Loading...
Bid Proposal - GCI Construction, Inc. - 2016-08-14 I • COSTA MESA SANITARY DISTRICT ORANGE COUNTY,CALIFORNIA BID PROPOSAL FORM FORCE MAIN REPLACEMENT FOR SOUTH COAST PLAZA PUMP STATION Project No. 200-C Name of Bidder: GCI Construction, Inc. Address: 1031 Calle Recodo, Suite D, San Clemente CA 92673 Phone No.: 714-957-0233 TO THE BOARD OF DIRECTORS COSTA MESA SANITARY DISTRICT: Pursuant to and in compliance with the Notice Inviting Sealed Proposals (Bids) and the other documents relating thereto,the undersigned bidder has carefully examined and is completely familiar with the plans, specifications, and contract documents including the local conditions affecting the performance of the contract, the character, quality, quantities, and scope of the work, and the materials to be furnished as to the requirements of the specifications and the contract. If awarded the contract, the undersigned bidder hereby proposes and agrees to perform within the time stipulated in the contract, including all of its component parts and everything required to be performed, and to furnish any and all of the labor, material, tools, equipment, transportation, services, permits, utilities, and all other items necessary to perform the contract and complete in a workmanlike manner, all of the work required in connection with the construction of said work all in strict conformity with the plans and specifications and other contract documents,including addenda Nos.: 1 , ,_, ,and_, on file in the District office for the prices hereinafter set forth. The undersigned as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any person, firm, or corporation; and he proposes and agrees, if the proposal is accepted, that he will execute a contract with the District in the form set forth in the contract documents and that he will accept in full payment thereof the following prices,to wit: CMSD Project No.200-C Bid Proposal Form— 1 of 12 CMSD SEWER PROJECT NO.200-C SCHEDULE OF WORK ITEMS FORCE MAIN REPLACEMENT FOR SOUTH COAST PLAZA PUMP STATION BID APPROX. UNIT TOTAL DESCRIPTION ITEM QUANTITY PRICE AMOUNT 1 Lump Sum Bonds, Insurance, and Permits: Work under this item includes any costs incurred for securing bonds, insurance Lump permits and financing for construction work. Sum $ 9 MO, 2 Lump Sum Mobilization, Demobilization and Cleanup: Work under this item shall include preparatory and cleanup operations including, but not limited to, those necessary for the movement of personnel, equipment, materials, and 33 c D -- incidentals to and from the project site, securing a l temporary construction yard, and maintaining the project Lump site in a safe and orderly manner during construction. Sum $ 3.3p06, 3 Lump Sum Traffic Control: Furnish all labor,materials,and equipment for the installation and removal of the required traffic control including, but not limited to, changeable message boards, signs, delineators,traffic cones,barricades, flashing arrow signs, steel plates,and all other traffic control devices oZtaP• necessary to comply with the traffic control requirements for closing the access roads where work will occur during Lump night time hours. Sum $alb 4 Lump Sum Provide Diversion Plan for Existing Sewage Flow During Construction: Work under this item shall include,but is not limited to,pumps,temporary hoses or piping,pumper trucks,plugs,and all other equipment necessary to provide diversion of existing sewage flow during construction complete in place. Wetwells shall be fully bypassed using above ground sound attenuated pumps. Bypass shall include fully redundant pumps and hoses and be manned 24/7 during the project. Contractor shall submit bypass design for approval prior to start up. Bypass shall be test Odd run for 4 hours prior to full use and successfully 3d� demonstrated to District staff prior to beginning rehabilitation work. Existing daily dry weather peak flow is approximately 158 GPM. Lump Sum $ 3°1°66' CMSD Project No. 200-C Bid Proposal Form—2 of 12 it CMSD SEWER PROJECT NO.200-C SCHEDULE OF WORK ITEMS FORCE MAIN REPLACEMENT FOR SOUTH COAST PLAZA PUMP STATION BID APPROX. UNIT TOTAL DESCRIPTION ITEM QUANTITY PRICE AMOUNT 5 190 LF Remove existing 4" Force Main and Construct 6" PVC AWWA C900 Pipe(CL200) Work under this item shall be all inclusive and include furnishing and installing all labor,material,sewer flow diversion,traffic control plan,trench excavation,control of ground water and surface water,removal of existing 4" force main,bedding,installation of pipe and fittings, couplings,thrust blocks,backfill,compaction,testing, connection to existing force main,removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities,disposal of excess excavation materials,temporary paving and patching or trench plates,installing base paving,and other work a75. necessary to construct 6"PVC Pipe. LF $ 6 69 LF Construct 6" PVC AWWA C900 Pipe(CL200). Work under this item shall be all inclusive and include furnishing and installing all labor,material,sewer flow diversion,traffic control plan,trench excavation,control of ground water and surface water,bedding,installation of pipe and fittings,couplings,thrust blocks,backfill, compaction,testing,connection to existing force main, removal or protection of interfering portions of existing utilities or improvements,temporary and permanent support of utilities,disposal of excess excavation materials, temporary paving and patching or trench plates,installing base paving,and other work necessary to construct 6"PVC Pipe,including removing existing by-pass valve arrangement,and cutting and plugging existing 4"force 02 main where specified. LF $ (1,15( 4. 7 1 EA Construct 6" gate valve and 6" spools and flanged coupling adaptors with 24" Grade Ring with 24" dia. manhole cover on existing 6"DIP force main(prior to change in size to 8") just outside existing valve vault inside low ceiling parking structure with limited access. Work under this item shall be all inclusive and include furnishing and installing all labor, material, sewer flow diversion, bedding, backfill, re-paving and other work necessary to construct new 6" gate valve on existing force 1 ` main. EA $&3i066 CMSD Project No.200-C Bid Proposal Form—3 of 12 CMSD SEWER PROJECT NO.200-C SCHEDULE OF WORK ITEMS FORCE MAIN REPLACEMENT FOR SOUTH COAST PLAZA PUMP STATION BID APPROX. UNIT TOTAL DESCRIPTION ITEM QUANTITY PRICE AMOUNT 8 1 EA Construct 6"gate valve and 6" spools and flanged coupling adaptors with 24" Grade Ring with 24" dia. manhole cover on new 6" PVC C900 force main in planter just outside existing valve vault. Work under this item shall be all inclusive and include furnishing and installing all labor, material, sewer flow diversion, bedding, backfill, and other work necessary to construct new 6"gate valve on new force main. 5p0: EA $�115U0. 9 LS Remove and replace all existing valves and piping inside existing valve vault with new 6" gate valves, 6" plug valves, new 6" coated DIP or stainless steel piping, new bypass arrangement and fittings, including 3 separate pipe' supports, including painting all exposed piping and valves Lump with specialized primer and paint,all inclusive. Sum $ 441,066, 10 1 LS Rehabilitate existing discharge manhole Work under this item shall be all inclusive and include furnishing and installing all labor, material, traffic control plan, and other work necessary to rehabilitate sewer 11(001 manhole, including cleaning walls,reconstructing shelf and channel,patching existing T-Lock with Arrowlock for up to Lump AA 90%of manhole interior. Sum $ t 7�uu'J 11 2 EA Construct 2" air release valve with above ground valve arrangement as shown on the plans. Work under this item shall be all inclusive and include furnishing and installing �djq� all labor, material, traffic control plan, and other work o466.necessary to construct 2"air release valves. EA $ 1 12 LS Rehabilitate full length of existing 40' long 8" DIP gravity sewer main by chain flail and CIPP method. Work under this item shall be all inclusive and include furnishing and installing all labor, material, traffic control plan, and other work necessary to rehabilitate full length of 14.17P4 existing 8" DIP sewer line by chain flail and CIPP method 1(40M including reinstatement of sewer lateral. Lump 1 Sum $ CMSD Project No.200-C Bid Proposal Form—4 of 12 CMSD SEWER PROJECT NO.200-C SCHEDULE OF WORK ITEMS FORCE MAIN REPLACEMENT FOR SOUTH COAST PLAZA PUMP STATION BID APPROX. UNIT TOTAL DESCRIPTION ITEM QUANTITY PRICE AMOUNT 13 LS Rehabilitate full length of existing 212' long 8" VCP sewer line by CIPP method from Sta 12+31.72 to Sta 10+19.72. Work under this item shall be all inclusive and include furnishing and installing all labor, material, traffic control plan, and other work necessary to rehabilitate full length of 154 existing 8" VCP sewer line by CIPP method including bypassing flows, confirmation of length prior to lining, line Lump cleaning,pre and post CCTV,and reinstatement of laterals. Sum $201 14 LS Rehabilitate full length of existing 228' long 8" VCP sewer line by CIPP method from Sta 10+19.72 to Sta 7+91.72. Work under this item shall be all inclusive and include furnishing and installing all labor, material, traffic control plan, and other work necessary to rehabilitate full length of fp existing 8" VCP sewer line by CIPP method including bypassing flows, confirmation of length prior to lining, line cleaning,pre and post CCTV,and reinstatement of laterals. Sum $ 10taQ 15 LS Rehabilitate full length of existing 110' long 8" VCP sewer line by CIPP method from Sta 7+91.72 to Sta 6+81.52. Work under this item shall be all inclusive and include furnishing and installing all labor, material, traffic control q 661 plan, and other work necessary to rehabilitate full length of L existing 8" VCP sewer line by CIPP method including p bypassing flows, confirmation of length prior to lining, line Sum $GIt(9.— cleaning,pre and post CCTV,and reinstatement of laterals. 16 LS Rehabilitate full length of existing 340' long 8" VCP sewer line by CIPP method from Sta 6+81.52 to Sta 3+41.52. Work under this item shall be all inclusive and include A furnishing and installing all labor, material, traffic control ?4l-" plan, and other work necessary to rehabilitate full length of Lum existing 8" VCP sewer line by CIPP method including p $ i9'31 bypassing flows, confirmation of length prior to lining, line S ;um cleaning,pre and post CCTV,and reinstatement of laterals. 17 LS Rehabilitate full length of existing 269' long 8" VCP sewer line by CIPP method from Sta 3+41.52 to Sta 0+73. Work under this item shall be all inclusive and include furnishing and installing all labor, material, traffic control I i plan, and other work necessary to rehabilitate full length of Lum existing 8" VCP sewer line by CIPP method including Sum $/0l(04'3 bypassing flows, confirmation of length prior to lining, line cleaning,pre and post CCTV,and reinstatement of laterals. CMSD Project No.200-C Bid Proposal Form-5 of 12 CMSD SEWER PROJECT NO.200-C SCHEDULE OF WORK ITEMS FORCE MAIN REPLACEMENT FOR SOUTH COAST PLAZA PUMP STATION BID APPROX. UNIT TOTAL DESCRIPTION ITEM QUANTITY PRICE AMOUNT 18 LS Rehabilitate full length of existing 215' long 8" VCP sewer line by CIPP method from Sta 4+30 to Sta 2+15. Work under this item shall be all inclusive and include furnishing and installing all labor, material, traffic control I3► plan, and other work necessary to rehabilitate full length of existing 8" VCP sewer line by CIPP method including Lump $ l5 h(00, bypassing flows, confirmation of length prior to lining, line Sum cleaning,pre and post CCTV,and reinstatement of laterals. 19 LS Rehabilitate full length of existing 215' long 8" VCP sewer line by CIPP method from Sta 2+15 to Sta 0+00. Work under this item shall be all inclusive and include furnishing and installing all labor, material, traffic control plan, and other work necessary to rehabilitate full length of existing 8" VCP sewer line by CIPP method including,3-WA bypassing flows, confirmation of length prior to lining, line cleaning,pre and post CCTV,and reinstatement of laterals. 3���Q 20 LS Contractor to grind and cap new paving areas at least 2 weeks after base paving and restore any pavement markings demolished. Work under this item shall be all inclusive and include furnishing and installing all labor, material, traffic 0( (o 000, — control plan,and other work necessary to grind and cap new paving areas to establish final paving as required by South Coast Plaza Management. TOTAL AMOUNT OF ITEMS 1 THROUGH 20 4i ,4e?.°O TOTAL IN WORDS) pour/U./nrke 4-LAue—hw tool-i-oU Y t,fl el areal Aj 11A-Lf-two alA.rs Bidders Initials, Note: In case of a discrepancy between the words and figures,the words shall prevail. The Contractor agrees that the District will not be held responsible if any of the approximate quantities shown in the foregoing proposal shall be found incorrect, and he shall not make any claim for damages or for loss of profits because of a difference between the quantities of the various classes of work as estimated and the work actually done. If any error, omission or mis-statements shall be discovered in the estimated quantities, it shall not invalidate this contract or release the Contractor from the execution and completion of the whole or part of the work herein specified, in accordance with the specifications and the plans herein mentioned and the prices herein agreed upon and fixed therefor, or excuse him from any of the obligations or liabilities hereunder, or entitle him to any damages or compensation otherwise than as provided for in this contract. CMSD Project No. 200-C Bid Proposal Form-6 of 12 The Contractor agrees that the District shall have the right to increase or decrease the quantity of any bid item or portion of the work or to omit portions of the work as may be deemed necessary or expedient, and that the payment for incidental items of work, not separately provided in the proposal shall be considered included in the price bid for other various items of work. Accompanying this proposal is "Bidder's Bond" ($ 10% ). NOTICE: Insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be in an amount equal to at least 10%of the total bid price,payable to the Costa Mesa Sanitary District. The undersigned deposits the above named security as a proposal guaranty and agrees that it shall be forfeited to the Costa Mesa Sanitary District as liquidated damages in case this proposal is accepted by the District and the undersigned shall fail to execute a contract for doing said work and to furnish good and sufficient bonds in the form set forth in the specifications and contract documents of the District with surety satisfactory to the District within 10 Days after the bidder has received written notice of the award of the contract; otherwise, said security shall be returned to the undersigned. Respectfully s Omitted, GCI Construction, Inc. Terry D. it -spie I President Contractor's Business Name MirCo. Title 1031 Calle Recodo, Suite D �— Business Address: Street By: Ter 10 Gillespie Title President San Clemente, CA 92673 #755356; xp. 10-31-16; Class"A"; City State Zip Contractor's License,Expiration Date&Classification 714-957-0233 Business Phone Number Terry D. Gillespie - President Name Title NA Residence Phone Number NA Bidder's Residence: Street NA City State Zip I declare under penalty of perjury under the laws of the State of California that the forgoing is true and corr-'t Dated . .a 1 leme `•, CA ,this 24th day of August 2016 ( gne 0 Terry D. Gillespie - President CMSD Project No. 200-C Bid Proposal Form–7 of 12 • The full names and residences of all persons and parties interested in the foregoing proposal, as principals,are as follows: NOTICE: Give first and last names in full; in case of corporation, give names of President, Secretary, Treasurer and Manager, and affix corporate seal; in all cases of partnerships and joint ventures give names of all the individual members. GCI Construction, Inc. (corporation) Terry D. Gillespie- President 1031 Calle Recodo, Suite D, San Clemente 92673 Charles L. Gillespie-Vice President " Janet Gillespie -Secretary CMSD Project No.200-C Bid Proposal Form—8 of 12 CONSTRUCTION PROJECT REFERENCES In order to more fully evaluate your background and experience for the project herein proposed,it is requested that you submit a list of Public Works and/or similar construction projects completed, or in progress,within the last 24 months. Your cooperation in this matter is greatly appreciated. DATE PROJECT AGENCY'S CONTRACT AWARDED AWARDING AGENCY ADMINISTRATOR PLEASE SEE ATTACHED PROJECT REFERENCES PROJECT ADDENDA Bidder shall signify receipt of all Addenda here,if any: i ADDENDUM NO. DATE RECEIVED B Ir DE! ' GN, URE No. 1 August 14, 2016 ►e ry . i espie- President CMSD Project No. 200-C Bid Proposal Form—9 of 12 /i., A SNT-tile ;yam Ai S yl \`-'9%Rxty-V ADDENDUM NO. 1 #200-C Force Main Replacement for South Coast Plaza Pump Station Today's Date: August 14,2016 Bid Opening Date: August 30,2016, 10:00 A.M. This Addendum is hereby made a part of the contract documents and construction drawings. Receipt of the Addendum shall be noted on the Bid Form. The following changes, additions, clarifications or modifications shall be made to the contract documents and construction drawings; all other conditions remain the same. Based on questions submitted by contractors during the pre-bid meeting,the District provides the following modifications: 1. The cost for installing a CIPP liner in the CIP gravity main and in the VCP gravity mains is hereby designated a"Specialty Item" and the cost thereof shall be deducted from the contractor's total bid amount when determining whether the prime contractor is self-performing at least 50% of the contract. 2. Contractors who did not attend the mandatory pre-bid meeting are prohibited from being the prime contractor on this project. 3. Unless construction can be completed by October 28, 2016, construction will have to occur in early January 2017. Thank you, 4 41.- Robin B. Hamers,PE District Engineer (714)293-2727 GCI CONSTRUCTION,INC. REFERENCES FOR COMPLETED PROJECTS LIST Customer Contact Information Job#/Description Contract Amt. Completion Date TRABUCO CANYON WATER DISTRICT Job No.463 $ 58,812.00 April 2016 Lome Lausten,P.E. 7 Reclaimed Line Conversion 32003 Dove Canyon Drive On-Site (Nursery) Trabuco Canyon,CA 92679 Location: (949)858-0277,ext.130 Trabuco Canyon Rd.and fax(949)858-3025 Arta Vista Ranch,RSM CITY OF NEWPORT BEACH Job No.469 $ 72,812.00 April 2016 100 Civic Center Drive Balboa Avenue Water Main Newport Beach,CA 92660 Replacement Mike Sinacori Location:Balboa Ave.&PCH ph(949)644-3311 Newport Beach TRABUCO CANYON WATER DISTRICT Job No.462 $ 29,234.00 March 2016 Lome Lausten,P.E. I Reclaimed Line Conversion 32003 Dove Canyon Drive Off-Site Trabuco Canyon,CA 92679 Location: (949)858-0277,ext.130 Trabuco Canyon Rd.and fax(949)858-3025 Alta Vista Ranch,RSM CITY OF SAN CLEMENTE Job No.470 $ 25,759.00 March 2016 Greg Deist,P.E. Emergency Repair of 16"RW 910 Calle Negocio Pipe-Project No.24401 San Clemente,CA 92673 Location: Vista Hermosa ph(949)361-6154 San Clemente fax(949)361-8316 EMERALD BAY SERVICES DISTRICT Job No.460 $ 59,215.00 Feb 2016 Michael Dunbar,P.E. Emerald Bay Storm Drain at#68 600 Emerald Bay Emerald Bay(Beach Sewer Laguna Beach,CA Lift Station) ph(949)494-8572 Location: Engineer. Rob Hamers&Associates 68 Emerald Bay,Laguna Beach Rob Hamers r 234 E.17th Street,Suite 205 Costa Mesa,CA 92627 ph(949)548-1192 fax(949)548-6516 EMERALD BAY SERVICES DISTRICT Job No.457 $ 153,706.00 Feb 2016 Michael Dunbar,P.E. Storm Drain Improvement at 600 Emerald Bay #1054113 Emerald Bay Laguna Beach,CA ph(949)494-8572 Location: Engineer: Rob Hamers&Associates #105 to#113 Emerald Bay Drive Rob Hamers Emerald Bay 234 E.17th Street,Suite 205 Laguna Beach Costa Mesa,CA 92627 ph(949)548-1192 fax(949)548-6516 CITY OF CYPRESS Job No.456 $ 101,665.00 Jan 2016 Dario Simones,P.E. Storm Drain Improvement 5275 Orange Avenue Project No.115 Cypress,CA 90630 Location: ph(714)229-6694 5700 Orange Avenue,Cypress fax(714)229-0154 CITY OF WESTMINSTER Job No.459 $ 37,000.00 Dec 2015 Tuan Pham,P.E. Springdale/Iroquois Catch Basins 8200 Westminster Blvd. Location: Westminster,CA 92683 Springdale St.&Iroquois ph(714)548-3456 Westminster fax(714)895-4499 CITY OF ONTARIO Job No.443 $ 959,066.00 October 2015 Dennis Mejia,P.E. Sewer Main Improvements 1425 Soutn Bon View Avenue Riverside Ave.,Plaza Serena, Ontario,CA 91761 Bon View Ave.,University of ph 909-395-2609 La Verne fax 909-395-2608 Contract No.UT 1314-06 i r • 1 I 1 I I IRVINE UNIFIED SCHOOL DISTRICT Job No.450 $ 108,252.00 November 2015 Construction&Facilities Irvine High School Classroom 100 Nightmist Addition-Sanitary Sewer Service Irvine,CA 92618 Project#600N-3-14-861 Construction Manager Location: Bernard's Irvine High School Brooke Duncan,P.M. 4321 Walnut Avenue 4321 Walnut Avenue _Irvine,CA 92604 Irvine,CA 92604 CITY OF SAN CLEMENTE Job No.449 $236,522 August 2015 Ken Knatz,P.E. East Avenida Magdalena 910 Calle Negocio Water Line Upsize-Project No.15403 € San Clemente,CA 92673 Location: ph(949)361-6139 _East Avenida Magdalena fax(949)361-8316 &Ardella Lane,San Clemente LAGUNA BEACH CO.WATER DISTRICT Job No.448 $64,302 June 2015 e Dave Rusk,P.E. Emergency 2-Inch PVC Pipeline Repair 306 Third Street Rounsevel Terrace Laguna Beach,CA 92652 Location: ph 949-494-1041 Rounsevel Terrace fax 949-497-1021 Laguna Beach LAGUNA BEACH CO.WATER DISTRICT Job No.444 $162,164 May 2015 Dave Rusk,P.E. 2014-2015 Valve&Fire Hydrant 306 Third Street Replacement Project-Phase II Laguna Beach,CA 92652 Location: ph 949-494-1041 5 Locations,City of Laguna Beach fax 949-497-1021 TRABUCO CANYON WATER DISTRICT Job No.434 $284,316 April 2015 Lome Lausten,P.E. I Shadow Rock Detention Basin Urban 32003 Dove Canyon Drive Water Recovery Project Trabuco Canyon,CA 92679 _ Pump Station-Project No.6147-B _ (949)858-0277,ext.130 Location: fax(949)858-3025 _Shadow Rock Detention Basin 20607 1/2 Shadow Rock Lane,Trabuco Canyon CITY OF IRVINE Job No.438 $521,378 March 2015 Kirk Streets,Sen.P.M. Orange County Great Park One Civic Center Plaza Interim Infrastructure Irvine,CA 92623 Capital Improvement Project-CIP No.371406 (949)724-7554 Location: kstreets(a)ci.irvine.ca.us Orange County Great Park Barranca Parkway&Technology Drive,Irvine MOULTON NIGUEL WATER DISTRICT Job No.428 $457,878 January 2015 Ray McDowell,P.E. La Paz/Moulton PW System 26161 Gordon Road Reconfiguration-CIP Proj.No.2012.034 Laguna Hills,CA Location: ph(949)425-3527 La Paz Road,Moulton Parkway. fax(949)643-2489 &various locations,Laguna Hills CITY OF DANA POINT Job No.437 $195,596 January 2015 Robert French,PE I Zarzito Formosa Storm Drain 33282 Golden Lantern Emergency Repair Dana Point,CA 92629 Location: ph (949)337-0520 Zarzito St.&Formosa Dr. Dana Point CITY OF TUSTIN Job No.425 $850,373 December 2014 Eric Johnson,P.E. Williams Street Storm Drain 300 Centennial Way Proj.CIP No.50037 _ Tustin,CA 92780 Location: ph(714)573-3320 Williams Street,Tustin fax(714)734-8991 — ORANGE COUNTY WATER DISTRICT Job No.431 $ 99,218.00 December 2014 Audrey Perry,PM Santiago Pipeline Access Project 18700 Ward Street Contract No.SC-2014-1 Fountain Valley,CA 92708 Location: ph (714)378-8245 CollinsStreet at Tustin Avenue fax(714)378-3373 Orange 1 COSTA MESA SAITARY DISTRICT Job No.439 $ 68,400.00 December 2014 Rob Hamers,P.M. Emergency Sewer Force Main Repair 628 W.19th Street President Place,Costa Mesa Costa Mesa,CA 92627 ph(949)631-1731 fax(949)548-6516 1 SADDLEBACK COLLEGE Job No.433 $ 96,555.00 November 2014 Louis Sessler,Proj.Mgr. Emergency Waterline Repair 28000 Marguerite Parkway Saddleback College Mission Viejo,CA 92692 ph(949)582-4947 MOULTON NIGUEL WATER DISTRICT Job No.429 $63,000 September 2014 Ray McDowell,P.E. Via Lomas Pipeline-Slope Repair 26161 Gordon Road Contract No.13-14.037 Laguna Hills,CA Location: ph(949)425-3527 Via Lomas,Laguna Hills fax(949)643-2489 COSTA MESA SAITARY DISTRICT Job No.407 $602,972 September 2014 Rob Hamers,P.M. Installation of Backup Power& 628 W.19th Street Backup Pumping Capacity Costa Mesa,CA 92627 Project No.196-A ph(949)631-1731 Location: fax(949)548-6516 Victoria,Mendoza and Mesa Drive Costa Mesa CITY OF LAGUNA NIGUEL Job No.421 $298,971 August 2014 Nick Renn,P.E. Crown Valley Park Water&Sewer 30111 Crown Valley Parkway Improvements Laguna Niguel,CA 92677 Cash Contract No.14-05 ph 949-362-4337 Location: fax 949-362-4385 Crown Valley Community Park 29751 Crown Valley Pkwy,Laguna Niguel CITY OF NEWPORT BEACH Job No.426 $ 19,650.00 August 2014 100 Civic Center Drive Irrigation Services,Meters& Newport Beach,CA 92660 Backflow-Dover Drive Mike Sinacori Newport Beach ph(949)644-3311 LAGUNA BEACH CO.WATER DISTRICT Job No.423 $111,694 July 2014 Dave Rusk,P.E. Emerald Bay Waterline 306 Third Street Replacement-1425 Kilkenny Road Laguna Beach,CA 92652 Location: ph 949-494-1041 1425 Kilkenny Road,Laguna Beach fax 949-497-1021 I COSTA MESA SAITARY DISTRICT Job No.424 $90,652 July 2014 Rob Hamers,P.M. Force Main Replacement at 628 W.19th Street Mendoza Pump Station Costa Mesa,CA 92627 Project No.200-A ph(949)631-1731 Location: fax(949)548-6516 Mendoza Drive,Costa Mesa CITY OF NEWPORT BEACH Job No.427 $ 11,477.00 July 2014 100 Civic Center Drive Hydrant Relocation at Newport Beach,CA 92660 Cornwall&Dover Drive Mike Sinacori Newport Beach ph(949)644-3311 CITY OF SAN CLEMENTE Job No.410-Sarmentoso Pressure $204,686 May 2014 Ken Knatz,P.E. Reducing Station Rehabilitation 910 Calle Negocio Project No.13406 San Clemente,CA 92673 Location: ph(949)361-6139 Sarmentoso&Riachuelo fax(949)361-8316 San Clemente ob 405- Initial Disinfection Facility RANCH WATER DISTRICT J 15600 Sand Canyon Avenue Chlorine Injection Line Replacement $1,087,178 April 2014 Irvine,CA 92618 PR 11669 Alex Murphy,P.E. Location: ph(949)453-5863 Susan Steet between Warner Ave. fax(949)496-1244 &Segerstrom Ave.,Santa Ana DANA POINT HEADLANDS HOA Job 416-Sewer Pump Station _ $122,722 April 2014 Pravin Mody Dana Strand 34385 Dana Strand Road Location: Dana Point,CA 92627 34385 Dana Strand Road Consultant: Robin B Hamers&Associates Inc. Dana Point ph (949)548-1192 fax(949-548-6516 CITY OF SAN CLEMENTE Job 415-Avenida Vista Hermosa $134,248 April 2014 Amir Ilkhanipour,P.E. Emergency Water Line Repair 910 Calle Negocio I Project No.24401 , San Clemente,CA 92673 Location: ph(949)361-6140 Avenida Vista Hermosa fax(949)361-8316 San Clemente CITY OF SAN CLEMENTE Job 402-Los MaresNaquero $901,906 December 2013 Amir Ilkhanipour,P.E. Storm Drain Upgrade 910 Calle Negocio I Project No.16001 ! San Clemente,CA 92673 Location: ph(949)361-6140 Camino De Los Mares& fax(949)361-8316 Avenida Vaquero,San Clemente HARDY&HARPER INC. Job 400-Saddleback Church Steve Krischner Parking Lot&Site Utilities $519,183 September 2013 1312 E.Warner Avenue Location: Santa Ana,CA 92705 Saddleback Church ph 714-444-1851 1311 Calle Batido,San Clemente fax 714-444-2801 LAGUNA BEACH CO.WATER DISTRICT Job 396-Manzanita Drive $381,296 August 2013 Dave Rusk,P.E. Waterline Improvements 306 Third Street _ Location: Laguna Beach,CA 92652 Manzanita Drive,Laguna Beach ph 949-494-1041 fax 949-497-1021 LAGUNA BEACH CO.WATER DISTRICT Job 397-2-Inch PVC Waterline $496,581 August 2013 Dave Rusk,P.E. Improvements-Various Locations 306 Third Street Location: Laguna Beach,CA 92652 various locations in the ph 949-494-1041 City of Laguna Beach fax 949-497-1021 CITY OF Job 392-Residential Area 1 $1,294,522 May 2013 Tuan Pham,P.E. Storm Drain Improvements Project 8200 Westminster Blvd. Location: Westminster,CA 92683 Westminster Avenue,Beach Blvd., ph(714)548-3456 Pacific Avenue,23rd Street, fax(714)895-4499 I Westminster CITY OF SAN CLEMENTE 395-Well Treatment Backwash $187,631 May 2013 Ken Knatz,P.E. Pipeline and Vaquero Waterline 910 Calle Negocio Replacement-Proj.No.24401 San Clemente,CA 92673 Location: ph(949)361-6139 Calle Bahia&Ave.Santa Margarita, fax(949)361-8316 and Ave.Vaquero,San Clemente DESIGNATION OF SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act" being Sections 4100-4113 of the Government Code of the State of California, and any amendments thereto, each bidder shall set forth below the name and location of the place of business of each Subcontractor who will perform work or labor or render service to the prime Contractor in or about the construction of the work or improvement in an amount in excess of 1/2 of 1% of the prime Contractor's total bid and shall further set forth the portion of the work which will be done by each such Subcontractor. Only one Subcontractor for each such portion shall be listed. If the Contractor fails to specify a Subcontractor for any portion of the work to be performed under the contract, he shall be deemed to have agreed to perform such work himself, and he shall not be permitted to subcontract that portion of the work except under the conditions hereinafter set forth. Subletting or subcontracting of any portion of the work to which no Subcontractor was designated in the original bid, shall only be permitted in cases of public emergency or necessity, and then only after a finding reduced to writing as a public record of the Legislative Body of the owner. Portion State License of Work Subcontractor's Name and Address Number Class a-+ncan i1212.i1212.0_( �#'731'79� ,4 �-(n� 0,IPP Liu �� ��41 ► � r1Ue �-�u n i4 ci jar Ra 6r mot gjih7Arriffique Pr�a`sc�n ' `�l��i�q �c.ci�r�,a� , L,S 3 t�3 na SUXDC 11I r 1 _• • .i_ • `� CMSD Project No.200-C Bid Proposal Form— 10 of 12 • Y • 10% BIDDER'S BOND TO ACCOMPANY PROPOSAL (Required if the bidder desires to submit bond instead of a certified or cashier's check). KNOW ALL PEOPLE BY THESE PRESENTS: That we, GCI CONSTRUCTION, INC. as principals,and INTERNATIONAL FIDELITY INSURANCE COMPANY as surety, are held and firmly bound unto the Costa Mesa Sanitary District,a special district,organized under the laws of the State of California and situated in Orange County in the sum of TEN PERCENT OF THE AMT. BID ($ 10% OF BID AMT. ) to be paid to the District,its successors and assigns, for which payment well and truly to be made,we bind ourselves,our heirs,executors,and administrators,successors or assigns,joint and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That if the certain proposal of the above bounden GCI CONSTRUCTION, INC. , is accepted by the Costa Mesa Sanitary District, and if the above bounden, GCI CONSTRUCTION, INC. his heirs,executors, administrators, successors and assigns, shall duly enter into and execute a contract for such construction, and shall execute and deliver the LABOR AND MATERIAL and the FAITHFUL PERFORMANCE BONDS described within 10 days (not including Sunday) from the date of the mailing of a notice of the above bounden,GCI CONSTRUCTION*by and from District, that said contract is ready for execution, then this obligation shall become null and void;otherwise it shall be and remain in full force and virtue. *INC. IN WITNESS WHEREOF: We hereunto set our hands and seals this 24th •ay of AUGUST ,2016 GCI •NS RUt, . ON, I • fir --r- YuJ ►, v pet1a INTE A r ONA FIDELITY INSURANCE COMPANY BY .41 M HAEL D. S"� eJ ATTORNEY—IN1FACT CMSD Project No. 200-C Bid Proposal Form— 11 of 12 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 ... -• •,----:,--- ...--,,,,,,,,,,,-:•,--•,•> >.,w••..C>. (.fil..ti•.-;t,-•. t?' '-;•�• ;•,---- ^•:•,..7,--,,,,,--,-• -. Ct4 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of Orange �" ) On 9(.,t ( .c+ ! li QI(U before me, Janet Gillespie - Notary Public , J Date Here Insert Name and Title of the Officer personally appeared Terry D. Gillespie Name.(s9'of Signer.(ar who proved to me on the basis of satisfactory evidence to be the person(e)'whose name( is/are' subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies);and that by his/her/theif signature($on the instrument the person(a), 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. JANET GILLESPIE WITNESS my hand and official seal. z Commission #2049968 i Notary Public-California i z Orantni, ge County Signature �,��' //�� I I_____ My Comm.Expires Dec 21_2017 t Sign- re of Notary ' blic 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 0 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: - •. •..2,..-,..z...._,,,...„,........•_ ,.�.n�. .•c�k „.,A GL,..cww�ti'o-%�,'o-%ER sC" hi'E ,-.:.�:.'.7.•,��—,`...�,n.;.... • - -x_ ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 s..:e...,eic�.nr T..s\...�r!cct�s\r-cr�r�s res r.s�r�-.\r�r�c..•�s\r Ar.-.\r.Tr...r Tri r�:\r!�K:r:s\.: A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Riverside On O a 60 before me, R. Naooi "Notary Public" Date Here Insert Name and Title of the Officer personally appeared MICHAEL D. STONG Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(*) whose name(*) is/ate subscribed to the within instrument and acknowledged to me that he/sue/they executed the same in his/her/their authorized capacity(iee),and that by his/Nu/their signature(on the instrument the person(m), or the entity upon behalf of which the person(*) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph R.NAPPI 1 is true and correct. COMM.#2152652cn y �s; : ^t NOTARY PUBLIC•CAUfORNIA WITNESS my hand and official seal. RIVERSIDE COUNTY so My Comm.Exp.June 7.2020 Signature / Signa r of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): El Corporate Officer — Title(s): ❑Partner — ❑ Limited ❑General 0 Partner — ❑ Limited ❑General ❑Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: 0 Other: Signer Is Representing: Signer Is Representing: (,:\%i.r%..✓..r%:\.. \._.:\eiy\. \._.\✓.:\�6%S\:S\'ii.\?�6\%�.\�:\�::\���'!G\'�G\' ✓:\:\'6\%�= -i i.�al4\✓S\e/S\%n+!hr!:\rii\'!:\.c!i.\'!:\...\'!S'%S\.:S\'✓.:�'✓.5\_.S ©2014 National Notary Association•www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 1-44973)624-72°0 POWER O ,ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER,20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of Pennnysylvania,having their principal office in the City of Newark,New Jersey,do hereby constitute and appoint MICHAEL D. STONG, JEREMY PENDERGAST Riverside,CA, their true and lawful attorney(s)-in-fact to execute,seal and deliver for and on its behalf as surety,any and all bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed,required or permitted by law,statute rule,regulation,contract or otherwise and the execution of such instrument(s) in pursuance of these presents,shalt be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes,as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed,and maybe revoked, pursuant to and by authority of the By-La�ws of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASULTY' COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 20th day of July,2011)and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 15th day of August,2000: "RESOLVED that (1)the President, Vice President, or Secretary of the Corporation shall have the power to appoint,and to revoke the appointments of, Attorneys-in-Fact or agents with power and authority as defined or limited in their respective powers of trney,and to execute on behalf of the Corporation and affix the Corporation's seal thereto,bonds,undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and(2)anysuch Officers of the Corporation may appoint and revoke the appointments of joint-control custodians;agents for acceptance of process,and Attorneys-in-fact with authority to execute waivers and consents on behalf of theration;and (3)the signature ofany such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or'ccation given for the execution of any bond,undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto,such signature and seals when so used whether heretofore or Hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation,to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 12th day of March,2012. �Y �c► STATE OF NEW JERSEY V,. / '' County of Essex '1 re C S :0I 1936 S1 ` * ROBERT W.MINSTER Ate_ Executive Vice President/Chief Operating Officer "�NSyt., (International Fidelity Insurance Company) and President(Allegheny Casualty Company) On this 12th day of March 2012, before me came the individual who executed the preceding instrument,to me personally known,and, being by me duly sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY that the seals affixed to said instrument are the Corporate Seals of said Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, ����,e•„„,,,N�r at the City of Newark,New Jersey the day and year first above written. ,N1 V �1'.4 .4.r.,,iy.) ,,,a1427e.e."009 Z BLNB ,,,`ei r' A NOTARY PUBLIC OF NEW JERSEY ��'�.,4`••-..,.. '/ My Commission Expires Mar.27,2014 % Op pieti ' • g,'''0,a.„.w `'� CERTIFICATION I,the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that<the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. / IN TESTIMONY'WHEREOF, I have hereunto set my hand this pVTL J day of 0,4443),(441.4-,} 1Ie MAiRIA BRANCO Assistant Secretary. NON-COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of Costa Mesa Sanitary District whereby such affiant or affiants or either of them has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidder, which tends to or does lessen or destroy free competition in the letting of the contract sought for on the attached bids; that no bid has been accepted from any Subcontractor or supplier through any bid depository, the By- Laws, Rules, or Regulation of which prohibit or prevent the Contractor from considering any bid from any Subcontractor or supplier which is not processed through said bid depository, or which prevent any Subcontractor or supplier from bidding to any Contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be suggested,offered,paid or delivered to any person of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought b this bid. GCI Con• ru ion/jj c. ffffV4 Terry D. Gill.sp e- • -sident Subscribed and sworn to before me by: ►erru b . & I ie,..c.p 1 eJ This 0. ' day of 41,111S-1- 2011,2 My Commission ex sires: LC` ..D1 t x) -'1 ati / / Notary,Public JANET GILLESPIE Commission#2049968 Notary Public-California z z ' Orange County D j___1__1 Comm.Expireseec 21.20_17i CMSD Project No. 200-C Bid Proposal Form— 12 of 12 COSTA MESA SANITARY DISTRICT BID REGISTER NAME OF PROJECT: Force Main Replacement for South Coast Plaza Pump Station (Project 200-C) BID OPENING DATE: August 30, 2016 TIME: 10:00am BID NO. COMPANY REC'D REC'D BY COMMENTS AMOUNT 2 Co SONS L. P 6,8(0, 7 25. 2. Chal;leskip ,, . Am tea- ¢55, 710 . 9 /7I,/<",Pp,I ' ':5oAA/ / , yeo . y GCE Cs7i . 9: 5 64N Ob& 4-Lz, 4-s . �� 3g31400 NUMBER OF BIDS FILED BY OPENING TIME: BIDS RECEIVED BY: Gina Terraneo TITLE: Management Analyst I P:\04-District Clerk\Bid Results\Bid Register-2016-08-30-Project 200-C.doc