Loading...
Southwest Pipeline and Trenchless CorpRECORDING REOUESTED BY. The City of Rancho Palos Verdes WHEN RECORDED MAIL TO r City Clerk 11/13/2017 Name City of Rancho Palos Verdes Street 30940 Hawthorne Blvd. Address Rancho Palos Verdes, CA City 90275 20171298886' state Zip I. — Space above this line for recorder's use NOTICE OF COMPLETION Notice pursuant to Civil Code Section 3093, must be filed within 10 days after completion. (See reverse side for complete requirements ) Notice is hereby given that. 1. The undersigned is owner or corporate officer of the owner of the Interest or estate stated below in the property hereinafter described 2. The full name of the owner is City of Rancho Palos Verdes 3. The full address of the owner is 30940 Hawthorne Blvd., Rancho Palos Verdes, CA 90275 4. The nature of the interest or estate of the owner Is: In fee (II other than Fee, strike 'In lee' and insert, for example. 'purchaser under con"_11 of purchase.' or 'Lessee') 5. The lull names and full addresses of all persons, if any, who hold title with the undersigned as joint tenants or as tenants In common are: NAMES ADDRESSES 6. The full names and full addresses of the predecessors in interest of the undersigned, if the property was transferred subsequent to the commencement of the work or improvements herein referred to: NAMES ADDRESSES 7. A work of Improvement on the property hereinafter described was completed on _November 8,_20_17 . The work done was: 2015 Storm Drain Lining Protect 8 The names of the contractor, if any, for such work of improvement was Southwest Pipeline and Trenchless Corporation (It no contractor for work of Impeovemenl as a whole. insert 'None*) (Dale of Contracll 9. The property on which said work of improvement was completed is in the City of Rancho Palos Verdes County of Los Angeles , State of CA and is described as follows 10. The street address of said property is Dated `\`!�1 `—\ Various locations around the C (it no street address has Oven ofliaally assigned, insert'norK'.) _ L��✓ v v ( V (Signature of owner or Corporate Of ioar of Owner named in paragraph 2. of his agent) VERIFICATION I, the undersigned, say: I am the City Clerk , the Declarant of the foregoing Notice of Completion; (President of. Manager of. Panner or Owner of. etc.) I have read said Notice of Completion and know the contents thereof; the same is true to my own knowledge. I declare under penalty of perjury that the foregoing tiiss�true and cyorrect. Executed on \VyV . 1 20 17 at Ci ncho Palos Veraes (Personal signal lha indI�t Mfp is swearing that the contents of the Notice of Completion are true) Before you use this form fill In all blanks, and make whatever chanes are appropriate and necessary jIP67 ®I�I�II�IN�� to your particular transaction Consult a lawyer if you doubt the forms fitness or your purpose and use AANN I' fl® to makes no representation or warranty, express or implied, with respect to the merchantability 775 01116 �_'� or fitness of this form for an intended use or purpose 12005 wOLCOTI S FORMS. INC. FORM 1114 Rev 10-05 This page is part of your document - DO NOT DISCARD �S�oF�os�tic .20171298886 ++ } f Recorded/Filed in Official Records it Recorder's Office, Los Angeles County, California LEADSHEET 11/13/17 AT 10:41AM FEES: 0.00 TAXES: 0.00 OTHER: 0.00 PAID: 0.00 IIII IIII IIII Ilnl IIIII IIII IIII III III NIII I111 IIVI IIRI IIIII IIII ISI IIII 201711133290030 00014496046 IIIItlYIII1111�INr11 008720701 SEQ: 02 iiinimCounter mi(Upfront ianScan) ni E929179 AL CITY OF RANCHO PALOS VERDES PUBLIC WORKS AGREEMENT 2015 STORM DRAIN LINING PROJECT Project No. 002116 THIS AGREEMENT ("Agreement") is made and entered this 3rd day of March, 2016 , 2-0-1-4,-- by -0-1-4,__by and between the CITY OF RANCHO PALOS VERDES, a California municipal corporation ("City") and Southwest Pipeline & Trenchless Cour Contractor"). Contractor's license number . is 773862-A In consideration of the mutual covenants hereinafter set forth, the parties hereto agree as follows: 1. Scope of Services. Contractor shall perform the work and provide all labor, materials, equipment and services in a good and workmanlike manner for the project identified as the 2015 Storm Drain Lining Project (Project), as described in this agreement and in the Contract Documents (including Notice Inviting Bids, the Instructions to Bidders, the Proposal, the General Provisions, the Special Provisions, Appendices 1 through VI, the Plans and all addenda prepared prior to the date of bid opening setting forth any modifications or interpretations of any said documents), which are attached hereto as Exhibit "A" and incorporated herein by this reference, including miscellaneous appurtenant work. All work shall be performed in accordance with the latest edition of the Standard Specifications for Public Works Construction (commonly known as the "Greenbook") prepared and promulgated by the Southern California Chapter of the American Public Works Association and the Associated General Contractors of California (collectively "Standard Specifications"), which is incorporated herein by this reference. In the event of any conflict between the terms of this Agreement and incorporated documents, the terms of this Agreement shall control. 2. Extra Work. Extra work, when ordered in writing by the Director of Public Works and accepted by the Contractor, shall be paid for underwritten work order in accordance with the terms therein provided. Payment for extra work will be made at the unit price or lump sum previously agreed upon in writing between the Contractor and the Director of Public Works. Al( extra work shall be adjusted daily upon report sheet furnished by the Contractor, prepared by the Director of Public Works, and signed by both parties, and said daily report shall be considered thereafter the true records of extra work done. 3. Effective Date. This Agreement is effective as of the date listed above, and shall remain in full force and effect until Contractor has rendered the services required by this Agreement. 4. Time. Time is of the essence in this Agreement. 5. Force Majeure. Neither the City nor Contractor shall be responsible for delays in performance under this Agreement due to causes beyond its control, including but not limited to acts of God, acts of the public enemy, acts of the Government, fires, floods or other casualty, epidemics, earthquakes, labor stoppages or slowdowns, freight embargoes, unusually severe weather, and supplier delays due to such causes. Neither economic nor market conditions nor the financial condition of either party shall be considered a cause to excuse delay pursuant to this Section. Each party shall notify the other promptly in writing of each such excusable delay, its cause and its expected delay, and shall upon request update such notice. 31 6. Compensation. In consideration of the services rendered hereunder, City shall pay Contractor a not to exceed amount of $ 897,571.00 dollars ($ ) in accordance with the prices as submitted in Contractor's Proposal, attached hereto as Exhibit"B" and incorporated herein by this reference. 7. Payments. City shall make payments within thirty(30)days after receipt of an undisputed and properly submitted payment request from Contractor. City shall return to Contractor any payment request determined not to be a proper payment request as soon as practicable, but not later than seven (7)days after receipt, and shall explain in writing the reasons why the payment request is not proper. A payment shall be made as the City Council of the City prescribes upon estimates approved by the City Council. However, progress payments shall not be made in excess of ninety-five percent (95%) of the percentage of actual work completed plus a like percentage of the value of material delivered on the ground or stored subject to, or under the control of, the City, and unused.The City shall withhold not less than five percent(5%) of the Agreement price until final completion and acceptance of the Project. However, at any time after fifty percent (50%) of the work has been completed, if the City Council of the City finds that satisfactory progress is being made, it may, at its discretion, make any of the remaining progress payments in full for actual work completed. 8. Substitute Security. A. At the written request and expense of Contractor, securities equivalent to any moneys withheld by the City to ensure performance under this Agreement shall be deposited with the City, or with a state or federally chartered bank in the State of California as the escrow agent, that shall then pay those moneys to Contractor. Upon satisfactory completion of the Agreement, the securities shall be returned to Contractor. B. Alternatively, Contractor may request that the City shall make payment of retentions earned directly to the escrow agent at the expense of Contractor. At the expense of Contractor, Contractor may direct the investment of the payments into securities, and Contractor shall receive the interest earned on the investments upon the same terms provided for securities deposited by Contractor. Upon satisfactory completion of the Agreement, Contractor shall receive from the escrow agent all securities,interest, and payments received by the escrow agent from the City, pursuant to the terms of this Section. C. Securities eligible for investment shall include those listed in California Government Code Section 16430, bank or savings and loan certificates of deposit, interest-bearing demand deposit accounts, standby letters of credit, or any other security to which Contractor and the City mutually agree in writing. Contractor shall be the beneficial owner of any securities substituted for moneys withheld and shall receive any interest thereon. D. If Contractor elects to receive interest on moneys withheld in retention by the City, it shall, at the request of any subcontractor performing more than five percent(5%) of Contractor's total bid, make that option available to the subcontractor regarding any moneys withheld in retention by Contractor from the subcontractor. Further mandatory details are provided in Public Contract Code Section 22300(d), which is incorporated herein by this reference. 32 E. The escrow agreement for security deposits in lieu of retention shall be substantially similar to the form provided in Public Contract Code Section 22300(f), which is incorporated herein by this reference. 9. Taxes. Contractor shall calculate payment for all sales, unemployment, old age pension and other taxes imposed by local, State of California and federal law. These payments are included in the total amounts in Exhibit "B." 10. Audit. The City or its representative shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its billings to the City as a condition precedent to any payment to Contractor. Contractor will promptly furnish documents requested by the City.Additionally, Contractor shall be subject to State Auditor examination and audit at the request of the City or as part of any audit of the City, for a period of three (3) years after final payment under this Agreement. 11. Unresolved Disputes. In the event that a dispute arises between the City and Contractor regarding whether the conditions materially differ, involve hazardous waste, or cause a decrease or increase in Contractor's cost of or time required for performance of any part of the work, Contractor shall not be excused from any scheduled completion date provided for by the Agreement, but shall proceed with all work to be performed under the Agreement. Contractor shall retain any and all rights provided that pertain to the resolution of disputes and protests between the parties. In the event of any dispute or controversy with the City over any matter whatsoever, Contractor shall not cause any delay or cessation in or of work, but shall proceed with the performance of the work in dispute. This includes disputed time extension requests and prices for changes. The disputed work will be categorized as an "unresolved dispute" and payment, if any, shall be as later determined by mutual agreement or a court of law. Contractor shall keep accurate, detailed records of all disputed work, claims and other disputed matters. Public Contract Code Sections 20104 et seq. and Rancho Palos Verdes Municipal Code chapter 3.24 ("Claims Against the City") shall govern the procedures of the claim process, and these provisions are incorporated herein by this reference. 12. Termination. This Agreement may be canceled by the City at any time with or without cause without penalty upon thirty (30) days' written notice. In the event of termination without fault of Contractor, City shall pay Contractor for all services satisfactorily rendered prior to date of termination as determined by the City, and such payment shall be in full satisfaction of all services rendered hereunder. 13. Indemnity. A. Contractor's Duty. To the maximum extent permitted by law, Contractor shall defend, indemnify, and hold harmless the City, its elected officials, officers, employees, volunteers, agents, successors, assigns, and those City agents serving as independent contractors in the role of City officials (collectively "Indemnitees") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, proceedings, suits, losses, bid protests, stop notices, judgments, fines, liens, penalties, liabilities, costs and expenses of every kind and nature whatsoever, in any manner arising out of or incident to any act, failure to act, error or omission of Contractor or any of its officers, agents, servants, employees, subcontractors, materialmen, suppliers or their officers, agents, servants or employees, arising out of the Agreement, including without limitation, the payment of all consequential damages, attorneys' fees, experts' fees, and other related costs and expenses (individually, a "Claim," or collectively, "Claims"). 33 Further, Contractor shall appoint competent defense counsel approved by the City Attorney at Contractor's own cost, expense and risk, to defend any and all such Claims that may be brought or instituted against Indemnitees. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against Indemnitees in any such Claim. Contractor shall reimburse lndemnitees for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by Contractor or Indemnitees. This indemnity shall apply to all Claims regardless of whether any insurance policies are applicable. B. Bid Protests. In addition to its obligations pursuant to Section 13(A), Contractor shall reimburse the City for all attorneys' fees and costs incurred by City in connection with, arising out of or incident to any bid protest. C. Civil Code Exception. Nothing in Section 13(A) shall be construed to encompass Indemnitees' sole negligence or willful misconduct to the limited extent that the underlying Agreement is subject to Civil Code section 2782(a) or the City's active negligence to the limited extent that the underlying Agreement is subject to Civil Code section 2782(b). D. Nonwaiver of Rights. Indemnitees do not and shall not waive any rights that they may possess against Contractor because the acceptance by City, or the deposit with City, of any insurance policy or certificate required pursuant to this Agreement. This indemnity provision is effective regardless of any prior, concurrent, or subsequent active or passive negligence by Indemnitees and shall operate to fully indemnify Indemnitees against any such negligence. E. Waiver of Right of Subrogation. Contractor, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation and contribution against the lndemnitees, while acting within the scope of their duties, from all Claims arising out of or incident to the activities or operations performed by or on behalf of the Contractor regardless of any prior, concurrent or subsequent active or passive negligence by Indemnitees. F. Survival. The provisions of this Section 13 shall survive the termination of this Agreement and are in addition to any other rights or remedies that Indemnitees may have under the law. Payment is not required as a condition precedent to an Indemnitee's right to recover under this indemnity provision, and an entry of judgment against a Contractor shall be conclusive in favor of the Indemnitee's right to recover under this indemnity provision. 14. Incorporation by Reference. All of the following documents are attached hereto and incorporated herein by this reference: City of Rancho Palos Verdes Instructions for Execution of Instruments; Insurance Requirements for the City of Rancho Palos Verdes Public Works Contract; Workers' Compensation Certificate of Insurance; Additional Insured Endorsement(Comprehensive General Liability);Additional Insured Endorsement (Automobile Liability); and Additional Insured Endorsement (Excess Liability). 15. Antitrust Claims. In entering into this Agreement, Contractor offers and agrees to assign to the City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the California Business and Professions Code)arising from purchases of goods, services, or materials pursuant to the 34 Agreement. This assignment shall be made and become effective at the time the City tenders final payment to Contractor without further acknowledgment by the parties. 16. Trenching and Excavations. If the project involves trenching more than four (4) feet deep, Contractor shall promptly and before the following conditions are disturbed notify the City in writing of any: material that Contractor believes may be material that is hazardous waste, as defined in California Health and Safety Code Section 25117, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law; subsurface or latent physical conditions at the site differing from those indicated; or unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Agreement. The City shall promptly investigate the conditions, and if the City finds that the conditions do materially differ or do involve hazardous waste and cause a decrease or increase in Contractor's cost of or the time required for performance of any part of the work, the City shall issue a change order. 17. Utilities. The City acknowledges its responsibilities under Government Code section 4215 and incorporates that section herein by this reference. 18. Location of Existing Elements. The methods used and costs involved to locate existing elements, points of connection and all construction methods are Contractor's sole responsibility. Accuracy of information furnished, as to existing conditions, is not guaranteed by the City. Contractor, at its sole expense, must make all investigations necessary to determine locations of existing elements, which may include, without limitation, contacting U.S.A. Alert and other private underground locating firm(s), utilizing specialized locating equipment and/or hand trenching. 19. Independent Contractor. Contractor is and shall at all times remain, as to the City, a wholly independent contractor. Neither the City nor any of its agents shall have control over the conduct of Contractor or any of the Contractor's employees, except as herein set forth, and Contractor is free to dispose of all portions of its time and activities which it is not obligated to devote to the City in such a manner and to such persons, firms, or corporations at the Contractor wishes except as expressly provided in this Agreement. Contractor shall have no power to incur any debt, obligation, or liability on behalf of the City, bind the City in any manner, or otherwise act on behalf of the City as an agent. Contractor shall not, at any time or in any manner, represent that it or any of its agents, servants or employees, are in any manner agents, servants or employees of City. Contractor agrees to pay all required taxes on amounts paid to Contractor under this Agreement, and to indemnify and hold the City harmless from any and all taxes, assessments, penalties, and interest asserted against the City by reason of the independent contractor relationship created by this Agreement. Contractor shall fully comply with the workers' compensation law regarding Contractor and its employees. Contractor further agrees to indemnify and hold the City harmless from any failure of Contractor to comply with applicable workers'compensation laws. The City shall have the right to offset against the amount of any compensation due to Contractor under this Agreement any amount due to the City from Contractor as a result of its failure to promptly pay to the City any reimbursement or indemnification arising under this Section. 20. Prevailing Wages. City and Contractor acknowledge that this project is a public work to which prevailing wages apply. The Agreement to Comply with California Labor Law Requirements is attached hereto and incorporated herein by this reference. Eight hours of labor constitutes a legal day's work. 35 21. Workers' Compensation. California Labor Code Sections 1860 and 3700 provide that every contractor will be required to secure the payment of compensation to its employees. In accordance with the provisions of California Labor Code Section 1861, the Contractor hereby certifies as follows: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to under, take 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." 22. Subcontracting. Contractor shall adhere to all provisions of the Subletting and Subcontracting Fair Practices Act, Public Contract Code Section 4100 et seq., which is incorporated herein by this reference. 23. Nondiscriminatory Employment. Contractor shall not unlawfully discriminate against any individual based on race, color, religion, nationality, gender, sex, sexual orientation, age or condition of disability. Contractor understands and agrees that it is bound by and will comply with the nondiscrimination mandates of all statutes and local ordinances and regulations. 24. Debarred, Suspended or Ineligible Contractors. Contractor shall not be debarred throughout the duration of this Agreement. Contractor shall not perform work with debarred subcontractor pursuant to California Labor Code Section 1777.1 or 1777.7. 25. Compliance with Laws. Contractor shall comply with all applicable federal, state and local laws, ordinances, codes and regulations in force at the time Contractor performs pursuant to this Agreement. 26. Bonds. Contractor shall obtain faithful performance and payment bonds, each in an amount that is not less than the total compensation amount of this Agreement, and nothing in this Agreement shall be read to excuse this requirement. The required forms entitled Payment Bond (Labor and Materials) and Performance Bond are attached hereto and incorporated herein by this reference. 27. Contractor's Representations. Contractor represents, covenants and agrees that: a) Contractor is licensed, qualified, and capable of furnishing the labor, materials, and expertise necessary to perform the services in accordance with the terms and conditions set forth in this Agreement; b) there are no obligations, commitments of any kind that will limit or prevent its full performance under this Agreement; c) there is no litigation pending against Contractor, and Contractor is not the subject of any criminal investigation or proceeding; and d) to Contractor's actual knowledge, neither Contractor nor its personnel have been convicted of a felony. 28. Conflicts of Interest. Contractor agrees not to accept any employment or representation during the term of this Agreement or within twelve (12) months after completion of the work under this Agreement which is or may likely make Contractor"financially interested," as provided in Government Code Section 1090 and 87100, in any decisions made by City on any matter in connection with which Contractor has been retained pursuant to this Agreement. 29. Third Party Claims. City shall have full authority to compromise or otherwise settle any claim relating to the Agreement at any time.City shall timely notify Contractor of the receipt 36 of any third-party claim relating to the Agreement. City shall be entitled to recover its reasonable costs incurred in providing this notice. 30. Non-Assignability; Subcontracting. Contractor shall not assign or transfer any interest in this Agreement nor any part thereof, whether by assignment or novation, without the City's prior written consent. Any purported assignment without written consent shall be null, void, and of no effect, and Contractor shall hold harmless, defend and indemnify the City and its officers, officials, employees, agents and representatives with respect to any claim, demand or action arising from or relating to any unauthorized assignment. 31. Applicable Law. The validity, interpretation, and performance of this Agreement shall be controlled by and construed under the laws of the State of California, excluding California's choice of law rules. Venue for any such action relating to this Agreement shall be in the Los Angeles County Superior Court. 32. Titles. The titles used in this Agreement are for convenience only and shall in no way define, limit or describe the scope or intent of this Agreement or any part of it. 33. Authority. The person executing this Agreement on behalf of Contractor warrants and represents that he or she has the authority to execute this Agreement on behalf of Contractor and has the authority to bind Contractor to the performance of its obligations hereunder. 34. Entire Agreement. This Agreement, including any other documents incorporated herein by specific reference, represents the entire and integrated agreement between City and Contractor. This Agreement supersedes all prior oral or written negotiations, representations or agreements. This Agreement may not be modified or amended, nor any provision or breach waived, except in a writing signed by both parties which expressly refers to this Agreement. 35. Construction. In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter herein, the interpretation of this Agreement shall not be resolved by any rules of interpretation providing for interpretation against the party who causes the uncertainty to exist or against the party who drafted the Agreement or who drafted that portion of the Agreement. 36. Non-waiver of Terms, Rights and Remedies. Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by the City of any payment to Contractor constitute or be construed as a waiver by the City of any breach of covenant, or any default which may then exist on the part of Contractor, and the making of any such payment by the City shall in no way impair or prejudice any right or remedy available to the City with regard to such breach or default. 37. Notice. Except as otherwise required by law, any notice or other communication authorized or required by this Agreement shall be in writing and shall be deemed received on (a) the day of delivery if delivered by hand or overnight courier service during Contractor's or City's regular business hours or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses listed below, or at such other address as one party may notify the other: 37 To CITY: Michael Throne, Director of Public Works City of Rancho Palos Verdes 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275 To CONTRACTOR: The address listed in Exhibit"B." 38. Counterparts. This Agreement may be executed in counterpart originals, duplicate originals, or both, each of which is deemed to be an original for all purposes. 39. Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed the within Agreement the day and year first above written. CITY OF R'NCHO PAL.e S VE' a ES By: f . or ATTEST: APPROVED AST F RM: By: , :.: By: City Clerk City Atto ey Dated: iPt Southw-.t Pipeline&Trenchless Corp. ("CONTR=CTOR") .0/7/4, By: Print-• Name: Justin Duchaineau Title. President By: Printed Name: Robert Bolger Title: Secretary 38 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 •.G�l:�i�:\C�� .C�i_:1' �:2 ����'�'�.C!iei.3t C.'s�Q i�'�� C � C1 C.�� C,i���•.�'���.'T'i'.^,C,:�1 C �.i�i�i�'.i\�.i\'. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Los Angeles On 3 1c4 t 6 before me, Robert Bolger Jr.,Notary Public Date Here Insert Name and Title of the Officer personally appeared Justin Duchaineau Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws • of the State of California that the foregoing paragraph is true and correct. ROBERT 80LGER JR WITNESS my hand and official seal. Commission#2061640 lge:19, Notary Public-California Z _ ' ` +� Los Angeles County D Signature Comm.E fres Mar 21,2018 Signature Jer otary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: Corporate Officer — Title(s): Corporate Officer — Title(s): Partner — Limited General Partner — Limited General Individual Attorney in Fact Individual Attorney in Fact Trustee Guardian or Conservator Trustee Guardian or Conservator Other: Other: Signer Is Representing: Signer Is Representing: •✓‘!J•�/J/.0/•%�✓/�✓/�'•✓/�� /1✓/1!J��✓/✓/✓/✓��/•J/� .••✓"✓'!// •✓/ 'a//_ ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles ) On tC7\ before me, Sharon Ines Farmer, Notary Public (insert name and title of the officer) personally appeared Robert Bolger 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. :L � SHARON INES FARMER WITNESS my hand and official seal. AIWA Commission# 1982719 Notary Public-California, Thacl Riverside CountyM Comm.Expires Jul 19,2016 Signature (Seal) ADDENDUM NO. 1 2015 STORM DRAIN LINING PROJECT PROJECT No. 002116 FOR THE CITY OF RANCHO PALOS VERDES In accordance with "Addenda" section of the "Instructions to Bidders" on page 6 of the Contract Documents, the following changes (revisions, additions, and/or deletions) are hereby incorporated and made a part of the subject plans, specifications and contract documents for this project. ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED BELOW. FAILURE TO DO SO MAY SUBJECT BIDDER TO DISQUALIFICATION. This Addendum forms a part of the Contract Documents for the above-identified project and modifies the original specifications and Contract Documents, as noted below. Portions of the Contract Documents, not specifically mentioned in the Addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. This addendum included additions, deletions and changes to the contract documents as follows: 1. Clarification to Pre-Bid Meeting a. Delete Page 2 Replace with 2111 (Attached) 2. Revisions to Bid Sheet a. Delete Page 13 Replace with 13R (Attached) 3. Clarifications to Traffic Control Plan and Requirements a. Delete Page 84 Replace with 84R (Attached) b. Delete Page 94 Replace with 94R (Attached) c. Delete Page 95 Replace with 95R (Attached) End of Addendum No. 1. December 8, 2015 Michael Throne Date Director of Public Works acknowledge receipt of this Addendum No. 1 and accept the aforementioned. Date Bidder Addendum No. 1 (2015 Storm Drain Lining Project) 1 OBTAINING BID DOCUMENTS Potential Bidders may obtain the Contract Documents for the Project at Rancho Palos Verdes City Hall, 30940 Hawthorne Blvd, Rancho Palos Verdes, California 90275 for a non-refundable fee of$30.00 per set, or$60.00 per set if mailed. The City must receive payment before the Contract Documents will be provided. Interested parties may also download the Contract Documents free of charge from the City's website, http://www.rpvca.gov/437/Business- Resources. Video inspection footage is not available from the City's website. A DVD containing the video is included in plan sets purchased at City Hall. A DVD may also be obtained separately for a non-refundable fee of$5, or$10 if mailed. PLAN HOLDERS LIST Potential Bidders who purchase Contract Documents from City Hall will be placed on the list of Plan Holders at the time of purchase. Only those firms on the list of Plan Holders will be automatically informed of any and all subsequent project information prior to bid opening, including Addenda. Addenda will be issued only by email and only to a Plan Holder. Those downloading documents who want to be placed on the list of Plan Holders will need to contact the Public Works office at publicworks(a)rpvca.gov or 310-544-5252 and ask to be registered as a Plan Holder for the specified project. Potential Bidders must provide company contact information including company name, address, telephone and facsimile numbers, email address, and the project number and title as it appears on this Notice along with their request to be registered. There is no charge to be placed on the list of Plan Holders. FACSIMILE NUMBER AND EMAIL ADDRESS Anyone obtaining Contract Documents must immediately supply the Director of Public Works with a facsimile number and email address such that Addenda and other information may be transmitted as rapidly as possible. Failure to provide such a facsimile number and email address may result in late notification. In any case, City does not guarantee Addenda will be faxed or emailed, and Bidder shall be responsible for all Addenda regardless of whether Bidder received any such fax or email. PRE-BID MEETING A pre-bid meeting will be held on Wednesday, December 2, 2015 at 10:00 a.m. at City Hall, 30940 Hawthorne Blvd, Rancho Palos Verdes, California 90275. Attendance at the pre-bid meeting is not mandatory, but is strongly advised. No allowances for cost adjustments will be made if Bidders fail to adequately examine the premises before submitting a Proposal. REQUESTS FOR CLARIFICATION If you discover any error, omission, ambiguity or conflict in the Plans or Specifications and wish to have a clarification, please fax or email your request for clarification to the Director of Public Works at publicworks(o-)-rpvca.gov such that it is received by him or her no later than close of business on December 7, 2015. Requests for clarification received after this date will be disregarded. Please indicate the Project and identification number in your request for clarification. Addendum No. 1 (2015 Storm Drain Lining Project) 2111 BID SCHEDULE ITEM ESTIMATED PRICE EXTENDED NO. DESCRIPTION QUANTITY UNIT UNIT AMOUNT 1 MOBILIZATION —(Not more than 5%) 1 LS $ $ 2 INSTALL CIPP LINER 12" 70 LF $ $ 3 INSTALL CIPP LINER 18" 1731 LF $ $ 5 INSTALL CIPP LINER 24" 918 LF $ $ 6 INSTALL CIPP LINER 30" 678 LF $ $ 7 INSTALL CIPP LINER 36" 1474 LF $ $ INSTALL LINER(MINOR 8 CONCRETE PAVING OR 54" 378 LF $ $ CIPP) 9 TRAFFIC CONTROL PLAN 1 LS $ $ 10 ARTERIAL TRAFFIC CONTROL 10 PER $ $ 11 GROUTING 10 CY $ $ TOTAL BASE BID PRICE IN DIGITS: $ TOTAL BASE BID PRICE IN WORDS: The contract shall be awarded to the lowest responsible bidder based on the TOTAL BASE BID. Note: Some items may be adjusted or deleted. Any changes to the quantities for these items shall not classify as a substantial change as stipulated in Section 3-2.2.1 of the Standard Specifications. Therefore, regardless of total actual amount (percentage) compared to estimated quantities, the unit prices provided above by the Bidder shall be applied to the final quantity when payment is calculated for these items. No adjustment in the unit prices will be allowed. The City reserves the right to not use any of the estimated quantities, and if this right is exercised, the Contractor will not be entitled to any additional compensation. Cost of all export of material shall be included in the above unit costs; no additional compensation will be granted for such expenses. NOTE 1: Available video inspections of the some of the subject storm drain alignments are included with this bid package and are intended to be used for a general reference only. The videos provided with these Plans and Specifications for reflect the condition of the Storm Drain as far back as 2014. Understanding this, the condition of some of the storm drains may have changed in the time elapsed since the videos were made. NOTE 2: Pipes requiring lining with a diameter of 42-inches or larger may be lined by either CIPP or Minor Concrete Paving methods in accordance with these Plans and Specifications. Payment for lining of these pipes will be based on unit prices provided in the bid, regardless of method. Pipes requiring lining with diameter less than 42 inches shall be lined by CIPP method only. Addendum No. 1 (2015 Storm Drain Lining Project) 13R for emergency work, i.e. broken water line repair, gas leak repair or similar emergency work as directed by the Engineer. This assessment shall be deducted from the amount due the Contractor on this project. Lane closures shall be limited to 9am-3pm unless express written permission otherwise is obtained from the Director of Public Works or his authorized representative. If the Contractor is found to be negligent in furnishing warning and protective measures as detailed above, the City may direct the Contractor's attention to the hazard and it shall be the Contractor's responsibility to furnish and install the necessary warning and protective measures at his/her expense. Should the City point out the inadequacy of warning and protective measures, such action on the part of the City shall not relieve the Contractor from responsibility for public safety or abrogate its obligation to furnish and pay for these devices. (d) Traffic Control Plan and Arterial Traffic Control: NOTE: These specifications pertain to construction operations that will affect all traffic on the following public arterial streets: Palos Verdes Drive West, Palos Verdes Drive South, Palos Verdes Drive East, Hawthorne Blvd., Crenshaw Blvd., Silver Spur Rd., Montemalaga Drive, Granvia Altamira, Highridge Rd., Crest Rd., Miraleste Dr., Western Ave., Crestridge Rd., Ridgegate Dr. and Indian Peak Rd. Traffic control for residential streets is covered in Section 11.6.1 — Technical Project Information, General. Ten (10) working days prior to commencement of any work, the Contractor shall submit to the Director of Public Works or his authorized representative a Traffic Control Plan for the various locations and phases of construction affecting arterials. Said plan shall follow the requirements of Section 7-10.2.2 of the Standard Specifications and the referenced CA MUTCD. The Traffic Control Plan shall be stamped by a qualified Registered Civil Engineer(or Traffic Engineer) in the State of California and submitted to the City's Traffic Engineer for approval. Payment- Payment for providing an approved Traffic Control Plan shall be included in the Lump Sum price bid for Traffic Control Plan. Payment for providing labor and equipment to furnish, install and maintain traffic control along arterials shall be paid on a unit cost basis per bid item "Arterial Traffic Control" paid over the duration of the project based on actual days of necessary deployment during active construction operations, and shall include full compensation for furnishing all labor, material, equipment, signage, tools, and incidentals necessary to complete the work, and no additional payment will be made. 1. SCHEDULING, NOTIFICATIONS AND POSTING Order of Work: Order of work shall conform to the provisions of Section 6-1, "Construction Schedule and Commencement of Work,"of the Standard Specifications and these Special Provisions. The Contractor shall conduct his operations so as to cause minimum obstruction and inconvenience to traffic, schools and residences. Addendum No. 1 (2015 Storm Drain Lining Project) 84R 23. MOBILIZATION Mobilization shall consist of preparatory work and operations including, but not limited to, those necessary for the movement of personnel, equipment, materials, portable toilets and incidentals to the project site necessary for work on the project and for all other work and operations which must be performed or costs incurred including bonds, insurance, City business license and financing prior to beginning work on the various contract items on the project site. The Contractor shall provide a detailed project schedule, both electronically and in hard copy form (see previous item on Scheduling and Notices). Schedule updates shall be provided whenever the schedule changes. The Contractor's project manager, superintendent and foreman are required to attend the pre-construction meeting and weekly progress meetings. The Contractor shall have on the work site at all times, as its agent, a competent and fluent English speaking superintendent capable of reading and thoroughly understanding the plans, specifications, other related documents, and directions from City's Construction Representative. The Contractor is responsible for securing an adequate storage site for equipment and materials (see separate items that detail these requirements elsewhere in these General Provisions). The cost for mobilization shall include but not be limited to providing bonds, insurance, financing, moving equipment to the job site and preparing an approved work schedule, and no additional compensation will be allowed therefor. The payment amount for Mobilization shall be limited to a maximum amount of 5% of the total construction bid. In addition, Mobilization shall only be paid when a minimum amount of 5% of the other construction work items has been completed. Payment — Payment for mobilization items shall be included in the Lump Sum basis for bid item "Mobilization", and no additional payment will be made. A. TECHNICAL PROJECT INFORMATION 1 —GENERAL Traffic Management for Residential Streets: A residential street traffic management plan shall be submitted to the Engineer prior to commencement of any work. This plan shall include, but not be limited to, location of all signs and barriers and proposed traffic flow diagrams. The information shall include the minimum requirements of W.A.T.C.H., latest edition. The Contractor shall furnish at his expense and with no extra cost to the City such flagmen and guards as are necessary to give adequate warning to the public that roadway work is underway and of any dangerous conditions. Flagmen shall perform their duties and be provided with equipment in accordance with current "Instructions to Flagmen" of the State of California, Division of Highways. The equipment shall be furnished, kept clean and in good repair by the Contractor at his own expense. Addendum No. 1 (2015 Storm Drain Lining Project) 94R The Contractor shall furnish, erect, maintain and regularly inspect barricades, lights, signs and other devices as are necessary to prevent accidents and avoid damage or injury to the public. These devices shall conform to the requirements set forth in the current "Manual of Warning Signs, Lights and Devices for Use in Performance of Work Upon Highways," issued by the State of California, Department of Transportation. Any painted graffiti, vandalized, or otherwise damaged signs or equipment shall be immediately replaced. Prior to commencing construction, the Contractor shall notify the police and fire departments giving the expected starting date, the name and telephone number of a responsible person that is to be contacted, at any hour, in the event of a condition requiring immediate correction. Should the Contractor appear to be neglectful or negligent in furnishing warning and protective measures, the Director of Public Works may direct the Contractor's attention to the existence of such hazards. The Contractor shall provide all necessary warning and protective measures immediately, at his expense. Whether the Director of Public Works points out the inadequacy of warning and protective measures or not, such action, or lack of action, on the part of the Director of Public Works shall not relieve the Contractor from the responsibility for public safety or abrogate his obligation to furnish and pay for safety measures and devices. If attention is directed to the existence of a hazard, and the Contractor fails to provide an appropriate remedy, any expense incurred by the City for furnishing or maintaining safety measures and devices may be deducted from the pay estimates and the total contract price for the work. Full compensation for complying with the work contained in this section shall be considered as included in prices paid for the various contract items of work involved and shall include professional services, labor materials and incidentals to thoroughly complete the work of this section, with no additional compensation allowed therefore. 2 - FURNISH AND APPLY WATER Furnishing and applying water shall be considered as included in the unit prices paid for the various bid items requiring water, and no additional compensation will be allowed therefore. Should the Contractor require water for construction operations, such as for storm drain line installation, compaction, cleaning and dust control, he shall apply for a water meter from, and follow the requirements of, the California Water Service Co. 3 - CONSTRUCTION METHODS (a) General: The Contractor shall contact the affected utility companies for information regarding identification, location, and depth of underground utilities. (b) Preservation of Property: Existing improvements in areas adjoining the property whereon demolition and removal is being performed shall be protected from injury or damage resulting from operations of the Contractor and the Contractor shall be responsible for such damage. In like manner any building, structure, tree, shrub, or other Addendum No. 1 (2015 Storm Drain Lining Project) 95R CITY OF RANCHO PALOS VERDES INSTRUCTIONS FOR EXECUTION OF INSTRUMENTS THIS IS INSTRUCTION ONLY- IT IS NOT TO BE SIGNED OR USED IN CONJUNCTION WITH THE AGREEMENT OR ANY OTHER FORMS THAT MUST BE TURNED INTO THE CITY OF RANCHO PALOS VERDES - IT IS SIMPLY A FORMAT TO USE WHEN FILLING OUT DOCUMENTS. 1. By an Individual. The individual must sign the instrument, and if he/she is doing business under a fictitious name, the fictitious name must be set forth. The signature must be acknowledged before a Notary Public, using the proper form of acknowledgment. 2. By a Partnership. The name of the partnership must be set forth followed by the signatures of less than all of the partners will be acceptable only if submitted with evidence of authority to act on behalf of the partnership. The signatures must be acknowledged before a Notary Public, using the proper form of acknowledgment. 3. By a Corporation. The name of the corporation must be set forth, followed by the signatures of the President or Vice President and Secretary or Assistant Secretary. The signatures must be acknowledged before a Notary Public, using the proper form of acknowledgment. 4. By a Surety. The name of the surety must be set forth, followed by an authorized signature. The signatures must be acknowledged before a Notary Public, using the proper form of acknowledgment. 39 INSURANCE REQUIREMENTS FOR CITY OF RANCHO PALOS VERDES PUBLIC WORKS CONTRACT The Contractor shall at all time during the term of this Agreement carry, maintain, and keep in full force and effect, with an insurance company admitted to do business in California and approved by the City (1) a policy or policies of broad-form comprehensive general liability insurance with minimum limits of$2,000,000.00 combined single limit coverage against any injury, death, lose, or damage as a result of wrongful or negligent acts by the Contractor, its officers, employees, agents, and independent contractors in performance of services under this Agreement; (2) property damage insurance with a minimum limit of $1,000,000.00; (3) automotive liability insurance with a minimum combined single limits coverage of $1,000,000.00; and (4) workers' compensation insurance in the amount required by law. The City, its officers, employees, attorneys, and volunteers shall be named as additional insured on the policy(ies) as to comprehensive general liability, property damage, and workers' compensation coverages. 1. Acceptable insurance coverage shall be placed with carriers admitted to write insurance in California, or carriers with a rating of, or equivalent to, A:VI I by A.M. Best & Company. Any deviation from this rule shall require specific approval, in writing, from the City. 2. All insurance policies shall provide that the insurance coverage shall not be non- renewed, canceled, reduced, or otherwise modified (except through addition of additional insured to the policy) by the insurance carrier without the insurance carrier giving the City thirty (30) days prior written notice thereof. The Contractor agrees that it will not cancel, reduce or otherwise modify said insurance coverage. 3. The Contractor agrees that if it does not keep the aforesaid insurance in full force and effect, and such insurance is available at a reasonable cost,the City may take out the necessary insurance and pay the premium thereon, and the repayment thereof shall be deemed an obligation of the Contractor and the cost of such insurance may be deducted, at the option of the City, from payments due the Contractor. 4. The Contractor shall submit to the City(1) insurance certificates indicating compliance with the minimum workers' compensation insurance requirements above, and (2) insurance policy endorsements above, not less than one(1)day prior to beginning of performance under this Agreement. Endorsements must be executed on the City's appropriate standard forms entitled "Additional Insured Endorsement," copies of which are attached hereto. 40 Duplicate Execution Bond No.024066489 Premium Included in Charge for Performance Bond PAYMENT BOND (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS that: WHEREAS the City of Rancho Palos Verdes, California ("Public Agency"), has awarded to Southwest Pipeline and Trenchless Corp. 22118 South Vermont Avenue Torrance,CA 90502 (Name and address of Contractor) ("Principal"), a contract (the "Contract"), which is incorporated herein by this reference, for the work described as follows: 2015 STORM DRAIN LINING PROJECT Project No. 002116 WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to file a good and sufficient payment bond with the Public Agency to secure the payment of claims of laborers, mechanics, material persons, and other persons as provided by law. NOW, THEREFORE, we, the undersigned Principal, and Liberty Mutual Insurance Company 790 The City Drive South Suite 200,Oran&e,CA 92868 (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto the Public Agency and all subcontractors, laborers, material persons, and other persons employed in the performance of the Contract in the penal sum of Eight Hundred Ninety Seven Thousand Five Hundred Seventy One and 00/100 Dollars ($897,571.00 ) (the"Penal Sum"), this amount being not less than one hundred percent (100%) of the total Contract price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,administrators,successors,and assigns,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her or its heirs, executors, administrators, successors or assigns, or subcontractors shall fail to pay any of the persons named in Section 9100 of the California Civil Code, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or for 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 work or labor performed under the Contract, the Surety will pay for the same in an amount not exceeding the Penal Sum specified in this bond; otherwise, this obligation shall become null and void. This bond shall inure to the benefit of any of the persons named in Section 9100 of the California Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon the bond. In case suit is brought upon this bond, Surety further agrees to pay, in addition to the Penal Sum, all costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by the Public Agency in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Further, the Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, addition or modification to the terms of the Contract, or of the work to be performed there under, or the specifications for the same, shall in any way affect its obligations 41 under this bond,and it does hereby waive notice of any such change,extension of time, alteration, addition, or modification to the terms of the Contract or to the work or to the specifications there under. Surety hereby waives the provisions of California Civil Code sections 2845 and 2849. IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below,the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. March 1,2016 "Principal" "Surety" Southw-.t Pipeline and Tr-eftic-hik.u„ orp. Liberty Mutual Insurance Company Doe/in/A/ego By: 1 • B Its piteS/49/07— s oemi Quiroz,Atto ney-in-Fact By: /fr/4- By: N/A Its Its (Seal) (Seal) APPROVED AS TO SURETY AND APPROVED AS TO FORM: PRINCIPAL AMOUNT RICHARDS, WATSON & GERSHON A Professional Corporation By: By: Insurance Administrator Public Agency Attorney Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as attomey-in-fact must be attached. 42 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California ) ss County of Los Angeles On MAR 0 1 2016 before me, Patricia Arana, Notary Public, ersonall p Y appeared Noemi Quiroz , who proved to me on the basis of satisfactory evidence to be the person{} whose name{ is/.a.Fe subscribed to the within instrument and acknowledged to me that she/ executed the same in IS/her/their authorized capacitOcs}, and that by cher/thcir signature{} on the instrument the person{}, or the entity upon behalf of which the persons}acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. PATRICIA ARANA Aillitt4., Commission#2043063 ',:n11 Notary Public-California I z / Los Angeles County _Mx Comm.E fres Sel 27.2017 Signature: 411, (Seal) Patri . Arana, Notary Public CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 '���•:�:tii�L�'�����:\i C�.�����,�i�'�'�C.TC�a�C�'.:�Q�t C ���\ ' �.��\' �T'.:\C�\...� Q,.�,i\1.i\C�w'���C A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Los Angeles 3 1 tot kb Robert Bolger Jr.,Notary Public On before me, Date Here Insert Name and Title of the Officer personally appeared Justin Duchaineau Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ROBERT BOLGER JR WITNESS my hand and official seal. ‘41 Commission #2061640 aigti.� Notary Public-California 1 z� "� Los Angeles CountyD Signature Lam. M Comm.Ex fres Mar 21, 1 Signatu of Nota Public 20 8 g Notary Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: Corporate Officer — Title(s): Corporate Officer — Title(s): Partner -- Limited -- General Partner — Limited General Individual Attorney in Fact Individual Attorney in Fact Trustee Guardian or Conservator Trustee Guardian or Conservator Other: Other: Signer Is Representing: Signer Is Representing: y/+//✓/✓/•J/�/../�✓���y��i�i�i.,•✓�•✓/yi'�/i.✓i y'yi s •✓i•✓i y_t/i✓/;�:t/:✓i • :�/���i t/ t//'y/'+✓/y�:J/.'!/, ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 Duplicate Execution Bond No. 024066489 PERFORMANCE BOND Premium: 9,275.00 KNOW ALL PERSONS BY THESE PRESENTS that: WHEREAS the City of Rancho Palos Verdes ("Public Agency"), has awarded to Southwest Pipeline and Trenchless Corp. 22118 South Vermont Avenue Torrance,CA 90502 (Name and address of Contractor) ("Principal"), a contract (the "Contract"), which is incorporated herein by this reference, for the work described as follows: 2015 STORM DRAIN LINING PROJECT Project No. 002116 WHEREAS, Principal is required under the terms of the Contract to file a good and sufficient performance bond with the Public Agency for the faithful performance of the Contract. NOW, THEREFORE, we, the undersigned Principal, and Liberty Mutual Insurance Company 790 The City Drive South Suite 200,Orange,CA 92868 (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto the Public Agency in the penal sum ofEight Hundred Ninety Seven Thousand Five Hundred Dollars ($ 897,571.00 ) (the "Penal Sum"), this amount being not less than one hundred percent (100%) of the total Contract price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,administrators,successors,and assigns,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform all the undertakings, terms, covenants, conditions and provisions in the Contract and any alteration thereof made as therein provided, on the Principal's part to be kept and performed, all within the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and hold harmless the Public Agency, its officers, agents,employees, and others as therein provided, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. In case suit is brought upon this bond, Surety further agrees to pay, in addition to the Penal Sum, all costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by the Public Agency in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. FURTHER, the Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, addition or modification to the terms of the Contract, or of the work to be performed thereunder, or the specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition or modification to the terms of the Contract or to the work or to the specifications thereunder. Surety hereby waives the provisions of California Civil Code sections 2845 and 2849. The City is the principal beneficiary of this bond and has all rights of a party hereto. * Seventy One and 00/100 43 IN WITNESS WHEREOF, two(2) identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below,the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: March 1, 2016 "Principal" "Surety" Southwest Pipeline and Trenchless Corp. Liberty Mutual Insurance Company By: Ja17//1 Pae-WP9mJelAa By: di Its oadE-Si'6 t9v7— ts Noemi Quiroz,Attor y-in-Fact By: frAt- By: N/A Its Its (Seal) (Seal) APPROVED AS TO SURETY AND APPROVED AS TO FORM: PRINCIPAL AMOUNT RICHARDS, WATSON &GERSHON A Professional Corporation By: By: Insurance Administrator Public Agency Attorney Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached 44 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California ) ss County of Los Angeles MAR 0 1 2016 On , before me, Patricia Arana, Notary Public, personally appeared Noemi Quiroz , who proved to me on the basis of satisfactory evidence to be the person{} whose name{} isl-afe subscribed to the within instrument and acknowledged to me that 44€4sheithey executed the same in 4a+s/her/thcir authorized capacity{+es , and that by 1414her41:teifsignatures on the instrument the person{s}, 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. ,. PATRICIA ARANA Commission#2043063 Z` Notary Public-California 1 \t ,/ Los Angeles County D . Comm.Ex ares Se 27,2017 P — Signature: (Seal) Pat ' '. Arana, Notary Public This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated.Not valid for mortgage,note,loan,letter of credit,bank deposit,currency rate,interest rate or residual value guarantees. To confirm the validity of this Power of Attorney call 610.8324240 between 9:00 am and 4:30 pm EST on any business day. American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American insurance Company is a corporation dulyorganized under the laws of the State of Indiana(herein collectively called the'Companies"),pursuant to and by authority herein set forth,does hereby name,constitute pnd ap int, NOem 1 Q u i roz of the city of LOS Angeles ,state of CA its true and lawful attorney-in-fact,with full power and authority hereby conferred to sign,execute and acknowledge the following surety bond: Principal Name: Southwest Pipeline and Trenchless Corp. Obligee Name: City of Rancho Palos Verdes Surety Bond Number.024066489 Bond Amount: See Bond Form IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 18th day of November,2013. P,1D CqS 1NSlI ��Y INSV N1NStJRq American Fire and Casualty Company t�` c�o��Fge�► ,JP,�o ;yr• Jam••o,��y� ���cp` •O,���F The Ohio Casualty Insurance Company z o Z ' ^ �o n �' �o a Liberty Mutual Insurance Company 1906 0 ).- 1912 O = 1919 3 1991 Wes encan Insurance Company lyb. Niton'4AI 4 1 % 2. % SS4CHose,'` ,� HAM'4 �No10' * * * DavidBy: ."Carey,Assistant Secretary STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 18th day of November,2013,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. sN PAsr :000Nw .fC COMMONWEALTH.OF PENNSYLVANIA r ,4.„.° �s '� Notional Seal By: /e€/U4iJ OF Teresa Pastella,Notary Public �. Plymouth TWp.,Montgomery County Teresa Pastella, otary Public S�• vP.G My Commission Expires March 28,2017 gRY Pub Member Pennsytvania Association of Notaries This Power of Att de and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV—OFFICERS—Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute, seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth In their respective powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.My power or authority granted to any representative or attorney- in-fact under the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ARTICLE XIII—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys- in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Gregory W. Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this_day of March ,2016 ��PoFtiPogSG9 Jr�,1NSllRq JP�ZY INSV� �N1NSU�ti 4? �, ire�� J~` �o�r�co c •'O� leo% �`�.*'�o•rs g �~` o y: v 1906 0 ~ 1912 i 1919 2 1991 t Gregory W.Davenport,Assistant Secretary a O y k,�b 2 \ A:4J 'ab . kSs !7 'am N.4. �' 'o* * * CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 : il�ti�Z `� C�iC.:1t✓T�Z.9l� �..-.' ', CC.TZ'.:�>> �< '��' CC:\+'��1��_�� C ��',:�'�1'..: moi.�,:�� C ,!•.' 'r�.T�..\ ' A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Los Angeles On 31to k before me, Robert Bolger Jr.,Notary Public Date Here Insert Name and Title of the Officer personally appeared Justin Duchaineau Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under.the Taws of the State of California that the foregoing paragraph is true and correct. ROBERT BOLGER JR WITNESS my hand and official seal. Commission#2061640 Notary Public-CaliforniaZ Igt-H.!:)4 '`� Los Angeles County D Signature tom"t� Sin - of NotaryPublic M Comm.Ex fres Mar 21 2018 g -� Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: Corporate Officer — Title(s): Corporate Officer — Title(s): Partner — Limited - General Partner — Limited General Individual Attorney in Fact Individual Attorney in Fact Trustee Guardian or Conservator Trustee Guardian or Conservator Other: Other: Signer Is Representing: Signer Is Representing: '✓� /�'✓'� ✓%t/i.Ji'�✓i•Ji✓i✓���!/�i\✓�\✓'�ir/�t/i •_✓: .•✓ ,•✓•t/i✓���moi✓i!/:✓i •�4.,zy,4'-r/ •✓,L/ ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 WORKERS' COMPENSATION CERTIFICATE OF INSURANCE WHEREAS, the City of Rancho Palos Verdes has required certain insurance to be provided by: NOW THEREFORE, the undersigned insurance company does hereby certify that it has issued the policy or policies described below to the following named insureds and that the same are in force at this time: 1. This certificate is issued to: City of Rancho Palos Verdes City Hall 30940 Hawthorne Boulevard Rancho Palos Verdes, California 90275 2. The insureds under such policy or policies are: 3. Workers' Compensation Policy or Policies in a form approved by the Insurance Commissioner of California covering all operations of the named insureds as follows: Policy Number Effective Date Expiration Date 4. Said policy or policies shall not be canceled, nor shall there be any reduction in coverage or limits of liability, unless and until thirty days'written notice thereof has been served upon the City Clerk of the City of Rancho Palos Verdes By: Its Authorized Representative 45 AGREEMENT TO COMPLY WITH CALIFORNIA LABOR LAW REQUIREMENTS 1. Contractor acknowledges that the project as defined in this Agreement between Contractor and the City, to which this Agreement to Comply with California Labor Law Requirements is attached and incorporated by reference, is a "public work"as defined in Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code ("Chapter 1"), and that this Agreement is subject to (a) Chapter 1, including without limitation Labor Code Section 1771 and (b)the rules and regulations established by the Director of Industrial Relations ("DIR") implementing such statutes. Contractor shall perform all work on the project as.a public work. Contractor shall comply with and be bound by all the terms, rules and regulations described in 1(a) and 1(b) as though set forth in full herein. 2. California law requires the inclusion of specific Labor Code provisions in certain contracts. The inclusion of such specific provisions below, whether or not required by California law, does not alter the meaning or scope of Section 1 above. 3. Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem wages for each craft, classification, or type of worker needed to perform the Agreement are on file at City Hall and will be made available to any interested party on request. Contractor acknowledges receipt of a copy of the DIR determination of such prevailing rate of per diem wages, and Contractor shall post such rates at each job site covered by this Agreement. 4. Contractor shall comply with and be bound by the provisions of Labor Code Sections 1774 and 1775 concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay prevailing wages. The Contractor shall, as a penalty to the City, forfeit two hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any public work done pursuant to this Agreement by Contractor or by any subcontractor. 5. Contractor shall comply with and be bound by the provisions of Labor Code Section 1776, which requires Contractor and each subcontractor to (1) keep accurate payroll records and verify such records in writing under penalty of perjury, as specified in Section 1776, (2) certify and make such payroll records available for inspection as provided by Section 1776, and (3) inform the City of the location of the records. 6. Contractor shall comply with and be bound by the provisions of Labor Code Sections 1777.5, 1777.6 and 1777.7 and California Administrative Code title 8, section 200 et seq. concerning the employment of apprentices on public works projects. Contractor shall be responsible for compliance with these aforementioned Sections for all apprenticeable occupations. Prior to commencing work under this Agreement, Contractor shall provide City with a copy of the information submitted to any applicable apprenticeship program. Within sixty (60) days after concluding work pursuant to this Agreement, Contractor and each of its subcontractors shall submit to the City a verified statement of the journeyman and apprentice hours performed under this Agreement. 7. Contractor acknowledges that eight(8) hours labor constitutes a legal day's work. Contractor shall comply with and be bound by Labor Code Section 1810. Contractor shall comply with and be bound by the provisions of Labor Code Section 1813 concerning penalties for workers who work excess hours. The Contractor shall, as a penalty to the City, forfeit twenty-five dollars ($25)for each worker employed in the performance of this Agreement by the Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one (1) calendar day and forty (40) hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the Labor Code. Pursuant to Labor Code section 1815, work performed by employees of Contractor in excess of 8 hours per day, and 40 hours during any one week shall be permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not less than 11/2 times the 46 basic rate of pay. 8. California Labor Code Sections 1860 and 3700 provide that every contractor will be required to secure the payment of compensation to its employees. In accordance with the provisions of California Labor Code Section *1861. Contractor hereby certifies as follows. "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workerscompensation 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." 9. For every subcontractor who will perform work on the project, Contractor shall be responsible for such subcontractor's compliance with Chapter 1 and Labor Code Sections 1860 and 3700, and Contractor shall include in the written contract between it and each subcontractor a copy of those statutory provisions and a requirement that each subcontractor shall comply with those statutory provisions. Contractor shall be required to take all actions necessary to enforce such contractual provisions and ensure subcontractor's compliance, including without limitation, conducting a periodic review of the certified payroll records of the subcontractor and upon becoming aware of the failure of the subcontractor to pay his or her workers the specified prevailing rate of wages. Contractor shall diligently take corrective action to halt or rectify any failure. 10. To the maximum extent permitted by law, Contractor shall indemnify, hold harmless and defend (at Contractor's expense with counsel reasonably acceptable to the City) the City, its officials, officers, employees, agents and independent contractors serving in the role of City officials, and volunteers from and against any demand or claim for damages, compensation. fines, penalties or other amounts arising out of or incidental to any acts or omissions listed above by any person or entity(including Contractor, its subcontractors, and each of their officials. officers. employees and agents) in connection with any work undertaken or in connection with the Agreement, including without limitati• e • 4yment of all consequential damages, attorneys' fees, and other related costs and penses. Al duties of Contractor under this Section shall survive termination of the Agreem 1. Date 3-2-2016 Signa a 1: ,4 Date 3-2-2016 Signature 2: 47 INDEMNIFICATION AND HOLD HARMLESS AGREEMENT AND WAIVER OF SUBROGATION AND CONTRIBUTION Contract/Agreement/License/Permit No. or description: 2015 Storm Drain Lining Project Indemnitor(s) (list all names): Justin Duchaineau, Robert Bolger To the fullest extent permitted by law, Indemnitor hereby agrees, at its sole cost and expense. to defend. protect, indemnify, and hold harmless the City of Rancho Palos Verdes and its elected officials, officers, attorneys, agents, employees, volunteers, successors, and assigns (collectively "Indemnitees") from and against any and all damages,costs, expenses, liabilities, claims, demands, causes of action, proceedings, expenses.judgments,penalties, liens,and losses of any nature whatsoever, including fees of accountants. attorneys. or other professionals and all costs associated therewith (collectively "Liabilities"), arising or claimed to arise,directly or indirectly,out of, in connection with, resulting from, or related to any act. failure to act,error. or omission of Indemnitor or any of its officers, agents. servants. employees, subcontractors, materialmen, suppliers or their officers, agents, servants or employees, arising or claimed to arise, directly or indirectly, out of, in connection with, resulting from, or related to the above-referenced contract, agreement, license, or permit (the "Agreement') or the performance or failure to perform any term, provision, covenant, or condition of the Agreement. including this indemnity provision. This indemnity provision is effective regardless of any prior, concurrent, or subsequent active or passive negligence by Indemnitees and shall operate to fully indemnify Indemnitees against any such negligence. This indemnity provision shall survive the termination of 4he Agreement-and is in addition to any other rights or remedies which Indemnitees may have under the law. Payment is not required as a condition precedent to an Indemnitee's right to recover under this indemnity provision,and an entry of judgment against an Indemnitee shall be conclusive in favor of the Indemnitee's right to recover under this indemnity provision. Indemnitor shall pay lndemnitees for any attorneys fees and costs incurred in enforcing this indemnification provision. Notwithstanding the foregoing, nothing in this instrument shall be construed to encompass(a)Indemnitees' sole negligence or willful misconduct to the limited extent that the underlying Agreement is subject to Civil Code 2782(a) or (b) the contracting public agency's active negligence to the limited extent that the underlying Agreement is subject to Civil Code 2782(b). This indemnity is effective without reference to the existence or applicability of any insurance coverages which may have been required under the Agreement or any additional insured endorsements which may extend to Indemnitees. Indemnitor, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation and contribution against the lndemnitees.while acting within the scope of their duties. from all claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf of the Indemnitor regardless of any prior, concurrent, or subsequent active or passive negligence by the Indemnitees. In t -vent th— is more than one person or entity named in the Agreement as an Indemnitor, then all • igations. liabilitis, covenants and conditions under this instrument shall be joint and several. "I ndemnitorn e I Name stin Duchaineau Robert Bolger By: President By: Secretary Its Its 48 0 SOUTHWEST PIPELINE & TRENCHL.ESS CORP. BOARD F DIRECTORS RESOLUTION SO ThWEST PIPELINE AND Tom `"LE S,CORR January 5,2012 The undersigned bad all of the members of the Board of Directors of Southwt?Ogling and Tremblers Corp.,a California Corporation,can*t Bylaws of thecorporationnsa adirectors to act by unanimous come& Pursuant to Sec**:a 307 )of the Cabala Omni Corporation Law and the Bylaws of the corporation.the undersigned acknoviedies their oondnuing consent to adoption of the following resolution as the act orthe Board of yrs of**Corporation RESOLVED,that Justin P.Dodasinesu is au send as President/Treasurer prurient to the Bylaws of the corporation to sip wry and all contracts,bid bonds,performance bonds,penult bonds,and other pertinent deo of a none,for and on belied of outbW E ripen.and Trembles:Corp.This resolution is effective on January 5,2012 and will Mai in Ain force and effect pertinent documents signed hereafter. RESOLVED,that Robs B»Boer is authorized as Secretary porsnant to the Bylaws of the corporation to sip say and all contracts,bid bonds,performance bonds,payment bonds,and miser pertinent documents cis nature,for and on befell of Southwest Pipeline and Trendless Corp.This resolution is effective on emmy:d,2012 and will remain in#fitface and(Afor peninent documents signed hereafter. )011 b mbor of Board of Directors T.Colich,Member-.1777 ofDirectors -4— Southwest Pipeline&Trenchless Corp. -4— 22118 S.Vermont Ave. Torrance,CA 90502 Tel.310-329-8717 Fax:310-329-0981 www.swpipeline.com SOUTHWEST PIPELINE AND TRENCHLESS CORP. PROPOSAL CITY OF RANCHO PALOS VERDES 2015 STORM DRAIN LINING PROJECT PROJECT No. 002116 TO THE DIRECTOR OF PUBLIC WORKS, CITY OF RANCHO PALOS VERDES: The undersigned, as bidder, declares that: (1) this proposal is made without collusion with any other person, firm or corporation, and that the only persons or parties interested as principals are those named herein; (2) bidder has carefully examined the project plans, specifications, instructions to bidders, proposal, notice to contractors and all other information furnished therefore and the site of the proposed work; (3)bidder has investigated and is satisfied as to the conditions to be encountered, the character, quality and quantities of work to be performed and materials to be furnished. Furthermore, bidder agrees that submission of this proposal shall be conclusive evidence that such examination and investigation have been made and agrees, in the event this contract be awarded to bidder, to enter into a contract with the CITY OF RANCHO PALOS VERDES, to perform said proposed work in accordance with the plans, if any, and the terms of the specifications, in the time and manner therein prescribed, and to furnish or provide all materials, labor, tools, equipment,apparatus and other means necessary so to do, except such thereof as may otherwise be furnished or provided under the terms of said specifications, for the following stated unit prices or lump-sum price as submitted on the Schedule attached hereto: The bidder shall submit as part of this proposal a completed copy of the Contractor's Industrial Safety Record. Accompanying this proposal is Bid Bond (Insert)"Ven Percent Amount Bid"cash," "Cashier's Check,""certified check,"or"Bid Bond,"as the case may be)in the amount equal to at least ten percent(10%) of the total aggregate bid price hereof based on the quantities shown and the unit prices quoted in the Bid Sheets. The undersigned further agrees that should he/she be awarded the contract on the basis hereof and thereafter, defaults in executing the required contract, with necessary bonds and documents, within ten (10) days, not including Sundays and legal holidays, after having received notice that the contract has been awarded and is ready for signature, the proceeds of the security accompanying his bid shall become the property of the CITY OF RANCHO PALOS VERDES and this proposal and the acceptance thereof may be considered null and void. The undersigned certifies to have a minimum of five(5)consecutive years of current experience in the type of Work related te is 'r•'z•ct and that this experience is in actual operation of the firm with permanent employ?-s performing - part of the Work as distinct from a firm operating entirely by subcontracting a phases of the Wcrk. The undersigned also certifies to be properly licensed by the State as a contr:ctor to perform thi• type of Work and further certifies to have been so licensed for the five(5)years i mediately precedi g the date of receipt of Bids. The undersigned possesses California Contractor's Lic, Legal Business Name: Southwest Pipeline&Trenchless Corp Address: 22118 S.Vermont Ave., Torrance,CA 90502 Telephone: 310-329-8717 Contact: Justin Duchaineau Proposals which do not show the number and date of the Bidder's License under the provisions of Chapter 9 of Division 3 of the Business & Professional Code will be rejected. To be submitted with each bid to contract for City of Rancho Palos Verdes 2015 STORM DRAIN LINING PROJECT Bid Date 12/17/2016 This information must include all construction work undertaken in the State of California by the bidder and partnership joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last five calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporate or individual bidder. The bidder may attach any additional information or explanation of data which bidder would like to be taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities. 11 CITY OF RANCHO PALOS VERDES BID SHEETS FOR 2015 STORM DRAIN LINING PROJECT PROJECT No. 002116 Bidder's Name: Southwest Pipeline&Trenchless Corp. To the Honorable Mayor and Members of the City Council: In compliance with the Notice Inviting Bids, the undersigned hereby agrees to enter into the Contract to furnish all labor, materials, equipment and supplies for the 2015 Storm Drain Lining Project in accordance with the Specifications and Plan for demolition, construction and installation in the Contract Documents, as that term is defined in the Standard Specifications, to the satisfaction and under the direction of the Director of Public Works, at the following prices. LUMP SUM ITEMS SHALL INCLUDE PROVIDING AND INSTALLATION OF ALL COMPONENTS STIPULATED WITHIN THE CONTRACT DOCUMENTS AND NECESSARY INCIDENTALS TO FACILITATE PROVIDING SAID COMPONENTS. SURVEY, GRADING, AND BMPS SHALL BE CONSIDERED INCLUDED IN THE INDIVIDUAL BID ITEMS. NO ADDITIONAL PAYMENTS WILL BE MADE The quantities reflected on the plans and in the bid-sheets are representative of the amount of work for each item on the project, but are not final quantities to be used for computing payment. Payment will be based on the measurement of actual work completed. The contractor must notify in writing to the project manager of all discrepancies between actual bid quantities and those shown in the bid document prior to commencement of work in any area of the project. 12 BID SCHEDULE ITEM DESCRIPTION ESTIMATED UNIT PRICE EXTENDED O. QUANTITY U_ AMOUNT 1 MOBILIZATION—(Not more than 5%) 1 LS $ ,, $4-01. o o 2 INSTALL CIPP LINER 12" 70 LF $ /2z?. $ 0k2 00 3 INSTALL CIPP LINER 18" 1731 LF $ /7 5.ot:. $z .3qr ,,>�; j 5 INSTALL CIPP LINER 24" 918 LF $ /3� � $ 2;),rz re, 6 INSTALL CIPP LINER 30" 678 LF $ �, $jI/1i 83 7 INSTALL CIPP LINER 36" 1474 LF $ j c,a $ 2ez3 INSTALL LINER(MINOR 8 CONCRETE PAVING OR 54" 378 LF $ /3 $ CIPP) 9 TRAFFIC CONTROL PLAN 1 LS $ $ i , 41,1A3 10 ARTERIAL TRAFFIC CONTROL 10 PER 4t, j $ /S.C .> DAY - > 11 GROUTING 10 CY $ � i , $%/j7. TOTAL BASE BID PRICE IN DIGITS: $ 8"f?, x'11. (30 TOTAL BASE BID PRICE IN WORDS: 76 7 `,kag e,e) '' °' 71 e,, o 'II -40 se-frookr The contract shall be awarded to the lowest responsible bidder based on the TOTAL BASE BID. Note: Some items may be adjusted or deleted. Any changes to the quantities for these items shall not classify as a substantial change as stipulated in Section 3-2.2.1 of the Standard Specifications. Therefore, regardless of total actual amount (percentage) compared to estimated quantities, the unit prices provided above by the Bidder shall be applied to the final quantity when payment is calculated for these items. No adjustment in the unit prices will be allowed. The City reserves the right to not use any of the estimated quantities, and if this right is exercised, the Contractor will not be entitled to any additional compensation. Cost of all export of material shall be included in the above unit costs; no additional compensation will be granted for such expenses. NOTE 1: Available video inspections of the some of the subject storm drain alignments are included with this bid package and are intended to be used for a general reference only. The videos provided with these Plans and Specifications for reflect the condition of the Storm Drain as far back as 2014. Understanding this, the condition of some of the storm drains may have changed in the time elapsed since the videos were made. NOTE 2: Pipes requiring lining with a diameter of 42-inches or larger may be lined by either CIPP or Minor Concrete Paving methods in accordance with these Plans and Specifications. Payment for lining of these pipes will be based on unit prices provided in the bid, regardless of method. Pipes requiring lining with diameter less than 42 inches shall be lined by CIPP method only. Addendum No. 1 (2015 Storm Drain Lining Project) 13R INFORMATION REQUIRED OF BIDDER Fill out all of the following information. Attach additional sheets if necessary. (1) Bidder's name: Southwest Pipeline&Trenchless Corp. (2) If the Bidder's name is a fictitious name, who or what is the full name of the registered owner? If the Bidder's name is not a fictitious name, write"N/A" in the response to this question. If you are doing business under a fictitious name, provide a copy of the filed valid Fictitious Business Name Statement. (3) Business address: 22118 S.Vermont Ave.,Torrance, CA 90502 (4) Telephone: 310-329-8717 Facsimile: 310-329-0981 (5) Type of firm - Individual, Partnership, LLC or Corporation: Corporation (6) Corporation organized under the laws of the state of: California (7) California State Contractor's License Number and Class: 773862 A (8) DIR Contractor Registration Number: 1000002176 (9) List the name and title of the person(s)who inspected the site of the proposed Work for your firm: Robert Bolger (10) Number of years' experience the company has as a contractor in construction work: 15 (11) List the names, titles, addresses and telephone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this Proposal: Justin Duchaineau-President Robert Bolger-Secretary List at least three similar projects completed as of recent date: Contract Amount Class of Work Date Completed Name, Address of Owner, &Telephone No. $2,062,906.00 CIPP Lining 8-1-2104 City of Azusa 213 E.Foothill Blvd Azusa CA 91702 626-812-5264 $3,953,120.54 CIPP Lining 2-1-2015 City of San Diego 1200 3rd Street San Diego CA 92101 619-236-6000 $3,096,664.00 CIPP Lining 4-1-2014 City of San Diego 9485 Aero Dr.San Diego CA 92123 858-243-4977 (1 g) NOTE: Upon request of the CITY, the bidder shall furnish evidence showing a notarized financial statement, financial data, construction experience, or other information. 14 (11) "Bidder shall be properly licensed at the time of bid submission or the bid shall be considered non-responsive and shall be rejected." 15 REFERENCES For all public agency projects in excess of$300,000 you are currently working on or have worked on in the past five (5) years, provide the following information: Project 1 Name/ Number Sewer Master Plan Improvements #66513A Project Description Rehab using CIPP 32,900 If of 8",10",12"and 15" Approximate Construction Dates From: 12/2012 To: 8/2014 Agency Name: City of Azusa Contact Person: Daniel Bobadilla Telephone: 626-812-5264 Address: 213 E. Foothill Blvd.,Azusa, CA 91702 Original Contract Amount: $ 2,664,680 Final Contract Amount: $ 2,913,796 If final amount is different from original amount, please explain (change orders, extra work, etc.) Change Order for Extra Work Did you file any claims against the Agency? Circle one: Yes 4110 Did the Agency file any claims against you? Circle one: Yes E If you answered yes to either of the above two questions, please explain and indicate outcome of claims. Pro'ect 2 Name!Number Ocean Meadows Golf Course-601385-10 1 Project Description Rehab 2,514 If of 18"and 24"Sewer Main Line Approximate Construction Dates From: 3/2011 To: 11/2011 Agency Name: Goleta West Sanitary District Contact Person: Mark Nation Telephone: 805-968-2617 Address: PO BOX 4, Goleta, CA 93116 Original Contract Amount: $ 422,500 Final Contract Amount: $ 428,765 16 1 If final amount is different from original amount, please explain (change orders, extra work, etc.) Change Order for Extra Work Did you file any claims against the Agency? Circle one: YesNo Did the Agency file any claims against you? Circle one: Yes No If you answered yes to either of the above two questions, please explain and indicate outcome of claims. Project 3 Name! Number Pipeline Rehabilitation Phase R-1 Project Description Rehab 36,171 If of 8"and 10" . Install 972 Service Lateral Connections Approximate Construction Dates From: 8/2012 To: 2/2014 Agency Name: City of San Diego Contact Person: Steve Urban Telephone: 619-236-6000 Address: 1200 3rd Street, San Diego, CA 92101 Original Contract Amount: $ 3,953,120.00 Final Contract Amount: $ $4,016,236.00 If final amount is different from original amount, please explain (change orders, extra work, etc.) Change Order for Extra Work Did you file any claimsagainst the Agency? Circle one: Yes No Did the Agency file any claims against you? Circle one: Yes No If you answered yes to either of the above two questions, please explain and indicate outcome of claims. 17 Number 2012 Sewer Rehabilitation # 12-01 Project 4 Name/N u Project Description Rehab 18,840 If of 6",8",10",12"and 18" Dia sewer main P Approximate Construction Dates From: 1/2013 To: 10/2013 Agency Name: City of Winters Contact Person: Jim Fletter Telephone: 530-795-4910 Address: City of Winter 318 First Street, Winters, CA 95654 Original Contract Amount: $ 1,457,461 Final Contract Amount: $ 1,676,306.00 If final amount is different from original amount, please explain (change orders, extra work, etc.) Change Order for Extra Work Did you file any claims against the Agency? Circle one: Yes 40 Did the Agency file any claims against you? Circle one: Yes • If you answered yes to either of the above two questions, please explain and indicate outcome of claims. Project 5 Name/Number Citywide CMP Lining &Rehab Program CIP 2013-20 Rehab using CIPP 1997 LF of 18", 30", and 36" lining and 47"x 71"Arched Project Description Approximate Construction Dates From: 5/2013 To: 2/2014 Agency Name: City of Santee Contact Person: Steve Miller Telephone: 619-258-4100 Ext. 176 Address: 10601 Magnolia Avenue, Santee, CA 92071 Original Contract Amount: $ 775,576.00 Final Contract Amount: $ 831,192.00 If final amount is different from original amount, please explain (change orders, extra work, etc.) Change Order for Extra Work 18 Did you file any claims against the Agency? Circle one: Yes No Did the Agency file any claims against you? Circle one: Yes No If you answered yes to either of the above two questions, please explain and indicate outcome of claims. Project Name!Number Main Lining Rehabilitation Project Phase IV Pro'ect Descri tion Rehab 91,557 If of 6",8",10",12"and 18" Dia Sewer Main 1 p Approximate Construction Dates From: 2-2015 To: In-Progress Agency Name: City of Culver City Contact Person: Jason Linsdau Telephone: 760-759-2466 Address: City of Culver City 9770 Culver Blvd., Culver City, CA 90232 Original Contract Amount: $ 3,141,590.00 Final Contract Amount: $ 3,237,993.00 If final amount is different from original amount, please explain (change orders, extra work, etc.) Change Order for Extra Work Did you file any claims against the Agency? Circle one: Yes No Did the Agency file any claims against you? Circle one: Yes No If you answered yes to either of the above two questions, please explain and indicate outcome of claims. 19 STATEMENT ACKNOWLEDGING PENAL AND CIVIL PENALTIES CONCERNING THE CONTRACTORS' LICENSING LAWS [Business & Professions Code 7028.15] [Public Contract Code 20103.5] I, the undersigned, certify that I am aware of the following provisions of California law and that I, or the entity on whose behalf this certification is given, hold a currently valid California contractor's license as set forth below: Business &Professions Code 7028.15: (a) It is a misdemeanor for any person to submit a bid to a public agency in order to engage in the business or act in the capacity of a contractor within this state without having a license therefore, except in any of the following cases: (1) The person is particularly exempted from this chapter. (2) The bid is submitted on a state project governed by Section 10164 of the Public Contract Code or on any local agency project governed by Section 20104 [now 20103.5] of the Public Contract Code. (b) If a person has been previously convicted of the offense described in this section,the court shall impose a fine of 20 percent of the price of the contract under which the unlicensed person performed contracting work, or four thousand five hundred dollars ($4,500), whichever is greater, or imprisonment in the county jail for not less than 10 days nor more than six months, or both. In the event the person performing the contracting work has agreed to furnish materials and labor on an hourly basis, "the price of the contract"for the purposes of this subdivision means the aggregate sum of the cost of materials and labor furnished and the cost of completing the work to be performed. (c) This section shall not apply to a joint venture license, as required by Section 7029.1. However, at the time of making a bid as a joint venture, each person submitting the bid shall be subject to this section with respect to his or her individual licensure. (d) This section shall not affect the right or ability of a licensed architect, land surveyor, or registered professional engineer to form joint ventures with licensed contractor to render services within the scope of their respective practices. (e) Unless one of the foregoing exceptions applies, a bid submitted to a public agency by a contractor who is not licensed in accordance with this chapter shall be considered non- responsive and shall be rejected by the public agency. Unless one of the foregoing exceptions applies, a local public agency shall, before awarding a contract or issuing a purchase order, verify that the contractor was properly licensed when the contractor submitted the bid. Notwithstanding any other provision of law, unless one of the foregoing exceptions applies, the registrar may issue a citation to any public officer or employee of a public entity who knowingly awards a contract or issues a purchase order to a contractor who is not licensed pursuant to this chapter. The amount of civil penalties, appeal, and finality of such citations shall be subject to Sections 7028.7 to 7028.13 inclusive. Any contract awarded to, or any purchase order issued to, a contractor who is not licensed 20 pursuant to this chapter is void. (f) Any compliance or noncompliance with subdivision (e) of this section, as added by Chapter 863 of the Statutes of 1989, shall not invalidate any contract or bid awarded by a public agency during which time that subdivision was in effect. (g) A public employee or officer shall not be subject to a citation pursuant to this section if the public employee, officer, or employing agency made an inquiry to the board for the purposes of verifying the license status of any person or contractor and the board failed to respond to the inquiry within three business days. For purposes of this section, a telephone response by the board shall be deemed sufficient. Public Contract Code 20103.5: In all contracts subject to this part where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with the laws of this state. However, at the time the contract is awarded, the contractor shall be properly licensed in accordance with the laws of this state. The first payment for work or material under any contract shall not be made unless and until the Registrar of Contractors verifies to the agency that the records of the Contractor's State License Board indicate that the contractor was properly licensed at the time the contract was awarded. Any bidder or contractor not so licensed shall be subject to all legal penalties imposed by law including, but not limited to, any appropriate disciplinary action by the Contractor's State License Board. The agency shall include a statement to that effect in the standard form of prequalification questionnaire and financial statement. Failure of the bidder to obtain proper and adequate licensing for an award of a contract shall constitute a failure to execute the contract and shall result in the forfeiture of the security of the bidder. License 4.. 73862 ass: A Expiration Date: 1-31-2016 - 12-16-2015 Date: Signa 4.4 21 RESUME Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Daniel McCoy-Project Manager-See Attached Resume Edward Manriquez-On Site Superintended-See Attached Resume 22 "...---"") \.....) SOUTHWEST PIPELINE & TRENCHLESS CORP. Daniel c o ..V________________ _________ __ Summary of March,2004-Present Qualifications Southwest Pipeline and Trenchless Corp. Gardena,CA Project Manger • Manage all projects, field personnel and wet-out of the Cured-in-Place pipe, SPR EX and Top Hats (Lateral Seal Connections) to complete numerous rehabilitation projects. Prepare construction schedules and required submittals to various government agencies. Assure job conformance to contract plans and specifications. Superintendent • Over see daily production of ccnstruction crews,involving Cured-in-Place pipe, Expanda- Ribloc,and Top Hats,Video inspection,and lateral rehab crews. Communicate directly with project managers, onsite construction inspectors, and project engineers. Enforce rules and company regulations. Foreman • Manage and oversee a five man crew, nstall Cured-in-Place pipe,install Expanda-Ribloc. Education and Special Skills • Serrano High School Diploma 1997 ■ Confined Space Training—Competent Person • Basic Medic First Aid—CPR Inclusive • 30 hour O.S.H.A course • Diversity training Sewer&Storm Rehabilitation Projects (CIPP,SPR EX&Top Hats) City of San Diego • Pipeline Rehabilitation Phase F-1—104,604 LF of 6"—21" • Pipeline Rehabilitation Phase H-1—34,770 LF of 6"—15" • Sewer Pipeline Rehabilitation Phase J-1—47,668 LF of 8"—10" • Sewer Pipeline Rehabilitation Phase J-1A—38,507 LF of 6"—10" ■ Sewer Pipeline Rehabilitation Phase J-1B—27,092 LF of 8' • Sewer Pipeline Rehabilitation Prase J-1 C-35,196LF of 8" City of Los Angeles • SSRP AO2A Venice Blvd. &Genesee 7,538 LF of 8"&10" • SSRP A02B Coliseum St.&La Brea Ave.--15,943 LF of 8"&10" • SSRP Mandeville Canyon Rd.&Wedstridge Rd.—12,535 LF of 8"&10" • N.E.Wilshire CSRP Unit 3—2,499 LF of 8" • SSRP P13 Range View&Ave.55—1,972 LF of 8" • SSRP U19B Prosser Ave.—11,043 LF of 8"—15" • SSRP U15 Camden Ave.—3,777 LF of 8"—15" City of Anaheim • Citywide Sanitary Sewer System Repair- 9,647 LF of 8"—24" • Citywide Sanitary Sewer System Repair Phase II Group 2—15,421 LF of 8"-18" ►539 West 140th Street Gardena,CA 90249•Phone(310)329-8717•Fax(310)329-0981 •12/14/20151 —2— December 14,2015 Los Angeles County Sanitation District ■ District 5 Main Trunk Sewer Rehabilitation—7,035 LF of 15" • JO"LI"Unit 1F Sewer Rehabilitation—451 LF of 36" • J01A Long Beach Sewer Rehabilitation—62 LF of 24" Los Angeles County Department of Public Works • CMP Lining CDR Phase 1A-6,000 LF of 15"—66" • CMP Lining CDR Phase 2A—1,170 LF of 15"—36" ■ Eaton Wash Spreading Ground Improvements—1,779 LF of 21"—36" City of La Habra • Lining Existing Mains Project No. 1-S-09—21,733 LF'f 6"—15" City of Redwood City ■ 2010-2011 Sewer Rehabilitation Pi-.ject—5,011 LF of 6" Orange County Sanitation District • Bayside Drive Improvements 5-61—3,488 LF of 24" City of West Hollywood ■ Sewer Repair and Rehabilitation—Eastside CII'—24,759 LF of 8"-12" ►539 West i 40th Street Gardena,CA 90249.Phone(310)329-8717•Fax(310)329-0981 .12/14/2015 C":3)SOUTHWEST PIPELINE & TRENCHLESS CORP. Edward Summary of 2001 -Present Qualifications Southwest Pipeline&Trenchless Corp. Gardena,CA 90248 Cell: (310)261-0761 Lead Foreman Superintendent • Over 12 years' experience in CIPP Direct Project installation supervision. Project Scheduling, Inspector and Engineer Relations, Field Employee Management, Pipe Rehabilitation, Mainline Inspection, Pipe Cleaning, CCTV Inspection,Bypass (Flow Diversion), CIPP Installation,Liner Wet-out,Onsite Wet-out, Trek Control — National Liner (CIPP), U-Liner (HDPE), Lateral Lining, and Lateral Seal Connections(Tct Hats). Education and Special Skils • Equipment Operation — CCTV Trucks (Cameras and Cutters), Vactors, Boilers,Pumps,etc. • Bypass • Confined Space Training • Basic Medic First Aid—CPR Inclusive Project Experience • Supervised installation of over 200,000 feet in all HDPE, CIPP, Lateral Lining, and Lateral Seal Connection (Top Hat) projects completed by Southwest Pipeline & Trenchless Corp. and its divisions, U-liner West and National Liner West. Sewer&Storm Rehabilitation Projects (CIPP,SPR EX&Top Hats) City of San Diego • Pipeline Rehabilitation Phase F-1—104,604 LF of 6"—21" • Pipeline Rehabilitation Phase H-1—34,770 LF of 6"—15" ■ Sewer Pipeline Rehabilitation Phase J-1—47,668 of 8"—10" • Sewer Pipeline Rehabilitation Phe J-1A—38,507 LF of 6"—10" ■ Sewer Pipeline Rehabilitation Phase J-1B—27,092 LF of 8" • Sewer Pipeline Rehabilitation Phase J-1 C-35,196LF of 8" City of Los Angeles • SSRP A02A Venice Blvd. &Genesee 7,538 LF of 8"&10" ■ SSRP A02B Coliseum St.&La Brea Ave..—15,943 LF of 8"&10" ■ SSRP Mandeville Canyon Rd.&Wedstridge Rd.—12,535 LF of 8"&10" • N.E.Wilshire CSRP Unit 3—2,499 LF of 8" • SSRP P13 Range View&Ave.55—1,972 LF of 8" • SSRP U19B Prosser Ave.—11,043 LF of 8"-15" • SSRP U15 Camden Ave.—3,777 LF of 8"—15" O•22118 S.Vermont Ave.Torrance,CA 90532•Phone(310)329-8717•Fax(310)329-0981 •12/14/20151 ''.---1) 0 SOUTHWEST PIPELINE S FFiEhlCM £88 COpf. Edward Manriquez Cont'd City of Anaheim ■ Citywide Sanitary Sewer System Repair- 9,647 LF of 8"—24" ■ Citywide Sanitary Sewer System Repair Phase II Group 2—15,421 LF of 8"-18" Los Angeles County Sanitation District • District 5 Main Trunk Sewer Rehabilitation—7,035 LF of 15" • JO"H"Unit 1F Sewer Rehabilita:vvn—451 LF of 36" ■ J01A Long Beach Sewer Rehabilitation—62 LF of 24" Los Angeles County Department of R.iblic Works • CMP Lining CDR Phase 1A-6,000 LF of 15"—66" ■ CMP Lining CDR Phase 2A—1,170 LF of 15"—36" • Eaton Wash Spreading Ground Improvements—1,779 LF of 21"—36" City of La Habra • Lining Existing Mains Project No. 1-S-09—21,733 LF of 6"—15" City of Redwood City • 2010-2011 Sewer Rehabilitation Project—5,011 LF of 6" Orange County Sanitation District ■ Bayside Drive Improvements 5-61—3,488 LF of 24" City of West Hollywood • Sewer Repair and Rehabilitation—Eastside CIP—24,759 LF of 8"-12" 10.22118 S.Vermont Ave.Torrance,CA 90502•Phone(310)329-8717•Fax(310)329-0981 •12/14/20151 DESIGNATION OF SUBCONTRACTORS [Public Contract Code 4104] List all Subcontractors who will perform Work or labor or render service to the Contractor in or about the construction of the Work or improvement, or a Subcontractor licensed by the State of California who, under subcontract to the Contractor, specially fabricates and installs a portion of the Work or improvement according to detailed drawings contained in the Plans and Specifications, in an amount in excess of one-half percent (0.5%) of the Contractor's total Bid or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half percent (0.5%) of the Contractor's total Bid or$10,000, whichever is greater. If all Subcontractors do not fit on this page, attach another page listing all information for all other Subcontractors. California Name under which Contractor's California DR Type of Work Percentage of Subcontractor is License Contractor Address& Phone Number (e.g. Electrical) Total Bid(e.g., Licensed Number(s)& Registration 10%)* Cl3z,.)4‘ Number 9. 7,,dil<Oheie t.‘;' Aft/ 63;5 * /00,13:,>keij is sen It? nez 45'404 ' :z0s, Je ..1** J4.(4.4- %A,i) p J'il 6 4101777 5'64-2,4--yosg i ' . Pe veiirwer-owm 417 g 2 s 8 2,v..* /00.0a/V.57 'S 3°5. /114ii`rrie#4$4 • pyipk- ,ve. 6-4oz _ea'0/0 Amic/A,6,feiii, 8'exbiii i e.4 espe/44-. *The percentage of the total bid shall represent the"portion of the work"for the purposes of Public Contract Code Section 4104(b). 23 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Bidder's Name Southwest Pipeline & Trench less Corp. Current Year of 2014 2013 2012 2011 2010 Total Record Number of contracts 59 65 78 73 77 62 414 Total dollar amount of contracts(in thousands 20,173 19,883 24,224 19,750 15,418 16,498 115,946 of dollars) Number of fatalities 0 0 0 0 0 0 0 Number of lost workday cases 0 1 0 1 3 9 14 Number of lost workday cases involving permanent transfer to 0 0 0 0 0 0 0 another job or i termnation . -- empoy , The bove information as compiled from the records that are available to me at this time and I declare under penalty of perjury that the in ormation is tru nd accurate within the limitations of those records. Signatur : Signature: , Title: P sident Title: Secretary Date: 12-16-2015 Date: 12-16-2015 24