Loading...
Bid Proposal - Charles King Co. Inc. - 2013-06-14 COSTA MESA SANITARY DISTRICT ORANGE COUNTY, CALIFORNIA BID PROPOSAL FORM SYSTEM WIDE SEWER RECONSTRUCTION-PHASE III Project No. 197 Name of Bidder: C"ti'ljAjt' l l<-1, 01.) u6 Address: 2 L�I (�U/ko.- vtki. ,tvc • U 1`L� v � � I CA oZ5� J Phone No.: =-'40 (4U— TO 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 75 WORKING DAYS, 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.: I , , , , 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. 197 Bid Proposal Form — 1 of 15 CMSD SEWER PROJECT NO. 197 SCHEDULE OF WORK ITEMS (SCHEDULE A) SYSTEM WIDE SEWER RECONSTRUCTION- PHASE III BID APPROX. DESCRIPTION UNIT TOTAL ITEM QUANTITY PRICE AMOUNT 1 Lump Sum Bonds, Insurance, and Permits: Work under this item includes any costs incurred for securing bonds, insurance 6Cp0•Dp G,,,�,� permits and financing for construction work. Lump Sum $ 610.00 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 incidentals to and from the project site securing a temporary construction yard, and maintaining the project 1260400 site in a safe and orderly manner during construction. Lump Sum $ 'I250.Co 3 58 Each Rehabilitate Spot Repair by CIPP method (4' min.) Work under this item shall be all inclusive and include furnishing and installing all labor, material, sewer flow diversion, traffic control plan and traffic control, line g6-(> 00 cleaning, pre and post CCTV, installation of CCTV and V n other work necessary to rehabilitate sewer line. each $ g61R00,0C 4 4 Each Rehabilitate sewer segment by Top Hat method. Work under this item shall be all inclusive and include furnishing and installing all labor, material, sewer flow diversion, traffic control plan and traffic control, line cleaning, pre and post CCTV, installation of top hat, and 1560,00 other work necessary to rehabilitate sewer line. each $ ?090.00 5 1 Each Chain flail existing DIP at DIP/VCP transition Work under this item shall be all inclusive and include furnishing and installing all labor, material, sewer flow diversion, traffic control plan and traffic control, line cleaning, pre and post CCTV, and other work necessary to f'r„•D chain flail existing DIP to allow for the installation of a each $ !`1AA`00 short section of CIPP. 6 Lump Sum. Segment HS 27 per Plan. Rehabilitate full length of sewer segment by CIPP method (approximately 465 LF 8"VCP). Work under this item shall be all inclusive and include furnishing and installing all labor, material, sewer flow diversion, traffic control plan and traffic control, line cleaning, pre and post CCTV, line size and length verification, installing CIPP, reinstating laterals as necessary and other work necessary to rehabilitate sewer t'J 0OO UO line. Lump Sum $16.000,00 CMSD Project No. 197 Bid Proposal Form—2 of 15 CMSD SEWER PROJECT NO. 197 SCHEDULE OF WORK ITEMS (SCHEDULE A) SYSTEM WIDE SEWER RECONSTRUCTION-PHASE III BID APPROX. UNIT TOTAL DESCRIPTION ITEM QUANTITY PRICE AMOUNT 7 Lump Sum Segment 236 per Plan. Rehabilitate full length of sewer segment by CIPP method (approximately 295 LF 8"VCP). Work under this item shall be all inclusive and include furnishing and installing all labor, material, sewer flow diversion, traffic control plan and traffic control, line cleaning, pre and post CCTV, line size and length verification, installing CIPP, reinstating laterals as necessary and other work necessary to rehabilitate sewer 116GQ•00 line. Lump Sum $ 61600.00 8 3 Each Remove impeding obstruction shown on plan prior to lining Work under this item shall be all inclusive and include furnishing and installing all labor, material, grinding machines, sewer flow diversion, traffic control plan, and 0100.00 work necessary to rehabilitate sewer line. each $ 142t10.00 9 Lump Sum Segment 188 per Plan. Remove Existing 8-inch VCP sewer and Install New 8- inch VCP Sewer Main With Type"G" Compression Joints Per Plans and Specifications. Work under this item shall be all inclusive and include, but is not limited to traffic control, sewer flow diversion, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, backfill, and compaction per City Standard 813, installation of pipe and fittings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, final paving and striping and all other work necessary to install the sewer main complete in place. Work under this item shall also include adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction Safety Orders of the State of California, pursuant to the 820400 (060,provisions of Section 6707 of the California Labor Code. Lump Sum $ OD CMSD Project No. 197 Bid Proposal Form—3 of 15 ■ • CMSD SEWER PROJECT NO. 197 SCHEDULE OF WORK ITEMS (SCHEDULE A) SYSTEM WIDE SEWER RECONSTRUCTION-PHASE III BID APPROX. UNIT TOTAL DESCRIPTION ITEM QUANTITY PRICE AMOUNT 10 Lump Sum Segment 196 per Plan. Remove Existing 8-inch VCP sewer and Install.New 8- j inch VCP Sewer Main With Type "G"Compression Joints Per Plans and Specifications. Work under this item shall be all inclusive and include, but is not limited to traffic control, sewer flow diversion, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, backfill, and compaction per City Standard 813, installation of pipe and fittings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, final paving and striping and all other work necessary to install the sewer main complete in place. Work under this item shall also include adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction Safety Orders of the State of California, pursuant to the 111 60.60 provisions of Section 6707 of the California Labor Code. Lump Sum $MOO1.A is CMSD Project No. 197 Bid Proposal Form—4 of 15 CMSD SEWER PROJECT NO. 197 SCHEDULE OF WORK ITEMS (SCHEDULE A) SYSTEM WIDE SEWER RECONSTRUCTION-PHASE III BID APPROX. UNIT TOTAL ITEM QUANTITY DESCRIPTION PRICE AMOUNT 11 Lump Sum Segment 211 per Plan. Remove Existing 8-inch VCP sewer and Install New 8- 1 inch VCP Sewer Main With Type "G" Compression Joints Per Plans and Specifications. Work under this item shall be all inclusive and include, but is not limited to traffic control, sewer flow diversion, temporary paving and patching or trench `plates, trench excavation, control of ground water and surface water, bedding, backfill, and compaction per City Standard 813, installation of pipe and fittings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, final paving and striping and all other work necessary to install the sewer main complete in place. Work under this item shall also include adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction (.7 vO Safety Orders of the State of California, pursuant to the AA ��--77�� provisions of Section 6707 of the California Labor Code. _ Lump Sum $b2�(/+00 CMSD Project No. 197 Bid Proposal Form—5 of 15 CMSD SEWER PROJECT NO. 197 SCHEDULE OF WORK ITEMS (SCHEDULE A) SYSTEM WIDE SEWER RECONSTRUCTION-PHASE III BID APPROX. UNIT TOTAL DESCRIPTION ITEM QUANTITY PRICE AMOUNT 12 Lump Sum Segment 215 per Plan. Remove Existing 8-inch VCP sewer and Install New 8- inch VCP Sewer Main With Type "G" Compression Joints Per Plans and Specifications. Work under this item shall be all inclusive and include, but is not limited to traffic control, sewer flow diversion, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, backfill, and compaction per City Standard 813, installation of pipe and fittings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, final paving and striping and all other work necessary to install the sewer main complete in place. Work under this item shall also include adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction Safety Orders of the State of California, pursuant to the jaa. provisions of Section 6707 of the California Labor Code. Lump Sum $ ilia 00 { CMSD Project No. 197 Bid Proposal Form—6 of 15 1 , CMSD SEWER PROJECT NO. 197 SCHEDULE OF WORK ITEMS (SCHEDULE A) SYSTEM WIDE SEWER RECONSTRUCTION- PHASE III BID APPROX. UNIT TOTAL DESCRIPTION ITEM QUANTITY PRICE AMOUNT 13 Lump Sum Segment 220 per Plan. Remove Existing 8-inch VCP sewer and Install New 8- { inch VCP Sewer Main With Type"G" Compression Joints Per Plans and Specifications. Work under this item shall be all inclusive and include, but is not limited to traffic control, sewer flow diversion, temporary paving and ( patching or trench plates, trench excavation, control of ground water and surface water, bedding, backfill, and compaction per City Standard 813, installation of pipe and fittings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, final paving and striping and all other work necessary to install the sewer main complete in place. Work under this item shall also include adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction Safety Orders of the State of California, pursuant to the ii"U.00 provisions of Section 6707 of the California Labor Code. Lump Sum $ '0O19.00 • • CMSD Project No. 197 Bid Proposal Form—7 of 15 CMSD SEWER PROJECT NO. 197 SCHEDULE OF WORK ITEMS (SCHEDULE A) SYSTEM WIDE SEWER RECONSTRUCTION-PHASE III BID APPROX. UNIT TOTAL DESCRIPTION ITEM QUANTITY PRICE AMOUNT 14 Lump Sum Segment 221 per Plan. _ Remove Existing 8-inch VCP sewer and Install New 8- inch VCP Sewer Main With Type "G" Compression Joints Per Plans and Specifications. Work under this item shall be all inclusive and include, but is not limited to traffic control, sewer flow diversion, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, backfill, and compaction per City Standard 813, installation of pipe and fittings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, final paving and striping and all other work necessary to install the sewer main complete in place. Work under this item shall also include adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction Safety Orders of the State of California, pursuant to the gSD0,00 provisions of Section 6707 of the California Labor Code. Lump Sum $ q6-Db'66 CMSD Project No. 197 Bid Proposal Form—8 of 15 CMSD SEWER PROJECT NO. 197 SCHEDULE OF WORK ITEMS (SCHEDULE A) SYSTEM WIDE SEWER RECONSTRUCTION-PHASE III BID APPROX. UNIT TOTAL DESCRIPTION ITEM QUANTITY PRICE AMOUNT 15 Lump Sum Segment 229 per Plan. Remove Existing 8-inch VCP sewer and Install New 8- inch VCP Sewer Main With Type"G" Compression Joints Per Plans and Specifications. Work under this item shall be all inclusive and include, but is not limited to traffic control, sewer flow diversion, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, backfill, and compaction per City Standard 813, installation of pipe and fittings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, final paving and striping and all other work necessary to install the sewer main complete in place. Work under this item shall also include adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb, which_shall comply to applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. Lump Sum $ Nl Ff CMSD Project No. 197 Bid Proposal Form—9 of 15 CMSD SEWER PROJECT NO. 197 SCHEDULE OF WORK ITEMS (SCHEDULE A) SYSTEM WIDE SEWER RECONSTRUCTION-PHASE III BID APPROX. UNIT TOTAL DESCRIPTION ITEM QUANTITY PRICE AMOUNT 16 Lump Sum Segment 234 per Plan. Remove Existing 8-inch VCP sewer and Install New 8- inch VCP Sewer Main With Type"G" Compression Joints Per Plans and Specifications. Work under this item shall be all inclusive and include, but is not limited to traffic control, sewer flow diversion, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, bedding, backfill, and compaction per City Standard 813, installation of pipe and fittings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, final paving and striping and all other work necessary to install the sewer main complete in place. Work under this item shall also include adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction /� Safety Orders of the State of California, pursuant to the el0Da.0 provisions of Section 6707 of the California Labor Code. Lump Sum $afDoo.00 TOTAL AMOUNT OF ITEMS 1 THROUGH 16 $=1,700,00 (TOTAL IN WORDS— SCHEDULE A) TWO t►4 bREbp E16HT a. nt0 N tItuoRH 7Ou4 Bidders Initials Ors— Note: In case of a discrepancy between the words and figures, the words shall prevail. CMSD Project No. 197 Bid Proposal Form- 10 of 15 The Contractor agrees that the District will not be held responsible if any of the approximate quantities shown in the foregoing proposal shall be found incorrect, and he shall not make any claim for damages or for loss of profits because of a difference between the quantities of the various classes of work as estimated and the work actually done. If any error, omission or mis-statements shall be discovered in the estimated quantities, it shall not invalidate this contract or release the Contractor from the execution and completion of the whole or part of the work herein specified, in accordance with the specifications and the plans herein mentioned and the prices herein agreed upon and fixed therefor, or excuse him from any of the obligations or liabilities hereunder, or entitle him to any damages or compensation otherwise than as provided for in this contract. The Contractor agrees that the District shall have the right to increase or decrease the quantity of any bid item or portion of the work or to omit portions of the work as may be deemed necessary or expedient, and that the payment for incidental items of work, not separately provided in the proposal shall be considered included in the price bid for other various items of work. Accompanying this proposal is bi A b ay-14 ( ($ ). 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 submitted, G(rta k I-e=s k t rtA Co Toe, gees I d — Contractor's Business Naive ontractor Title 2-041 14a vlt-r4n.`4 Ave. Business Address: Street By: Title f+71(, CA g0765. �.3-�2 � A 7 a( li City' State Zip Contractor's License, Exp ration Date& Classification (5-6z) 426' 2474 Business Phone Number t 14.0 (rv-ec/r-r.ring Name Title C. -0 147%-2 -T� Residence Phone Number 21341 avd -r471- 1 Ave Bidder's Residence: Street \1,C nu( 4111 C1\- q0- 55 City State Zip CMSD Project No. 197 Bid Proposal Form— 11 of 15 • I declare under penalty of perjury under the laws of the State of California that the forgoing is true and correct. Dated atSII X101I 14111. ,this .3 day of 41 LI� 20 /3 . JJ (Signed) 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. brito l< C -� / c 1 u,v I ' (VI LT Pv-e /c vrt) 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 Uvl,l o1/1,4-el 1<e4,141 O5°sc3 3 - 64(OP 10 /701 I (,t-I-y c S irvt yea Ave . SV 0-07 >evvt 1 5pi, z 567-20-1 -277 2 cI3 --t 7( ( I G. / �' ('-�GtI I a n e,L i -� �e tiy‹ c-cult - e.r/t U . Mon Tovavto-v16 ta— 522- {zy v es 6114wtpl-c 7bo- 7'- -0{60 IW Vaileafcrs trr V IS+. J'u. vi c r.Av c In ?N►t- ee� . Ito b �- 56Z- Sto- 2 31 1 I (zo 12 1 � P 4 �t �+� GL'-cYv ( ' -rA( R traae--- PV CMSD Project No. 197 Bid Proposal Form— 12 of 15 PROJECT ADDENDA Bidder shall signify receipt of all Addenda here, if any: ADDENDUM NO. DATE RECEIVED BIDDER'S SIGNATURE 4/5 b 2. 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 ainount 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. bco tractor's Name and A dress Number Class .�, s s V �.44 _ � _:�.` LA ,L•.4..,L.i,,sw , Wi/"►/l%]' I71,17//7/ - r &Pp 0,0440444t. ,ea, gotta 773 { CMSD Project No. 197 Bid Proposal Form— 13 of 15 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 by this bid. r ` bvm k I 141 (�✓-�1 Gk6cvks k i vtl 60 I,1.& )z-1( aveteKA Ave. Y3nAI I•-h1 ( GC} °l®755_ Subscribed and sworn to before me by: This day of 20_. AC/t/L�i�/` My Commission expires: < l�✓L�� J • Notary Public CMSD Project No. 197 Bid Proposal Form— 15 of 15 • 10%BIDDER'S BOND TO ACCOMPANY PROPOSAL (Required if the bidder desires to submit bond instead of a certified or cashier's check). Bond No. 149 KNOW ALL PEOPLE BY THESE PRESENTS: That we, Charles King Company, Inc. ,. as principals, and The Ohio Casualty 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 AMOUNT OF THE BID ($ 1O%************* ) 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 1S SUCH, That if the certain proposal of the above bounden Charles King Company, Inc. , is accepted by the Costa Mesa Sanitary District, and if the above bounden, Charles King Company, 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, *SEE #1 BELOW*, by and from District, that said contract is ready for execution, then this obligation shall become null and'void;otherwise it shall he and remain in full force and virtue. IN WITNESS WHEREOF: We hereunto set our hands and seals this 31st day of May ,2013 Charles King Company, Inc. The Ohio Casualty Insurance Company Principal Sure , By: By: _ Debra . King - President Rya' Mantle-Attorney in Fact *#1 - Charles King Company, Inc. • • *, 1 1 CMSD Project No. 197 Bid Proposal Form-- 14 of 15 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ti-�'��.c�cr��Lr�r-�recerec'ercrerecercrcrcrcr-c�.ecer,�•ectir�.er,Fr�����'crer�-er-cr.�aererercr,� State of California County of Orange OnS.-3\--XX1 before me, Mary Martignoni - Notary Public Dale Here Insert Name and Tate of the Onicer personally appeared Ryan S. Mantle Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that MARY MARTIGNONI he/she/they executed the same in his/her/their authorized • „.s:.' COMM. # 1947853 2 capacity(ies), and that by his/her/their signature(s) on the Z• -4Z„�►,r�,, NOTARY PUBLIC-CALIFORNIA instrument the person(s), or the entity upon behalf of ORANGE COUNTY which the person(s)acted, executed the instrument. My Comm.Expires Sept.9,2015 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. 11111P - Signat e Place Notary Seal Above Signal wary Pubic OPTIONAL Though the information below is not required by law.it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Ryan S. Mantle Signer's Name: El Individual 0 Individual u Corporate Officer—Title(s): ❑Corporate Officer—Title(s): O Partner—O Limited ❑General ❑Partner—U Limited ❑General RIGHTTHUMBPRINT •RIGHTTNUMBPRINT; Xl Attorney in Fact OF SIGNER '' U Attorney in Fact F OF SIGNER ' C Trustee Top of'hunt,here Trustee Top of thumb heir LI Guardian or Conservator Li Guardian or Conservator U Other: C Other: Signer Is Representing: Signer Is Representing: The Ohio Casualty Insurance Company _ -r °”-r•✓.• - • •=h'-. • . .d a e- •a'•r.•.,.w•01,-.1V w•a• C--.'•s.•• •d"e.•-er- 02007 Nationat Notary Association•9350 De Soto Ave..PO.Bra'2402•Chatsworth.CA 01313-2402-nsmv.NahonalNotaryorg Item 60937 Reorder'Call Toll-Free 1-800-876-682, • California All-Purpose Acknowledgement State of California} County of Los Angeles • On 6/3/2013 before me, Sarah Criscuolo ,a Notary Public personally appeared Debra King who proved to me on the basis of satisfactory evidence to be the person(X whose name(1 is/a1)k subscribed to the within instrument and acknowledged to me that F/ {4ft11 i�plNq,,�� she/t) executed the same in l�s/her/tX .r authorized cik%C• CR/8'�,'''�.,� capacity(iN), and that by lXs/her/thXr signature(A on �ys � the instrument the person((, or the entity upon behalf �w + of which the personN acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws < ` of the State of California that the foregoing paragraph �10 9 °;,�� ��.,�# is true and correct.eies G,� *19295 x %" '�iiF;��rea*li r� WITNESS my hand and official seal. Notary Public Seal Notary Public Signature OPTIONAL 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) r ❑Individual �, F • - :', } �humbpnnt of Signer 1{ VrThumbprintt of Signer 2'- ❑Individual Corporate Officer:Pres./Sec/. Tres. � ❑Corporate Officer: �; x-...�• "fig;:' a,,ter•. . . ❑Partner- ❑Limited❑General Cl Partner- Cl Limited❑General Cl Attorney-in-Fact ❑Attorney-in-Fact CI Trustee Cl Trustee CI Guardian or Conservator ❑ Guardian or Conservator CI Other: CJ Other: Signer is Representing: Signer is Representing: