Plan No. A88A Case C Per SF $ r $ 8 478 SF Construct PCC sidewalk per City Std. Plan No. 207 Per SF $c 1s 5 $ 9 76 LF Construct PCC curb and gutter per City Std. Plan No. 202 Per LF $JL/ 10 118 LF Construct 6" AC berm per Caltrans Sid. Plan No. A87B Per LF j 11 12 TONS Construct 6" full depth AC pavement Per TON 12 1 LS Install traffic signal @ Hamilton & Newland (see note below) Per LS $ V $ L 13 1 LS Signing & striping Per LS (,j $ "`°� {� $�^�nt% "�t: Total Amount Bid in Figures: $ 6 • D r ��Tyyotal Amoun .Bid eords:D , / ' -r Note: The City will provide the traffic signal controller and service cabinet, all traffic signal poles, mast arms, luminaries, vehicle heads, pedestrian heads, push buttons, internally illuminated street name signs, emergency vehicle preemption sensors, block information signs, and fittings at no cost to the Contractor. Contractor is to pick up the materials at the City Yard, 17371 Gothard Street. Contact George Ruff two working days in advance for pick up at (714) 375-5015. C-ss 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 and the portion of the work to be done by such subcontractor. Portion of Work Name and Address of Subcontractor State License Number Class � ; Coo"-!� pit* 340 o By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange Rusty B. Moore , being first duly sworn, deposes and says that he er-he is Prp--.i aPnfi of Moore Electrical Contracting, 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. DIANE RENE CODY me Commission # 1777745 Notary Put;Uc - Gallfornia z Riverside County W Comm. E)Ires Nov 8, 2011 (SEE ATTACH Subscribed and sworn to before me this NOTARY PUBLIC Moore Electrical Contracting, Name of Bidder / 4 Signatur*rf'lresident der Rusty B. 463 N Smith Avenue Corona, CA 92880 Address of Bidder day of ,20_- NOTARY SEAL C-4 CALOVORMA ALL-PURPOSE ACMI(O'YLEDG1 MMY State of California County of Riverside On 11/17/09 before me, Diane Rene Cody, Notary Public Date Here Insert Name and Title of the Otticer personally appeared Rusty B. Moore Name(s) of Signer(s) DIANE RENE CODY Commission # 1777745 =a ,, Notary Public - California = _ ' " Riverside County MV Comm. Expires Nov 8, 2011 who proved to me on the basis of satisfactory evidence to be the persow(s) whose name( is/are subscribed to the within instrument and acknowledged to me that he/s eMiu"xecuted the same in his/ eit-authorized capacityeesj-and that by hisaw#8;aiLsignature(*on the instrument the person(s) or the entity upon behalf of which the persort("cted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS hand and official al. 4. Signature Place Notary Seal Above �9, ORene Cody, Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Moore Electrical Contracting Inc. RIG' -P TNT Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Moore Electrical Contracting, Inc. Top of thumb here 02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 -Chatsworth, CA 91313-2402 • www.NaWnaiNotary.org Item #5W7 Reorder: Call Toll -Free 1-800-876-6827 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal Controller Cabinet Changeouts at the intersections of Magnolia Street and Garfield Avenue, Magnolia Street and Atlanta Avenue and bake Street and Yorktown Avenue (CC-1199 and CC-1200), (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: 11/17/09 Tore Electrical Contracting, Inc. Contractor By Rusty B. A Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ® Yes o 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 CER'TIFICA'TE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 11/17/09 Moore Electrical Contracting, Contractor Rusty B. Title C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Moore Electrical Contracting, Contractor Rusty B,-W,ore, President Title Date: 11/17/09 Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S IN BIDDER certifies that the following information is true and correct: Moore Electrical Contracting, Inc. Bidder Name 463 N Smith Ave Business Address Corona, CA 92880 City, State Zip ( 951 ) 371-4202 Telephone Number 610382 C10, A State Contractor's License No. and Class 1/22/91 Original Date Issued 1/31/11 Expiration Date N/A The work site was inspected by of our office on , 20 The following are persons, firms, and corporations having a principal interest in this proposal: See Attached C-9 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. Moore Electrical Contracting, Inca Company Name Signature of Bidde Rusty B. Moore P ident Printed or Typed gignature (SEE ATFAGIED) Subscribed and sworn to before me this _ day of , 200_ . NOTARY PUBLIC NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1. See Attached PJ 93 Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Date Completed Date Completed C-10 :.a;,,,.;;Y Y.��c�:,ctzc�¢c:c:�E�'.�;��'`•cs.��^�:cl'�:���'�:�?a'��r��flc�l-ti^,�:C�'Y`�i::�'c�� ;<=�. �f,��� ,ct -� =rrct>.c�,c=�.c�rs;f•�-�? State of California County of Riverside On 11/17/09- before me, Diane Rene Cody, Notary Public Date Here InsertNameand Title of the Officer personally appeared Rusty B. Moore Name(s).of Signer(s) MANE RENE CODY Commission # 1777745 Notary Public - California = ' Riverside County My Comm. Expires Nov 8, 2011 who proved to me on the basis of satisfactory evidence to be the person(owhose names) istare-subscribed to the within instrument and acknowledged to me that he/shett vy-executed the same in hi e)r authorized capacity(iesj; and that by (53 o'n the instrument the person4s)1or the entity upon behalf of which the persop(sj'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 and and official 1. Signature Piece Notary Seal Above pg ane Rene Cody, Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Moore Electrical Contracting, Inc. Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Moore Electrical Contraeting, Inc. ®2007 National Notary Association•9350 De Soto Ave.,P.O. Box 2402-Chatsworth,CA 91313-2402• www.NatOnalNntarynrg ffem#5907 Reorder..Callb14:ree 1400-976-6827 3. Estimator: 4. Contract Amount: PM: 5. General Contractor: Street: City, State, Zip: Contact Person: Telephone #: 6. Owner: Street: City, State, Zip: Contact Person: Telephone #: ***** H H 'lYs 3g Federal Aid Project # h y h 7. Estimated Start Date: 8. Working Days:" M 9. Liquidated Damages: 10. Contract Approved As To Amount and Scope: 11. Contract Approved As To Legal Content: 12. Copy of Contract to Moore Files (Unsigned): 13. Date Insurance Certificates Requested: 14. Date Contract Mailed to Owner/General Contractor: JOB INFORMATION & CHECKLIST fir Date: Bid Date: GF: Billing Date: 15. 20 Day Prelim Notice: 16. Date Signed Contract Received by Moore: (Yes Or No) 17. Certified Payroll ?: 18. The Following Forms Requested Were Mailed with Contract: 3. Date: 2. 4. Job Infomation Sheet C147.xis .................. . qaw 1. Job Number: 2. Job Name/Location: 3. Estimator: 4. Contract Amount: PM 5. General Contractor: Street: City, State, Zip: Contact Person: Telephone #: 6. Owner: Street: City, State, Zip: Contact Person: Telephone #: ***** Federal Aid Project # 7. Estimated Start Date: 8. Working Days: 9. Liquidated Damages: JOB INFORMATION & CHECKLIST Date: 10. Contract Approved As To Amount and Scope u r Bid Date. Billing Date: 11. Contract Approved As To Legal Content: 12. Copy of Contract to Moore Files(Unsigned): 13. Date Insurance Certificates Requested: 14. Date Contract Mailed to Owner/General Contractor: rye 15. 20 Day Prelim Notice: , ,; .x 16. Date Signed Contract Received by Moore:,:..,.;, MINIS n (Yes or No 17. Certified Payroll ?: 1 Y'i$s 18. The Following Forms Requested Were Mailed with Contract: 2. Job Information Sheet T517.x1s 1. Job Number: 2. Job Name/Location: 3. Estimator: 4. Contract Amount: 5. General Contractor: Street: City, State, Zip: Contact Person: Telephone #: 6. Owner: Street: City, State, Zip: Contact Person: Telephone #: ***** Federal Aid Project # 7. Estimated Start Date: 8. Working Days 9. Liquidated Damages: JOB INFORMATION & CHECKLIST Date: py Bid Dater PM gI'Mardar GF: - '� F s,N 1 f 10. Contract Approved As To Amount and Scope: 11. Contract Approved As To Legal Content: 12. Copy of Contract to Moore Files (Unsigned): 13. Date Insurance Certificates Requested: 14. Date Contract Mailed to Owner/General Contractor: 15. 20 Day Prelim Notice:' kr3 'i: B i l l i n Date: �� � go Date: . r 16. Date Signed Contract Received by Moore: f 17. Certified Payroll ?: r�g� j '.(Yes or No) 18. The Following Forms Requested Were Mailed with Contract: 1 � � 2. y 3. SH 4. Job Infomation Sheet T514.xls JOB INFORMATION & CHECKLIST 1. Job Number: 2. Job Name/Location: 3. Estimator: 4. Contract Amount: PM: 5. General Contractor: Street: City, State, Zip: Contact Person: Telephone #: 6. Owner: Street: City, State, Zip: Contact Person: Telephone #: ***** Federal Aid Project # 7. Estimated Start Date: 8. Working Days: 9. Liquidated Damages: 10. Contract Approved As To Amount and Scope: 11. Contract Approved As To Legal Content: 12. Copy of Contract to Moore Files (Unsigned): 13. Date Insurance Certificates Requested: 14. Date Contract Mailed to Owner/General Contractor: Date: Bid Date: GF: O,BiI11n9 Date: MNI 15. 20 Day Prelim Notice: . . . . . . ...... 1" 16. Date Signed Contract Received by Moore: M 17. Certified Pay(Yes or No) roll ?: 18. The Following Forms Requested Were Mailed with Contract: 1. IM7 . . . ..... nx%g".n t Date: F'10 111 2. 4. Job Infornation Sheet T509.xls .............. .... 1. Job Number: 2. Job Name/Location: 3. Estimator: 4. Contract Amount: 5. General Contractor: Street: City, State, Zip: Contact Person: Telephone #: 6. Owner: Street: City, State, Zip: Contact Person: Telephone #: ***** Federal Aid Project # 7. Estimated Start Date: JOB INFORMATION & CHECKLIST Date: Bid Date: Billing Date: 8. Working Days: 9. Liquidated Damages: 10. Contract Approved As T Amount and Scope: o A 11. Contract Approved As To Legal Content: 12. Copy of Contract to Moore Files (Unsigned): ` 13. Date Insurance Certificates Requested: IRA, 14. Date Contract Mailed to Owner/General Contractor: 15. 20 Day Prelim Notice:sN 0� Date: 16. Date Signed Contract Received by Moore: . Y10 17. Certified Payroll ?: 2 R £ „ sy (Yes or No) 18. The Following Forms Requested Were Mailed with Contract: 1 ,. ,max 2. Job Infomation Sheet C134.x1s ........................ 1. Job Number: 2. Job Name/Location: 3. Estimator: 4. Contract Amount: PM: 5. General Contractor: Street: City, State, Zip: Contact Person: Telephone #: 6. Owner: Street: City, State, Zip: Contact Person: Telephone #: ***** Federal Aid Project # 7. Estimated Start Date: 8. Working Days: 9. Liquidated Damages: 10. Contract Approved As To Amount and Scope: 11. Contract Approved As To Legal Content: 12. Copy of Contract to Moore Files (Unsigned): 13. Date Insurance Certificates Requested: Date: Bid Date: GF: Billing Date: _I � 14. Date Contract Mailed to Owner/General Contractor: 15. 20 Day Prelim Notice:�£� � 16. Date Signed Contract Received by Moore:;;' 17. Certified Payroll ?: = .,,: (Yes or No) 18. The Following Forms Requested Were Mailed with Contract: �z 1: :. h:. RI �e1vR. "r..i'L: 'si 5(;.z:.; .51 Date: OR Job Infomation Sheet C133.xls THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 KNOW ALL MEN BY THESE PRESENTS, that we Moore Electrical Contracting, 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 Maryland 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 Bid Amount ($10% of Bid), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Traffic Signal Installation at Hamilton Avenue & Newland Street CC No. 1213 in the City of Huntington Beach NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 13th day of November, 2009. (Witness) Christine Maestas, Surety Account Executive Moore Electrical (Seal) Rusty B. Moore, Fidelity and D�po(sit Company of Maryland rety (Seal) By Edward N. Hackett, Attorney-In-Fac itle) AIA DOCUMENT A310 a BID BOND a AIA ® o FEBRUARY 1970 ED a THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 1 CALIFORNIA State of California County of Riverside On 11/17/09 before me, Diane Rene Cody, Notary Public Date Here Irst Name and The of the Officer personally appeared. _ Rusty B. Moore and Jose Conrado Names) of Signer(s) DIANE RENE CODY f Commission # 1777745 e, Notary Public - California ZZ Riverside County My comm. E)phes Nov 8, 2011 who proved to me on the basis of satisfactory evidence to be the person(4whose nar *ee istare-subscribed to the within instrument and acknowledged to me that he xecuted the same in hW#mrfteir authorized capacity(ies), and that by his/ e0-signature(# on the instrument the persoa(e) or the entity upon behalf of which the person( acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNES hand and offici seal. Plea Notary sew A> ore Signature _— ane Rene Cody, Notary Public OPT70NAL Though the information below is not required by law, it may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: _ Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ limited ❑ General El El El El Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: Moore Electrical Contracting, Inc. RIGHTTHL5WIBPRNJ] ;0F.MNER Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other - — - _ Signer Is Representing: Moore Electrical Contracting Inc: RtcF TfTHUuloP RINI' ��."�i4`�c,�<:�'t - ..'�4�w ,ti,�, `<<.`��-.mac; :;_ _ _ •= a„a��C-�'���.el�-�.`�_u"tZ� *2007 Natrona) Notary Assavalm- 9350 Oe Soto Ave., P.O. Box 2402-alatseorth, CA 91313-2402• www.NR*M Notaryag Ifam #5907 Reortler:CaHTatl-flee i-80a876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange NOV 13 2009 On before me, Ryza Jee Desaca, Notary Public Date Here Insert Name and Tile of the Officer personally appeared RYZA JEE DESACA COMMISSION #1797127 n U NOTARY PUBLIC - CALIFORNIA —� m ORANGECOUNTY -+ My Comm. Expires May. 2, 2012 Edward N. Hackett who proved to me on the basis of satisfactory evidence to be the persono o whose name0 o is/M subscribed to the within instrument and acknowledged to me that he/**)" executed the same in hi&TAVMKauthodzed capacity(0)0, and that by his/VJMDt signatureiQ on the instrument the person(jp, or the entity upon behalf of which the personpQ 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 sea Signature Place Notary Seal Above Signature of Notary Public . OPTIONAL Though the information below is not required by law, it may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): — ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGkiTsTdUMBP.RINT _ OFSIGNER''' Number of Pages: Signer's Name: ❑ Individual Corporate Officer —Title(s): — ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact L7 Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OFaSIGNER . 02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • Ww .NationaiWtaryorg Item #6907 Reorder: Call Tol!-Free 1-800-676-6627 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by THEODORE G. MARTINEZ, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said ny, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the adak ereby nominate, constitute and appoint Edward N. HACKETT, of San Diego, Californ' I nd Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as sure de nds and undertakings, and the execution of such bonds or u o s,u,a�� s, shall be as binding upon said Company, as fully and amply, to all inten i�r xecuted and acknowledged by the regularly elected officers of the IV is in their own proper persons. The said Assistant r ere p ct set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By- now in force. 0 IN WITNESS e said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporat ea of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 11th day of June, A.D. 2008. ATTEST: '�� DL➢OS�l 0 0 D, lII4b i State of Maryland ss. Baltimore County FIDELITY AND DEPOSIT COMPANY OF MARYLAND Eric D_ Barnes Assistant Secretary By: Theodore G. Martinez On this Ilth day of June, A.D. 2008, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Dennis R. Hayden Notary Public My Commission Expires: February 15, 2013 POA-F 012-9310M City of Huntington Beach 2000 Main Street a Huntington Beach, CA 92648 OFFICE OF THE CITY CLERIC JOAN L. FLYNN CITY CLERIC March 9, 2010 CSI Electrical Contractors, Inc. 10623 Fulton Wella Ave. PO Box 2887 Santa Fe Springs, CA 90670-0887 RE: CC-1213 — Traffic signal installation at Newland and Hamilton Enclosed please find your original bid bond for CC-1213. Sincerely, JF:pe Enclosure /fo owu /c shcont/re r bJdb n fdo Sister Citi8s: RnwjK fapan • Warta�Cere,`New Zealand (Telephone: 714536-5227 ) SECTION C PROPOSAL for the Traffic Signal Installation at Hamilton Avenue & Newland Street CC No. 1213 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within Fifty (50) working days, starting from the date of the notice to proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find BCnA in the amount of $_cam__ which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature C-2 PROJECT BID SCHEDULE CC-1213 Traffic Signal at Hamilton and Newland Item Estimated No. Quantity Item Unit Price Extended Amount 1 1 LS Mobilization �O 6Z� Per LS $ $ �-� 2 1 LS Traffic control plan DO p0 Per LS $ 0 $ 3 1 LS Furnish Project Traffic Control Per LS 00 $ oO $coo 4 1 LS Monument preservation and comer record restoration bo O Per IS $ 1 $ --no0c, 5 1 LS Construction survey Per LS $ o o $ 3 000 6 1 LS Clearing & Grubbing (includes all saw cutting and AC, PCC & misc removals / abandonments) LS oo $ 7 �� 00 $ 7 401 SF —Per Construct PCC curb ramp per Caltrans Std. Plan No. A88A Case C 1 04D �� Ba Per SF $ $ C� 8 478 SF Construct PCC sidewalk per City Std. Plan No. 207 Per SF $ DV OD $ 2 K 9 76 LF Construct PCC curb and gutter per City Std. Plan No. 202 Per LF $ 3D.00 0 $ 2_�00 10 118 LF Construct 6" AC berth per Caltrans Std. Plan No. A87B 2- 7 g G6 Per LF $ • $ 11 12 TONS Construct 6" full depth AC pavement :2-) p 00 32-14060 Per TON $ $ 12 1 IS Install traffic signal @ Hamilton & Newland (see note below) Per LS $ 914 l -1 $ J6 4 % 1.7 01) 13 1 LS Signing & striping Per LS a u $ ?2-00 ,() $ 20 Total Amount Bid in Figures: $ t 2A t qO D Total Amount Bid in Words: (XVI-i Lm Note: The City will provide the traffic signal controller and service cabinet, all traffic signal poles, mast arms, luminaries, vehicle heads, pedestrian heads, push buttons, internally illuminated street name signs, emergency vehicle preemption sensors, block information signs, and fittings at no cost to the Contractor. Contractor is to pick up the materials at the City Yard, 17371 Gothard Street. Contact George Ruff two working days in advance for pick up at (714) 375-5015. C-2s 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 and the portion of the work to be done by such subcontractor. Portion of Work Name and Address of Subcontractor State License Number Class ° �a��ia-Ks1nc C V_ I Z V�'a Q 3 Z . r a..� w .:s� �.�11 - m -A viz 3S `f �I 291 1 D°D Lo or�)YAk5 �er 51 0o S 2-7D060 K i 6 (2A C12Z-7 IK A01-S _01 On 3 e Coo qZ 6 re (D t zy C' - 3 Z ' By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange being first duly sworn, deposes and says that he or she is Ceo of '(�51216Ar;(j �.a' r&&&,0 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. cu ?Ag6cic.c4 Inc. Name of Bidder Signature of Bidder even M Naaa yQ\kV-V% sa�Fe Sp`%n5s Address of Bidder W . 61016`10 Subscribed and sw n to before me this day of , 20 _ S-ee NOTARY PUBLIC NOTARY SEAL C-4 CALIFORNIA,JURAT C.... ck1 s� TSB. a�C! ,s�4!s� ,.�5�. .t,�,sa ��_ ..�Z!:aS!:aS!saS_ s� ,T. �.•,�5� .. wee Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-5 to be completed only by document signer[s], not Notary) 3 Signature of Document Signer No. 1 State of California jubmw J. BNLW Comm * 1627306 ® Notary Public - CaiiforNa orange County My Comm. Expires Dec 6, 2 Place Notary Seal Above Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me on this day of N OV e/wAtJer 20_O, by Docte,, Month Year 0 P .yarv� Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (.) (,) (and (2) Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me.) Signature \ gna re of Notary Public OPTIONAL — Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document Title or Type of Document: Document Date: , `� �—I I C)CI Number of Pages: Signer(s) Other Than Named Above: RIGHT THUMBPRINT OF SIGNER #1 of thumb he ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationaiNotary.org Item #5910 Reorder: Call Toll -Free 1-800-876-6827 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal Installation at Hamilton Avenue & Newland Street, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: c, Contractor By v��Ve(1 'M Wc�tES Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, 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 61, If the answer is yes, explain the circumstances in the space provided. Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 074cl C-7 cf4 Cj Contractor (By S UP.CI M � WO�L, �cesIAte -� Title UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor By .N � V\- Title Date: ,V Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: 51 n c- Bidder Name 0t0 Z3 IPJ 1�yn W p9..ks �e Business Address City, State Zip (J ) 9 f6- C`70O Telephone Number W-1 RNA State Contractor's License No. and Class Date Issued Date The work site was inspected by o C )I,,, f our office on �y� 12, 200q The following are persons, firms, and corporations having a principal interest in this proposal: ea I iot even .WOrs'-:5iAyo+ILEO efcl'A A Ueck Li U C-9 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Company Name Signature of Bidder SA-ee eO 'M 4eom 1A _1�a�idrS Printed or Typed Signature Subscribed and sworn to Ee€Qxe me this _ day of , 200_ . NOTARY PUBLIC 1�1 i�1 JV C cL4 NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1 C)o N Nang and Address of Public Agency g5173b-7600 Name and Telephone No. of Project Manager: I� U -ZOD9 Contract Amount Type of VMrk Dat ompleted 2 • C C� �o_4�X I I��c � . bE IqP '� CCn .�1 Gu me 1,1n;r'!AM swc meo Lo Name and Address of Public Agency ��� Name and Telephone No. of Project Manager: L-jf)a1(, .aoQ'- j 12Z7 - 92-SE Contract Amount Type of Work -'Date Completed 3. Nam&hnd Address of Public Agency Name and Telephone No. of Project Manager:(' -a, trim btra,r (-)114) 7 65- 51719 Contract Amount Type of Work C-10 CALIFORNIA JURAT WITH AFFIANT STATEMENT wee Attached Document (Notary to cross out lines 1-6 below) 11 See Statement Below (Lines 1-5 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 State of California Countyof Lon, Pnoly�� N TANiARA J. gp►LEY issioTl # 1627306 Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me on this ­7 day of ROV t? ( 2oQ?, by Date�s,,,�.. Month Year Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (and C PUb . Catito9w > Name of Signer °'� Qoratx� 6 200 J proved to me on the basis of satisfactory evidence PpyCosnm.ExPie�sDeCec to be the person who appeared before me.) Signature ign ure o otary Public Place Notary Seal Above OPTIONAL ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5910 Reorder: Call Toll -Free 1-800-876-6827 -'" Bond No. 5466560 r£AT" mF WggVAAAtt GQ�AFAt�& KNOW ALL MEN BY THESE PRESENTS, that we, CSI Electrical Contrators, Inc. as principal, and the GREAT AMERICAN INSURANCE COMPANY, a corporation existing under the laws of the State of Ohio, having its Administrative Office at 580 Walnut Street, Cincinnati, Ohio 45202, as surety, are held and firmly bound unto City of Huntington Beach as obligee, in the penal sum of Ten Percent of the Amount Bid Dollars ($ 10%******* ) , lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrator, successors and assigns, Jointly and severally, firmly by these presents. SIGNED, sealed and dated this I Ith day of November 2009 WHEREAS, the said principal CSI Electrical Contrators, Inc. herewith submitting a proposal for Traffic Signal Installation @ Hamilton/Newland Project NOW, THEREFORE, the condition of this obligation is such that, if the said principal shall be awarded the. said contract, and shall within Ninety ( 90 days after receiving notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void otherwise the principal and surety will pay unto the obligee the difference in money between the amount of the principal's bid and the amount for which the obligee may legally contract with another party to perform the work, if the latter amount be in excess of the former; but in no event shall the liability hereunder exceed the penal sum hereof. CSI Electrica ontrators, Inc. Principal - T> VE14 KjA -M" pR.ESiDEttT- F9116 GREAT AMERICAN INSURANCE COMPANY B: _ Rene Brancheau , Attomey-in-Fact GREAT AMERICAN INSURANCE COMPANYO Administrative Office: 580 WALNUT STREET ® CINCINNATI, OHIO 45202 ® 513-369-5000 ® FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FOUR No. 014270 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney -in -fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power ROBERT W. BADER ALL OF ALL MARIE HALL PASADENA, $75,000,000.00 RENE BRANCHEAU CALIFORNIA DANIEL J. McGANN This Power of Attorney revokes all previous powers issued in behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 23 d day of, FEBRUARY , 2009. Attest STATE OF OHIO, COUNTY OF HAMILTON - ss: GREAT AMERICAN INSURANCE COMPANY DAVID C. KrrCHIN (513Al2A602) On this 23rd day of FEBRUARY , 2009, before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1. 1993. RESOLVED: That the Division President, the Division Senior Vice President, the several Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts ofsuretyship, or other written obligations in the nature thereof to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this 11 th day of, Novembe r 12009 S1029Y (10108) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of !-ns An 7-e Ic On \\ before me, - Date Here Insert Name and Title of the Offic' personally appeared��u. Name(s) of Signer(s) VALERIE C. GONZALES Comn'1laslon # 1684564 -� Notary Public - Callfornia Los Angeles Courdy QEMY Comm. Expires Jul 29, 2010 Place Notary Seal and/or Stamp Above who proved to me on the basis of satisfactory evidence to be the persono-whose nam*4 is/.fie subscribed to the within instrument and acknowledged to me that he/smith executed the same in hisHfthr authorize capacity(ie, and that by his/h9d_j:*tr signatureW on the instrument the persono< or the entity upon behalf of which the persort(facted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNES 4hannd official se I. Signature:gnature of NWry PyKlic OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document l (� Title or Type of Document: (���� /�� �yf[4 �a� &dam l- r_��,fgt`d LY,, d Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual Partner — ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: El Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General Top of thumb here Attorney in Fact ❑ Trustee Guardian or Conservator ❑ Other: Signer Is Representing: 02008 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 - Chatsworth, CA 91313-2402- www.NationaiNotary.org Item #5907 Reorder: Call Toll -Free 1-800-876-6827 City ®f Huntington Beach 2000 Main Street ® Huntington Beach, CA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK March 9, 2010 C. T. & F., Inc. 7228 Scout Avenue Bell Gardens, CA 90201 RE: CC-1213 — Traffic signal installation at Newland and Hamilton Enclosed please find your original bid bond for CC-1213. Sincerely, JF:pe Enclosure /f Ilowup/ ashcont/returnbidbond.doc Sister Citie�3: �njo, �apan • Waitakere, New Zealand (Telephone: 714-536-5227 ) SECTION C PROPOSAL for the Traffic Signal Installation at Hamilton Avenue & Newland Street CC No. 1213 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within Fifty (50) working days, starting from the date of the notice to proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find G1 bid b00d in the amount of110% Of W, which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature C-2 PROJECT BID SCHEDULE CC-1213 Traffic Signal at Hamilton and Newland Item Estimated No. Quantity Item Unit Price Extended Amount 1 1 LS Mobilization Per LS $ n c $ I U 7 �' •�J 2 1 LS Traffic control plan i.0 Per LS $ $ 3 1 LS Furnish Project Traffic Control Per LS $ALSZ3�.Cz' $/S3a.OU 4 1 LS Monument preservation and comer record restoration Per LS U $ � . U<i $ is 3� 5 1 LS Construction survey Per LS $ `s sz • 6 1 LS Clearing & Grubbing (includes all saw cutting and AC, PCC & misc removals / abandonments) Per LS $ $ '7j S 3 y- U' 7 401 SF Construct PCC curb ramp per Caltrans Std. Plan No. A88A Case C �j U -1 o-7 Per SF $ V $ 8 478 SF Construct PCC sidewalk per City Std. Plan No. 207 Per SF $ y • 3 $ • 6Y 9 76 LF Construct PCC curb and gutter per City Std. Plan No. 202 Per LF $ �) 6. 441 $ a 4S 1,6 10 118 LF Construct 6" AC berm per Caltrans Std. Plan No. A87B Per LF $ $ 1 'ROy S'7 11 12 TONS Construct 6" full depth AC pavement Per TON -� $ .sue 7 $• (7� 12 1 LS Install traffic signal @ Hamilton & Newland (see note below) JAyt i Per LS $ l $ " 6,; qS6. 13 1 LS Signing & striping Per LS $ �i � I $ L U3 Total Amount Bid in Figures: $) t 0 y3 t Total Amount Bid in Words: Hu,-ale(I (CIA A-W Note: The City will provide the traffic signal controller and service cabinet, all traffic signal poles, mast arms, luminaries, vehicle heads, pedestrian heads, push buttons, internally illuminated street name signs, emergency vehicle preemption sensors, block information signs, and fittings at no cost to the Contractor. Contractor is to pick up the materials at the City Yard, 17371 Gothard Street. Contact George Ruff two working days in advance for pick up at (714) 375-5015. C-2s 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 and the portion of the work to be done by such subcontractor. Portion of Work Name and Address of Subcontractor State License Number Class 6 06 IVOb-,+ P. .. /3v ' W M1 a . GI'. J t ' S 119 a s r f �►� azCAeIi, 1 19 6;1 14�5 C—ICE 3 y6 I� 1hy,'yJ Ca�6� �t,1/'/►f ley s Viz 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 0. NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange I and SI mmor)5 , being first duly sworn, deposes and says that he or she is V'i a t 'Pre.s i An n t of C , T i F, TTn C . the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. C, T. I F, Name of Bidder I Signature of Bidd nzg Sexy Aw., Be// Gardens Address of Bidder Ok gQ it'll Subscribed and sworn to before me this day of , 20 _ NOTARY PUBLIC NOTARY SEAL C-4 Jurat State of California County of Lo, A,� Subscribed and sworn to4Af� before me on this _16, -4" day of�, __9 20Q (A by -T (,ya (J "-,) tom, iMv A. f proved to me on the basis of satisfactory evidence to be the person who appeared before me. Signature (Now �) ADAN HERRERA JR. Commission # 1787182 -es Notary Public - California g Z ' Los Angeles County Comm. Exphes Dec 27, 2011 OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description ofattached document) (Title or description of attached document continued) Number of Pages Z Document Dater— -�� (Additional information) INSTRUCTIONS FOR COMPLETING THIS FORM Any Juror completed in California must contain verbiage that indicates the notary public either personally knew the document signer (affront) or that the identity was satisfactorily proven to the notary with acceptable identification in accordance with California notary law. Any jurat completed in California which does not have such verbiage must have add the wording either with a juror stamp or with a juror form which does include proper wording. There are no exceptions to this law for any juror performed in California. In addition, the notary must require an oath or affirmationfrom the document signer regarding the truthfulness of the contents of the document. The document must be signed AFTER the oath or affirmation. If the document was previously signed, it must be re -signed in font of the notary public during the jurat process • State and County information must be the State and County where the document sigmr(s) personally appeared before the notary public. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the jurat process is completed. • Print the names) of document signer(s) who personally appear at the time of notarization. • Signature of the notary public must match the signature on file with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different jurat form. •} Additional information is not required but could help to ensure this jurat is not misused or attached to a different document Indicate title or type of attached document, number of pages and date. • Securely attach this document to the signed document 2008 Version CAPA v1.9.07 800-873-9865 www.NotaryClasses.com UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal Installation at Hamilton Avenue & Newland Street, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: lluLo� C;1. i 7`, jv?. Contractor By Title Vide- Pr1:9 b, t C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes )(No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom. a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: /` / � 61 C� C� Ile . Contractor A d By Vi� - f Title C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor r By 1/1 Title Date: Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: C 7T Bidder Name wZ 5 S000-t Ave Business Address �Il &a rd s C� ���a City, State Zip Telephone Number State Contractor's License No. and Class Original Date Issued /—g0 0/0 Expiration Date The work site was inspected by Alan of our office on OOV J` 200� The following are persons, firms, and corporations having a principal interest in this proposal: Roby 6vllardl Prl,9 dint f %Yt rer l0 d 5t'Mmon, V'iee- Pwi*o l W1 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 T Signature of Bidder -Fold. SimrnonI;, Printed or Typed Signature Subscribed and sworn to before me this day of , 200_ . NOTARY PUBLIC NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: a ffzbed ` 1 6 t l-isno 2. 3. Name and Address of Public Name and Telephone No. of Project Manager: Contract Amount Type of Work Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Date Completed Date Completed C-10 Jurat State of California Countyof L_(j),�, Subscribed and sworn to before me on this —� day of ZV Uye- r, 6-1.1 , 20_�)� by--c3C-A a proved to me on the basis of satisfactory evidence to be the personXwho appeared before me. ;y Signature 61 (Notary seal) ADAN HERRERA JR. Commission # 1787182 :�� •a Notary Public - California z Z Los Angeles County Wi Corm. Ex0es Dec 27. 2011 OPTIONAL, INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages !7--Document Date-----z--- (Additional information) INSTRUCTIONS FOR COMPLETING THIS FORM Any Aarat completed in California must contain verbiage that indicates the notary public either personally knew the document signer (affrant) or that the identity was satisfactorily proven to the notary with acceptable identification in accordance with California notary law. Arty jurat completed in California which does not have such verbiage must have add the wording either with a just stamp or with a jurat form which does include proper warding. There are no exceptions to this law for any juror performed in California. In addition, the notary must require an oath or affirmation from the document signer regarding the truthfulness of the contents of the document. The document must be signed AFTER the oath or affirmation. If the document was previously signed, it must be re -signed in front of the notary public during the juror process. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the jurat process is completed. • Print the name(s) of document signer(s) who personally appear at the time of notarization. i • Signature of the notary public must match the signature an file with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a diffcrentjurat form •Y Additional information is not required but could help to ensure this jurat is not misused or attached to a different document- 4- Indicate title or type of attached document, number of pages and date. • Securely attach this document to the signed document 2008 Version CAPA v1.9.07 800-873-9865 www.NotaryClasses.com Cd le iL-ateC Contact ct Ph�� 5255 1 Los Angeles I Security Lighting Unit 15 $308,000 Currently Active Aboulftsn (213) 847-1430 Brief Description: Going Green! CT&F got the call to furnish and install the first solar street lighting project in Los Angeles County Contact X -Jv 7M Title 17 7UW'. 1777 AME 177-','� 771,' 7 " 7 1 - 771 1 : ;' 4, LL 6300 1 Los Angeles I ATSAC: Platt Ranch 1 $3,736,300 1 Currently Active I Manoochehr Adham! (213) 847-0303 Brief Description: CT&F is the General Contractor on this project, coordinating multiple subcontractors while modifying traffic signals, street lighting, and installing an interconnect system of four miles with our own forces 160 ,A­en1a , 'a d Dat Co FJ&fPh— "6n0# 5207 Newport Beach I Jamboree Road TS Mod. $520,300 Currently Active I Brad Summers (949) 644-3326 Brief Description: Interconnect system and upgrading of traffic signals at various intersections Title �J e e Contact Cont=riet ]2j&le '.;"','Contbctft�� 7� M # I AaeficV ""J""; 5029 1 Los Angeles I Valley Grade Separation J $2,525,000 1 Currently Active Mac Delaney (949) 470-0500 Brief Description: This job consists of traffic signal modifications and street lighting with multiple move -ins. =ib W A =enc 17777iT lCori" letionQite` Contact-- ,Contact PhondL 5019 Los Angeles I L.A. Live Project $1,700,000 1 Currently Active I Bill Grauten (562) 929-1128 Brief Description: Upgrade existing traffic signal system, install street lighting, traffic signal interconnect, CCTV, and fiber optic work A enc 7,7067 ,1' ContactACOmpletio�te — 5170 1 Los Angeles I West L.A. Unit 11 Conversion 1 $2,740,000 1 CurrentlyActive I Robert Tom (213) 847-1811 Brief Description: Conversion of street lighting system in west Los Angeles from series circuit to multiple circuit, including installation of over 60, 000 feet of conduit. , V 6 C W Na—te Ic tPh0' Torrance Rolling Hills Way $630,000 Currently Active Craig Bilezerian (310) 618-3( ascription: CT&F was the General on this project while installing a new traffic signal ourselves we subcontracted the tion of a new landscaped median island area. I Wit-10" 7, 7 71,17" �ntf FH""—TORWI�Otldrr DaFT;�`� 6207 1 Santa Monica L Street & Park Lighting $921,500 Currently Active Anthony Antrich (310) 458-8721 Brief Description: Replace street and park lighting at various locations in Santa Monica �9 KNOW ALL BY THESE PRESENTS, That we, C.T.&F. INC.. of 7228 SCOUT AVE. BELL GARDENS, CA 90201 as Principal, and SURETEC INSURANCE COMPANY (hereinafter called die Principal), (hereinafter called the Surety), as Surety are held and firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called the Obligee) in the penal sum of TEN PERCENT OF AMOUNT BID Dollars ($ 10% ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, fimily by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WI-tE AS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for TRAFFIC SIGNAL INSTALLATION AT HAMILTON AVE. AND NEWLAND STREET NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obhgce for the faithful perforniance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and sealed this 3RD day of NOVEMBER 2009 C.T.&F. INC. (Seal) e Principal Witness Toa4 61mmoo�"';et - e5+ n Title SURET11C INSUUAXCE COMPANY Witness By PH VEGA Attorney-in-Fac I CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles on 1 1 / 0 3 / 0 9 before me, Monica Blaisdell, Notary bale Hera Insert Name and Tilre of lire Officer personally appeared Philip Pn2 Name(s)asgner(s MONICA BLAISDELL Commission # 1794078 Notary Public -California Orange County ( A*Cor M I Mar26,2012 who proved to me on the basis of satisfactory evidence to be the person( whose name%) is/AW- subscribed to the within instrument and acknowledged to me that helpl#ftexecutecl the same in his/Wl +xauthorized capacity(i*XX and that by his*W) jgptsignature(*(on the instrument the person), or the entity upon behalf of which the person(x) acted, executed the instrument. t certify under PENALTY OF PERJURY under the taws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Piaoe Notary Seal .Above Signature of Notary public OPTIONAL Though the information below is not required by taw, if may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attaches{ Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ 'Individual l] Corporate Officer — Title(s): Partner — El Limited CJ General Attorney in Fact Ef Trustee C Guardian or Conservator 0 Other: Signer Is Representing: R7('NTTlyf1MBPAINt OFSIGNER Signer's game: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — O Limited ❑ General C Attorney in tract El Trustee ❑ Guardian or Conservator Other: Signer Is Representing: 5 RIG_HTZTHU NiBP.FI1tdT x OF SIGNQri,.' _ 02007 National Notary Aasoratbn• 9350 Do Soto Ave., P.O-Box 2402•Chatsworth, CA S1313-2402• www.NatlonalNotaryorg Item N5907 Reorder: Call Tall-Ree 1-800�876-61W M CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of LOS ANGELES On November 16, 2009 personally appeared before me, ADAN HERRERA JR., NOTARY PUBLIC (Here insert name and title of the officer) TODD SIMMONS who proved to me on the basis of satisfactory evidence to be the person(4 whose named) is fare subscribed to the within instrument and acknowledged to me that he f-she f they executed the same in his j4te authorized capacity4es4, and that by his-�her{ signatures} on the instrument the person(4, or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary Public ADAN HERRERA JR. Commission # 1787182 , _ Notary Public - California ` Los Angeles County (NotaryS MyCOn gn.�Fkes Dec 27, 2011 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages—z Document Datu- - (Additional information) CAPACITY CLARIED BY TFiE SIGNER El [J Corporate Officer Vice -President (Tide) ❑ Partner(s) [] Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears aoove in me notary section or a separate acKnowteagmenr jorm must ve property comptetea area atracnea to tnat aocument. i ne only exception is ij a aocument is to ve remraea outstae of t_aujornta. in sucn instances, any alternative acxnowieagmenr vermage as may ve prmrea on sucn a aocument so tong as me verbiage aces not require the notary to an sometmng rear is utegat jor a notary in t.axjorma (i.e. certifying-tne autnortzea rapacity of the signer). Pease cneae the aocument carejuuy jor proper notanat woramg ana attach rms form tj requtrea. • State and County information most be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. 0 Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. ® The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the narre(s) of document signer(s) who personally appear at the time of notarization • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. He/she/they, is/are) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of the document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient are permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk ® Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. ® Indicate title or type of attached document, number of pages and date. ® Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document. City of Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERIC JOAN L. FLYNN CITY CLERIC March 9, 2010 JFL Electric, Inc. 8257 Compton Ave. Los Angeles, CA 90001-3915 RE: CC-1213 —Traffic signal installation at Newland and Hamilton Enclosed please find your original bid bond for CC-1213. Sincerely, J F: pe Enclosure Jf ilowup/ ashcont/returnbid ond.doc Sister Citie�3. 1�njo, apan e Waitakere, New Zealand (Telephone: 714-536-5227 JFL ELECTRIC INC 8257 COMPTON AVE LOS ANGELES CA 9000 1 -3915 S erg d CS 1 (1 �Yr�c �'wn�e N2wla+�a �+. Cc-Iz�3 i h i"/Lt r r 1 1- L- pt 2009 Nov I 1 0 1 @ 4rad-hMAI-e-4 GI'�- oP iliutihh!�fi�n 6�<wh l�o NaT C) Vej�Ju^' Nw� SECTION C PROPOSAL for the Traffic Signal Installation at Hamilton Avenue & Newland Street CC No. 1213 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within Fifty (50) working days, starting from the date of the notice to proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid find bi�&IS in the amount of $ �7i h. �'� which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature C-2 PROJECT BID SCHEDULE CC-1213 Traffic Signal at Hamilton and Newland Item No. Estimated Quantity Item Unit Price Extended Amount 1 1 LS Mobilization Per LS r� $' Z/ /5%CV $ 112—J15•CO 2 1 LS Traffic control plan Per LS _ $ 1 1 23( i $ 3 1 LS Furnish Project Traffic Control Per LS $ ! c f Q $ 4 1 LS Monument preservation and corner record restoration Per LS $ 3 1 010, OD $ 3 i (aqo , CjD 5 1 LS Construction survey Per LS $ � I T P5 rs�� �+ $ 41 J 1 �; i 6 1 LS Clearing & Grubbing (includes all saw cutting and AC, PCC & misc removals / abandonments) Per LS $ i + c% $ , 7 401 SF Construct PCC curb ramp per Caltrans Std. Plan No. A88A Case C Per SF Q $ la fi $ 3tyVT 8 478 SF Construct PCC sidewalk per City Std. Plan No. 207 Per SF �^ $ 7 ` d $ 9 76 LF Construct PCC curb and gutter per City Std. Plan No. 202 Per LF $ d� $ ! f ! I 'kill 10 118 LF Construct 6" AC berm per Caltrans Sid. Plan No. A87B Per LF $ $ i M'5 11 12 TONS Construct 6" full depth AC pavement Per TON $ � 4 7 `v`✓�/� j., $y ! qw'1 12 1 LS Install traffic signal @ Hamilton & Newland (see note below) Per LS $��� $7�' $ 13 1 LS Signing & stripingco Per LS $ a. I ZL/ © $ / b��• Total Amount Bid in Figures: �/ip �, 1 r �f'P fW Total Amount Bid inWords: ` W x VA Note: The City will provide the traffic signal controller and service cabinet, all traffic signal poles, mast arms, luminaries, vehicle heads, pedestrian heads, push buttons, internally illuminated street name signs, emergency vehicle preemption sensors, block information signs, and fittings at no cost to the Contractor. Contractor is to pick up the materials at the City Yard, 17371 Gothard Street. Contact George Ruff two working days in advance for pick up at (714) 375-5015. C-2s 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 and the portion of the work to be done by such subcontractor. Portion of Work Name and Address of Subcontractor State License Number Class 54� U0 VAI fyI it X(P C14Sol 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 State of California ss. County of Orange h (Oe*- , being first duly sworn, deposes and says that he or-� is _VVt- of �� � i�C71 e-dy. C lh c . the parry making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder 1gnature of Bidder 6 D.-1 CO"Ind Address of Bidder Subscribed and sworn to before me this 17 day of W oVe. mbe, , 20 Qj . NOTARY PUBLIC TERESA LON Comm.# 1791852 N NOTARY PUBLIC-CALIFORNIA ORANGE COUNTY ,1 MY COMM, EX4, FEe. 24, 201i ew NOTARY SEAL C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal Installation at Hamilton Avenue & Newland Street, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: (1 L ,IFL- C[edy;,c- , IviC Vv,e,sAkf Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, 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 ja(N0 If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 09 JFL- E; (CAYi,C . 1hC V ve s-i cU t/V - Title C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor Title Date: Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: JF[- E-le—dy iC- Bidder Name (3a51 coVKX �b" Business Address State Telephone Number 7 E3 q to R 60 Gld, � C�3 State Contractor's License No. and Class 0 Issued on Date The work site was inspected by of our office on , 20_ The following are persons, firms, and corporations having a principal interest in this proposal: C, bu C-9 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. 1 C Company Nam� r Signatur f Bi � er Printed or Typed Signature Subscribed and sworn to before me this 1 i�'day of N oyel,m per , 200_7. LOEFCA TERESA LOERAWWNOTARY TERESA 79185 r�OMY COMM. # 1791862 t^ OMP09uc c9iBmNOTARY PUBUC•CAIIFORNIA NORANGE COUNTYORANGE COUNTY Comm. EXP. FEB. 24, Comm. EXP. FEB. 24.2012 NOTARY PUBLIC NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder as performed similar work within the past two years: (uU lwo�" S - 10 n S I M AA yi �. - 1. FJ 3. Name and Address Name and Telephone No. of Project I, bob Ac Contract Amount Name and Address of Public Agency Date Completed Name and Telephone No. of Project Manager: �(p Ul f Ls o 2) Contract Amount Type of Work Date Completed Name Name and Telephone No. of Project Manager: (k4 l h i1rkxm Contract Amount KUM of Work Date Completed 324 C-10 SureTee Insurance Company BOND NO. 352 KNOW ALL MEN BY THESE PRESENTS, That we, JFL Electric, Inc. as Principal, and SureTec Insurance Company a corporation authorized to transact a general surety business in the State of California as Surety, are held and firmly bound unto the City of Huntington Beach (hereinafter called the Obligee) in the full and just sum of TEN PERCENT OF THE TOTAL AMOUNT OF THE BID************** Dollars, ($ ***10%*** ) for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for Traffic Signal Installation Project/Contract No. CC-1213 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, or in the event of the failure of the Principal to enter such Contract, It 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 16 th day of November 200F9 JFL`Eiectric, Inc e a oer , President Prindpal SureTec Insurance Company_ Surety By: - Rya S. Mantle, Ancmey-in-fact .'•�S.:•A..'aS.•'•?4?.ti ..'vs�C�� '�.G�i c�C?. �...'�... �:�-'•4.�].. .�C'� v.S..ci,..3 oa:L.�S�Q�:\Caw'iJS.�.�R.-�Y'�'�.YF?.'v!�'�. AS'�..�'��..-sA s�.�..�?�'�• �?..��..:�S�Y.: D? State of California County /of / Orange On 1/-lb-7609 before me, Mary M rtignoui - Notary Public - Date Here Insert Name and Title of the Officer personally appeared Ryan S. Mantle 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 IliggliNg it within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized MAf;YMARTiGNp1 capacity(ies), and that by his/her/their signature(s) on the COMM- # 1761251 instrument the person(s), or the entity upon behalf of D NOTARY PUBLIC - CALIFORNIA ....,My ORANGE COUNTY which the person(s) acted, executed the instrument. Corrlm. Expires Sept 9, 2011 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. Signatu e Place Notary Seal Above Signatu of otary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: — Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Ryan S. Mantle ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General Attorney in Fact ° ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: SureTec Insurance Company Top of thumb here Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: lRIGHT,THUMBPRINT' _OF SIGNER _�� © 2007 Na?ional Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotaryorg Item #5907 Reorder -Call Toll -Free 1-800-876-6827 POA #: 510036 Q e;1. Insurance Company LIMITED POWER "O O ATTORNEY Know All Alen by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Les M. Mantle, Ryan S. Mantle its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million Dollars and no/100 ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises.- Said appointment shall continue in force until 10/31/10 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Atrornej-in-Pact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bands, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instalments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolwd, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (4dopuxl at a meeting held o,: 20fh of April. 1999.,1 In {Fitness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 28th day of October, A.D. 2008. SURETECINSCE Cf)14iPANi` By. B.J. Ell �ksldentAl r %�� State of Texas ss: County of Harris ....... On this 28h day of October, 2008 before me personally came B.I. King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. Michelle Denny State Of Texas �t t�cpkes At�t a1. a4ta Michelle Denny, Notary P tic My commission expires August 27, 2012 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in fiat force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given tinder my hand and the seal of said Company at Houston, Texas this 16th day of November , 20 09 A.D. Mfi�CBrcnt eaty, Assis ant. Secretary Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call 1713j 812.0800 any business day between 8:00 am and 5:00 pm CST. City ®f Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK March 9, 2010 Macadee Electrical Construction 4755 Lanier Road Chino, CA 91710 RE: CC-1213 — Traffic signal installation at Newland and Hamilton Enclosed please find your original bid bond for CC-1213. Sincerely, JF:pe Enclosure /faw CitiesIlup cashcont/ret rpbiTdond.doc Sister ' �nlo, f apan • V�%aitakere, New Zealand (Telephone: 714-536-5227 ) for Traffic Signal Installation at Hamilton Avenue Newland Street CC-1213 in the City of Huntington Beach - 00 NOT OPEN WITH REGULAR MAIL November 17, 2009 @ 2:00 PM r 2009 NOV 17 Pi"I 1: 23 MACADEE ELECTRICAL CONSTRUCTION 4755 LANIER ROAD CHINO, CALIFORNIA 91710 To CITY OF HUNTINGTON BEACH 2000 MAIN STREET, SECONDFLOOR HUNTINGTON BEACH, CA 92648 ATTN: CITY CLERK SECTION Year the. Traffir Signal Installationat Hamilton . vcnuca Newland nd Street CC No. 1213 in the TO THE 110NORABIA- MAYOR AND MEMBURS OF TFIE COUNCIL Of In cornplianec with theNotice Inviting Scaled Bids the undersigned herebyproposes andagrees to perform all the work therein described, and to furnish all labor; material., equipment and: incident insur arse necessary th r tor, in accordance with the plans and specifications on rile in the office ar the City F=n ineer` ctt_ tltc C:`it� of Huntington Beach, The ur�cl� rsigne�T grai l toTta rfitrrzt the work tta€ rein tt the satisfaction of trtr under the super. rvisie t cat" the: City 1: sag inc cr off:. the City cif_ I-T:trtatington Beac , and to enterinto ;a contract at the following prices, 'File Undersi rted agrees to cart l�lete the work within Fifty, (0) Nvofliing days, starting from the date of the notice to procted BIDDV-A declares that this proposal is based upon careful examination ofthe work,site, plans, specitic ation,s, Instruct ions to Iliclders and all other contract a octinie ats. If' this proposal is accepted for award, BII DI'-',R agrees to crater into a ccintraa t 'v°itla AGENCY at the unit and/or lump sunt prices set forth in file following lid `schedule, BIDDER understands that, fail-rre to enter into ;a contract in the manner and tiare prescr°ibcal will result in forfeiture to AGENCY of tlae guaaanty accompanying this: proposal. T II DI—I'R and rstaand's that as bid is rc:tlui ctd #<,ar tilt; entire v�ork that the estimated quantities set fitrth in the F3id Schedule are solely for the lath=parse of co.inparing raids and that. final compensation tinder the contract will be b a'sca upon the actual quantities cat` xv-orlc satisfactorily completed. `T`"I it' AGENCY R-ESl,R 1: S THE SIG({'.1....l-0 i.)i:I.,F F ANY l I.,l..NI FROM THE CON I°I :V'T. It is agreed that. the trait arndfor lump strut prices bid include all appurtenant c4''tipc nsest taxes, royalties, tee:i, etc,, and will be guaranteed for to period of sixty days front the, Trial opening clue. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepanciesin the amounts bid, talit prices shall govern over extended <aniounts, artcl words shall govern over ti-rats. C-t It' awarded the Contract, the a arialcrsilsned agrees that in the cis tat of- the BIDDER'S dcfratdt in ,C:Xecuting the rccltrired contract and filing,, tlac nee ssaary° I o nds and ils.uraslce Certificates Within I O wor i g days after the date of tlu � ('41,N `Y'`� notice of award tit coratr act to.the BII:�I:�I= £�, tla rt ceeds of the security, aacctsta p anyits;Y this bid shall become the property of the A(:II. NC Y and this bid and the ,acce t ncc It scot i- saay. at tlrc AGENCY'S option, be consid rt-d null and x,(Aid- Accorripanying,this; proposal of d� 10% Bid Bond its the amount. of' said .amount is not less than 10% of the data re-gaatc of the total laid price; ass ra taisred by tile. Notice lsit'itirtg Sealed Bids- paay=a bl tea the A(3,�NC`Y, t„1'icaa�i iaasaw t the ord , sly' "Certified, Check", or "Bidder's Bond", ats tile ...case ra-iaay be), Bidder shall signify receipt. of:all Addentl la se, ifara): r r rt era Pore le a t t r# ...,.. �.� Bidder's Sgfwftarr F ......, .......... is C-2 1iax, tRataratatit-.'fP,erra- a:tailPrit'€' Yarrrit%4t,A.rr'000t 1 Ifs Kia trrai;4t a Per 2,000.00. 2,000.00 . E l Tviff=c Control pl ral 2,000.00 2,000.00 Sher 5: f I l 2,500.00 2,500.00 ' P..rl. 4 s l ? azraatrrsMa€t Per ws^.^a r t, €r€ r 1-"'C3nj ij 500 00 „ 500.0911111 _ per S s_ ...__ 5,000.00 5,000 00 _ Per P S.:.. » fr 4 L Pe €tt xa < tall P+irtg (in l all --ate, cutwlg w i A€.,., P - i. C, c tii3is, -'ev aoV k r ,ai4;�tiaPaxsxrac #,€ ? i Per US S, 6,000.00 6 000 00 4'C)1 St Construct t CC rare €raarp pc tarnati*Su,Mn No AUA Caw C 25.00 10,025 00 Per SY _ R ; t+f, :.£4nowr 'Pcc si talk r (` "')t} ISM, Mara t"'O. 2w ( Per St, � ................12.00 � 5 736 00 �e _....... {.arh*t oo 14-C Curt, and gultl€ per City Sra4 Plan No. 20."' 38 00 €>er � � . 2,888 00 to t l LT' Carr rasp �" �tA t�rr€a t�amC' iStt art �t€i t`Cara No t4tr",rlf 2100 2,478.00 d.11M CD IrraR,'Mw t' � 265.00 3,180.00 i S = tnsrall ft=aff€ifr;ztnal firrrstPhon &', Newland (Ste note tire) P y 98 362.00 & 9836200 t c a I S n p 1t + t ti Signin, atrapirig t Per I-S = gg 7 000.00 7 000.00 %tiul 1€rs eiPio 13ir4 irr"iaarc:147,609. ,OQ ...�.._ etaP:tPv�r One Hundred Forty Seven Thousand .$ix:_Hundred,..... Nine Dollars and Zero Cents Nate. Tho City V411 prravide tilt-, traffic signal corroder and service caabinot, all likIf 6c Signal, poles, mast arms, ittfit'RI€'tr'3CJ, Vitt'?'tiG} jt,'ca:3. {'4`€,3£�ttiiCl t;a�}.;' tAl'Ik1T2f. iftirrTPP >E+t'?�sT}ai$�3_uid'tr$� t$t't"t art;li$,r°'fi.if£+€°cy. Vehicle preemption i estsr rs* block inforniati n signs, and falin s at no cost to the Contrad r. rn factor sas to pick up the materials at the City yard, 17371 Gott,wd Street, Contact eon;O Raft n vo W-06"ing days in advance for pick Cap rat (714) 37.E b f a C-2ai lit accordance with (Joveriiment Code Section 4104, the Bidder shill kt to rth The: name and hips€ncas address of aclh sul contracic r who will 1*00fin work Or gender si rvice to i ..bidder cm a i l cont in'an a nicunt air c c ss cal' oric.-half' of° one rcen of the t l l bid andllii portion�)t`` the work to he do nc b sucha:,-ubcoiatractor: I That air: is able to and will perfonn the balance of aril work v,liich is not covered.,in the above �'Ubc:,c ntr ac tots li'tin : . That ; the -AGENC Y will b( tuniislicd co ies cif all subcOntra cts entered into andbond's fi. mished by subcontract(,r, for tl is'lar ;icct. (7-3 NONCOLLUSION AFFJDAVrr rrt,D NN-171TUBID TO BE EXECUTEI) BY BIDDER AND SUBIMI State of Califoniia ss. County of Ordnae San Bernardino Kevin McCarthy being first duly Sworn, deposes. and s that It or she is . — I ayse Corporate Secretary of Mjacadee Electrical Construction, Inc. the party makin- the g foreoing, bid that the bid is ninterest made in the inteest of, or on the behalf of., any undisclosed person, partnership. company, lassociation, organization, or corporation; that the bid is genuine and riot collusive or sham, that the bidder has not directly of. indirect y;induced or solicitled any other bidder to: put in a fialse 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 bill,.,:or: that anyone shall reffain Roca bidding; that. the bidder has not. in ate i I nanner, dir&tivw indirectly. sought. by agreement, communication, or con%rcnue with anyone to.fix the bid p6c'e, ()r that of any other bidder,, or to secure any advantage against the public body awarding the contract of' and, interested in the proposed contract; that all statements contained in the bid are true; and, further." that the bidder has not, dire6ly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged, information or data relative the or paid -and will neat pay i�:e to any corporation, partnership, company associatio orgallization, bid depository , p, 1 1. - I . I ,,or toany member or effectuate thereof to effecta.collusive or shAn'i bid. Macadee Electrical Construction, Inc. "Kevin McCarthy Name of Bidder Si,g/lna',t�ure of, A iddeir 4755 Lanier Road, Chino, CA 91710 Address of Bidder Subscribed and sworn tea. bQ1*orc ine this 16th day (it' November 2009 / NOTIARY PUBLIC .C4 A 746NSON Commission # 1811232"1 Notary Public - California San Bernardino County My Comm. Expires Aug 26, 2 N OTA R Y S E, A L l ONNOy#�(�.:y}��B . E MAYOR :L{�y��:yND CITY CALIFORNIA�..'+�} ,°4�"IL CITV ( nticrncn; The undersi n d It r l y, t�rc�ti�r�c, ��� -L{ rcc s that in the erformaazicc of'the worksc led in the 111 contract, known as. the T a :f fict Signal l,tust:allation at thuniltort Memie & Newland Street, {,lEl_ 'c'lfif:t will employ and utili/c only, uaalified person , as hereinafter defined, to work i Proximity to Tali` electrical Secondaary or transmission fission fiac.ih iA; : The term "Qualified Person" is - defined inTitle 8, California a Administrative Code, Section '2700. as follows: "Qualified alified Person: A p+:r" (m who, bi-, ) UStM of.exilerec"nee € r «rrr ruction is tamfiliar with, di - - a (.,)peratio i to be die, ftai't7red arld the hazards involved 'I'llecaalilcr igned also promised and agrees that :all such Nva rk, shall be p rfruled in accordance with all applicable electrical utility coftipaan '�, requircanents. Public l;ti ity Ct minismon inters, and State of Cafliforni Cal-C":3S11.� c�claair�x��� rrt The undersigned further remises and raagri�-t-s that than' provisions h r-ein shall be and are binding upon aarai a aal>c raratr; to or ,,vibct,,)ntract(Yrs that nlay be retained or niployed b\ the and rsi g, tied and that the Undersigned shall take ; wpt as are necessary to aa;scarc compliance by any said subc ontr-atcior or subcontractors with the r<al7aare,nients contained herein., Macadee Electrical Construction, Inc. Contractor l v 'Kevin McCarthy— l/U Cor orate Secretar Title Date: 11 /16/09 DISQUALIFICATO)NN QUESTIONNAIRE In accordance trrcl<rrrc with Government *°� rrrrrrc r.t .:t �$ Se �;tion l gi l 0,5, tlre. Bidder shall complete, under penalty of`p rjttry, the questitrtlr-ialrrt. QUESTIONNAIRE I lms the Bidder, any, officer Of the Bidder or tarty employee of'. the Bidder %v1ur -has a propril-Vary interest in the Bidder ever been disqualified. re niced or Otilemise pre-vi:nted from biddin.; on or C'O tipletin a FedQr,r:l' State or local governinent pi"tied because, of" a violation of law or a salety J Yes U No If the ans: ,wr is }es, expl ririjlre cir�arritsi:trncea in the:spac pro itedl. Note: . '1`Eris constitutes a fiat of the Proposal, .and a s4matrrre portion of tlr0, Proposal shall constitute sigmatrrre of'tlti quest ic npair€ , COMPENSATION INSURANCE CF,IRTIFICATE € ursuant to Section 1.861 of the State Labor -Code, each cantrzrctor to wt orn a public works contract has b cta awarded shall sitmi the followitio cerfifs�.aw. t am avvare of Ow provisions of Section Sit" 0 of the 111al or Cod-,vhich require every eftaitover t itr;c rt tfx iirast liability for ��o ces cons t t szrtion or to undertake' self- insurance in;accordance with the provisions of that code,,and I will comply with such provi 3or1s before (,otli'i'Ic'nc hig, the performance o the work of this contract. Macadee Electrical Construction, Inc. Contractor Corporate Secretary Title D ,te° 11/16/09 UNDERGROUND SERVICE ALKR11' IDENTIFICATION NUMBER. 1'f'o:be con.ip'l I eted only by the award-ld Contractorprior to excavvoter} No e.�cav-ation will be`jperrnittcd-until this':form is cornpleted-and returned to the A(IFNCY. Section 41-16/4-117 ofthe (Joverilment Code requires a Dig Alert Idintific4tion Number be issued before:aPermitter Excavate will be valid. To Obtain a Dig,A I lert Identification.. Number, call Underground Service Alert at 1-800-422-413.3 a: num muni (,)I two working days before -1ched-uled excavation, Dg Alert Idefifification' Alumber., Colitractor ... . ........... . . ........ Title Date. Note: This forin is requh-ed )r vet y Dig Alert Itleniffication Alum6er is"'Med by (J,&A, during the course ofthe Wark 4ddWt,,)na1 forins mt'iy be, obiained.,fioln the /I(,:. I EN C I upon ft-,quesr. Gs BIDDER'S INFORMATION BIDDER cenifitn that the folltswin information is tru and correct. Macadee Electrical Construction, Inc 4755 Lanier Road Buse eis Mare,,, s Chino CA 91710 a� ,n State � zip 909�_ 627-1336 Telephone Nianrlvr 583125 _ State ContractoCs License No. and Ckiss . June 29, 1989 Original Date Issued December 31, 2009 Expiration Date: ° ' Kevin McCarth , November 5 - �009 i l-crk Arta a �rtla.c t: l ....__.._.W.. ._.._y I't�r £�lic..aa� .... ........ _r ,_,_....... The following Ir periorts, f t'Ills, xid corporations h aving ra pt=in i rtl interest in this proposal`. John McCarthy - President Debra McCarthy - Vice Presdan�sueC _ --- Kevin McCarthyCorporate Secretary_ - The taaader:si;' ap -d is Prepared tag szltisfy' the Council of the City` of 1"funting-.ton Poch of i;i gar ilit�, fitiaanc.iaal'li- or othemisc, to perforzta the contract tow dw proposed work and €m rovcTt tints iaa accordance %ith the glans and sp e6fications set 'orth. Macadee Electrical Construction, Inc. il: antl >anlL Kevin McCarthy Printed r Typed Signaaturt. Sa bscril-vd and sworn,to before .ire me thi l6th_ daav of November 0()9 _ e .�As,1�GNNaSON Commission # 1811232 -� Notary Public - California San Bernardino County My Comm. Expires An 26, 2012 No, FARY SEAL Listed below are, (lie names, es, :a'clress and telephone numbers leas- thre f ublic agencies for which altc bidder has Performed similar work within the past two y'e rs: I City of Chino - 13220 Central Avenue, Chino, CA 91710 Name and Address of Public Agency, 'aurae and Telephone No. of Project kjalaa j,_,er Ms Naghmeh Imam - (909) 464-8367 $364,939.00 Traffic Signal Mods & Installation of BBS March' 09 Conlrata:t .'�s�at iint �i yp oaf `Vorl� Matt Completed l�ti cf City of Placentia - 401 East Chapman Avenue, Placentia, CA 92870 Name arid Tefcj°alione o ofProject Manager: Mr. Andrew Muth (714) 993-8245 $108.576.00 Traffic Signal Coordination November' 08 Contract t Asaaiiunt Type e of %kTork Date Completed 3, City of Anaheim - 200 S. Anaheim Blvd, Anaheim, CA 92806 N arras aaa Addra ss apt" llublic Agee nc Na nie and Telephone No, craf Pr(' 4Ct XI-inaa r: Mr. Rich,,,ard Aguirre ^ (714) 765.517,E $82,611.00 Twila Reid Fire Station no. 11 Traffic Improvements October' 08 Contract AnIount I"�pe oi Wa:>rl< Date Completed- C'. . . 1 Y GREAT AMERICAN INSURANCE COMPANY OHIO Bond No, N/A BID BOND Approved by The American Institute of Architects, A.I.A. Document No. A310 February, )970 Edition KNOW ALL MFN 13YTHESE PRESENTS: that we Macadee Electrical Constructipn as Principal, hereinafter called Principal, and GREAT AMERICAN iNSURANCE COMPANY, a corporation duly organized under the laws ofthe State of Ohio, with Administrative Offices at SSO Walnut Street, Cincinnati, Ohio 45202, as Surety, hereinafter called the Surety, are held rimily bound unto City of Huntington as Obligee, hereinafter called Obligee, in the sum of Ten percent of amount bid Dollars (f 1 0% 1 For the payment of which sum well and truly to be made, and the said Principal and the said Surety, bind ourselves, our heirs, executors, adrninisbators, successors and assigns, jointly and severally, firmly by these presents. W11FREAS, the Principal hassubmittcd abid for Traffic Signal Installation at Hamilton Avenue and Newland Street CC #1213 NOW, ')'HEI(FFORE, 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 or 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 prmMlx 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, ifthe Principal shall pay to the Obligee the difference not to exceed the penalty hereorbetween 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 it) remain in full force and effect. Signed and sealed this 1. 1Qtj day or November , 2009 lu the presence of Macadee Electrical_ Construction _ t�cipalj (Seal) [ty: ;1Y— r ���to Secretarklel_ r — j eain McCarthy, Corporate Secretary CREAT AMERiCAN INSURANCE COMPANY fSeal) (Surety) Ry. Pamela McCarthy (Attorney-tt Fact) Bid Hond 179630a CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California County of San Bernardino 1 SS. On November 10, 2009 before me, Cynthia J. Young, Notary Public Name and Title of Officer (e.g., "Jane Doe, Notary Public") Personally appeared Pamela McCarthy Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the CYNTHI A J. YOUNG within instrument and acknowledged to me that she r COMM. # 1806614 executed the same in her authorized capacity, z NOTARYPUBLlC-CAUFORNIA SAN WANARDWO COUWY 415 and that by her signature on the instrument the My Comm. EWWas July 15, 2012 person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. gnature of tary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: O Individual • Corporate Officer Title O Partner -- ® Limited 0 General C71 Attorney -in -Fact O Trustee O Guardian or Conservator Other: Signer is Representing: Number of Pages: Top of thumb here GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 580 WALNUT STREET ® CINCINNATI, OHIO 45202 ® 513-369-5000 ® FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FOUR No. 014463 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attomey-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof, provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power JAY P. FREEMAN ALL OF ALL PAMELA McCARTHY SAN BERNARDINO, $75,000,000.00 SUSAN C. MONTEON CALIFORNIA FRANCES LEFLER This Power of Attomey revokes all previous powers issued in behalf of the attorney(s}in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereurto affixed this 141' day of, MAY , 2009. Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON - ss: DAVID C. KiTCHiN (513Al2-4602) On this 14th day of MAY , 2009, before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seat; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1, 1993. RESOLVED: That the Division President, the Division Senior Vice President, the several Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them, be and hereby is authorized from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof- to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company maybe affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contractor suretyship or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this /Ov� day of, /'V)a /Yn"'Z_ r;2009 is) City of Huntington Beach 2000 Main Street a Huntington Beach, CA 92648 OFFICE OF THE CITY CLERIC JOAN L. FLYNN CITY CLERIC March 9, 2010 AK Engineering 1254 S. Waterman Ave. #17 San Bernardino, CA 92408 RE: CC-1213 — Traffic signal installation at Newland and Hamilton Enclosed please find your original bid bond for CC-1213. Sincerely, JF:pe Enclosure /followup cashcont/returnbidbond.doc Sister Citie . Anlo, Japan e Waitakere, New Zealand i Telephone: 714-536-5227 ) 1213 SECTION C PROPOSAL for the Traffic Signal Installation at Hamilton Avenue & Newland Street CC No. 1213 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within Fifty (50) working days, starting from the date of the notice to proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find in the amount of $ which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature C-2 PROJECT BID SCHEDULE CC-1213 Traffic Signal at Hamilton and Newland Item Estimated No. Quantity Item Unit Price Extended Amount 1 1 LS Mobilization ,� 151o00 nn kS/ 000'. Per LS $ ` $ 2 1 LS Traffic control plan i '� 000. Per LS $ $ 3 1 LS Furnish Project Traffic Control ©h'lW i vo► Per LS $ / $ 4 1 LS Monument preservation and corner record restoration 6 000 Per LS $ $ 5 1 LS Construction survey 1oat) at r q /� Per LS $ 1 $ 6 1 LS Clearing & Grubbing (includes all saw cutting and AC, PCC & misc removals / abandonments) 2 ow Per LS $ $ 7 401 SF Construct PCC curb ramp per Caltrans Std. Plan No. A88A Case C —� Per SF $ $ 8 478 SF Construct PCC sidewalk per City Std. Plan No. 207 .- _ Per SF $ $ 9 76 LF Construct PCC curb and gutter per City Std. Plan No. 202 z ®y _ s Per LF $ $ i 10 118 LF Construct 6" AC berm per Caltrans Sid. Plan No. A87B 2. Per IF $ 11 12 TONS Construct 6" full depth AC pavement J (� ��� l-� — q 00 - Per TON $ i �5�'� $ 12 1 LS Install traffic signal @ Hamilton & Newland (see note below) loe Per LS $ $ 13 1 LS Signing & striping i � —1 Per LS $ .� Total Amount Bid in Figures: ,n� $ Total Amount Bid in words: d h e I (., I IA A J /' G t 'X M 6 A C- 't JA o I Sa n.-S __ �` a w tA-- Note: The City will provide the traffic signal controller and service cabinet, all traffic signal poles, mast arms, luminaries, vehicle heads, pedestrian heads, push buttons, internally illuminated street name signs, emergency vehicle preemption sensors, block information signs, and fittings at no cost to the Contractor. Contractor is to pick up the materials at the City Yard, 17371 Gothard Street. Contact George Ruff two working days in advance for pick up at (714) 375-5015. C-ss LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the naive 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 and the portion of the work to be done by such subcontractor. Portion Name and Address of Subcontractor State License Class of Work I 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 SUBMMITTED WITH BID State of California ss. County of 9rQzige. S4)l CAE-ry A k-14AL, L_ , being first duly sworn, deposes and says that he e is () i,J of A- J,/ ew vzAe 1-9 e, - the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. A L ek36- 1 o'EEP 6- Name of Bidder Vol W-e'-k k W-D Signature of Bidder Address of Bidder cA Subscribed and sworn to before me this 17 -t4 day of PJ b t1. , 2005 . NOTARY PUBLIC NOTARY SEAL C-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California County of San Bernardino > tis. On 11 1 � ic)o before me, Balisha T. Averhart . Notary Public �_ I Name and Title of officer (e.g., "Jane Doe, Notary Public") personally appeared Name(s) of Signer(s) 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 BALISHA T. AVERHART Commission # tb36a3t person, or the entity upon behalf of which the person ' �; Notary Public - California acted, executed the instrument. i . Son Bernardino County My Comm. Expires Jan 17,201 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. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ® Individual ® Corporate Officer Title ® Partner -- ® Limited ® General • Attorney -in -Fact ® Trustee ® Guardian or Conservator Other: Signer is Representing: UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal Installation at Hamilton Avenue & Newland Street, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: 1' 11 — o?_0 (39 Contractor kww'-01 I D By ()W1/) le­'� Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, 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 LrN* o If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: h — r l — --�- b 09 A % Ep� (-- Contractor ka By ©w ne-r Title C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig AlertIdentification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: AV— EN(s-1►'jGi:2c,� (� Contractor 16 M.'a'L K—lj By D("Jyle-e-. Title Date: It ^ t 1 -- Z o o 91 Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: /4= Et� (Yl ti EEe- t (- Bidder Name I Z5 4 S. Wa4flyian Aw. 4 I -1 Business Address P-N-r-reyea � iln o L 9- 2„ /o 8 City, State Zip (lag ) &`0 — 69�G Telephone Number q05 3 3 )i- 6 � c -zo State Contractor's License No. and Class Original Date Issued 11-3p— �,)-011 Expiration Date The work site was inspected by %`hr A-L- kYAL, c-_ of our office on i � � 1 S , 200.1 The following are persons, firms, and corporations having a principal interest in this proposal: C-9 l The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. A Y-- E r� (,, r Cr- Company Name K2W i� Signature of Bidder KAiy\A-1— K 4 h L► i._- Printed or Typed Signature Subscribed and sworn to before me this (T day of D , 2009. NOTARY PUBLIC NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: I. of wa(,nu,t 21 uo \ L- Name aid Address of Public Agency Name and Telephone No. of Project Manager: S-�c,u S Ld 10- 2,fl g - L 3 �3—'2 Contract Amount Type of Work 2. 0 4 NameDizd Address of Public Agency Date Completed Name and Telephone No. of Project Manager: Mc►,r/.c 7-gtr-Qx 2o2 _ 22 9_ SSy.3 ISS'. 1)27 /ram .� S,�ny -/Q-too Contract Amount Type of Work Date Completed 3. 0 ; �-4 n 5� 16 - . Name Zd Address of Public Agency gf795. q/ Name and Telephone No. of Project Manager: G'S o ,, PC 6, k r ZG aZd no a l r-4- 'C- /O —2-o oo Cont r ct Amount Type of ork Date Completed C-10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California ` /) SS. County of San Bernardino On 01 ! �%O I before me, Balisha T. Averhart. Notary Public Name and Title of Officer (e.g., "Jane Doe, Notary Public") personally appeared _k QM a 4f 71 /i l Name(s) of Signer(s) ISHA T. AVERHART commission # 1638631 r. Notary Public - California Son Bernardino County My Comm. Expires Jon 17, 2010 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 OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ��,et544�; 7 AvjAA Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ® Individual O Corporate Officer Title ® Partner -- ® Limited O General ® Attorney -in -Fact O Trustee ® Guardian or Conservator Other: Signer is Representing: Top of thumb here FINANCIAL PACIFIC INSURANCE COMPANY P.O. Box 292220, Sacramento, CA 95826 BID BOND B912304 BID DATE November 17, 2009 KNOW ALL MEN BY THESE PRESENTS: That we AK Engineering as Principal, hereinafter called the Principal, and FINANCIAL PACIFIC INSURANCE COMPANY of Sacramento, California, a corporation duly organized under the laws of the State of California 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 amount of bid, for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to the Obligee for: Traffic Signal Installation of Hamilton Avenue and Newland Street (Bid #CC1213) NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specific, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to OHigee; or if Principal shall fail to do so, pay Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. Signed and Sealed this 13th day of November, 2009. Financial Pacific Insurance Company (Surety) By: '�c, Susan C. Monteon,Attorney -i n-F act the (Principal) By: a CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California ' SS. County of San Bernardino On November 13, 2009 before me, Pamela McCarthy, Notary Public Name and Title of Officer (e.g., "Jane Doe, Notary Public") personally appeared Susan C. Monteon Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she }Y��`�� fY��CARTHY executed the same in her authorized capacity, i659202 and that by her signature on the instrument the ® AfrTf°ZYPUBLIC— CAUFORNLA person, or the entity upon behalf of which the person SAN SERNARi3,M0 f^t COUNTY acted, executed the instrument. ;.. ,_<l. ExpiresApr,i31`J.205 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. /- ,, ,, � -17 ,- - - �, L— e e- �� , Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: O Individual O Corporate Officer Title O Partner -- 0 Limited O General 0 Attorney -in -Fact O Trustee O Guardian or Conservator Other: Signer is Representing: Number of Pages: LIMITED POWER OF ATTORNEY Financial Pacific Insurance Company BOND NUMBER B912304 POWER NUMBER 912304 PRINCIPAL AK Engineering PENAL SUM 10% of Amount Bid KNOW ALL MEN BY THESE PRESENTS, that Financial Pacific Insurance Company, a California corporation (the "Company"), does hereby make, constitute and appoint: Jay P. Freeman, Susan C. Monteon, Frances Lefler, Pamela McCarthy its true and lawful Attorneys -in -Fact, with limited power and authority for and on behalf of the Company as surety, to execute, deliver and affix the seal of the Company thereto if a seal is required on bonds, undertakings, recognizances or other written obligations in the nature thereof as follows: y >< Perfo .mm��II11ce ppa ent CC }},, and to bind t e ompany hereby. 'iflis owe, df"�1�tZsr� resolutions adopted by the Board of Directors of Financial full force and effect: RESOLVED; that the President€or any attorneys -in -fact or agents with authority as defir the Company, to execute and dehvex and affix the kinds; and said officers'may:remove-any suchattc RESOLVED;;;=FURTHER, that any on nridertakig recognizance` or su Company when signed and sealed (if a seal be requited) by. one `or more attorneys i evidenced by the power of attorney issued by 't-he Company xo `such person or persons RESOLVED FURTHER that the signature of any authorized officer and th" power of attorney or certification thereof autfiorizing the execution °and delivery of obligations of the Company any such signature and seal when so used"shall have thc� IN WITNESS IIEREOF Financial Pacific Insurance 'company has caused corporate seal^to be Hereunto affixed this i2th`of September 2007. ' g �YU1§9t11b1`if} b9Qhe following held July 6, 1995, which are now in C the Secretary _qr any Assistant Secretary, may appoint ncing the appointment in each case, for and on behalf of rtakmgs, recognizances,, and suretyship obligations of all .;,pour of attorney previously granted such person. retyship obligation shall be valid and binding upon the f` fact_ pursuant to andwithin the limits' of the authority e"seal'.of'the Company may be affixed by facsimile to any any bond;=undertaking recognizance or other suretyship sariie"force and effect as though'manually affixed. these presents to be- signed by its_proper officers, and its STATE OF CALIFORNIA, COUNTY OF PLACER On this lst"of'January, 2008, befoie me, I isa Roper, Notary.Public, personally appeared Edward J.'Paoletti'and 'John R. Hollingshead, who proved to me on the basis of satisfactory evidence to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument the persons, or the entity upon behalf of which the persons acted, executed the instrument. LISA ROPER COMM. # 1755752 Z Z = NOTARY PUBLIC - CALIFORNIAC PLACER COUNTY isa Roper P lc My Comm. Expires July 6, 2011 CERTIFICATE I certify under the Penalty of Perjury under the laws of the State of California that the foregoing paragraph is true and correct. Signed and sealed at Placer, this 111hof Novembg 09 - �, a, I, W1 John ollingshead, Secretary Financial Pacific Insurance Company seal must be affixed