+ All Categories
Home > Documents > Paulus ring, Inc.

Paulus ring, Inc.

Date post: 25-Mar-2022
Category:
Upload: others
View: 3 times
Download: 0 times
Share this document with a friend
98
AGREEMENT EXHIBIT B Paulus ngin ring, Inc. p ) wa CoAgmetion Lid 724U4 ( 714) ' 632- 3975 Request For Proposal For On - Call Emergency sever & Water System Repair Services Bid 14 - 044 To: City of Santa, Apia Ann, Rodolfo Rosa% P. E. Public Works Agency City Corporation Ward, Bldg. A 220 S. Daisy Ave. Santa Ana, CA 92703 25H - 101
Transcript
Page 1: Paulus ring, Inc.

AGREEMENT EXHIBIT B

Paulus ngin ring, Inc. p ) wa CoAgmetion

Lid 724U4 ( 714) ' 632-3975

Request For ProposalFor

On -Call Emergency sever & Water System Repair Services

Bid 14 -044

To:

City of Santa, ApiaAnn, Rodolfo Rosa% P.E.

Public Works AgencyCity Corporation Ward, Bldg. A

220 S. Daisy Ave. Santa Ana, CA 92703

25H -101

Page 2: Paulus ring, Inc.

25H -102

Page 3: Paulus ring, Inc.

Ir; =7

25H -103

Page 4: Paulus ring, Inc.

Paulus Engineening, In . Caaersl rogiocerlugCoutrauorand Corwivctlon VanegcWeak

i; imnso Nuenb¢r 724114

i

August 4, 2014

ovlty of Santa . AnaPublic Works Agency226 . Daisy Ave. Santa Arta, CA 82703

RE: request for Proposal trir On-Call Sower and Water System Repair Services

Nor Mr. Rosas,

Attached is s Paulus Eaginocring, Inc ( IPEg Cmdratc Resume that w U provide you ywith a briefdescriptions ofourcompany and business peaotioes. Also included as a resuroo for Roger Betten, one of our Project Managers and aStunple Certifacaie of Insurtmee.

PEI has ouer3O years ofea adcuce in the Wot Utilities industry and bas w€ need on numerous successful prtajoeu isSouthem California. time have crews available 14 }tours a day, 7 days a eve*,

PEI owni and maintains approximately 30 jowas ofheavy equipment, along with 25 pieces ofsupport equipment foroperation on its projeam

In addition to the above, PEI boasts an outstanding safetytecord and is currently at a, 068 Ex Mod. rate Our WorloWsCompensation,

Also included in this package are kodaibits C, I33 E, k and Q.

A rate sheet has also been included in this ptaluige in a seated eavclope per Bid Itistruotiaas.

Paulus Engineering, Too,

Enclosures

25H -104

2871 E. CORONADO ST., ANAHEIM, CA 92$ 06TEL (714) 632 -3675 FAX (714) 632-5077

Page 5: Paulus ring, Inc.

M717,11, NMI

25H -105

Page 6: Paulus ring, Inc.

Lid 724114 ( 714) 632-1" 3

2014

MmMmG=,

Ron Paulus

Chief Executive Officer2871 East Caronado Street

Anaheim, CA 92806

714) 632- 3975 ( 714) 632-9792 Fax

25H- 106

Page 7: Paulus ring, Inc.

1 a 91 t

Ppailus Bnguaccring,, Inc. was founded as n Gear En& coringContractingfirm inthabusiness ofinstalling storm draln, water and sewers lime utilities. We have a large fleet ofheavy equipment that ewealso rent, Paulus Engineering, Inc. is cortified for hazardous material excavation and removel. Ourkey strengths areau.hotest and straightforward approach to customer service, qualityzantrol, andsaroty:

Officers and Ivey Employees

icon Paulus, CW

Jason Paulus, PresidentlSecretary

Michelle June, CFO

Feld Operations

The backbone of Panlats Engineering, he, has always been our field operatieir. VAth overr 245combined yearn of constructimi experience we have the knowledge and professionalism to get your

project done before the deadline and under budgat Our foremen have all received extensive safaytraining to help them react decisively when such a need arises. Our foremen are required, and weregularly offer to our crews„ certificationation for Competent Person; Confined Space&: CPRI First Aid

training to help create a safe eu viruruucnt for-all.

Mission Statement

In ordertu achieve asuccessful project, Paulus Engineering, Inc commits to the following:

Paulus Engincerimg hoc's Mission is to provide innov- ative, practical and Corp - quality service that willnot only save time and improve the way constrmtioA is done boat will strive to set new standards in ourindustry. We believe out first responsibility is to the Cities, Water Districts, Developers and otherCustomers who use our services. In carrying out our day-0- day business we strive to:

1. Treat people we we& with and work for, with respect and integrity.

1 Create a teamwork atmosphere.

3. Develop a safe environment to conduct a profitable batsinuse.

25H -107

Page 8: Paulus ring, Inc.

gON'STRUCTI ON LROJECT RE, FERELCO

Pauhis RnShiooft lnia has enteredlines. During the past eleven years,

mannercial and

workplam

nit in t1vainstallation, ofwater, so" r, gad storm & at", vor 600 contracts par clients inLos Angeles, Omngc; water serviac to comptdawmar, sewer, slid storm

amO5 are extensively traitial and maintain a safe,

PattlusEhsglireorla Inc, is fully insured and-boodable to moot your requirements.

Tbeme Ntr

logervencyWork

Tencroway' vater-Repair

Zone A to Zone C Pinup StationI" Station

IR'WD Capital Improventernts

Water Lbra in Arcola Parkway

Mourne Street Trunk Sewer

Sewer Improvan" Onstall

Hell Ave, Sewer Improvements

sdwer Iminuvemeats:

Williams Canyon Water LineWetUtilityInstallation

lawyence, Aver Storm DrainBrimm Chaund to Commonwealth Ave

Bristol Street Sewer Replacement

Ammo Pigs, so Birch Streat

Moulton Ytguel' ftter District

Irvine Reach Water District

Irvine Ranch Water District

Irvine Ranch water bistrict

Cractua)[la Valley Water District

Garden Grove SardtaryUstriat

Irvine Ranch WAtorDJstrfd

City OfFullerton

Costa Mesa Sanitary District

City Wide Sanitary Improvements City o( AmithatinSewer improvement in various areas in matmum

Emergency WorkContracted with MWD to do ornoTgeacy work

EinergericyWork

Contracted with City uFArgarchn for FJW

EntergencyWork

Contracted with YLWD to do emergency work

More references available upon request

TirvIne Ranch Water District

City of Anaboint.

Yorhat Linda Water District

25H- 108

Operations ( 949) 8312S00

BittyStawart ( 949) 034300

JWStameArt ( 949) 453- 5300

lifflyStewart ( 94P) 453 -5300

jorga Maxa ( 760) 398- 2661

SAM Kim ( 714) 741- 5M4

949) 453-SM

IrIeVillargimcia ( 774) 738-3115

Rob Ifamers Nil) 631- 1751

Scan Rosary ( 714) 7654059

A.T. KHAR! ( 714) 45 4300

NkeJoubsti ( 714) 7654129

No Vacharelli ( 714) 701- 1491

Page 9: Paulus ring, Inc.

Roger Ilettnq ( Project Manager)

Educatlow High School 12 Ym

Iowa State University 2 r& Iowa Land Improvement Contractors Survey Education I yr.

Work Exparienew, Jansen Construction 1965 to 1969 3 yrs. Positions: Equipment Operator, Forman, Supedmendem

Type ofWork:- Installation ofunder growd drainage pipe for to=, land owners approximate 250,000 het per year.

Equipment- Parsons 350 and 450 Trenchers, LM 310 & 410 Backhoes,

J.D. 450 Dozer.

Betten Construction Company Inc. 1970 to 198616 yrs. Position: President

Type ofwork. Installation ofundergromid drainagepipe 700,000 to I

million fact per year, design and install surface waterway drainagefor farmland owners. Equipment: Parsons 450 Trencher, Fiat Allis 21D Doka With mole, Flat Allis 15 Dozer with winob, Flat Allis 21E with 14' blade, J. D.

450 backhocs, Multiple Truck Tractors with traders,

T.R. Pipeline Inc, 1986 to 1988 1 yrs,

Heavy Equipment OperatorEquipment Cat. 235, 225 & 245 fto. Case Backhoes, Cat 966loader, P& I-I Cranc:

Harbor Companies Inc, 1988 to 2000 12 yrs.

positions. Heavy Equipment Operator, Forman, Superintendent andProject Manager

Equipment Experience: Mitsubishi 300 llxo., Cat. 225 Exa., Hitachi

400, 450 & 550 Exe. with concretaprocessor, Labounty UP20 andUP40, UB 5000# & 700011 breakers. 13obeat 486, with breaker, sweeper and buckets, Cat 446 hoes withbrezkers, Ford 555, 655 &

755' bnrkhoes, Cat, 950 & 966 loaders, Cat. Track loaders. Cat. Dozer.

Tob responsibility: Coordinate equipment and work forces forjobapplication. Coordinate project scheduling with General Contractors. Coordinate abatement and cleanup of load base paint firom bridgedemolition operation&

Genera Contractors and Jobs. MCM Const, Co..Frwy. $ aad 91 intersection domo, bridgesBall tall & Brosmor F'* y 5 and Jaraborce, over pats demoRiverside Const Co, Privy 10 and Washington bridge Palm SpringsKewitt Paeffio Const. Alameda Corridor three tressel RxR bridgeRemoval over the L.A. River

25H- 109

Page 10: Paulus ring, Inc.

Hyperion Water Treatment Plant L.A.

FCI Coast, co, Santa Clarits and rrwy. 1 4 Sand Canyaat llydg. DeadVentura Frwy 141 and hose Ave. Mg, Santa Barbam and Ilwy. 54Frcvy RP and Mid .River 13rcig. DemoAtascadere Mg. Disassemble

Merrison Knudson (Washington Group) Frwy. Ia and Central, Fountain Brdg. Demorwy 10 1rom Frwy 57 and White Aver toad removal

Norton Air Voted Base Runway removalsKajw Permarroato5 storyparkhagstructuredemoinSantaAntsy

Pave Tech Coast, Co. Fr y 5 Erna Sari Cnofre to Ocoan Side

PanIna Eagineering. 2i?00 to Present

Jab responsibility- Coordinate equipment and work faze farjobapplication. Coordinate project scheduling with General Contractorsand owners

General Contractors and Jobs:

Snyder- Langston Builders'

Entertainment Center Frey. 5 and 405Shady Canyon Golf Course ovineThe Pike @ Harbor View Song BeachL.N.R. Warner Center in Woodland dills

A ;

i

SHEA Homes

Ladera Ranch a tractsAiiso Viejo 3 tracts

rba Linda 3 tractsCity ofWaluut 1 tract

Public Works ,YobsIrvine FtAnch in IrvineGarden Grove

City ofRiversideWalnut Valley WaterlJistrictRowland Water District

City of Stanton

25H -110

Page 11: Paulus ring, Inc.

y

25H -111

Page 12: Paulus ring, Inc.

t

Paulus Engineering, Inc. imml Engineering CouftaotoT and Cotis4 bllun Mana eman

I.EbenSeT umhcr 72 11+r

MEMEMEEMMEM

In the last live (6) years Paulus Engineering, Inc. has been contracted with the City ofAnaheim, Irvine Ranch Water District; Moulton IJiguel Water District, the City of SantaAna, City of Newport beach, Mesa Water District, the City of Garden Grave and grange

riCounty Water Distct as an Qn -flail Emergency Repair Contractor.

Water

lVnElml

street so it would be open for Monday morning rush hour.

Irvine Ranch Water District had an 8" AC water line blowout in Van Kerman Ave, whichwashed out the slope of the 405 overpass, We received the call at 0:00 pm and had a

crew with equipment to beg in the repair by 1 1: 00 pm, Our crews worked for 20 hoursstraight to get the water line repaired going down, impart of 140 yards of base materialto repair the slope, as well as pave back Von Kerman Ave. We worked with the Laity ofIrvine, Caltrans and IIRWD to get the project done in a timely manner with minimalInconvenience to the public,

t • }: } .

f• :.• -} } •.. f.: } • } }. }

iii Paulus Engineering, Inc. has A great working relationship with several water supplyhouses Including an 18 year relationship with Wells Supply, which is Iodated in .yentaAna, which gives us access to water parts 214 hours a day, We have that same workingrelationship with our subcontractors and other material suppliers that allow us to callthem at any time for assistance on a project. This includes welders, saw cutters, concrete, sharing, sand, rock, dewatering and rental companies.

25H -112

2971 F. CORONAr O ST., ANAIMM, CA 92806TEL (714) 632 -3975 FAX (714) 632. 5D77

Page 13: Paulus ring, Inc.

Paulus Eni ericn, Inc. General Enginecrin0 Contractor and constmdonuans8=40tL1" n eNumbcr724114

3

te= a • ## -#,: # . • i.

s {

MK # .• i. • i a # •... P # P

In places are crews excavated, down I ft, and replaced the crooked 10" PVC pipe aswell as a I OxID tee, The repairwals made and theroad open by Frd6jnigjtli for the 4 1' of #

We were called out to repair a 20" VCP trunk line in the intersection of Bake Partway

INI

next night we removed the broken pipe and replaced It with a new piece in one hourThe excavation was backfilled and paved by the end of the day,

Other Emerge Repairs

of reDaLr. e owl)

Paulus Engineering, Inc. has also done storm drain repairs due to flooding and pipefailure. Slope repairs from broken water lines and heavy raim We have repairedberms behind the Prado Dam after heavy rains and flooding.

Equipment

r r rail # i/ i t t. M M 9

water trucks, dozers, compressors other # equipment. We own twoa {

25H -113

23171 B, CORONADO ST., ANA;~ IM, CA 9206

TM (714) 032. 397$ FAX (714) 6324077

Page 14: Paulus ring, Inc.

Paulus Engineering, Inc. ecrnerat 1~ ngi$tadni; Cantractor and Carisinwtion IvlanDg* eatUwe Number 724114

dayofanysizean ! get job done 1.. • ... ! safe manner,

We have the manpower and equipment and know how to take care of any emergency

Sincerely,

Engineering® Inc,

25H -114

2871, E. CORONADO ff: ANAk MM, CA 9290TEL (714) 632 -3975VAX (714) 632. 5077

Page 15: Paulus ring, Inc.

25H -115

Page 16: Paulus ring, Inc.

25H -116

Page 17: Paulus ring, Inc.

25H -117

Page 18: Paulus ring, Inc.

25H -118

Page 19: Paulus ring, Inc.

25H -119

Page 20: Paulus ring, Inc.

25H -120

Page 21: Paulus ring, Inc.

EXHIBIT C

CITY OF SANTA ANAREQUEST FOR PROPOSALS FOR ON- CALL SEWER AND WATER SYSTEM REPAIR SERVICES

PROPOSERS CERTIFICATION and PROPOSAL ITEM PRICING

Certification - I certify that I have read, understand and agree to the terms and conditions of this Request forProposals. I have examined the Scope of Services ( Exhibit A) and am familiar with the scope of worklocations. I an familiar with all the existing conditions and imitation that may impact work requests, tunderstand and agree that I am responsible for reporting any errors, omissions or discrepancies to the City forciarlfifloo prior to the submission of my proposal.

Proggsal Item Erica • Pricing shall be based an e (hourly cosf, flume arid maWeis basis w . 5as narrative) forservices described in Exh €bit A. Fee must be inclusive of all costs, Inducing but not limited to, direct andindirect costs for labor, overhead, incidental supplies, travel, mileage, and fuel. Any special materials will bepurchased by the contractor only after discussed and authorized by the City projects manager at dasl nee Inwriting.

The use of Subcontractors is allayed but will require approval by City prior to start of any assignad vmrk. When a Subcontractor performs all or any part of the work„ a markup shall be applied to the Subcontractor'sactual cost of such work. The Contractor may add a markup of 90 percent on the first $5,000 of thesubcontracted portion ofthe extra work and a markup of 5 percent on work added In excess of $6,000 of thesubcontracted portion of the work.

Paige 15

25H -121

Page 22: Paulus ring, Inc.

ram* r

do

25H -122

Page 23: Paulus ring, Inc.

F,

CITY OF SANTA ANA

List and describe fully the contracts performed by your firm which demonstrate your ability to prov9de thesupplies, egaipmerit or services included In the scope of the proposal specifications. Attach adttltionai Roes

The City reserves the right to contact each of the references listed fu `additioriel Informationregarding your firm's quallfications. '

MMMI

Customer Name: 1&. & tt n t o

Address: xi JE

heir,ti

tt, rat adit

Contract Amount: l ° Tv U71,

I

of supplies„ equipment, or services provided:

CustomeTNeale; `! f 11a4am

JAfl, TKgt6

Contract Amount:

Description of supplies, equipment, orsarvicas provlded2

ferenee

Custome

Contract

Cont tlndividaal: E(ei A411

Phone Number;

Facsimile Number, 1/, C— yYear:._ i

MMMEME=

Page 24: Paulus ring, Inc.

EXHISIT' t

CITY OF

t.ist and describe fully the contracts performed byyeurfirm which demonstrate your ability to provide thesupplies, equipment or servicas included In the scope of the proposal specifications, Attach additional oases iPre aired, The City reserves the right to contact each of the references listed for additional informationregarding your firm' s qualifications,

eieianc

Description of supplies, equipmen€, or services provided:

M- s r. e

Corstact lMlvidua tL/A

Phor. e Number .

Facsimile Number:

Year

Contact Individual:

Facsimile Number, .

Yearf

Page 20

25H -124

Page 25: Paulus ring, Inc.

CITY OF SANTA ANA

List and describe fully the contracts performed by your firth, which demonstrate your ability to provide thesupplies, equipment or services Included in the scope of the proposal speoificaticns Attach additional Pages freiulretif. The cif reserves the right to confect each of the references listed for addltlortal Informationregarding your firm's qualifications.

Description of supplies, equipment, or services provided':

R -efetence

Description of supplies, equipment, or services provided:

Reference

Customer Name.

Address: 11474

Contract Amount:

Desaripiion of supplies, equfppraent, or services- pi)m

Contact Individudit

Phone Niarbor;

Facsimils Num w,, hq) " w P.(

Year zgzz

Contact Individuatt

Phone Number:

Facsimile Number'( S ratrr8

Year: IdJ

Contest tndivikivai:

i iSCirlel t4l4'nber: 1 °; C," s s

Facsimile Number:

Year: /

25H -125

Page 26: Paulus ring, Inc.

2ml T$IMM W-plial mm

25H -126

Page 27: Paulus ring, Inc.

QUESTF69PVOPCITY OF SANTA ANIA

f# r

k

x Y

anyF t

f I

Ir I t - 1#

1 I

i del€very (as defined above) of the accepted agreement he/she will furnish Cityof liability insurance within ten (10) days (excluding Saturdays, Sundays ands, chack, draft, or proposers bond substituted in lieu thereof accompanying thistyof the City and shall be considered as payment of damages due to the delayI because of the failure to furnish the necessary bonds and because It Is distinctlyactually suffered by City Is difficult to ascerlaln; otherwise said funds, cheek

uted in lieu thereof shat€ be returned to the undersigned.

Proposer understands that a proposal Is required for the entire work, that the estimated quantities sat forth in theRFP schedule are solely for the purpose of comparing proposals, and thatfirial compensation under the contractwill be based upon the actual quantities of work satisfactorily completed.

All terms contained in the specifications, the certlfication of nondiscrimination by contractors, and the requiredinsurance certificates are to be incorporated by rafererce into this agreement and are mado specifically as part ofthis RpP_

Mrrn

Sign

Title

Date

Page 28: Paulus ring, Inc.

I Igm

1 1 1 1

1 1

25H -128

Page 29: Paulus ring, Inc.

CITY OF SANTA ANIA

M A ° {

The undersigned contractor or corporate officer, during the performance of this contract, certifies as follows.

1 The contractor shall not discriminate against any employee or appliccolor, relights, sex, or national origin, The contractor shall take sighare employed, and that employe" are treated during employmentreligion, sex, or national origin. Such aotiarr shall include, but not beupgrading, demotion, or transfer; moruttmentor recruitment adVertis

available to employeesof this nondiscrimination

2. The contractor shall, In all solicitations or advertisements for employees placed by or on behalf ofthecontractor, State that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or nationalorigm.

S. The contractor shall send to each labor union or representative of workers with which he has a collectivebargaining agreement or other contract or understanding, a notice to be provided advising the said laborunion or workers' representatives of the contractor' s commitments under this section, and shall past copiesof the notice in conspicuous places available to employees and applicants for employment,

4. The contractor shall comply with all provisions of Executive Order 11246 ofSeptember 24, 1965, and of therules, regulations, and relevant orders of the Secretary of Labor,

5, The contractor shall furnish all information and reports required by Executive Order 11246 ofSeptember 24, 1965, - arid by rules, regulations„ and orders of the Secretary of Labor, or pursuant thereto, and will permitaccess to his/her books, records, and accounts by the administering agency and the Secretary of Gabor forpurposes of Investigation, to ascertain compliance with such rules, regulations, and orders.

6. In the event of the contractor's noncompliance with the nondisorlmination clauses of this contract or with anyof the said rules, regulations, or orders, the contract may be canceled, terminated, or suspended In whale orIn part and the contractor may be declared ineligible for further government contracts or federally assistedconstructiontservices contracts to accordance with procedures authorized in Executive Order 11246 ofSeptember 24, 1965,and such other sanctions may be Imposed and remedies Invoked as provided inExecutive Girder 11246 of September 24, 1965, or rule, regulations, or order of the Secretary of Labor, oras otherwise provided by law-

7. The contractor shall include the portion ofthe sentence immediately preceding paragraph 1 and theprovisions of paragraphs 1 through 7 In every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of tabor Issued pursuant to Section 204 of Executive Order 11246 ofSeptember 24, 1965, so that such provisions will be binding upon each subcontract or purchase order as theadministering agency may direct as means of enforcing such provisions. including sanctions fornoncompllanm provided, however, that in the event the contractor becomes involved in, or is threatened

with, litigation by a subcontractor or vendor as a result of such direction by the administering} agency, thecontractor may request thatthe United states enter Into such litigation to protect the interests ofthe United

RFP #14 -044 — On -Call Emergency Saver and Water System Repair ServicesPage 22

25H -129

Page 30: Paulus ring, Inc.

States,

3. Pursuant to California Labor Cade Section 1735, as added by Chapter 543 State. 1039, and as amended,

Firm

Sign

Tittle

Date

C

no discrimination shetl be made 3n the employment of persons because of rata, religlous creed,. colornational origin, ancestry, physical handicaps, rmntal condition, marital status, or sex of such persons, exceptas provided In Section 1429, and any contrractor violating this section Is subject to all the penaft es Imposed

Page 23

25H -130

Page 31: Paulus ring, Inc.

25H -131

Page 32: Paulus ring, Inc.

EXHIBIT fa

CITY OFa r- - r r a • r f a +

NONCOLLUSION APFIDAVIT

Nora CCLI.UN &EI2A\ATTltla 23 United States Code Section 112 and

Public Contract Code Section 7106)

i

In accordance with Title 23 United States Code Section 112 and Public Contract Code 7106 the proposerdeclares that the proposal is not made In the Interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal is genuine and not collusive or sham; thatthe proposer has not directly or Indirectly Induced or solicited any other proposer to put in a false or shamproposal, and has not directly or indirectly cofluded, conspired, connived or agree "d with any proposer oranyone also to put in a sham proposal, or that anyone shall refrain from bidding,, that the proposer has not inany manner, directly or Indirectly, sought by agreement, communication, or conference with anyone to fix theproposal price of the proposer or any proposer, or to fix any overhead, prog or cost element of the proposalprice, or of that of any other proposer, orto secure any advantage against the public body awarding thecontract of anyone interested in the proposed contract', that all statements contained in file proposal are true; and, further, that the proposer has not directly or indirectly, submIned his or her proposal price or anybreakdown thereof, or the contents thereof, at divulged Information or data dative thereto, or paid, and will notpay, any fee to any corporation, partnership, company association, organization, bid depository, or to anymember or agent thereof to effectuate a collusive or sham proposal,

Note. The above noncolluslon affidavit is part of thethereof shall also constitute signature of this noncollifalse certification may subject the certifier to criminal

State of California, County

u, }

OMAN-

Note

1

Public Signature

20,Lq bye person(s) who

25H -132

Page 33: Paulus ring, Inc.

AGREEMENT EXHIBIT C

Q 11ItIS T1g {T1CCilT1 ? 11• TIME& MATERIAL WORKSHEET TM NO.

Customer Prgfack

WarkAuthorkadby. WorkOate., .

Das06100rr Faoaaum

Pipelayer 65.10 57.00 k

Operator 76. 0074. 00 113.40 -

y4uckikdvor 75.SD 113A0 S - Foreman 802 125.48

Superintendent 0590 192.60

SubtotalMark Up% 15%

TOTAL 3 _ Ii

EA—Rj 6aU I PPMENT AMT. I I UNIT TOTAL .

Cat345E8daVator HR 17040

Campactionwhaat HR 86.00 S - Cot $30 Excavator .. HR 1$0.00

c6mmaction Wheat HR- 35.00Cat 9$2 Wheal Loader HR 320.00

CatosawbeolLoadar HR 100.00LowOad' Tractorrrvaller HR 85.90Cat8adkhoo HR 708.

Compeoeon Whael or Breakar HR 25,00Cat 3kid4teerwoti4chmems HR 158.00SoomTruck HR 48.00

SuperTan Dump HR 79.00

S Wheel 04MPTruck. tiR. 4.110WaterTruck HR 65.00Crew Truck withToots IdR 0010D

CeliveryTruck HR S 39.00VaotorFump Truck HR S 135.00:

MIACToolahodn9 Jacks:: per each Day 12.00 It -

Taman Plates- Pat each pay 12108

Trench Shield bay 188.00Manhole Shield CRY 00,00

8 "Pump w1connectors Ray 105,00. panarator Day 8040

AnC6mpfessar bay 125,00

Air Slower loy as.00Confined Space Equipment Day. TWIN

Gas Ootection EquItunum€ bay 65,00

Traffic Amew Board Uay 120.40Tells,fanfoades bay 3.00Traffic OonestDellnealoro Day S 2.00 5 - Ad Roller Day 19$$10 4 - Walk Behind' Vibratory Plate pay 89.00Miss $ mailToots Day 79X10

Subtotal

Mnrk Up% 15%

TOTAL $

AMT I MATERIAL ,SUBCONTRACT, MISC Unit TOTAL i

Subtotal ..$ Markthn 16 $ «

TOTAL $ -

TOTAL WORKSHEET

25H -133

Page 34: Paulus ring, Inc.

25H -134

Page 35: Paulus ring, Inc.

AGREEMENT FOR ON -CALL

SEWER AND WATER SYSTEM REPAIR SERVICES

WITH T.E. ROBERTS, INC.

THIS AGREEMENT made and entered into this 161h day of September; 2014 by andbetween T.E. Roberts, Inc., a California corporation (hereinafter " Contractor "), and the City ofSanta Ana, a charter city and municipal corporation organized and existing under theConstitution and laws of the State of California (hereinafter " City ").

RECITALS

A. The City desires to retain a Contractor having special skill and knowledge in the field ofemergency repair ofsewer and water infrastructure,

B. Contractor represents that Contractor is able and willing to provide such services to theCity.

C. In undertaking the performance of this Agreement, Contractor represents that it isknowledgeable in its field and that any services performed by Contractor under thisAgreement will be performed in compliance with such standards as may reasonably beexpected from a professional consulting firm in the field.

NOW THEREFORE, in consideration of the mutual and respective promises, and subject to the

terms and conditions hereinafter set forth, the parties agree as follows:

1. SCOPE OF SERVICES

Contractor shall perform emergency construction services for City requested repair ofsewer and water infrastructure, on an on -call basis, as set forth in the City' s Request for Proposalsissued July 11, 2014, attached hereto as Exhibit A and the Contractor' s Proposal, attached heretoas Exhibit B. All Exhibits to this Agreement are incorporated by this reference.

2. DELIVERY OF WORK PRODUCT

Contractor shall deliver to City all work product which results from the servicesprovided. Said work product shall be submitted in a hard copy and produced in a formcompatible with the City' s computer system, as agreed between the City' s project manager andContractor.

In regard to material produced as a deliverable under this Agreement, including but notlimited to reports, as -built drawings, photographs, videotapes, computer programs and any otherdocumentation pertaining to said repair work, Contractor agrees, for itself and its affectedofficers, employees, agents, consultants, and volunteer workers, that the authors of all such

material, whether copyrighted or not, award to the City, and to its officers, agents and employeesacting within the scope of their official duties, as a condition ofpayment to the Contractor, aroyalty -free, nonexclusive, irrevocable license throughout the world to disclose, publish, translate, reproduce, and use such materials.

EXHIBIT 3

25H -135

Page 36: Paulus ring, Inc.

3. COMPENSATION

a. Cityagrees to pay, and Contractor agrees to accept as total payment for its services, the rates and charges identified in Exhibit C. The total suntto be expended among allcontractors providing these services shall not exceed $400,000. 00 annually for the initial three - year ( 3) Tenn of this Agreement.

b. The total sum to be expended during the subsequent two -year option period among allcontractors providing these services shall not exceed $400,000.00 annually. Contractor shallprovide updated labor and equipment rates annually.

o. Payment by City shall be made within thirty (30) days following receipt of properinvoice evidencing work performed, subject to City accounting procedures. ' Payment need notbe made for work which fails to meet the standards ofperformance set forth in the Recitalswhich may reasonably be expected by City.

4. TERM

This Agreement shall have an initial three (3) year Term, commencing on September 16, 2014 and terminating on September 16, 2017, unless terminated earlier in accordance withSection 13, below. The City Manager shall have the option to extend the Term of thisAgreement for an additional two (2) year period, on the same terms and conditions set forthherein.

S. INDEPENDENT CONTRACTOR

Contractor shall, during the entire term of this Agreement, be construed to be anindependent contractor and not an employee of the City, This Agreement is not intended norshall it be construed to create an employer - employee relationship, a joint venture relationship, orto allow the City to exercise discretion or control over the professional manner in whichContractor performs the services which are the subject matter ofthis Agreement; however, the

services to be provided by Contractor shall be provided in a manner consistent with allapplicable standards and regulations governing such services. Contractor shall pay all salaries andwages, employer's social security taxes, unemployment insurance and similar taxes relating toemployees and shall be responsible for all applicable withholding taxes.

6. INSURANCE

Prior to undertaking performance ofwork under this Agreement, Contractor shallmaintain and shall require its subcontractors, if any, to obtain and maintain insurance asdescribed below:

a. Commercial General Liability Insurance, Contractor shall maintain commercialgeneral liability insurance which shall include, but not be limited to protection against claimsarising from bodily and personal injury, including death resulting therefrom and damage toproperty, resulting from any act or occurrence arising out of Contractor' s operations in theperformance of this Agreement, including, without limitation, acts involving vehicles. Theamounts of insurance shall be not less than the following: single limit coverage applying tobodily and personal injury, including death resulting therefrom, and property damage, in the totalamount of $1, 000,000 per occurrence, and in the aggregate, Such insurance shall ( a) name the

City, its officers, employees, agents, volunteers and representatives as additional insured( s); ( b)

25H -136

Page 37: Paulus ring, Inc.

be primary and not contributory with respect to insurance or self - insurance programs maintainedby the City; and ( c) contain standard separation of insureds provisions.

b. Business automobile liability insurance, or equivalent form, with a combined singlelimit of not less than $ 1, 000,000 per occurrence. Such insurance shall include coverage forowned, hired and non -owned automobiles.

c. Worker' s Compensation Insurance. In accordance with the provisions of Section 330(

of the Labor Code, Contractor, if Contractor has any employees, is required to be insured againstliability for worker' s compensation or to undertake self- insurance. Prior to commencing theperformance of the work under this Agreement, Contractor agrees to obtain and maintain anyemployer' s liability insurance with limits not less than $ 1, 000,000 per accident.

d. The following requirements apply to the insurance to be provided by Contractorpursuant to this section:

i) Contractor shall maintain all insurance required above in full force and

effect for the entire period covered by this Agreement.

ii) Certificates of insurance shall be furnished to the City upon execution ofthis Agreement and shall be approved inform by the City Attorney.

iii) Certificates and policies shall state that the policies shall not be canceled

or reduced in coverage or changed in any other material aspect withoutthirty (3 0) days prior written notice to the City.

c. If Contractor fails or refuses to produce or maintain the insurance required by thissection or fails or refuses to furnish the City with required proof that insurance has been procuredand is in force and paid for, the City shall have the right, at the City' s election, to forthwithterminate this Agreement. Such termination shall not effect Contractor' s right to be paid for itstime and materials expended prior to notification of termination. Contractor waives the right to

receive compensation and agrees to indemnify the City for any work perforned prior to approvalof insurance by the City.

INDEMNIFICATION

To the fullest extent permitted by law, Contractor shall indemnify, defend and holdharmless City, its officers, agents and employees ( collectively, the " indemnified parties ") fromand against any and all claims ( including, without limitation, claims for bodily injury, death ordamage to property), demands, obligations, damages, actions, causes ofaction, suits, losses, judgments, fines, penalties, liabilities, costs and expenses ( including, without limitation, attorney' s fees, disbursements and court costs) of every kind and nature whatsoeverindividually, a claim; collectively, " clams "), which may arise from or in any manner relateddirectly or indirectly) to any work performed or services provided under this Agreementincluding, without limitation, defects in workmanship and /or materials) or Contractor' s presence

or activities conducted performing the work (including the negligent and /or willful acts, errorsand/ or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers,

contractors, subcontractors, anyone employed directly or indirectly by any of them or for whoseacts they maybe liable for any or all of them). Notwithstanding the foregoing, nothing hereinshall be construed to require Contractor to indemnify the indemnified parties from any claimarising from the sole negligence or willful misconduct of the indemnified parties. This indemnity

25H -137

Page 38: Paulus ring, Inc.

shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided bythe Contractor.

8. CONFIDENTIALITY

If Contractor receives from the City information which due to the nature of suchinformation is reasonably understood to be confidential and /or proprietary, Contractor agrees thatit shall not use or disclose such information except in the performance of this Agreement, andfurther agrees to exercise the same degree of care it uses to protect its own information of likeimportance, but in no event less than reasonable care. " Confidential Information" shall include

all nonpublic information. Confidential information includes not only written information, butalso information transferred orally, visually, electronically, or by other means. Confidentialinformation disclosed to either party by any subsidiary and/or agent of the other party is coveredby this Agreement. The foregoing obligations of non -use and nondisclosure shall not apply toany information that (a) has been disclosed in publicly available sources; ( b) is, through no faultof the Contractor disclosed in a publicly available source; ( c) is in rightful possession of theContractor without an obligation of confidentiality; (d) is required to be disclosed by operation oflaw; or (e) is independently developed by the Contractor without reference to informationdisclosed by the City.

9. CONFLICT OF INTEREST CLAUSE

Contractor covenants that it presently has no interests and shall not have interests, director indirect, which would conflict in any manner with performance of services specified underthis Agreement.

10. NOTICE

Any notice, tender, demand, delivery, or other communication pursuant to thisAgreement shall be in writing and shall be deemed to be properly given ifdelivered in person ormailed by first class or certified mail, postage prepaid, or sent by facsimile or other telegraphiccommunication in the manner provided in this Section, to the following persons:

To City: Clerk of the City CouncilCity of Santa Ana20 Civic Center Plaza (M -30) P. O. Box 1988

Santa Ana, CA 92702 -1988

Facsimile: 714- 647 -6956

Copies to: Public Works Agency — Water ResourcesCity of Santa Ana220 S. Daisy Ave. (M -85) Santa Ana, California 92701

and City AttorneyCity of Santa Ana20 Civic Center Plaza ( M -29)

25H -138

Page 39: Paulus ring, Inc.

P. O. Box 1988

Santa Ana, California 92702Facsimile: 714 - 647 -6515

To Contractor: T.E. Roberts, Inc.

1131 E. Main St., Suite 201

Tustin, CA 92780

Telephone: ( 714) 669 -0072

Facsimile: ( 714) 200 -0241

Timothy Roberts, President

A party may change its address by giving notice in writing to the other party. Thereafter, any communication shall be addressed and transmitted to the new address. If sent by mail, communication shall be effective or deemed to have been given three ( 3) days after it has been

deposited in the United States mail, duly registered or certified, with postage prepaid, andaddressed as set forth above. If sent by facsimile, communication shall be effective or deemed tohave been given twenty -four (24) hours after the time set forth on the transmission report issuedby the transmitting facsimile machine, addressed as set forth above. For purposes of calculatingthese time frames, weekends, federal, state, County or City holidays shall be excluded.

11. EXCLUSIVITY AND AMENDMENT

This Agreement represents the complete and exclusive statement between the City andContractor, and supersedes any and all other agreements, oral or written, between the parties. Inthe event of a conflict between the terms of this Agreement and any attachments hereto, theterms of this Agreement shall prevail. This Agreement may not be modified except by writteninstrument signed by the City and by an authorized representative of Contractor. The partiesagree that any terms or conditions of any purchase order or other instrument that are inconsistentwith, or in addition to, the terms and conditions hereof, shall not bind or obligate Contractor northe City. Each party to this Agreement acknowledges that no representations, inducements, promises or agreements, orally or otherwise, have been made by any party, or anyone acting onbehalf of any party, which are not embodied herein.

12. ASSIGNMENT

Inasmuch as this Agreement is intended to secure the specialized services of Contractor, Contractor may not assign, transfer, delegate, or subcontract any interest herein without the priorwritten consent of the City and any such assignment, transfer, delegation or subcontract withoutthe City's prior written consent shall be considered null and void. Nothing in this Agreementshall be construed to limit the City' s ability to have any of the services which are the subject tothis Agreement performed by City personnel or by other contractors retained by City. 13. TERMINATION

This Agreement may be terminated by the City upon thirty (30) days written notice oftermination. In such event, Contractor shall be entitled to receive and the City shall pay Contractorcompensation for all services performed by Contractor prior to receipt of such notice of termination, subject to the following conditions:

25H -139

Page 40: Paulus ring, Inc.

a. As a condition of such payment; the Executive Director may require Contractor to deliverto the City all work product completed as of such date, and in such case such work product shall bethe property of City unless prohibited by law, and Contractor consents to the City' s use thereoffor such purposes as the City deems appropriate.

b. Payment need not be made for work which fails to meet the standard of performance

specified in the Recitals of this Agreement.

14. DISCRIMINATION

Contractor shall not discriminate because of race, color, creed, religion, sex, marital

status, sexual orientation, age, national origin, ancestry, or disability, as defined and prohibitedby applicable law, in the recruitment, selection, training, utilization, promotion, termination orother employment related activities. Contractor affirms that it is an equal opportunity employerand shall comply with all applicable federal; state and local laws and regulations.

IS. JURISDICTION - VENUE

This Agreement has been executed and delivered in the State of California and the

validity, interpretation, performance, and enforcement of any of the clauses of this Agreementshall be determined and governed by the laws of the State of California. Both parties furtheragree that Orange County, California, shall be the venue for any action or proceeding that maybe brought or arise out of, in connection with or by reason of this Agreement.

16. PROFESSIONAL LICENSES

Contractor shall, throughout the Term of this Agreement, maintain all necessary licenses, permits, approvals, waivers, and exemptions necessary for the provision of the serviceshereunder and required by the laws and regulations of the United States, the State of California, the City of Santa Ana and all other governmental agencies. Contractor shall notify the Cityimmediately and in writing of its inability to obtain or maintain such permits, licenses, approvals, waivers, and exemptions. Said inability shall be cause for termination of this Agreement.

17. MISCELLANEOUS PROVISIONS

a. Each undersigned represents and warrants that its signature hereinbelow has the power,

authority and right to bind their respective parties to each of the terms of this Agreement, and shallindemnify City fully, including reasonable costs and attorney' s fees, for any injuries or damages toCity in the event that such authority or power is not, in fact, held by the signatory or is withdrawn.

b. All Exhibits referenced herein and attached hereto shall be incorporated as if fully setforth in the body of this Agreement.

25H -140

Page 41: Paulus ring, Inc.

IN WITNESS WHEREOF, the Parties hereto have executed this Agreement the date and yearfirst above written.

ATTEST:

Maria D. Huizar

Clerk of the Council

APPROVED AS TO FORM:

SONIA R. CARVALHO

City Attorney

By: cY

Lisa Storck

Assistant City Attorney

RECOMMENDED FOR APPROVAL:

Edwin " William" Galvez, P. E. Interim Executive Director - PWA

CITY OF SANTA ANA

David Cavazos

City Manager

CONTRACTOR:

T.E. Roberts, Inc.

Timothy RobertsPresident

25H -141

Page 42: Paulus ring, Inc.

AGREEMENT EXHIBIT A

REQUEST FOR PROPOSALS ( RFP)

4901

ON -CALL EMERGENCY SEWER AND WATER SYSTEM REPAIR SERVICES

BID # 14 -044

CITY OF SANTA ANA

Santa Ana Public Works Agency220 S. Daisy Ave., Building A

Santa Ana, CA 92703

FRodolfo Rosas, P. E. Senior Civil Engineer

714) 647 -3379 Office

714) 647 -3346 Fax

rrosasCci?santa-a na. orst

KEY RFP DATES:

Issue Date:

Proposal Due Date:

Projected Award Date:

Edwin "Williarn" Galvez, P. E. Interim Executive Director

Public Works Agency

July 11 2014August 8 2014 — 3: 00 pm.

September 16 2014

RFP # 14 -044 — On -Cali

Emer2g Mewl ;4y Water System Repair Services

Page 43: Paulus ring, Inc.

NOTICE INVITING PROPOSALS

NOTICE IS HEREBY GIVEN that proposals will be received from qualified firms to provide On- Call

Emergency Sewer and Water Repair Services. Responses to the Request for Proposals (RFP) willbe accepted until 3: OOPM on August 8, 2014. If further information is required, contact Rodolfo Roses at

714) 647 -3379 or rrosasC@santa- ana.org

All notifications, updates and addenda will be posted on the City' s current RFP Bid page atwww.planetbids. com /portal /portal. cfm ?CompanylD = 20137. Proposers shall be responsible for monitoringthe site to obtain information regarding this solicitation. Failure to respond to required updates may result ina determination of a nonresponsive proposal.

The successful Proposer must possess or obtain a valid California Class (A or C34) Contractor' s licenseprior to the award of contract.

MAILED, DELIVERED BY HAND, or COURIERED proposals will be accepted as follows:

City of Santa AnaAttn: Rodolfo Rosas

Public Works AgencyCity Corporation Yard, Bldg A220 S. Daisy AvenueSanta Ana, CA 92703

It is the responsibility of the proposer to ensure that any proposals submitted shall have sufficient time to bereceived by the City of Santa Ana prior to the proposal due date and time. Questions regarding thisRequest for Proposals shall be made in writing via e -mail to Rodolfo Rosas at rrosas(@santa- ana.orq.

The receiving time in the Public Works Agency, 220 S. Daisy Avenue, Santa Ana, CA 92703 DispatchOffice, Building A, will be the governing time for acceptability of proposals. Late proposals will NOTbe considered and will be returned to proposer unopened. Telegraphic, electronic, and facsimile proposalswill not be accepted.

ONLY SEALED RFP RESPONSES ARE ACCEPTABLE.

DO NOT E -MAIL RFP RESPONSES.

DO NOT FAX RFP RESPONSES.

RFP # 14 -044 — On -Call Emergency Sewer and Water System Repair ServicesPage 2

25H -143

Page 44: Paulus ring, Inc.

TABLE OF CONTENTS

PAGE

I. INTRODUCTION 4

II. PERIOD OF CONTRACT 4

III. OPTION OF RENEWAL 4

IV. FISCAL NONFUNDING CLAUSE 4

V. SCOPE OF SERVICES 5

VI. GENERAL INFORMATION 5

Al. PROPOSER RESPONSIBILITIES 5

VIII. LICENSE REQUIREMENTS 5

IX. INITIATION /KICK OFF MEETING 6

X. CITY BUSINESS LICENSE 6

XI. ADDENDA 6

XII. RULES FOR PROPOSALS 6

XIII. E -MAIL COMMUNICATIONS AND INTERPRETATIONS /CLARIFICATIONS 6

XIV. SUBMITTAL INFORMATION AND DEADLINE 6

XV. SUBMITTAL REQUIREMENTS 6

XVI. CONTRACTOR SELECTION — PROPOSAL AND EVALUATION 6

XVII. PUBLIC RECORDS 6

XVIII. PROTESTS 8

XIX. INSURANCE REQUIREMENTS 9

EXHIBIT A— SCOPE OF SERVICES 10

EXHIBIT B — SAMPLE AGREEMENT 12

EXHIBIT C — PROPOSERS CERTIFICATION and PROPOSAL ITEM PRICING 19

EXHIBIT D — OFFERERS REFERENCES 20

EXHIBIT E— PROPOSERS STATEMENT 21

EXHIBIT F — CERTIFICATION OF NONDISCRIMINATION BY CONTRACTOR 22

EXHIBIT G — NONCOLLUSION AFFIDAVIT 24

EXHIBIT H — SAMPLE ADDITIONAL INSURED ENDORSEMENT 25

RFP # 14 -044 — On -Call Emergency Sewer and Water System Repair Services

25F =` 3

4

Page 45: Paulus ring, Inc.

CITY OF SANTA ANA

REQUEST FOR PROPOSAL FOR ON -CALL EMERGENCY SEWER AND WATER SYSTEM REPAIR

SERVICES

The City of Santa Ana is seeking qualified construction firms to augment the City's capacity torestore sewer and water service in the event of system failures. The City staffs maintenance andrepair crews to keep the sewer and water systems functional. In order to be prepared to respond tolarge scale emergencies, the City must retain qualified contracting firms experienced insubstructures and sewer and water utility facility construction on an as- needed basis. A detailedScope of Work and agreement terms are attached as part of the Appendix

II. PERIOD OF CONTRACT

Unless earlier terminated as allowed for in the agreement, contract term shall be for a period of

three years with an option to renew for two additional years.

Upon completion of the selection process, the selected firms will be awarded a three year

The City will select up to three firms to provide these services.

The contract term is anticipated to commence after City Council award of this contract and uponreceipt and approval of all required insurance documents. The projected contract award date is

tentatively scheduled for September 16, 2014 and may be adjusted as necessary.

All services provided, and all payments made for services, shall be in accordance with the executed

contract agreement.

III. OPTION OF RENEWAL

The City reserves the right to renew the contract for an additional two year period upon writtenagreement and mutual consent between the contractor and the City Manager and City Attorney. The contract may be renewed once for a total agreement period of up to five ( 5) years.

IV. FISCAL NONFUNDING CLAUSE

In the event sufficient budgeted funds are not available for a new fiscal period, the City shall retainthe right to notify the provider of such occurrence in writing at least thirty ( 30) days before the end ofthe current fiscal period and terminate the contract on the last day of the current fiscal periodwithout penalty or expense to the City.

5H1445

Page 46: Paulus ring, Inc.

V. SCOPE OF WORK/SERVICES

The scope of work may include any and all work efforts related to the Emergency Sewer andWater System Repair Services as set forth in EXHIBIT A — SCOPE OF SERVICES.

The contractor shall be an independent contractor capable of providing experienced, knowledgeable and professional staff. The contractor shall be responsive and maintain excellent

working relationships with city residents, businesses, governmental officials and City staff. Thecontractor shall provide adequate staffing levels at all times and adhere to established schedules.

VI. GENERAL INFORMATION

A. The term of the contract will begin after the contract award by the City Council.

Mim

When determined appropriate, the City will provide information in its possession relevant topreparation of required information in RFP. The City will provide only the staff assistanceand documentation specifically referred to herein.

C. The proposer shall be responsible for retaining data, records and documentation for thepreparation of the required information. These materials shall be made available to the Cityas requested by the City.

D. This RFP does not commit the City to pay costs incurred in preparation of a response to thisRFP. All costs incurred in the preparation of the proposal, the submission of additional

information, attendance at pre - proposal conference, negotiations with City, and /or any otheraspect of a proposal prior to award of a written contract will be borne by the proposer. TheCity reserves the right to accept or reject the combined or separate components of thisproposal in part or in its entirety or to waive any informality or technical defect in theproposal.

All data, documents and other products used, developed, or produced during responsepreparation of the RFP will become property of the City. All responses to the RFP shallbecome property of the City. Proposer information identified as proprietary information shallbe maintained confidential, to the extent allowed under the California Public Records Act.

F. The City reserves the right to reject, replace and approve any and all subcontractors. Allsubcontractor( s) shall be identified in the response to the RFP and the City reserves theright to reject any subcontractor(s). Subcontractors shall be the responsibility of the primecontractor and the City shall assume no liability of such subcontractors.

The selected proposer will assume responsibilities for all services in its proposal. The selected

proposer shall identify a sole point of contact with the greatest knowledge in regard to the requiredservice operations and contractual matters, including payment of any and all charges resulting fromthe Agreement.

VIII. LICENSE REQUIREMENTS

In accordance with Section 3300 of the California Public Contract Code, the City has determinedthat the proposer shall possess a license in the classification specified in the Notice InvitingProposals.

RFP 914-044— On -Call Emergency Sewer and Water System Repair Services

25Heal 46

Page 47: Paulus ring, Inc.

IX. INITIATION /KICK OFF MEETING

The successful proposer will be required to meet with City staff prior to commencement of servicesor at any time as required by the City, to discuss and agree on operational issues includingtransition of services and scheduling.

X. CITY BUSINESS LICENSE

The selected proposer shall be required to obtain a City of Santa Ana Business license within thirty30) days of selection and must provide a copy to the City projects manager or designee prior to

commencing any work in Santa Ana.

XI. ADDENDA

Any subsequent changes in RFP from the date of preparation to date of submittal will result in anaddendum or amendment by the issuing office. Notification of such addendum or amendment shallbe effected by posting on City' s website, as set forth in the Notice Inviting Proposals.

XII. RULES FOR PROPOSALS

The signer of the RFP must declare in writing that the only person, persons, company, or partiesinterested in the proposal as principals are named therein; that the proposal is made without

collusion with any other person, persons, company, or parties submitting a proposal; that it is in allrespects fair and in good faith without collusion or fraud, and that the signer of the proposal has full

authority to bind the proposer (Exhibits D - G).

XIII. E -MAIL COMMUNICATIONS AND INTERPRETATIONS /CLARIFICATIONS

To facilitate the RFP process, proposers are required to monitor the City's Bid and RFP page atwww.planetbids.com /portal /portal. cfm ?CompanylD =20137 . No oral interpretations will be made bythe City to any proposer as to the meaning of requirements identified herein, including the Scope ofServices and Terms and Conditions. Every request for such an interpretation must be made inwriting via e- mail to the projects manager no fewer than five (5) business days prior to the dateand time set for opening of proposals. Significant interpretations or clarification will be made by anaddendum to this RFP, which will be posted to the website. Addenda may become part of theagreement documents.

XIV. SUBMITTAL INFORMATION AND DEADLINE

Proposals are due to the City of Santa Ana, at the date, time, and location set forth on the NoticeInviting Proposals. Faxed and e- mail proposals will not be accepted.

XV. SUBMITTAL REQUIREMENTS

The RFP is intended to assess and evaluate each firm' s capabilities as they apply to the proposedproject.

Submittal of Proposal

A. Five ( 5) copies of the response to the RFP shall be signed by a company official with thepower to bind the company.

One ( 1) copy of the submittal on a compact disc, USB flash drive or equivalent.

4 -044 — On -Call Emergency Sewer and Water System Repair

25W447

Page 48: Paulus ring, Inc.

C. Structure your proposal to include the Scope of Services response, general timeimplementation schedule, fees /contract price, and exhibits.

Each firm must address each of the following items in its response to the RFP:

A. Statement of Qualifications - In order to maintain uniformity, the Statement of Qualificationsmust be limited to a MAXIMUM of 20 PAGES ( excluding front and back covers, sectiondividers and Exhibits E through G). The page limitation includes all appendices, attachments, and supplemental information.

The following information is required:

Cover Letter - A letter signed by a principal or authorized representative who canmake legally binding commitments for the entity.

2. Firm and Personnel Experience: A profile of the firm' s experience, including thenames and experience of personnel and subconsultants who will be providingservices. At a minimum, this should include the project manager /principal agent,

associates in charge when project manager /principal agent is unavailable, keypersonnel, and an organization chart. The project manager /principal agent shall be

the primary contact person to represent your firm.

3. Previous Project Experience: Proposer shall submit a general description of theprevious related repair and construction work performed in the last five ( 5) years.

Special consideration should be given to work performed on an emergency basis andwork performed on water and sewer systems.

B. EXHIBIT C - PROPOSERS STATEMENT AND PROPOSAL ITEM PRICING

A separate sealed fee envelope including proposer' s personnel and equipment rates shall besubmitted concurrently but under separate cover with the proposal. Costs shall be shown asdescribed under Exhibit C. No fee envelopes shall be opened by City until the final ranking ofproposals has been completed.

C. EXHIBIT D - REFERENCES:-- The Proposer shall submit a list of agencies, past and

present, for whom you have provided work similar to that identified in this RFP ( Exhibit A) forthe last five (5) years.

D. EXHIBIT E - PROPOSERS STATEMENT

E. EXHIBIT F - CERTIFICATION OF NONDISCRIMINATION BY CONTRACTOR

F. EXHIBIT G - NONCOLLUSION AFFIDAVIT

G. EXHIBIT ,H - SAMPLE ADDITIONAL INSURED ENDORSEMENT FOR COMMERCIALGENERAL LIABILITY POLICY

H. The proposal must be completely responsive to the RFP. Any exceptions to therequirements of this RFP must be included in the proposal. Such exceptions must be

included as a separate element of the proposal entitled " Exceptions and Deviations." The

Executive Director, in his sole and absolute discretion, may authorize or deny anyexceptions.

RFP # 14- 044- On -Call Emergency Sewer and Water System Repair Services

25H 48

Page 49: Paulus ring, Inc.

The City reserves the right to reject any or all proposals submitted and no representation ismade hereby that any contract will be awarded pursuant to this RFP or otherwise. The Cityreserves the right to waive minor inconsistencies in submitted Proposals.

XVI. CONTRACTOR SELECTION — PROPOSAL AND EVALUATION

The criteria for evaluating the proposals submitted will take the following items into consideration:

1. Firm Experience ( 30 %)

2. Personnel Experience ( 20 %)

3. Previous Project Experience ( 50 %)

The proposals will be reviewed by a committee of City staff members. The committee will evaluateproposers based on the response to the RFP and the City evaluation criteria set forth above. Afinal score will be calculated for each submitted proposal and used to rank the proposers. The

committee may interview the top tier of proposers and recommend award of the contract to theproposer who will provide the best quality service at minimum cost to the City. The City reservesthe right to negotiate pricing and for additional terms. City reserves the right to begin negotiationsand enter into a contract without interview or further discussions.

The committee will rank the proposers and select the top three (or top tier based on the naturalscore break). The committee will open the fee envelopes after selection of top tier. The Councilrecommendation will be based on the evaluation score and proposed fees of the top tier.

XVII. PUBLIC RECORDS

Proposals will become public record after award of contract. Proposer information identified as

proprietary information shall be maintained confidential, to the extent allowed under the CaliforniaPublic Records Act.

XVIII. PROTESTS

Any protest must be submitted in writing to the Executive Director of Public Works, City of SantaAna, 20 Civic Center Plaza M -21, Santa Ana, CA 92701. Protests must be received by the City by5: 00 p. m. of the 5th business day following posting of the Request for Proposal or the results orNotice of Intent to Award Contract, on the City's website. Hand delivered protests must be providedto the receptionist in the City Hall Annex /Public Works Counter on the first floor of the City HallAnnex.

a. The initial protest document shall contain a complete statement of the basis for the

protest.

b. The protest shall refer to the specific portion of the RFP or winning proposal, whichforms the basis for the protest.

G. The protest shall include the name, address and telephone number of the person

representing the protesting party.

d. The party filing the protest shall concurrently transmit a copy of the initial protestdocument and any attached documentation to all other parties with a direct financialinterest, which may be adversely affected by the outcome of the protest. Such partiesshall include all other proposers who appear to have a reasonable prospect of receivingan award depending upon the outcome of the protest.

1

Page 50: Paulus ring, Inc.

Should a written protest be filed in a timely fashion, a protest hearing shall be held before theExecutive Director of Public Works or designee within 10 business days following the City's receiptof protest, or as soon thereafter as may be scheduled. All interested parties may appear and offertestimony at this protest hearing. Formal rules of evidence shall not apply at this hearing, nor shalltestimony under oath be required. The burden of proof shall be on the party submitting the protestto demonstrate that the staff' s determination of the best value proposal is arbitrary and capricious, or unsupported by substantial evidence in the record.

All proposer are advised that if you challenge the City' s award of contract in court, you may belimited to raising only those issues you or someone else raised at the public hearing describedabove, or in written correspondence delivered to the Executive Director of Public Works at, or prior

to, the public hearing.

The Executive Director of Public Works or designee will issue a written decision. If the ExecutiveDirector of Public Works or designee determines that a protest is frivolous, the party originating theprotest may be determined to be irresponsible and that party may be determined to be ineligible forfuture contract awards.

The procedure and time limits set forth in this paragraph are mandatory and are the proposer' s soleand exclusive remedy in the event of protest and failure to comply with these procedures shallconstitute a waiver of any right to further pursue the bid protest, including filing a Government CodeClaim or legal proceedings.

XIX. INSURANCE REQUIREMENTS

As a condition of, and throughout the term of the contract, the vendor shall have and maintain the

insurance described below. A certificate of insurance, naming the City of Santa Ana as anadditional insured, shall be provided to the Buyer before award:

Certificate of Insurance (Acord' s 25 -S form no.) to include:

General Liability -- $ 1, 000,000 each occurrence

Worker's Compensation - Within the limits required by the State of CaliforniaAutomotive Insurance -- $ 1, 000, 000 combined single limit

A notation in the Cancellation clause ( in the bottom right hand corner) of the Certificate must be

made that the City will be mailed 30 days written notice of policy cancellation and the referencesendeavor to" and " failure to mail such notice shall impose no obligation or liability of any

kind upon the company, its ascents or representatives" shall be either removed or X cl through

If the vendor allows their coverage to expire or their insurance is canceled at any time during thecontract, the vendor shall provide the Buyer with an updated, valid insurance certification. Noadditional work shall be performed and no payments will be made until adequate proof of insurance

is provided.

RFP 914 -044 - On -Call Emergency Sewer and Water System Repair Services

251; =`I0

Page 51: Paulus ring, Inc.

EXHIBIT A

CITY OF SANTA ANA

REQUEST FOR PROPOSALS FOR ON -CALL SEWER AND WATER SYSTEM REPAIR SERVICES

SCOPE OF SERVICES

The City is soliciting proposals from qualified professional construction firms to provide on -callemergency repair services on an as- needed basis. The City will select up to three firms to providethese services.

The purpose of this request for proposals is to obtain qualified construction firms to augment the City'scapacity to restore sewer and water service in the event of system failures. The City staffs maintenanceand repair crews to keep the sewer and water systems functional. In order to be prepared to respondto large scale emergencies, the City must retain qualified contracting firms experienced in substructuresand sewer and water utility facility construction on an as- needed basis.

The City of Santa Ana is located in the County of Orange in Southern California. The City encompasses27. 2 square miles and a population over 325,000 people.

The City of Santa Ana Public Works Agency — Water Resources Division oversees and maintains thedaily operations of the Water System and Sanitary Sewer System. The City of Santa Ana's watersystem has an average day demand of about 43 MG with 45, 000 services. It is comprised ofapproximately 444 miles of water main, 45 MG of storage at 5 sites, 7 MWD connections, 21groundwater wells, 7 pump stations, 4 pressure regulating stations and utilizes 2 pressure zones. TheCity's sanitary sewer system has approximately 8,000 manholes, 390 miles of sewer mains and 2 liftstations. The sewer system collects all sewage and transports it to the Orange County SanitationDistrict for treatment.

Contractor must be able to respond to City's request for emergency repair work in a timely manner. The contractor shall be available 24/7 and ready to respond in the event of an emergency. Service calls shall be responded to within one hour. Contractor' s repair crews must be able to

arrive at job site within 8 hours of approval from City to commence work.

SCOPE OF WORK

The scope of work will include but not be limited to the excavation, procurement of materials,

installation, backfill and paving and all other work necessary to complete the following types of tasks:

The repair and construction of Vitrified Clay Pipe ( VCP) and Polyvinylchloride ( PVC) sewer mainsranging from 6" to 30" in diameter.

a. The repair and construction of sewer manholes

b. The repair and construction of sewer cleanouts

c. The repair and construction of sewer laterals

d. Dewatering of excavationse. By pass pumpingf. Traffic Control

g. Site remediation and cleaning

5iF F1151

Page 52: Paulus ring, Inc.

The repair and construction of water mains ( various materials including concrete cylinder and CML &Csteel) ranging from 4" to 30" in diameter and related appurtenances.

a. The repair and construction of system valves

b. The repair and construction of pressure reducing valvesc. The repair and construction of fire hydrants

d. Dewatering of excavationse. Traffic Control

f. Disinfection and flushingg. Site remediation and cleaning

3. The repair and construction of water and sewer pump stations and related appurtenances which may

include mechanical, electrical and piping components.

III. SUBCONTRACTORS

The use of Subcontractors is allowed but will require approval by City prior to start of any assignedwork. When a Subcontractor performs all or any part of the work, a markup shall be applied to theSubcontractor' s actual cost of such work. The Contractor may add a markup of 10 percent on the first

5, 000 of the subcontracted portion of the extra work and a markup of 5 percent on work added inexcess of $5,000 of the subcontracted portion of the work.

RFP # 14 -044 — On -Call Emergency Sewer and Water System Repair Services

251421162

Page 53: Paulus ring, Inc.

EXHIBIT B

CITY OF SANTA ANA

REQUEST FOR PROPOSALS FOR ON -CALL SEWER AND WATER SYSTEM REPAIR SERVICES

SAMPLE AGREEMENT

THIS AGREEMENT, made and entered into this X day of XXX, XXXX by and between X ( hereinafterContractor "), and the City of Santa Ana, a charter city and municipal corporation organized and existing under

the Constitution and laws of the State of California ( hereinafter "City ").

RECITALS

1. The City desires to retain a Contractor having special skill and knowledge in the field of X.

2. Contractor represents that Contractor is able and willing to provide such services to the City and islicensed by the State of California to provide X.

3. In undertaking the performance of this Agreement, Contractor represents that it is knowledgeable in itsfield and that any services performed by Contractor under this Agreement will be performed incompliance with such standards as may reasonably be expected from a professional X firm.

NOW THEREFORE, in consideration of the mutual and respective promises, and subject to the terms and

conditions hereinafter set forth, the parties agree as follows:

DEFINITIONS ( if any)

II. TERMS AND CONDITIONS

A. TERM

The term of this contract shall commence the date of City Council award and approval of allinsurance and bonds, and terminate MONTH, DAY, YEAR, unless earlier terminated as set forth

in Section H, below. City is hereby granted an option to renew for up to X ( X) additional XXXX) - year periods on the terms and conditions set forth herein. Said options shall be exercised

in writing at least thirty (30) days prior to the end of the initial term or any extension thereof.

B. CONTINUED FUNDING

In the event funding is not allocated for parking control enforcement services during the annualbudget approval process, the City shall notify the provider of such occurrence in writing at leastthirty ( 30) days before the end of the current fiscal period, and contract shall terminate on thelast day of current fiscal period without penalty or expense to the City

C. COMPENSATION

City agrees to pay and contractor agrees to accept as total payment for its services, therates and charges set forth in contractor' s proposal, attached hereto and incorporated byreference. The amount to be expended for services shall not exceed ( dollar amount)

annually during the term of this agreement.

RFP # 14 -044 — On -Call Emergency Sewer and Water System Repair Services

2514 -453

Page 54: Paulus ring, Inc.

2. Invoices

a. The contractor shall submit a monthly invoice by the fifteenth of the month to the Cityfor the services rendered in the prior month.

b. All invoices for work performed under this contract shall be submitted in a format

approved by the City. Invoices shall include the following information at a minimum:

i. Contractor's invoice number

ii. Beginning and ending dates for servicesiii. City project number and /or name ( if applicable) iv. Work site address /location ( if applicable)

V. Unit cost, subtotals and total for invoice

3. Payment by City shall be made within sixty (60) days following receipt of proper invoice, subject to City accounting procedures. Payment need not be made for work which fails tomeet the standards of performance of a professional parking control enforcement services.

4. Price Adjustments

The parties may annually agree to an adjustment of charges ( not to exceed 2 %) commencing at the end of the first year of the agreement, utilizing the month ofDecember statistics and supporting documentation. The two indices which will be usedfor determining adjustments to services charges shall be the most recent DecemberConsumer Price Index ( CPI) for All Urban Consumers for Los Angeles- Anaheim-

Riverside CMSA, published by the United States Department of Labor Bureau of LaborStatistics or any relevant successor for the Orange County area ( and the DecemberProduce Price Index ( PPI). The adjustment formula shall be as follows: The CPI shall

be weighted at ninety [ 90] percent and PPI shall be weighted at ten [ 10] percent.)

Extra Work

No new work of any kind shall be considered an extra unless a separate estimate isgiven for said work and the estimate is approved by the City in writing before the work iscommenced. The contractor will be required to provide detailed information of such

extra work. Documentation of contract compliance may be required on some occasions. Work performed prior to obtaining written approval of the City shall not be included withinthe Scope of Work and may not be paid.

D. INDEPENDENT CONTRACTOR

Contractor shall during the entire term of this contract, be construed to be an independentcontractor and not an employee of the City. This contract is not intended nor shall it beconstrued to create an employer - employee relationship, a joint venture relationship, or to allowthe City to exercise discretion or control over the manner in which contractor performs theservices required by this contract. However, the services to be provided by contractor shall beprovided in a manner consistent with all applicable standards and regulations governing suchservices. Contractor shall pay all salaries and wages, employer' s Social Security taxes, unemployment insurance, and similar taxes relating to employees and shall be responsible forall applicable withholding taxes.

INSURANCE

Prior to undertaking performance of work under this contract, contractor shall maintain and shall

RFP # 14 -044 - On -Call Emergency Sewer and Water System Repair Services

25821154

Page 55: Paulus ring, Inc.

require its subcontractors, if any, to obtain and maintain insurance as described below:

Commercial General Liability Insurance. Contractor shall maintain commercial generalliability insurance which shall include, but not be limited to protection against claimsarising from bodily and personal injury, including death resulting there from and damageto property, resulting from any act or occurrence arising out of contractor's operations inthe performance of this agreement, including, without limitation, acts involving vehicles. The amounts of insurance shall be not less than the following: single limit coverageapplying to bodily and personal injury, including death resulting therefrom, and propertydamage, in the total amount of One Million Dollars ($ 1, 000,000) per occurrence, Two

Million Dollars ($ 2, 000,000) in the aggregate. Such insurance shall ( a) name the City, its officers, employees, agents, volunteers, and representatives as additional insured( s);

b) be primary and not contributory with respect to insurance or self- insurance programsmaintained by the City; and ( c) contain standard separation of insureds provisions. Asample additional insured endorsement is attached hereto as Exhibit H.

2. Business automobile liability insurance, or equivalent form, with a combined single limitof not less than One Million Dollars ($ 1, 000,000) per occurrence. Such insurance shall

include coverage for owned, hired and nonowned automobiles.

3. Worker's Compensation Insurance. In accordance with the provisions of Section 3300

of the Labor Code, contractor is required to be insured against liability for Workers' Compensation or to undertake self- insurance. Prior to commencing the performance ofthe work under this contract, contractor agrees to obtain and maintain any employer'sliability insurance with limits not less than One Million Dollars ($ 1, 000,000) per accident.

4. If contractor is or employs a licensed professional such as an architect or engineer:

Professional liability (errors and omissions) insurance, with a combined single limit of notless than One Million Dollars ($ 1, 000,000) per claim.

5. The following requirements apply to the insurance to be provided by contractor pursuantto this section:

a. Contractor shall maintain all insurance required above in full force and effect for

the entire period covered by this agreement.

Certificates of insurance shall be furnished to the City upon execution of thiscontract and shall be approved in form by the City Attorney.

C. Certificates and policies shall state that the policies shall not be canceled or

reduced in coverage or changed in any other material aspect without thirty (30) days prior written notice to the City.

If contractor fails or refuses to produce or maintain the insurance required by this sectionor fails or refuses to furnish the City with required proof that insurance has beenprocured and is in force and paid for, the City shall have the right, at the City' s election, to forthwith terminate this contract. Such termination shall not affect contractor's right to

be paid for its time and materials expended prior to notification of termination.

Contractor waives the right to receive compensation and agrees to indemnify the City forany work performed prior to approval of insurance by the City.

F. HOLD HARMLESS/ INDEMNIFICATION

RFP # 14 -044 — On -Call Emergency Sewer and Water System Repair Services

25W1455

Page 56: Paulus ring, Inc.

To the fullest extent permitted by law, contractor shall indemnify, defend and hold harmless City, its officers, agents and employees (collectively, the " indemnified parties ") from and against anyand all claims ( including, without limitation, claims for bodily injury, death or damage toproperty), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses ( including, without limitation, attorney' s fees, disbursements and court costs) of every kind and nature whatsoever (individually, a claim; collectively, "claims "), which may arise from or in any manner related ( directly or indirectly) toany work performed or services provided under this contract ( including, without limitation, defects in workmanship and /or materials) or contractor's presence or activities conductedperforming the work ( including the negligent and /or willful acts, errors and /or omissions ofcontractor, its principals, officers, agents, employees, vendors, suppliers, contractors,

subcontractors, anyone employed directly or indirectly by any of them or for whose acts theymay be liable for any or all of them). Notwithstanding the foregoing, nothing herein shall beconstrued to require contractor to indemnify the indemnified parties from any claim arising fromthe sole negligence or willful misconduct of the indemnified parties. Nothing in this indemnityshall be construed as authorizing any award of attorney' s fees in any action on or to enforce theterms of this contract. This indemnity shall apply to all claims and liability regardless of whetherany insurance policies are applicable. The policy limits do not act as a limitation upon theamount of indemnification to be provided by the contractor.

G. NOTICE

Any notice, tender, demand, delivery or other communication pursuant to this agreement shallbe in writing and shall be deemed to be properly given if delivered in person or mailed by firstclass or certified mail, postage prepaid, sent by telefacsimile communication, or via e- mail to thefollowing persons:

To City: Clerk of the Council

City of Santa Ana20 Civic Center Plaza ( M -30)

Santa Ana, CA 92701

Fax 714 - 647 -6956

With courtesy copy to: Public Works Agency — (Division)

To Contractor:

H. TERMINATION

The City reserves the right to terminate the contract as follows:

In the event contractor fails or refuses to timely perform any of the provisions of thisagreement in the manner required, or if contractor violates any provision of thisagreement, contractor shall be deemed in default. City shall provide written notice ofsuch default to contractor's project manager. Contractor shall cure said default within a

period of two (2) working days. If such cure is not completed in a timely manner, Citymay assess liquidated damages or terminate the agreement forthwith by giving writtennotice to contractor' s project manager. City may, in addition to the other remediesprovided in this agreement or authorized by law, terminate this agreement by givingwritten notice of termination. Contractor shall be responsible for all costs incurred byCity, including replacement costs of equipment and labor required to provide serviceduring contractor's default. In the event of such termination for cause, City shall paycontractor that portion of compensation specified in the agreement that is earned and

RFP # 14 -044 — On -Call Emergency Sewer and Water System Repair Services

25891156

Page 57: Paulus ring, Inc.

unpaid prior to the effective date of termination. Contractor shall not be entitled to anycompensation for lost profits it terminated for cause.

2. This agreement may be terminated without cause by City upon thirty (30) days writtennotice delivered to the contractor either personally or by mail. Upon termination, Cityshall pay to contractor that portion of compensation specified in the agreement that isearned and unpaid prior to the effective date of termination.

3. In addition to, or in lieu of, remedies provided in this agreement or pursuant to law, Cityshall have the right to withhold all or a portion of contractor's compensation for contract

services if, in the judgment of the projects manager or designee, the level of service falls

below appropriate standards and /or contractor fails to satisfactorily perform contractservices. City shall have the right to retain funds withheld until the projects manager ordesignee determines that contract services are performed as well and as frequently asrequired by this agreement.

CONTRACTOR OPTION FOR TERMINATION

The contractor may request termination of the contract when conditions during the contractmake it impossible to perform or when prevented from proceeding with the contract by act ofGod, by law or official action of a public authority or in the event on nonpayment by the City. Such request will require one - hundred eighty ( 180) days written notice prior to contracttermination date requested. In the event of nonpayment of undisputed sums by the City, contractor shall give the City thirty (30) working days to cure the alleged breach.

J. LIQUIDATED DAMAGES

If the City determines that the contractor breaches its promise to provide services in compliancewith the Terms and Conditions of applicable laws and regulations, and the specifications set

forth above, it would be impracticable and extremely difficult to determine the damage to Cityarising from such breach. Therefore, in the event of contractor' s breach, contractor shall pay toCity the sum of $XXX per hour / per occurrence (see narrative) for such breach, in addition toany cost, fines, etc. levied against the City.

K. EMPLOYMENT OPPORTUNITIES FOR SANTA ANA RESIDENTS

Contractor shall solicit and advertise employment opportunities to Santa Ana residents. The

City shall inform the contractor of areas to publicize recruitment opportunities, such as workcenters and community centers. Such effort and procedure will be provided to the City forreview.

L. EMPLOYMENT OF DISPLACED SANTA ANA WORKFORCE ( Not necessary if no Santa Anaemployees will lose jobs)

The contractor shall extend offers of employment to any displaced City of Santa Ana employeefor a minimum of one ( 1) year and at a rate commensurate to his /her last base salary amountas an employee of the City of Santa Ana. Thereafter, the contractor may pay according to thecontractor normal pay structure. Contractor costs should be amortized over the # year contractperiod.

M. COMPLIANCE WITH APPLICABLE LAWS AND REGULATIONS

RFP # 14 -044 — On -Call Emergency Sewer and Water System Repair Services

25' gt,M57

Page 58: Paulus ring, Inc.

Contractor shall perform all requirements under this contract in strict observance of and in

compliance with all applicable environmental, traffic, safety and any other laws, regulations, ordinances, codes and any other legislative or statutory requirements.

2. Contractor warrants that the performance of services under this contract shall be compliant

with the current requirements of the (particular relevant statutes and /or regulations) and as it

may be amended or updated throughout the term of this contract.

N. ASSIGNMENT

Inasmuch as this contract is intended to secure the specialized services of contractor, contractor

may not assign, transfer, delegate or subcontract any interest herein without the prior writtenconsent of City and any such assignment, transfer, delegation or subcontract without the City'sprior written consent shall be considered null and void.

O. JURISDICTION - VENUE

This contract has been executed and delivered in the State of California and the validity, interpretation, performance and enforcement of any of the clauses of this contract shall bedetermined and governed by the laws of the State of California. Both parties further agree thatOrange County, California, shall be the venue for any action or proceeding that may be broughtor arise out of, in connection with or by reason of this contract.

P. FINES

The contractor shall be liable for all violation fines levied against the City by federal, state, orlocal agencies with regulatory authority related to contractor provided services.

Q. MISCELLANEOUS PROVISIONS

a. Each undersigned represents and warrants that its signature hereinbelow has the

power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify City fully, including reasonable costs and attorney's fees, for any injuries ordamages to City in the event that such authority or power is not, in fact, held by the signatory or iswithdrawn.

b. All Exhibits referenced herein and attached hereto shall be incorporated as if fully setforth in the body of this Agreement.

IN WITNESS WHEREOF, the parties hereto have executed this Agreement the date and year

first above written.

ATTEST:

MARIA D. HUIZAR

Clerk of the Council

CITY OF SANTA ANA

DAVID CAVAZOS

City Manager

RFP # 14 -044 - On -Call Emergency Sewer and Water System Repair Services

251491168

Page 59: Paulus ring, Inc.

APPROVED AS TO FORM:

SONIA CARVAHALO

City Attorney

Bv:

XXXX

Assistant City Attorney

FOR APPROVAL: CONTRACTOR

XX

Executive Director

X Agency Tax ID#

RFP # 14 -044 — On -Call Emergency Sewer and Water System Repair Services

25W1s59

Page 60: Paulus ring, Inc.

EXHIBIT C

CITY OF SANTA ANA

REQUEST FOR PROPOSALS FOR ON -CALL SEWER AND WATER SYSTEM REPAIR SERVICES

PROPOSERS CERTIFICATION and PROPOSAL ITEM PRICING

Certification - I certify that I have read, understand and agree to the terms and conditions of this Request forProposals. I have examined the Scope of Services ( Exhibit A) and am familiar with the scope of work

locations. I am familiar with all the existing conditions and limitation that may impact work requests. Iunderstand and agree that I am responsible for reporting any errors, omissions or discrepancies to the City forclarification prior to the submission of my proposal.

Proposal Item Price - Pricing shall be based on a ( hourly cost, time and materials basis - see narrative) for services described in Exhibit A. Fee must be inclusive of all costs, including but not limited to, direct andindirect costs for labor, overhead, incidental supplies, travel, mileage, and fuel. Any special materials will bepurchased by the contractor only after discussed and authorized by the City projects manager or designee inwriting.

Proposer shall attach a separate hourly rate schedule with hourly rates for staff per mob classificationand equipment.

The use of Subcontractors is allowed but will require approval by City prior to start of any assigned work. When a Subcontractor performs all or any part of the work, a markup shall be applied to the Subcontractor'sactual cost of such work. The Contractor may add a markup of 10 percent on the first $ 5, 000 of thesubcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5, 000 of thesubcontracted portion of the work.

LEGAL NAME OF COMPANY PHONE AND FAX NUMBERS

BUSINESS ADDRESS

PRINTED NAME OF AUTHORIZED AGENT

AUTHORIZED AGENT DATE E -MAIL ADDRESS

FEDERAL ID NUMBER ( IF APPLICABLE) ENVIRONMENTAL LABORATORY ACCREDIDATION

PROGRAM CERTIFICATE NUMBER ( ELAP #)

THIS FORM MUST BE COMPLETED AND INCLUDED WITH THE PROPOSAL. PROPOSALS THAT DO NOT CONTAIN THIS FORM WILL BE CONSIDERED NONRESPONSIVE.

RFP # 14 -044 — On -Call Emergency Sewer and Water System Repair Services

25R91160

Page 61: Paulus ring, Inc.

EXHIBIT D

CITY OF SANTA ANA

REQUEST FOR PROPOSALS FOR ON -CALL SEWER AND WATER SYSTEM REPAIR SERVICES

REFERENCES

List and describe fully the contracts performed by your firm which demonstrate your ability to provide thesupplies, equipment or services included in the scope of the proposal specifications. Attach additional pages if

required. The City reserves the right to contact each of the references listed for additional informationregarding your firm' s qualifications.

Reference

Customer

Address:

Contract Amount:

Description of supplies, equipment, or services provided:

Contact Individual:

Phone Number:

Facsimile Number:

Year:

Reference

Customer Name: Contact Individual:

Address: Phone Number:

Contract Amount:

Description of supplies, equipment, or services provided:

Reference

Customer Name:

Address:

Contract Amount:

Description of supplies, equipment, or services provided:

Facsimile Number:

Year:

Contact Individual:

Phone Number:

Facsimile Number:

Year:

THIS FORM MUST BE COMPLETED AND INCLUDED WITH THE PROPOSAL.

PROPOSALS THAT DO NOT CONTAIN THIS FORM WILL BE CONSIDERED NONRESPONSIVE.

RFP # 14 -044 — On -Call Emergency Sewer and Water System Repair Services

25WI161

Page 62: Paulus ring, Inc.

EXHIBIT E

CITY OF SANTA ANA

REQUEST FOR PROPOSALS FOR ON -CALL SEWER AND WATER SYSTEM REPAIR SERVICES

PROPOSER' S STATEMENT

Proposer understands and agrees that this written RFP (or any part thereof specifically designated and acceptedby the City of Santa Ana, hereinafter City) shall constitute the entire agreement between proposer and the Cityonly after it has been accepted by the City Council, endorsed by the Clerk of the Council with her signature andofficial seal noting hereon the action of approval of the Council, signed by the Executive Director or his dulyauthorized agent, and signed by the City Attorney, denoting his approval of the form of this document, and itsexecution, and when it or an exact copy of it has been either delivered to proposer or deposited with the UnitedStates Postal Service properly addressed to the proposer with the correct postage affixed thereto.

Proposer further agrees that upon delivery (as defined above) of the accepted agreement he /she will furnish Cityall required bonds and certificate of liability insurance within ten ( 10) days (excluding Saturdays, Sundays andCity's legal holidays), or the funds, check, draft, or proposer' s bond substituted in lieu thereof accompanying thisproposal shall become the property of the City and shall be considered as payment of damages due to the delayand other causes suffered by City because of the failure to furnish the necessary bonds and because it is distinctlyagreed that the proof of damages actually suffered by City is difficult to ascertain; otherwise said funds, checkdrafts, or proposer's bond substituted in lieu thereof shall be returned to the undersigned.

Proposer understands that a proposal is required for the entire work, that the estimated quantities set forth in the

RFP schedule are solely for the purpose of comparing proposals, and that final compensation under the contractwill be based upon the actual quantities of work satisfactorily completed.

All terms contained in the specifications, the certification of nondiscrimination by contractors, and the requiredinsurance certificates are to be incorporated by reference into this agreement and are made specifically as part ofthis RFP.

Firm

Signed and Printed Name:

Title

Date

THIS FORM MUST BE COMPLETED AND INCLUDED WITH THE PROPOSAL. PROPOSALS THAT DO NOT CONTAIN THIS FORM WILL BE CONSIDERED NONRESPONSIVE.

RFP # 14 -044 — On -Call Emergency Sewer and Water System Repair Services

2514462

Page 63: Paulus ring, Inc.

EXHIBIT F

CITY OF SANTA ANA

REQUEST FOR PROPOSALS FOR ON -CALL SEWER AND WATER SYSTEM REPAIR SERVICES

CERTIFICATION OF NONDISCRIMINATION BY CONTRACTOR

The undersigned contractor or corporate officer, during the performance of this contract, certifies as follows:

The contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor shall take affirmative action to ensure that applicants

are employed, and that employees are treated during employment without, regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay orother forms of compensation; and selection for training, including apprenticeship. The contractor agrees topost in conspicuous places, available to employees and applicants for employment, notices to be provided

setting forth the provisions of this nondiscrimination clause.

2. The contractor shall, in all solicitations or advertisements for employees placed by or on behalf of thecontractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin.

3. The contractor shall send to each labor union or representative of workers with which he has a collective

bargaining agreement or other contract or understanding, a notice to be provided advising the said laborunion or workers' representatives of the contractor's commitments under this section, and shall post copies

of the notice in conspicuous places available to employees and applicants for employment.

4. The contractor shall comply with all provisions of Executive Order 11246 of September 24, 1965, and of therules, regulations, and relevant orders of the Secretary of Labor.

5. The contractor shall furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permitaccess to his /her books, records, and accounts by the administering agency and the Secretary of Labor forpurposes of investigation, to ascertain compliance with such rules, regulations, and orders.

6. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with anyof the said rules, regulations, or orders, the contract may be canceled, terminated, or suspended in whole orin part and the contractor may be declared ineligible for further government contracts or federally assistedconstruction /services contracts in accordance with procedures authorized in Executive Order 11246 of

September 24, 1965,and such other sanctions may be imposed and remedies invoked as provided inExecutive Order 11246 of September 24, 1965, or by rule, regulations, or order of the Secretary of Labor, oras otherwise provided by law.

7. The contractor shall include the portion of the sentence immediately preceding paragraph 1 and theprovisions of paragraphs 1 through 7 in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 ofSeptember 24, 1965, so that such provisions will be binding upon each subcontract or purchase order as theadministering agency may direct as means of enforcing such provisions, including sanctions fornoncompliance; provided, however, that in the event the contractor becomes involved in, or is threatened

with, litigation by a subcontractor or vendor as a result of such direction by the administering agency, thecontractor may request that the United States enter into such litigation to protect the interests of the United

RFP # 14 -044 - On -Call Emergency Sewer and Water System Repair Services

2514,' f63

Page 64: Paulus ring, Inc.

States.

8. Pursuant to California Labor Code Section 1735, as added by Chapter 643 Stats. 1039, and as amended,

no discrimination shall be made in the employment of persons because of race, religious creed, color

national origin, ancestry, physical handicaps, mental condition, marital status, or sex of such persons, exceptas provided in Section 1420, and any contractor violating this section is subject to all the penalties imposedfor a violation of the chapter.

Firm

Signed and Printed

Title

Date

THIS FORM MUST BE COMPLETED AND INCLUDED WITH THE PROPOSAL. PROPOSALS THAT DO NOT CONTAIN THIS FORM WILL BE CONSIDERED NONRESPONSIVE.

RFP # 14 -044 — On -Call Emergency Sewer and Water System Repair Services

25821264

Page 65: Paulus ring, Inc.

EXHIBIT G

CITY OF SANTA ANA

REQUEST FOR PROPOSALS FOR ON -CALL SEWER AND WATER SYSTEM REPAIR SERVICES

NONCOLLUSION AFFIDAVIT

NON - COLLUSION AFFIDAVIT

Title 23 United States Code Section 112 and

Public Contract Code Section 7106)

To the CITY OF SANTA ANA

In accordance with Title 23 United States Code Section 112 and Public Contract Code 7106 the proposer

declares that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal is genuine and not collusive or sham; thatthe proposer has not directly or indirectly induced or solicited any other proposer to put in a false or shamproposal, and has not directly or indirectly colluded, conspired, connived or agreed with any proposer oranyone else to put in a sham proposal, or that anyone shall refrain from bidding; that the proposer has not inany manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix theproposal price of the proposer or any proposer, or to fix any overhead, profit, or cost element of the proposalprice, or of that of any other proposer, or to secure any advantage against the public body awarding thecontract of anyone interested in the proposed contract; that all statements contained in the proposal are true;

and, further, that the proposer has not, directly or indirectly, submitted his or her proposal price or anybreakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not

pay, any fee to any corporation, partnership, company association, organization, bid depository, or to anymember or agent thereof to effectuate a collusive or sham proposal.

Note: The above noncollusion affidavit is part of the proposal. Signing this proposal on the signature portionthereof shall also constitute signature of this noncollusion affidavit. Proposers are cautioned that making afalse certification may subject the certifier to criminal prosecution.

Sig

State of California, County

Subscribed and sworn to ( or affirmed) before me on this day of , 20 , byproved to me on the basis of satisfactory evidence to be the person( s) who

appeared before me.

Notary Public Signature Notary Public Seal

THIS FORM MUST BE COMPLETED AND INCLUDED WITH THE PROPOSAL.

PROPOSALS THAT DO NOT CONTAIN THIS FORM WILL BE CONSIDERED NONRESPONSIVE.

RFP # 14 -044 — On -Call Emergency Sewer and Water System Repair Services25144, %5

Page 66: Paulus ring, Inc.

EXHIBIT H

CITY OF SANTA ANA

REQUEST FOR PROPOSALS FOR ON -CALL SEWER AND WATER SYSTEM REPAIR SERVICES

SAMPLE ADDITIONAL INSURED ENDORSEMENT

FOR COMMERCIAL GENERAL LIABILITY POLICY

Insurance Company

This endorsement modifies such insurance as is afforded by the provisions of Policy # relating to the following:

The City of Santa Ana, 20 Civic Center Plaza, Santa Ana, California 92701; its officers, employees, agents, volunteers and representatives are named as additional insureds ( "additional insureds ") with

regard to liability and defense of suits arising from the operations and uses performed by or on behalf ofthe named insured.

With respect to claims arising out of the operations and uses performed by or on behalf of the namedinsured, such insurance as is afforded by this policy is primary and is not additional to or contributing withany other insurance carried by or for the benefit of the additional insureds.

3. This insurance applies separately to each insured against whom claim is made or suit is brought exceptwith respect to the company's limits of liability. The inclusion of any person or organization as an insuredshall not affect any right which such person or organization would have as a claimant if not so included.

4. With respect to the additional insureds, this insurance shall not be cancelled, or materially reduced incoverage or limits except after thirty (30) days written notice has been given to the City of Santa Ana, 20 Civic Center Plaza, Santa Ana, California 92701.

Completion of the following, including countersignature, is required to make this endorsement effective.)

Effective

Policy #

Issued to

Countersigned by

this endorsement form as a part of

Named Insured

Authorized Representative

SAMPLE ONLY

RFP # 14 -044 — On -Call Emergency Sewer and Water System Repair Services

25F 2 &%P6

Page 67: Paulus ring, Inc.

if

Ftx,£

m

EN

0 Qern

x

iA

AU., A4V 6 i is jj

yIta

a

4

if

Page 68: Paulus ring, Inc.

i \ \

2 \ \

2 \ \ \ \

Page 69: Paulus ring, Inc.

Public Works Agency

i •.

quality services and superior traftsmonship. Sy establishing and

construction, restoration, and cost estimating within oil types of

Should you boys any questions, pleose do not hesitote to contact me. Ihope to work with you in the Futurat

25H -169

Page 70: Paulus ring, Inc.

RobertsINCC} RFORATEDlSAltdtl, Xlj3illY} 9,ILSd@L

1171 [ sir fain Saw

S. 14 211

1. 011. CA 91180

i. 716. 6644074

t, 714. 5044461

N, ea,• 4604406

use. t, r66srrt:nt. ees

T.E. Roberts, Inc. Is currently servicing several large agencies, many ofthem being Select Did lists including:

San Gabriel Valley Water Companypatients Water CompanySuburban Wafer Systems

Wa €nut Valley Water DistrictOolden State Water CompanyMoulton Miguel Water District

San. Gabriot County Water o1strictRowland Water DistrictService Corporation. international

Casio Mesa Sanifory DistriaIrvite Ronah Water Distr€ef

City of San BernardinoSouth Coast Water DisfrIct

San Debrief Valley Water CompanyFontana Water CompanySuburban Water Systems

Walnut Valley Water DistrictGolden $ fate Wafer CompanySon Gabriel County Water DistrictRowland Water District

Rase ( tills Mortuary and CemeteryThe Aerospace CorporationSorvias Corporation. InternationalRaytheon Spot* and Airborne SystemslnferaolMnal Suddhlst Progress SocietyCity of OntarioCity of to HabraCity of to PalmaMettle Oil CompanySouth Coast Water Districtpairhoven Memorial park

City of GlendoraCity of Anofielm

To compliment its vast service orea, T.E. Roberts, Inc, has

strategically built storage ond work yards in Oronge, SonBernardino and Los Angeles Counfy

EXCELLENT QUALITY - RELIABLE - SERVICE ORIENTED

25H -170

Page 71: Paulus ring, Inc.

T. E. Roberts, Inc.

amp

1

d Proied Mo rd Offim Adtnini* dion

t '

5aperintendent - Pra(ect Office

6d Peres Manager - Manager -

Ja €tin Roberts Tm Roberta Kim Newmtt

Bip Katiexa

Welder -

Laborers /Pfpelayers -

25H -171

AdministrativeAssistant -

Erica Friel

Page 72: Paulus ring, Inc.

TIMOTHYCLtrantGeneral

License A, 0° 0.

RESUME

Thirty years experience In the pipeline constriction industry, performingconstruction management and general contractor roles. Exporiencad in

construction, renovation, and cast estimating within commercial and residentialenvironments.: Recognized for well,doveloped project management skills and

scheduled operational tasks that enable project completion on time and under

budget. Consistently deliver quality and excellence in workmanship. Excellentsafety racord.

SKILLS

Project Management , Lost Estimation

Client Focus , Communication

Tools and Techniques I Omtim s Completion

EXPERIENCE

Safety EmphasisMaterials Expertise

Customer Satisfaction

ROBERTS, s sss

Timothy Roberts, • and President pre'

Chief Executive Officer and founder of successful pipeline contracting

Buddhist Progress Socfsty Client referrals available upon request.

Specializing in water, sewer and storm drains of all sizesManage value engineering process with client to ensure modifications

to project specifications continue to meet project goals and chant

expectations

Received numerous accolades from clients for superior

workmanshipOSHA Certified Competent person

Certified in Trench and Equipment Safety, First Aid and ConfinedSpaces

EXCELLENT UAL - RELZABLE m SERVICE ORIENTED

25H -172

Page 73: Paulus ring, Inc.

RESUME

SKILLS

Heavy Equipment OperatorSkilled in the use of pipeline tonstructlon equipment and tools

Effectively applies methodology and enforce* project standardsStrong communication and organizational skillsw

RO2006- BERTS,

Superintendent Present

UTI" a . < .

1 i, general

standards and procedures.

T.A. RIVARD, i RIVERSIDE,

Heavy Equipment Operator It.

drain pipes in residential and oommertiol projects,

MANCHA

fa

CORPORATION, FONTANA,

Heavy Equipment Operator 0tr1tr

Awroted, h000 eguilment, Installed and re Ired water, sewer and storm

Excavation Safety & Competent Person Certificate 2-21- 09

Heartsover First Aid Certificate 1 - 21 -10

Confined Space Certificate 1. 16 -12

First Aid /CPR /AEL1 Certificate 1. 16-12

25H -173

Page 74: Paulus ring, Inc.

Tan years experience In the pipeline construction industry, managing andporfarming a full spectrum of general and specigo pipeline labor duHss.

IPTIMI

Heavy Equipment OperatorSkilled in the use of pipeline construction equipment and toolsEffectively applies methodology and enforces project standardsStrong communication and organizational skills

s

s.

T, L ROBERTS, INC., TUSTIN, CA 20044Superintendent Present

Manage completion of residential and commercial construction projects In atimely and professional manner. Supervise crews of skilled heavy equipmentenormous and general labor personnel. Monocle strict safety standards andprocedures.

TRAINING

Heortsaver First Aid Certificate 1. 21

Excavation Safety & « m s.

California Class A Driver' s Ucense 2- 1 i

25H -174

Page 75: Paulus ring, Inc.

Owner; City of Newport ReachCivic Center Drive

Newport Beach, CA } i

Project Name: Corona del Mar Transmission Pipeline ImprovementsDescription, ##} 1630"CML & C water main and appurtenancesContract Award. $ 4,AO2, 750.00 Completed. $ A, 796, 801. 66Project Awarded: 1/ 23/ 13 Project Completed: 6113114

Ownort Son Gabriel Valley Water Company11142 Garvey AvenueEl Monte, CA 91732

POCg Fronk LoGuldlos (626) 448-6183

Description. Project Name: 8211 L big Dalton Avenue

Contract Award: }# Completed. $ 252,99100Project Awarded: 9-16-13 Project Completed: 1/ 17/ 14

Owner: Rose Hills Memorial Park & Mortuary3888 Workman Mill RoadWhittier, CA 90601POC. Michael Baron (562) }

Description: Project Nomw. Purity and Lotus Storm Drain at Rose Hills

storm drain including catch basins and manholes

Owner:

Contract Award. $ 523, 150, Project Awarded- 9/ 9/ 13 Completed 12/ 26/ 13

3888 Workman Mill RoadWhittier, CA }.# i #

Project Name. Lakeview Storm } i }

Drain

storm drain including catch basins andmanholes

Contract amount. $ 821, 300.00

Owner.

Project Awarded: 7/ 3/ 13 Project Completed. 10/ 28/ 13

1325 North Grand Avenue, Suits fCovina, CA t•

Project Name" WO# 134120 Zone 265Description, #} Contract amount: #}

Project Awarded: All 1/ 13 Project Completed: 9/ 6/ 13

25H -175

Page 76: Paulus ring, Inc.

OW"* r* South Coast water District31592 West StreetLaguna +,

valve

Project Name, Niguel Shares Volvo ReplacementDescription. Replacement of 16Contract amount. 229,50OAOProject Awarded. 8/ 8/ 13 Project Complofttd 10/ 10/ 13

Owner:

1400 Highland AvenueManhattan Reach, CA t

t s t

Project Nomez, 2011-12 Water Main ReplacementDescription- tt «. water main replacement and appurtenances

Contract amount, t+

Project Awarded- 3/ 11/ 13 Project Completed: t

Owner: 3888 $, Workman Mill RoadWhittier, CA t;+

t

Project Nome. Admiration Storm DrainHOPE storm

Contract amount: $ 200,00000

i

Project Awarvied, 3/ 11/ 13 Project Completed 6-743

Owa6r* Golden State Water Company21,43 Convention Center Way, Suite 110Ontario,

t,

Proloot Nome: Now Water Main Installation, El Montett DIP pipe and appurtenances

Contract amount: tU

Project Awarded- 2/. 4/ 13 Project Completed: 5/ 31/ 13

Departmenttt

Corona, CA 92882

POC- Clint Herrera (951) 739-4888Project Nome: CityD s t

casing through Cal Trans Right ofContract amount:

i

1, 313,800.00

Trojoat Awarded, 9/ 16/ 12 Project Completed: 1/ 18/ 13

25H -176

Page 77: Paulus ring, Inc.

Owner, Upper Son Gabriel Volley Municipal Water District602 E Huntington Drive,

Monrovia, CA 91731

tat"

Contract amounh #t

t0

Owner:

Project Completed: 11/ 19/ 12

1325 N. Grand Avenue, Suite t+ Covina, CA 91724

t

Project Name- Acapulco, Greening, Maryknoll & Colmodo Pipelinea

Contract amount: #`! t` t0

Project Completed; 11/ 12/ 12

Owner,. Orange County Public Works1152 Fruit $treatSanta Ana, CA a

Drain

POC: George Zoun ( 714) 2454528Project Noma: Ethelbee Way StormDescription: #

Contract amount: a

Project Completed, 11/ 2/ 12

District271 South Brea Canyon RoadWalnut, CA 91789

3 t" Diop

Description. Project Name- Water Main Extension on Amor Road

DIP and appurtenancesContract amount: t#

Project Complotall; A/ 27/ 12

Owner-

2 1 A3 Convention Center Way, Suite 110Ontario, f " a" ) 937-0111 Aliso DeHoyos

Project Name: West Ojai Avenue Main installDescription: a DIP water main and appurtenancesContract amount.- at

Project Completed. A/ 18/ 12

25H -177

Page 78: Paulus ring, Inc.

CrWrer: Monte Vista Water District10575 Central Avenue

Montclair, CA 91763i #+ tR

Project Name- Grand AvenueDescription. +

contract amoaaft $ 588,806,00

Owner-

Project Completed- 3/ 29/ 12

116 E, Foothill BoulevardGlendora, CA 91741i

Isrs jut k

Improvement Project, Plan No, #. Description: }} DIP and appurtenancesContract ismontift ##

Owner:

Project Completed: 1/ 19/ 12

10621 Victory BoulevardNorth Hollywood, CA }, i Doug Hordenbrook (909) 825-9248

Project Noarst Angel Polls at Westminster Memorial ParkDescriptlow Installation double

t0

Owner.

Contract amount, ProjoatComplistod: 12/ 31/ 11

10621 Victory BoulevardNorth Hollywood, CA #+

Doug Hisidenbrook t' Project Name. Jordin R Oak + Description:

Contract onstsoafn $ 99,520.00Project Completed: 10/ 27/ 11

i Ontario

1426 & Son View Avenue

i. t,

Description. Project Name. Recycled Water Pipeline, Phase 111- 8

RR

Contraist amount: R}

Project Completed- t

25H -178

Page 79: Paulus ring, Inc.

Owner: City of Glendora116 E. Foothill BoulevardGlendora, CA 91741

POC- Jason Roohrborn ( 626) 914-8253

DProject Name:

escription: f » #! t DIP

Project completed: f

Contract amount: 167,700.00xappurtenances

011mons Construction Company10005 Mission Mill RoadWhittier, CA :#

POC: Gary Lacey (562) 9AO. 4242Project

ic !!

Contract amouot $ 47,6040Project Completed. i

Owner:

11142 Garvey Avenue91 Monte, CA 91732POC. Prank LoGuldice, (626) 44" 183Project Name- Baseline Avenue Improvement

AAOO' GWOR pipe and appurtenancesContract amovoP $ 243,727,20Prolootcomplotociz 9/ 13/ 11

Owner; City of Newport Beacht Civic Center Drive

Newport $each, CA 92660POC: Patrick Arciniego (94V) 644-3347

5

Description, #!! Contract amount: # f

Project Completed. 8/ 9/ 11

Owrer Water Conservation Authority100 N Old Son Gabriel Canyon RoadAzusa, CA i

t: + x x !

Project hlamo DuckDescription:

Contract amount- f ! 4

Project Completed- 716/ 11

25H -179

Page 80: Paulus ring, Inc.

Ownerz Suburban Water Systems1325 N. Grand Avenue, Suite ii

Gott ( 626)

Covina, CA 91724

Craig

De080

1} 12' pipeline and appurtenancesContract amount: #} i}

Project Completed- 7/ 5/ 11

Owner- Golden State Water Company21, 43 Convention Center Way, Suite } Ontario,

Doug } oxt 105

Project Name: 1521 Street, Gardena

appurtenances

Controot amount- #. }

Owner-

Completed project: 616111

2143 Convention Center Way, Suite I } Orvforio CA 91764

t' ) 9374111 axt 330Project NomettDescription.

t

Contract amount. 1}

Completed project: 5118111

Owner:

tt Highland AvenueManhattan beach, CA •} POC: Michael Guerrero i ;}

Project Nomo 2010.11 Water Main Replacement

t

25H -180

Page 81: Paulus ring, Inc.

Owner: City of Manhattan Beachi! Highland Avenue

Manhattan Beach, CA90POC: Michael Guerrero

266

80243652007-10 Water Main Replacement

R. 9,550' w4tor mainContract amount' $ 1, 012,326,00Completed Project: }

DistrictOwner' Upper Son Gabriel Valley Municipal Water11310 Volley BoulevardEl Monte, CA 91731POC- Andrew Crider (626) #

Project Nome Rosemead Extension Recycled Water PipelineDescription: 13,000' reclaimedContract amount: $ 1, 526,312, 00Completed project. t

Owner:

1325 N. Grand Avenue, Suite AiCovina, CA 9 1 72A

Craig #} Project Name: Replacement of Intercormoctlart with City of Lo HabraDescription.- Valves and vault replacement between SuburbanWater Systems and the City of LoContract amount., # }! ##

Habra

Development

Completed proloct- 2/ 19/ 10

Owner: California

150 South Arroyo Parkway, suits } Pasadena, i

Project Name. Gables Whittiercsii-

0

Completed project- }}

District

27500 Lis Paz RoadLaguna Niguel, CA 92677POC: Matt Crawl ( 949) 795-6759

DriveProject Name; Part Vism/ Mormo HillsDescription- Contract amount* $ A7, 12040completed project: }«

25H -181

Page 82: Paulus ring, Inc.

Owner: Mole University13800 Biala AvenueLa Mirada, CA 40634

ROC; lady Spicer (562) 4034781Project Nome: Biala Myers ExpansionDescriptions 12" water main and appurtenancesContract amounts $ 106,520.00Completed project: 7/ 27/ 04

Owner: San Gabriel Valley Water Company11142 Harvey AvenueEl Monte, CA 41752

POCt Prank LoGuidice ( 626) 446.6183Project Name; Dolewood Avenue pipeline projectDescripticns Removed and replaced 2, 000' of 24" ems /cme waterlineContract amount; $ 442,307.00Completed project: 5/ 27/ 04

Owners Bellevue Memorial Park1240 West 0 Street

Ontario, CA 41762

POC; Randy Inlow ( 404) 486. 1201Project Nome- Bellevue Memorial Park Recycled Water RetrofitDescription, Converted Bellevue Memorial Park from city water toreclaimed water

Contract amount; $ 481, 475.00Completed project: 11/ 21/ 08

Owner, The Aerospace Company2350 East El Segundo BoulevardEl Segundo, CA 40245POCs Stove Faith ( 310) 336x6355

Project Nome: Irrigation Recycled Water Retrofit and Potable WaterInstallation

Description: Installation of recycled water retrofit and potable water for AerospaceCorporation

Contract amount; $ 74,310.00Completed project: 07/ 03/ 08

Owners Rose Hills Company3888 South Workman Mill RoadWhittler, CA 40601

POCt Bruce Lazenby (562) 644.0421Project Name; Sky RidgeDescription; lnntallotion of 36" storm drain with catch basinsContract amount; $ 103, 600.00Completed project: 12/ 20/ 07

25H -182

Page 83: Paulus ring, Inc.

RUMM

Phones ( 714) $ 36. 7711

Prank LoGuidice Phone; ( 626) AAS -6183Vice President - Engineering and OperationsSan Gabriel Valley Water Company

Phone. ( 626) 41A - 9253

Jorge Lopex Phone: ( 626) 543.2500Engineering ManagerSuburban Water Systems

Phone. ( 404) 62A - 0035

Michael Guerrero Phone: ( 310) 802. 5355Principal Civil EngineerCity of Manhattan Beach

Phone: ( 714) $ 28. 1+ 469

Thomas O' Neill Phone: ( 400) 345.2601Utilities Operations Division Manager

City of Ontario, Ontario Municipal utilities Company

Shane Chapman Phone- ( 626) 4A3 -2247General Manager

Upper Son Gabriel Valley Municipal Water District

Michael Sioacorl Phone: ( 444) 644.3342Assistant City EngineerCity of Newport Beach

Michael saran Phone: ( 562) 20541835Director, Property ManagementRose Hills Memorial Park 6 Mortuary

George 2oun Phone: ( 714) 245.4528Principal Construciion InspectorOC Public Works

Eric Pivaraff Phones ( 714) $ 36. 7711Contract Administrator extension 348Golden State Water Company

Jasonioshrborn Phone. ( 626) 41A - 9253Clvll Engineering AssistantCity of Glendora

Van Jew Phone. ( 404) 62A - 0035Manager of Engineering, Operations and MaintenanceMonte Vista Water District

Steve Brown Phone: ( 714) $ 28. 1+ 469Water Distribution Superintendent extension 101

Golden State Water Company

25H -183

Page 84: Paulus ring, Inc.

4

r s° a *: s' • t

mguIEW The City resolves tho fight to contact oaO of it* mforonotis listed for additional Informationregarding your ffnWs qualificationc

Year

RFP# iMUd4— aa- CallEmsrgancy8sv ea rdWeter RepateSeMPa{}e 20

25H -184

Page 85: Paulus ring, Inc.

CrIYOPSANTAANA

e• s . II

M MP M 00

Firm • IZobC0-5 , 1 r SC •

Signed and Printed Nama k °1YYL

Title St

25H -185

Page 86: Paulus ring, Inc.

CITY OF SANTA ANA

t a a • a a'

tt

t

t _ +

25H -186

Page 87: Paulus ring, Inc.

sx

y..

f$- •- { i[F{ i81) RIIBF &6M4Y $ BWBP & Pid U8f8Y fa'} BF t ib{t fti@fYi

25H -187

Page 88: Paulus ring, Inc.

1plm-mqffii

m

a 11,

i

m

25H -188

SSENEMIRM

by

0

Page 89: Paulus ring, Inc.

rGxl41ri il ra

A}CORD

225 ( y2{014MI)

g 55

Pm A

@6gry04((tpptkkfttnapmpaa

eeand1140 am T" Iwkwad mwka of ACORD

T353& CbSkRESCBtA VAllCB 8 IIIAd

BUT¢dC@aQ${ ASr4 PcePiUt4 VIA'®a9d QaFGS Aoatas

25H -189

Page 90: Paulus ring, Inc.

POLICY NUMBER:TBJZ01450002= COMMERCIAL GENERAL LIABILITYce 20 10 10 01

ADDITIONAL 1 OWNERS, i

CONTRACTOR $ — SCHEDULED PERSON ORORGANIZATION

This endorsement modifies Insurance provided under the foWng.

COMMERCIAL GENERAL LIABILITY COVERAGE PART

v +

Q€ tiesntry appears above, information required to complete this endorsement will be $hewn In the Declarations asapplicable to this impressment)

A. 8cation it – Who is An insured Is amended to 1) All wort:, including materials, parts orInclude as an Insured the person or oigaNzation equipment famished in connection with

shown In the 8ehadma, but Only with rospset toilabliily arising out of your Ongoing operations

such work, an the project ( other thanservice, maintenance or repairs) to be

performed for that insured. peNOrmsd try Or on behalf at the add(-

B. With respect to the Insurance afforded to theseBanat naurad(s) at the Site of the cov- Bred opera0ana has been compktted;

additional insureds, the festering exclusion Isor

added:

2. Exclusions theThat portion of "your work` out of whichthe injury or damage Arabs has beenThis insurance does not apply to " bodily in- put to iN intended use byyany person orjury or` propary darow occurring after. Organizeow other than another car

sector or subcontractor onglaged inparformtng operations for a prindrpai asa part of the same project.

CO 20 10 10 01 0ISO Pffewl r% Ina., 2040 Paga 1 of 1 C1

e9 ®c cato°da ae a anairervpi9e ° ad̀as "'a>. 1PPi° Iyeuaa aercitaesaoa,

25H -190

Page 91: Paulus ring, Inc.

ce 20 97 10 01 C ISO PmPar0ee, 1m, 2000 Pogo 1 of 1 Ct

saaxk{ aaea" azic' a anti supassa a°;s ir ees2e$a1Y8iBaauad cast # #ioatos.

25H -191

Page 92: Paulus ring, Inc.

7II19 ENDORBENI T CHANGES THE POL,ICV> PLEASE READ IT CAREFULLY.

Other Insurance Amendment Endorsement

This OadorsOmant modifios ituumnce provided uudcrdte.Adming:

COMMERCIAL GENERAL LIABILITY COVERAGE PART

pa h &,a. orsectionIV - Cwmxasdal Genemt Liability Condition, is replaced with the Milowing:

This inauraaco in primary except whmx PsragmPh h. LdOw aPFhaa. IPdta lnsataace is pefmaty> our oLfigatons air: uo[ Affixted West any of60 other wanarwe is 41W .` ncon, we will share, with of that Other in by the nxftdAwrited in Patagraph a, below, axuept that we w411 mot wateihudo e from any party with whatnYou Lase agreed in awritten Ooneact that this insumosa wt7f be Primer Bud non-emittihutoty, iPthe written canhu+;t " a esosnrt A Prior to thesatil " Sidfly inpry pm" 0% or" pmwftt and advertisutt hirmy ".

QL3424 Page 1 of t

13-47

tloaee. ° oat® oa[ we

sodaHU°Ptliatiaa®e° p rvi lY# stlua8 dsktificatas.

25H -192

Page 93: Paulus ring, Inc.

T. E. Roberts, me-

POLICY NUMBERTBd899469909023 COMMERCIAL GENERAL LIABILITY0024040509

This endorsement modifies insurance provided under the following:

COMMERCIAL GENERAL UASILRY COVERAGE PARTPRODUCTStCOMPLETED OPERATIONS LIABILITY COVERAGE PART

4

hhgg

GO 24 04 05 09

p

gCyagp{ dErs,, Insurance Services Offica, IM, 2008 Page 9 of 9

RttABQO; } G6t@4fllCR1R 8rt9 t844p6E5@Q @6 §864 ¢ suV48t 6S8 S$ & b8d C6LCLPLC6k8B.

25H -193

Page 94: Paulus ring, Inc.

aa° + • r

The following sections modify the Insurance provided under the Commercial General Wablilly CoveragePart:

Z The Designated General Aggregate limit Is the moat we will pay for the sum of all damages underCOVERAGE A, except damages because of "bodily Injury or "property damage' Included In theproducts- oompiated operations hazard', and for medical expenses under COVERAGE C

regardless of the number of.

a. insured$;

b. Claims made or "salts° brought or

s, Persons or organizations making claims or bringing "$ur s °,

S. Any payments made under COVERAGE A for damages or under COVERAGE C for medicalexpenses chart reduce the Designated Gonaret Aggregate arcs for that construction project orlocation ". such payments shall not reduce the Donald Aggregate limit shown in the 00damtons

nor shall Italy reduce any otter Designated General Aggregate Quell for any other oonatructanprojector °IocatEon".

The Omits shown In the Declarations for Each Occurrence, Fite Damage and Medical Expenseoominuo to apply. However, instead of being subject to the General Aggregate limit shown In theDaciarat(ans, such limits will be subject to the applicable Designated Garrem( Aggreple ltmtt.

B. For all sums which the insured becomes legally obligated to pay as damages caused by "necureanawunder COVERAGE A ( SECTION t), and for all medical expenses caused by socidents underCOVERAGE C ( SECTION I), which cannot be attributed only to ongoing operations at a stadiaconstruction project or toraton":

1< Any payments made under COVERAGE A for damages or under COVERAGE C for medicalexpenses shall reduce the amount available under the Cereals Aggregate limit or the Produeq- Completed Operations Aggregate Lima, whichever Is applicable; and

Pagel oft

aatsd4°¢maa a sittf uP Yea' ee° Mislay° asod certificates.

25H -194

Page 95: Paulus ring, Inc.

C. When coverage for Ilablitty, arising out of the ' prodescurcomplemal . operations hazard' Is provided, anypayments for damages because of 'bodily injury' or `property damage" included In the ' products, completed operations hazard' will reduce Uta Products-Completed Operations Aggregate Limit, andnot Manor, the General Aggregate Limit nor the Designated General Aggregate Umit.

D. if the applicable construction project has keen abandoned, delayed, or abandoned and Visa recorded, or if the authorized contracting parties deviate fom plans, blueprints, designs, spenigcadome ortimetables, the project will still be doomed to be the some ton project.

E. For the purposes of this endorsement, the DoBnitiano Section is amended by the addition of thefaliowing deffn8lers

Unrolled' means any policies that you occupy for parliament operations as pan of your business, butdoes not Include any premises at which you are performing operations as part of a construktionproject, Alt premises Involving the same or conducting lots, or premises whose connection isInterrupted only by a strate, roadway, waterway or right•ef -way of a ralirood shell be considered asmille 9otadon".

r t s c r

A. The Project and Location Aggregate Limit shown hero is the most we will pay for the sum of alldamages Doused # y "o amencoV under COVERAGE A (SECTION 1) and alE medical expensesAdused # y accidents under COVERAGE G ( SECTION 1) which can to computed only to ongoing0psm5kns at a angle constmcdon project or a solgie ' location', regardless of the number ofconstruction projects, locations, - oakuda rdoe or accidents.

S. Each Designated Consist Aggregate Limit is subjeatto the Project and Lot a ion Aggregate Limit,

ciao ena« snmmamoa ew lna Wausau Undkrandors insurance

FretnWm s

s0 ham gPtPd019 aup sx, pata0tiP20114Farasadnnr±sroPdlcy NU.. TSJZOiAudit edrut

issued To T, E. Roberts, Inc,

Cauatarsta+'ad by

Issued sefto Wwaod Na. EM, scroll No.

LO 91178 05 05

Sttd49afEY.S. fSGkab CMCa 9 • R(R 9A,Q£99{Akl. PE YY@Y9 Si83NNS C §YtL/.$CA #98.

25H -195

Page 96: Paulus ring, Inc.

AGREEMENT EXHIBIT C

71747177 i •` '

PROPOSM CERTIFICAMON and PROPOSAL r" PRICING

L t i t

t a

on emlfanu son agruouTut f mu WARRIMU -- w11k91w wo, MOMi

clarification priarto the submission of MY ProPosaL

lgilig" I bM eft . Pricing shall be basw on a audy cost ffma and mtenlafs basis - s" n0fra" Y i

tEL;AL NAME G7F COMPANY PNONE AND FAX NUMBERS

BUSINESBADDRES

in

25H -196

Page 97: Paulus ring, Inc.

AGREEMENT EXHIBIT C

T.E. Roberts, Inc

On -Call Rates

EQUIPMENT

Large Excavator

hourly

Medium Excavator

straight

Small Excavator

time rates

LABOR

55. 00

Superintendent 162.50Project Manager 97. 50

Foreman /Operating Engineer 97.50

Foreman /Laborer 97. 50

Operating Engineer 73. 25

Laborer 40,75Pipe Layer 48.75

Welder 65. 00

Teamster 52.00

EQUIPMENT

Large Excavator 110. 00

Medium Excavator 100. 00

Small Excavator 90, 00Back Hoe 55. 00

Air Compressor 20.00

Dump Truck /Super 10 60. 00

Pickup Truck or Van 25. 00

Crew Truck 40.00Flatbed Truck 25. 00

Bed Trailer 45.00

Truck and Pup 75. 00Water Truck 35. 00

Sweeper 72. 00Wheel Loader 55.00

Skip Loader 40.00Skid Steer 40.00

Asphalt Zipper 80.00

A 24 hour Emergency Contact List with home and cell phone numbers will beprovided to the city. Upon notification, T. E. Roberts, Inc. will immediatelyreport to an emergency site within one hour to assess the scope of work. A crew will mobilize within four to eight hours with appropriate personnel, equipment and materials to begin repair work.

Our extensive fleet of equipment and personnel allows us to mobilize quicklyto perform a wide array of services to efficiently complete projects.

25H -197

Page 98: Paulus ring, Inc.

25H -198


Recommended