Loading...
HomeMy WebLinkAboutApplied Restoration, Inc. - 2023-09-19 RECEIVED BY: CITY CLERK RECEIPT COPY �n Return DUPLICATE to 'v`cCa A �'' City Clerk's Office (Name) after signing/dating (Date) • in CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: J3l /2L1 SUBJECT: Bond Acceptance I have received the bonds for -L K.tsf; (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Cl 02 Pr Payment Bond (Labor and Materials) Bond No. 0102. 14 Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. Approved 1 0 /2 (Council Approval Date) CC No. lq 13 Agenda Item No. 2 2- I-115 MSC No. City Clerk Vault No. it t4 .SO Other No. SIRE System ID No. kfq5231-1 g:/forms/bond transmittal to treasurer CITY FUNDED CONSTRUCTION CON TRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND APPLIED RESTORATION,INC. FOR GOLDENWEST STREET AND GRAHAM STREET BRIDGE MAINTENANCE (OVER EAST GARDEN GROVE-WINTERSBURG CHANNEL), CC-1713 THIS AGREEMENT("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California,hereinafter referred to as "CITY," and APPLIED RESTORATION,INC. , a California corporation,hereinafter referred to as "CON TRACTOR." WHEREAS, CITY has solicited bids for a public works project,hereinafter referred to as "PROJECT," more fully described as GOLDENWEST STREET AND GRAHAM STREET BRIDGE MAINTENANCE,CC-1713 in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged the parties covenant and agree as follows: 1. STATEMENT OF WORK;ACCEPTANCE OF RISK CONTRACTOR shall complete and construct the PROJECT pursuant to this Agreement and the Contract Documents (as hereinafter defined) and furnish, at its own cost and expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to fully assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance by CITY, from the action of the elements, from any unforeseen difficulties which may arise or be encountered in the 1 16-5195/City Funded Construction Contract.docx—revised 04/2016 prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms,conditions and obligations of this Agreement and the Contract Documents (as defined below in this Section), has inspected the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; C. The CITY's standard Plans and Specifications and special contractual provisions, including those on file in the office of the Department of Public Works of CITY, and any revisions, amendments or addenda thereto; 2 16-5195/City Funded Construction Contract.docx—revised 04/2016 D. The edition of Standard Specifications for Public Works Construction, published by Builders'News,Inc., 10801 National Boulevard,Los Angeles, CA 90064, and all amendments thereto, written and promulgated by the Southern California chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee as specified in the particular Plans, Specifications, Special Provisions and Addendum applicable to the Project; E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the CONTRACTOR's proposal,(which is attached hereto as Exhibit "A" and incorporated herein by this reference); F. The particular Plans, Specifications, Special Provisions and Addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of a discrepancy between any Plans, Specifications, Special provisions, or Addenda, the matter shall be immediately submitted by CONTRACTOR to the Director of Public Works of CITY or his or her written designee (hereinafter referred to as "DPW"), and CON TRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of DPW, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3 16-5195/City Funded Construction Contract.docx—revised 04/2016 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed Seven Hundred Fifty Four Thousand Four Hundred Fifty One and 80/100 Dollars ($ 754,451.80 ), as set forth in the Contract Documents, to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten(10)working days after the Notice To Proceed is issued and diligently prosecute the PROJECT to completion within One Hundred Twenty ( 120 )consecutive Working days from the day the Notice to Proceed is issued by DPW, excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, 4 16-5195/City Funded Construction Contract.docx—revised 04/2016 subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6. CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CON TRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal, the work shall be performed according to the changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site, for any reason,relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 5 16-5195/City Funded Construction Contract.docx—revised 04/2016 8. BONDS Only bonds issued by California admitted sureties will be accepted. CON TRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR's faithful performance of the work,and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. In addition, CON TRACTOR shall submit to CITY a bond in the amount of one hundred percent (100%) of the final contract price, including all change orders, to warrant such performance for a period of one (1) year after CITY's acceptance thereof within ten (10) days of filing of the Notice of Completion. 9. WARRANTIES CON TRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR, within ten (10) days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CON TRACTOR's risk and own cost and expense. 10. INDEPENDENT CONTRACTOR It is understood and agreed that CON TRACTOR is, and shall be,acting at all times hereunder as an independent contractor and not an employee of CITY. CONTRACTOR shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll 6 16-5195/City Funded Construction Contract.docx—revised 04/2016 deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services performed hereunder. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, the sum of One Thousand One Hundred ($ 1,100.00 ) per each calendar day's delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees to pay these damages herein provided,and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. CON TRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes,unsuitable weather, or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay(unless DPW shall grant a further period of time),notify DPW in writing of the cause of the 7 16-5195/City Funded Construction Contract.docx—revised 04/2016 delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CON TRACTOR be delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed,but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen(15) days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12. DEMANDS FOR ADDITIONAL TIME OR MONEY. A. Definitions. (1) "Change Order"means a document signed by the CONTRACTOR and CITY which authorizes an addition, deletion or revision in the work, or an adjustment in the Compensation under Section 3, or the Completion Time specified at Section 4. (2) "Demand" means a written demand for a Change Order by the CONTRACTOR for any of the following: (a) A time extension; 8 16-5195/City Funded Construction Contract.docx—revised 04/2016 (b) Payment of money or damages arising from work done by, or on behalf of, the CONTRACTOR pursuant to this Agreement and payment of which is not expressly permitted pursuant to Section 3 of this Agreement; (c) Payment of an amount the CITY disputes; (d) Any disputes and other matters relating to the acceptability of the work performed or the interpretation of the Contract Documents; (e) A request for a time extension or additional payment based upon differing site conditions, such as subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents, or unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the PROJECT; or (f) A request for a time extension or additional payment based upon acts of neglect by CITY or due to fires, floods,labor disputes,epidemics,abnormal weather conditions or acts of God. B. A Demand for a time extension or payment of money or damages may only be granted by a Change Order. C. No Change Order may be granted except where the Contractor has submitted a Demand to the DPW(or his or her written designee). All Demands shall be submitted promptly,but in no event later than thirty(30)days after the occurrence of the event giving rise to the Demand. The Demand shall be in writing and include all documents necessary to substantiate the Demand. The DPW shall act on the Demand within fifteen (15) days after receipt, including by requesting additional information from the CONTRACTOR to determine whether to approve the Change Order the Demand seeks. The DPW shall act on the Demand within fifteen(15) days 9 16-5195/City Funded Construction Contract.docx—revised 04/2016 after receipt of the additional information or within a period of time no greater than the time the CONTRACTOR took to produce the additional information requested,whichever is greater. D. Notwithstanding the thirty (30) days to submit a Demand under Subparagraph C, in the case of differing or unknown site conditions, immediately upon encountering the conditions, CONTRACTOR shall notify the DPW in writing of the conditions, so that the CITY may promptly investigate the conditions. E. If the CONTRACTOR disputes the DPW's written response on the Demand, or the CITY fails to respond within the time prescribed, the CON 1RACTOR may so notify the City Engineer,in writing,either within fifteen(15)days of receipt of the City Engineer's response or within fifteen (15) days of the DPW's failure to respond within the time prescribed, respectively,and request an informal conference to meet and confer for settlement of the Demand. Upon the CONTRACTOR's request,the DPW shall schedule a meet and confer conference within thirty(30)days to seek to resolve. F. CITY and CONTRACTOR shall execute appropriate Change Orders covering changes to the time or price by executing the Change Order by mutual agreement. If the CITY and CONTRACTOR are unable to reach a mutual agreement, then the City Engineer shall • issue a written decision on the claim within a reasonable time. G. Following the meet and confer conference, if the Demand remains in dispute,the CONTRACTOR may file a claim with the City as provided in Chapter 1 (commencing with Section 900)and Chapter 2 (commencing with Section 910)of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the CON 1RACTOR submits his 10 16-5195/City Funded Construction Contract.docx—revised 04/2016 or her Demand until the Demand is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. 13. VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule,the bid price shall prevail subject to the provisions of this Section. DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion,DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings warrant. 14. PROGRESS PAYMENTS • Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, five percent (5%) will be deducted and retained by CITY and the remainder of the progress estimate, less the amount of all previous payments since commencement of the work,will be paid to CONTRACTOR. When CONTRACTOR has, in the judgment of DPW, faithfully executed fifty percent(50%) or more of the value of the work as determined from the bid schedule, and if DPW finds that satisfactory progress has been and is being made, CONTRACTOR may be paid such 11 16-5195/City Funded Construction Contract.docx—revised 04/2016 sum as will bring the payments of each month up to one hundred percent (100%) of the value of the work completed since the commencement of the PROJECT,as determined in its sole discretion by DPW,less all previous payments and less all previous retained amounts. CITY's final payment to CON TRACTOR,if unencumbered,or any part thereof unencumbered,shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Provided,however,that in the event of a dispute between CITY and CONTRACTOR, CITY may withhold from the final payment an amount not to exceed 150 percent of the value of any disputed amount of work. Payments shall be made on demands drawn in the manner required by law,each payment to be accompanied by a certificate signed by DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as an acceptance of any part of the work. 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR,who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors working upon the PROJECT have been paid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items,if any,to be set forth in CONTRACTOR's affidavit covering disputed claims, 12 16-5195/City Funded Construction Contract.docx—revised 04/2016 or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY,forfeit twenty-five dollars ($25)for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 18. CALIFORNIA PREVAILING WAGE LAW A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by 13 16-5195/City Funded Construction Contract.docx—revised 04/2016 resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit twenty-five dollars ($25) for each calendar day or portion thereof for each worker paid (either by CON TRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 19. CALIFORNIA EIGHT-HOUR LAW A. California Labor Code, Sections 1810 et seq,shall apply to the performance of this Agreement; thereunder,not more than eight(8)hours shall constitute one day's work and CONTRACTOR and each subcontractor employed by its hereunder, shall not require more than eight(8)hours of labor per day or forty(40)hours per week from any one person employed by it hereunder, except as stipulated in California Labor Code Section 1815. CONTRACTOR and each subcontractor employed by it hereunder shall, in accordance with California Labor Code Section 1812, keep an accurate record, open to inspection at all reasonable hours, showing the name and actual hours worked each calendar day and each calendar week by each worker employed in connection with the PROJECT. B. Pursuant to this Agreement and in accordance with California Labor Code Section 1813, CONTRACTOR shall, as a penalty to CITY, forfeit twenty-five dollars ($25) for each worker employed hereunder by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8)hours in any one 14 16-5195/City Funded Construction Contract.docx—revised 04/2016 (1)calendar day or forty(40)hours in any one(1) calendar week in violation of California Labor Code Section 1815. 20. PAYMENT OF TRAVEL AND SUBSISTENCE ALLOWANCE Section 1773.8 of the California Labor Code, regarding the payment of travel and subsistence allowance is applicable to this PROJECT. 21. EMPLOYMENT OF APPRENTICES Section 1777.5 of the California Labor Code, regarding the employment of apprentices is applicable to this PROJECT. 22. PAYROLL RECORDS CONTRACTOR agrees to keep accurate payroll record showing the name, address, social security number,work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice or worker employed by it in connection with the PROJECT and agrees to require each of its subcontractors to do the same. CONTRACTOR further agrees that its payroll records and those of its subcontractors, if any, shall be available at all reasonable times to the CITY, and the employee or his representative, and the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards, and to comply with all of the provisions of California Labor Code Section 1776, in general. 23. INDEMNIFICATION, DEFENSE,HOLD HARMLESS CON TRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all claims, damages, losses, expenses,judgments, demands, defense costs, and consequential damage or liability of any kind or nature,however caused, including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, 15 16-5195/City Funded Construction Contract.docx—revised 04/2016 arising directly or indirectly out of the obligations or operations herein undertaken by CON TRACTOR, caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY, its officers, elected or appointed officials, employees, agents, and volunteers. CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall approve selection of CONTRACTOR's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. 24. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 16 16-5195/City Funded Construction Contract.docx—revised 04/2016 25. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to defend,hold harmless and indemnify CITY,CONTRACTOR shall obtain and furnish to CITY, a policy of general public liability insurance, including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000) per occurrence. If coverage is provided under a form which includes a designated general aggregate limit,the aggregate limit must be no less than One Million Dollars($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees,agents,and volunteers(the"Additionally Insured Parties")as Additional Insureds,and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CON IRACTOR's insurance shall be primary and non-contributory with any other valid and collectible insurance or self-insurance available to the Additionally Insured Parties. Any available insurance proceeds in excess of the minimum coverage amount specified herein shall be available to the Additionally Insured Parties. All coverage available to CONTRACTOR shall also be available to the Additionally Insured Parties. Under no circumstances shall said above-mentioned insurance contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Five Thousand Dollars($5,000.00) is permitted. CON TRACTOR shall be responsible for causing all Subcontractors to maintain the same types and limits of insurance coverage as that required of CONTRACTOR by this Agreement. 17 16-5195/City Funded Construction Contract.docx—revised 04/2016 26. CERTIFICATES OF INSURANCE;ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement;the certificates shall: 1. Provide the name and policy number of each carrier and policy; 2. State that the policy is currently in force; and 3. Promise to provide that such policies will not be canceled or modified without thirty (30) days' prior written notice of CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the CONTRACTOR's defense, hold harmless and indemnification obligations as set forth under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all the policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner,the premiums on all insurance hereinabove required. CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers, elected and appointed officials, employees, agents and volunteers as Additional Insureds, to the City Attorney for approval prior to any payment hereunder. 27. NOTICE OF THIRD PARTY CLAIM Pursuant to Public Contracts Code §9202, CITY shall provide notice to CONTRACTOR of receipt of any claim filed with CITY or a court of competent jurisdiction which arises out of performance of this agreement within ten(10)days of receipt of such claim or claims. 18 16-5195/City Funded Construction Contract.docx—revised 04/2016 28. DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give CONTRACTOR notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten(10)days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR, CITY may elect not to terminate this Agreement;in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. If it is subsequently determined by a court of competent jurisdiction that CITY's termination of this Agreement under this Section was wrongful, such termination shall be converted to a termination for convenience under Section 29 and any damages shall be assessed as set forth in Section 29. 29. TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause,and whether or not PROJECT is fully complete upon seven(7)calendar days written notice to CONTRACTOR. In the event of termination, under this Section CITY shall pay CON TRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made. In case of such termination for convenience,the CONTRACTOR shall be entitled to receive payment for work executed, and costs incurred by reason of such termination. In no event shall CONTRACTOR be entitled to recover overhead, profit or CONTRACTOR's fee on work not performed. Such payment by CITY shall be CONTRACTOR's 19 16-5195/City Funded Construction Contract.docx—revised 04/2016 sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no further obligation to CON TRACTOR. 30. DISPOSITION OF PLANS,ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be performed hereunder, or upon expiration or earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost. 31. NONASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement,or any part hereof,or any right or duty created herein,without the prior written consent of CITY and the surety. 32. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the California Government Code. 33. STOP NOTICES; RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices,Notices to Withhold, or any similar legal document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of One Hundred Dollars ($100)for every Stop Notice filed in excess of two(2),regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 20 16-5195/City Funded Construction Contract.docx—revised 04/2016 34. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONTRACTOR's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant,or by enclosing the same in a sealed envelope,postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below; provided that CITY and CONTRACTOR may designate different addresses to which subsequent notices,certificates or other communications will be sent by notifying the other party via personal delivery,reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONTRACTOR: City of Huntington Beach APPLIED RESTORATION,INC. ATTN:Jonathan Claudio ,Public Works ATTN: Oscar Bianchi 2000 Main Street 1965 Gillespie Way Suite 104 Huntington Beach, CA 92648 El Caion,CA,92020 35. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of maters included or excluded from such provisions,and do not interpret,define,limit or describe,or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 21 16-5195/City Funded Construction Contract.docx—revised 04/2016 36. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of United States Code Section 1324a regarding employment verification. 37. LEGAL SERVICES SUBCON IRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. 38. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the non-prevailing party. 39. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the 22 16-5195/City Funded Construction Contract.docx—revised 04/2016 context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 40. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 41. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 42. CONSENT Where CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be consent/approval to any subsequent occurrence of the same or any other transaction or event. 43. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement shall so survive. 44. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 23 16-5195/City Funded Construction Contract.docx—revised 04/2016 45. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact,held by the signatory or is withdrawn. 46. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation,and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements,promises,agreements or warranties,oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement,promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached Exhibit "A", contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 24 16-5195/City Funded Construction Contract.docx—revised 04/2016 IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their authorized officers onjetntivoeij 31 w,20 .21.1 A pprn eL bt�' ( xne rXJ ve1✓1bi /,1 20.23 CONT OR: 0U CITY H TINGTON BEACH,a municipal By: corpor t t of California Celle � � '`e_Ck; Mayor (print name) (4) (r6174 ITS: Chairman P•esident Vice-President City Clerk �t (circle one INITIATED AND APPROVED: AND By: Director of Public Works S1-4\MA E5pciv15A-CA (print name) REV D ND P VED: ITS: Secretary / Chief Financial Officer / Asst. Secretary/Treasurer R rn (circle one) — City Ma` ager APPROVED : • C /j( City Attorney 25 16-5195/City Funded Construction Contract.docx—revised 04/20I6 LXN'1( I r'P' SECTION C PROPOSAL for the construction of GOLDENWEST STREET AND GRAHAM STREET BRIDGE MAINTENANCE (OVER EAST GARDEN GROVE-WINTERSBURG CHANNEL) CC No.1713 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic Bids, the undersigned hereby proposes and agrees to perform all the work therein described,and to furnish all labor,material,equipment and incident insurance necessary therefor, in accordance with the Plans and Specifications on file in the office of the City Engineer of the City of Huntington Beach.The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach,and to enter into a contract at the following prices.The undersigned agrees to complete the work within 120 working days,starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, Instructions to Bidders and all other Contract Documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule.BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed,THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts, and words shall govern over figures. G1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER's default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY's option,be considered null and void. Accompanying this proposal of bid,find Bidders Bond for 10% in the amount of$757.451.80 which said amount is not less than 10% of the Total Amount Bid, as required by the Notice Inviting Electronic Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for % ", as the case may be).Any standard Surety Bid Bond form is acceptable. BIDDER shall signify receipt of all Addenda here,if any: Addendum No. Date Received Bidder's Signature 0 N/A © c 3 ut , a ~� 1 G2 SECTION C PROJECT BID SCHEDULE SUMMARY GOLDENWEST STREET AND GRAHAM STREET BRIDGE MAINTENANCE (OVER EAST GARDEN GROVE—WINTERSBURG CHANNEL) CC No.1713 BID SCHEDULE A(GOLDENWEST ST. BRIDGE)SUB-TOTAL $ 383,338.80 BID SCHEDULE B (GRAHAM ST. BRIDGE) SUB-TOTAL $ 374,113.00 TOTAL AMOUNT BID (SCHEDULES A+ B) IN FIGURES $ 754,451.80 TOTAL AMOUNT BID (SCHEDULES A+ B) IN WORDS: Seven Hundred Fifty Four Thousand Four Hundred Fifty One &80/ 100 C-2.1 '� SECTION C PROJECT BID SCHEDULE A GOLDENWEST STREET BRIDGE MAINTENANCE,CC-1713 i at O�j k ,VySV.r d Iti Dto4 hogl V41 0"; :179;17:::4471$72t7i:41:401.fot a , �.-, ,,�',��. �,.,�r�, y��i�� .� �� �a �_ '�ax �� -..�`�� ��Iim�ri air n., E;X� P-4 -.w.� w' .. 3 �* ss+,-'tiy�...,ur, „Y�' rn 1 -�Srs'r`?"m i6s, �A :I�:t�P,.n.a ..3 � �,.. .:.�t'� sZ>'S.X`�.r��.1���',�i.•��.`� ,n�`a�r:�§":���..�x 1�`r�a'�w' t�-i='�"�,�G ' �s� �..�..s4��� �i �� � �±_ f oyt wl1 MOBILIZATION 1 - $27,000.40 $ 27�`.40 2 •REMOVE ASPHALT CONCRETE(AC)PAVEMENT , (BRIDGE DECK) s,046 SF $7.00 $42,336.00 3 PREPARE CONCRETE BRIDGE DECK SURFACE 6,048 SF $3.00 $ 1 ,00 4 FURNISH CONCRETE BRIDGE DECK TREATMENT 550 GAL MATERIAL $105.00 $ 57,750.00 5 TREAT CONCRETE BRIDGE DECK 6,048 SF $5.60 $ 33,$68.00 ' 6 THERMOPLASTIC STRIPING 1 LS $8,000.00 0.00 7 FURNISH AND INSTALL ASPHALT CONCRETE OVERLAY (BRIDGE DECK) - 6,048 SF $13.30 $ 80,438.40 , 8 REMOVE AND REPLACE CHAINLINK FENCE,POST,AND 1 ANCHORAGE PER COUNTY STANDARD PLAN 600-3 23 LF $200.00 $4,600 00 9 REMOVE CONCRETE 4 CY $3,000.00 $ 0 00 10 REPAIR EXISTING WING WALL 4 CY $4,500.00 $18,p U 11 REPAIR CONCRETE CURB 1 CY $841.60 ~~ $ 841.60 12 REMOVE GRAFFITI _ 1 LS $800.00 $800.00 FURNISH AND MAINTAIN PROJECT TRAFFIC CONTROL �- 13 PLAN 1 Ls $35,000.00L$35 p00.00 PREPARE STORM WATER POLLUTION PREVENTION 14 PLAN 1 LS $2,000.00$2,000.00 i 15 EMERGENCY EVACUATION �� 3 $4,000.00 $12,000.00 16 WATER POLLUTION CONTROL 1 LS $2,000.00 _ �zoao.00 INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF •• • 17 TRAFFIC SIGNALS AND LIGHTING SYSTEMS,2005 EDITION.SPLICE LOOPS TO DLC IN PULLBOX.BIKE 3 EA $2,500.00 $7,500.00 LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D". I 18 2"COLD MILL AND ASPHALT CONCRETE(AC)OVERLAY (APPROACHES) 3,612 SF $5.00 $ 18,060.00 i i I BID SCHEDULE A(GOLDENWEST STREET BRIDGE)SUB-TOTAL $380,338.80 C-2.2 1 SECTION C PROJECT BID SCHEDULE A GOLDENWEST STREET BRIDGE MAINTENANCE,CC-1713 BID SCHEDULE A(GOLDENWEST STREET BRIDGE) SUB-TOTAL IN WORDS:Three Hundred Eighty Thousand Three Hundred Thirty Eight&80/100 Note: All extensions of unit prices will be subject to verification by AGENCY. In case verification is required tobetween reject eunit price the bid extension, the unit price will govern. The AGENCY reserves the right any orproposals • • { C-2.3 SECTION C PROJECT BID SCHEDULE B GRAHAM STREET BRIDGE MAINTENANCE,CC-1713 77r-;" ^�y� x- aR"Yr�^�$os"�4�d�.�.'},k �r'a 'uT"� ";��,"� •`� ifs, M •H.a E� �� ' '�; i>E+��- i ' ' — _„�; Pk� Rt� 1`v���A� �"�5'�K•;�. �.13�•`�`��'� ! -�.��'�n �"'QU IItl�i�"` '� k�1 a ���I4�QST cr�� � w�"� �',x..stN� ��.. .ski: .��.t.,, S.s......�'�4r F 3.AR.'�`.r �.'��.°�...r_� �Ca. :e3.{�.�".�'h�"�'�6J'�:,;���u�•�c���.t4,�R3�:��'��� .�+�'c�"�'^#f - 1 MOBILIZATION 1 LS $27,000.00 $ 27,000.00 2 PREPARE STORM WATER POLLUTION PREVENTION PLAN 1 LS $2,000.32� 000.32 3 WATER POLUTION CONTROL(BELOW DECK) 1LS $15,000.00 1 000.00_ 4 FURNISH AND MAINTAIN PROJECT TRAFFIC CONTROL 1 LS $15,000.00 $ 15,000.00 5 SAW CUT AND REMOVE EXISTING SIDEWALK(UNDER �~ BARRIER) 1z cY $1,668.00 $20 016.00 il 6 RESTORE SIDEWALK EDGE(UNDER BARRIER) 12 CY $500.00_ $6,000.00 REMOVE UNSOUND CONCRETE ON PIERS AND 7 ABUTMENT 5 CF $5,000.00 $25,000.00 6 — PATCH SPALLS ON PIERS AND ABUTMENT(FAST- SETTING CONCRETE) 7 SY $2,858.00 $20,006.00 9 EPDXY INJECTION FOR CRACKS 140 LF $208.00 �� _ $29,120.00 10 WATERPROOF PIERS AND ABUTMENT(TIDAL ZONE) 3,360 SF $10.00 $33,600.00 CLEAN AND PAINT BRIDGE(IDENTIFIED LOCATIONS ____________ 11 ONLY) 144 SF SF $25.00_ $3,600.00 12 REMOVE EXISTING BARRIER AND FENCE 309 LF $133.52 �~ • _ $41,257.00 13 INSTALL NEW CONCRETE BARRIER(CALTRANS TYPE ___~ 732 SW(MOD))(INCLUDES DRILL AND GROUT DOWEL) 35 CY $3,400.00 $119,000 00 INSTALL NEW FENCE(CALTRANS CHAIN LINK RAILING �� 14 WITH CHAIN LINK FABRIC MESH) 309 LF $55.00 $ 16 995 0Q 15 REPLACE JOINT SEAL AT SIDEWALK AND BARRIERS 251 LF $18.00 $48,00 ' 16 EMERGENCY EVACUATION 3 EA $2,000.00 $6,000.00 I 1 • i BID SCHEDULE B (GRAHAM STREET BRIDGE)SUB-TOTAL $_374,113,00 j BID SCHEDULE B (GRAHAM STREET BRIDGE)SUB-TOTAL IN WORDS: • Three Hundred Seventy Four Thousand One Hundred Thirteen &No/100 1 I Note: All extensions of unit prices will be subject to verification by AGENCY. In case verification is required i between the unit price and the extension, the unit price will govern. The AGENCY reserves the right i to reject any or all proposals and bid items. C-2.4 1 I S I LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater,and the portion of the work to be done by such subcontractor. Bid Name and Address State DIR PR'C "�_. Item(�s of Subcontractor License Class Registration Dollar % of Number Number Amount Contract -A 2,7,18 Beach Paving Inc. 597202 A, 1000009033 C-12 50,000.00 6.7% 17 California Pro Eng 793907 A, 1000377609 `~� 5,400.00 C-10 0.72% C-20 1 i I i By submission of this proposal,the Bidder certifies: I 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 1 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds t furnished by subcontractor for this project. I I , C-3 1 I i I • NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of San Diego I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on August 17th,2023 , at San Diego , CA Date City State aCar Pi Cky RRr. , being, first duly sworn, deposes and says that he or she is Et, of 19.ppArl Ke5fie,r4tioinine, the party making the foregoing bid that the bid is not made in the interest of,or on the behalf of,any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid,and has not directly or indirectly colluded,conspired,connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;that all statements contained in the bid are true;and,further,that the Bidder has not,directly or indirectly, submitted his or her bid price or any breakdown thereof,or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation,partnership,company association,organization,bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Applied Restoration Inc. Name of Bidder 634ca.4, ghzow..401fr Type text here Signature of Bidder 1965 Gillespie Way Suite 104 Ei Cajon,CA,92020 Address of Bidder Subscribed and sworn to before me this l Jl: day of ikti i S ,202 3 , W).t\NOTARY PUBLICQA� & V NOTARY SEAL { C-446,ccvd 141-kor CmAk roq a-141 . CALIFORNIA JURAT CERTIFICATE A Notary Public or other officer completing this certificate verifies only the identity of the individual who si document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. gned the State of California County of SAN DIEGO Subscribed and sworn'to(or affirmed)before me on this- 15 day of AU LT 20 23 ,by OSCAR A, BIANCHI proved to me on the basis of satisfactory evidence to be the person who appeared before me. WITNESS MY HAND AND OFFI L SEAL. NEW ItAGHAZI k Notary Public-California 4s�?:�-� San Diego County -•, iCommission N;406858 ; ': My Comm.Expires Jun 29,2026 • Signature of Notary Public {Notary ) OPTIONAL INFORMATION The jurat contained within this doeument is in accordance with California taw. Any affidavit subscribed and sworn to before a rotary �t t e ding g or substantially shnitar wording pursuant to Civil Code sections 1189 and 8202.A t the to aaddocumentseent by mail or otherwise delivered to a notary public,including electronic means,whereb certificate cannot be armed whereby the signor.did not personally appear before the notary public,even if the signer is known by the notary public.The seal and signature cannot be affixed to a document without the correct notarial wording. As an additional option an affiant can produce an affidavit on the same document as the notarial certificate wording to eliminate the use of additional documentation • DESCRIPTION OF ATTACHED'DOCUMENT CAPACITY CLAIMED BY THE SIGNER • NONCOLLUSION AFFWAVIT 0 Individual (Title of document) El Corporate Officer Partner - Number of Pages (Including jurat) El Attorney-In-Fact Document Date 08/15/2023 is Trustee is Other. (Additional Information) MMX V.BAN2 510.409.1334 www.BayAreallotary.com • UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract,known as the GOLDENWEST ST.AND GRAHAM ST.BRIDGE MAINTENANCE, CC-1713,(I)(we)(it)will employ and utilize only qualified persons,as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term"Qualified Person"is defined in Title 8,California Administrative Code,Section 2700,as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved" The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Applied Restoration, Inc Contractor By Oscar Bianchi, President Title Date: 8/17/2023 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified,removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑Yes ®No If the answer is yes,explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake seIf- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Applied Restoration, Inc Contractor y Oscar Bianchi, President Title Date: 8/17/2023 C-7 ~ ] 3 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Applied Restoration, Inc Bidder Name �"�-- 1965 Gillespie Way Suite 104 Business Address El Cajon CA 92020 City, State Zip ( 619) 433-4701 oscar@appliedrestoration.com Telephone Number Email Address ~� 1081367, Class A, B, C33, C39 State Contractor's License No.and Class 7/2/2021 Original Date Issued -~- 9/30/2023 Expiration Date The work site was inspected by Oscar Bianchi of our office on Aug 9th, 2023 The following are persons,firms,and corporations having a principal interest in this proposal: Oscar Bianchi Larry White • The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the Plans and Specifications set forth. Applied Restoration, Inc Company Name Signature of Bidder ~� Oscar Bianchi Printed or Typed Signature ~~ C-8 -~� NOTARY CERTIFICATE Subscribed and sworn to before me this day of ,202_ A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness,accuracy,or validity of that document. State of ) County of ) On before me, Month,Day,and Year Insert Name and Title of Notary personally appeared Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public (PLACE NOTARY SEAL AI • ]+3 see f t a.C.lvwkevA- a C-9 • a CALIFORNIA ~~ JURAT CERTIFICATE A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California Countyo f SAN DIEGO Subscribed and sworn to(or affirmed)before me on this 15 day of AU_ UIJ ' ' - 20 23 .by OSCAR A. BIAANCHI proved to me on the basis of satisfactory evidence to be the personnwho appeared before me. WITNESS MY HAND AND OFFI • SEAL. Notary PubMAT KAGHAZI `,�'►� Notary Public-California �t San Diego County 'yq Commission 8 2406858 o My Comm.Expires Jun 29,2026 Signature of ataxy Public (Notary Seal) OPTIONAL INFORMATION The Junatcontained within this document is in accordance with California law. Any affidavit subscribed and sworn to before a notary shall use the preceding wording or substantially similar wording pursuant to Civil Code sections 1189 and 8202.A jurat certificate cannot be arced to a document sent by mail or otherwise delivered to a notary public,including electronic means,whereby the stgner did not personally appear before the notary public,even if the signer is known by the notary public.The seal and signore cannot be affixed to a document without the correct notarial wording. As an additional option an affront can produce an affidavit on the • same document as the notarial certificate wording to eliminate the use of additional documentation. DESCRIPTION OP ATTACHED DOCUMENT CAPACITY CLAIMED BY THE SIGNER 1 BIDDER'S INFORMATION p individual (Title of document) Corporate Officer ,•�,,..�,;.. ;:. »�,,,.: MI Partner Number of Pages 2 (Including jumt) MI Attorney-In-Fact MI Trustee Document Date 08/15/2023 El other; (Additional Information) MMX V.BAN2 510.409.1334 www.BayAreallotary.com BIDDER'S PROJECT HISTORY AND PUBLIC AGENCY REFERENCES The bidder shall provide information to demonstrate his/her past work experience on projects of similar(or greater)size and scope of the GOLDENWEST ST.AND GRAHAM ST. BRIDGE MAINTENANCE, CC-1713. Bidders may submit additional sheets,using the format shown,to further demonstrate his/her history of similar work experience. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. City of Newport Beach Name and Address of Public Agency Name and Phone#of Agency's Project Manager: Tom Sandefur 949-644-3321 Newport Beach Bridge Maintenance $716,310.00 9/14/2022 Project Name Contract Amount Date Completed Detailed description of bidder's scope of work to demonstrate similar work experience: _pall Repair, Caulking 2. Newport Mesa Unified School District Name and Address of Public Agency Name and Phone#of Agency's Project Manager: Jonathan Geiszler 714-424-5063 Newport Mesa Stadium Repairs $66,000.00 7/14/2023 Project Name Contract Amount Date Completed • Detailed description of bidder's scope of work to demonstrate similar work experience: Spell Repair, Caulking 3. City of Newport Beach Name and Address of Public Agency Name and Phone#of Agency's Project Manager: Chris Miller 949-644-3043 American Legion Bulkhead $1,141,729.28 7/15/2023 Project Name Contract Amount Date Completed Detailed description of bidder's scope of work to demonstrate similar work experience: Concrete Repairs, Tieback installation c-b BIDDER'S CRITICAL STAFF The bidder shall provide information to demonstrate that both the Construction Project Manager (office staff) and Construction Superintendent (field staff) proposed for GOLDENWEST ST, AND GRAHAM ST.BRIDGE MAINTENANCE, CC-1713 have had similar work experience on at least 3 different projects within the past five years. The proposed critical staff members need not have been employed-by the bidder at the time the referenced projects were completed, Oscar Bianchi Name of proposed Construction Project Manager -- Phone#of proposed Construction Project Manager: 310-951-6396 cell American Leigion $1,000,000.00 Concrete Repair 06/30/2023 Project Name&Contract Amount Type of Work Date Completed Saddleback College Library Concrete Repair 06/30/2022 $500,000.00 Project Name&Contract Amount Type of Work Date Convicted Newport Beach Bridge Repair Concrete Repair 04/30/2022 $900,000.00 Project Name&Contract Amount Type of Work Date Completed 2. Casey Hemandez Name of proposed Construction Superintendent Phone#of proposed Construction Project Manager: 626-636-8509 cell American Leigion $1,000,000.00 Concrete Repair 06/30/2023 Project Name&Contract Amount Type of Work Date Completed Saddleback College Library Concrete Repair 06/30/2022 $500,000.00 Project Name&Contract Amount Type of Work Date Completed Newport Beach Bridge Repair Concrete Repair 04/30/2022 $900,000.00 • Project Name&Contract Amount Type of Work Date Completed 1 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854(citing Labor Code Section 1771..1(a)),passed by the California State Senate on June 20,;2014,.established a new public Contractor Registration Program,which requires all contractors and subcontractors bidding and performing Work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations(DIR). Currently the annual non-refundable registration fee for Contractors is $300. Each contractor:to whom a public works contract has been awarded shall sign.the following;certificate. DIR FACT SHEET on SB 854 http://www:dir.ca.Qov/DI SEiPublicWorks/SB854FactShcet 6 30,14 pdf DIR's Contractor Registration Link—Call(844)522-6734 https://etil na.dir.ca.gov/P CR/ActionSeivlet?aetion-displavPUVCRegistrationFa` DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/P WCRLSearch.action I am aware and will comply with the provisions of Labor Code Section 1.771.1.(a)which:states: "A contractor or subcontractor shall not be qualified to bid;on,be listed in a bid proposal,. subject to the requirements of Section 4104 of the.Public Contract Code, or engage in the performance of any contract for public work,as defined in this chapter, unless currently registered and qualified to perform,public work pursuant to Section 1725.5.. It is not a violation of this section for an unregistered contractor to-submit a bid that is authorized by Section.7029.1 of the Business and Professions Code:or by Section 10164 or 20.103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as:the primary contractor, as well as for ALL subcontractors at the time ofSubmitting the bid. Applied Restoration, Inc Contractor By --- oscar@app liedrestoration:co rn Email. Oscar Bianchi,President. Title Date: 8/17/2023 PVC Registration#: 1000000100 C-12 CALIFORNIA JURAT CERTIFICATE* A Notary Public or other officer completing this certificate verifies only the identity of the individual document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document signed the State of California County of SAN DIEGO Subscribed and sworn to (or affirmed)before me on this 15 day of AUG JC'r 20 23 ,by OSCAR A. BIANCHI proved to me on the basis of satisfactory evidence to be the person who appeared before me. WITNESS MY HAND AND CIAL SEAL. r #£MAT KAGHAZI Notary Public i;;y. California 4, :;, San Diego County P Commission#2406858 tawis My Comm.Expires Jun 29,2026 F. Signature of Notary Public (Notary Seal) • OPTIONAL INFORMATION The feral.contained within this document is in accordance with CahJornia law. Any affidavit subscribed and sworn to before a notary stall ttse i precedinga wordsing t r substantially ma otherwise mirorinpursuant ud r uanitt Civil Code��1189 and 8202.A jurat certificate cannot be mixed Lary public,including electronic means,whereby the siguar did not personally appear before the notary public,even if the signer is known by the notary public. The seal and signature cannot be affixed to a document without the correct notarial wording. As an additional option an afant can produce an affidavit on the same document as the notarial certificate wording to eliminate the use of additional documentation DESCRIPTION OF ATTACHED DOCUMENT - CAPACITY CLAIMED BY THE SIGN ER Contractor Reg.with CA p Individual �' (Title of document) Corporate Officer Partner Number of Pages (Includ'ngjurat) Attomey-In-Fact DoeumentDate 08/15/2023 El Trustee Other. Dept.of Industrial Relations (Additional Information) MMX V.EAN2 510.409.1334 www.BayAreallotary.com 1/19/24,3:07 PM Company Detail California Department of Insurance insurance questions? Call800-927-4357 Company Profile Search Lines of Insurance Search other'Insurance Entities { Company Profi r i Reset Company Profile Company Pr Search DEVELOPERS SURETY AND INDEMNITY COMPANY CompanyCom 17771 Cowan Ste 100, Irvine, CA 92614-6044 Company Pe &Compari Enforcement i Consumer C Show All Name History Agent for Service Reference Information Lines of Bus Stud Workers'Comb Name History workers'Cot ?� i Complaint f Legal Name Name Status Effective Date for Action __.. _., ._ ._... W__. _........___ Contact In DEVELOPERS SURETY AND INDEMNITY 1 Current COMPANY I Additional Info( View Agent for Service Financial Dis! i Attn Or Contact 1 Effective Full Name ? C/O Full Address Phone From Date l United 5901 W.Century i SARAH Agent I Blvd#750, Los i - 03/17/2022 1 CLEMENS Group Inc. Angeles,CA 90045 ' . https://interactive.web.insurance.ca.gov/apex extprd/f?p=144:6:13706879110662::NO:RP,6:P6_COMPANY_ID,P6_NAIC:100170,12718 1/4 1/19/24,3:07 PM Company Detail Reference Information 1 i Identification Classification 1 Location Company ID (EID) _ Category State Name i 100170 Insurer California CA# Category Type Origin 4606-0 Property& Domestic { Casualty NAIC Country i Status i 12718 - Unlimited- NAIC Group Normal Form 2538 License Category i i Stock NAIC Group Name Admitted AmTrust go .. .. Financial Sery Grp i Lines of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. Lines of Business , Fire Marine Plate Glass Liability https://interactive.web.insurance.ca.gov/apex_extprd/f?p=144:6:13706879110662::NO:RP,6:P6_COMPANY_ID,P6_NAIC:100170,12718 2/4 1/19/24,3:07 PM Company Detail i Lines of Business Boiler And Machinery Burglary Sprinkler Automobile I Legal Insurance Miscellaneous Disability Workers'Compensation Common Carrier Liability Credit ry Team And Vehicle Aircraft Surety .......... Financial Statements *Year v... California Department of Insurance Disclaimer The Annual and Quarterly Financial Statements are submitted to the California Department of Insurance ("CDI") pursuant to California Insurance Code Sections 900 and 931 and California Code of Regulations Section 2308.1.The information is furnished to the CDI by California admitted insurers and is provided to the public "AS IS" pursuant to California Insurance Code Section 12921.2. The CDI does not guarantee the truth, accuracy, adequacy or completeness of the • • data contained in the insurers'Annual and Quarterly Financial Statements and expressly disclaims any liability for any errors, omissions, or the result obtained from the use of such data. • • Individuals who are unable to access the Annual and Quarterly Financial Statements may contact the CDI at CustodianofRecords@insurance.ca.gov for additional information. • https://interactive.web.insurance.ca.gov/apex extprd/f?p=144:6:13706879110662::NO:RP,6:P6_COMPANY_ID,P6_NAIC:100170,12718 3/4 1/19/24,3:07 PM Company Detail • I • • m. "Privacy Policy' E ,.:A:DA:.Comapl ante Site' M p: g.E loytnent Opp ern hip nities 7 �r�f�"". $ .s. .t ,re" ' urn a Readers S Yredu.led. Sit Ivlarnten ttee:° •'= F. e^:Doc nt" • Copyright•© California Departme`nt'of Insurance` ° •r° .'w,-V•' " 3p 'ar; :'', ;.r;`.`ss:,"`",��=2,«,;;5,',.e. - - - -,~ ..x,,. •4 ,Q„>E _o�9 rf ffi �>A' ^nEf .a: :) ;?,w .»„yq': �•Teb',u a '1544 .j,+� • ,>: �°,gym'` 9,.'%. E?,�,;„ '�^�;. it': :x E., , K �a a r" dE a 8�• xyN 3 tip $ � =,A ..q a ,x ..,w".r.F.", yJ� x�r'x , <, e.qq aa,r„t'.. .. q eiq'�.`y«.o :.s r`. ,;; rs,.-!, :, }sf<r -, ":a ;x'tr- fir.. a e; L.. �w y „ cti a' a - �s� °s,a ur',.r'r yF rr.,� 'Elfu-":. 3': �' �wE �a 'A�• ��-J'sr s-$ • • • 47; i i•s& ,.. as ,a. .,�?o-;g.":04_, .,,<'' y srs,': :i'f'-;,. T--" .aa - u , • i' a,>y�F.• Lily TJ^"s c.�`;;?3 r3. y q��A��y' n ¢s y elf°° rA' 5 z .�''L.�ri„,^s °1' ', n., .zy-.;�.r' :�r;-wu•�' _.moo. , a4.54 • • ,a:. ":'. ..,,, ,s' a=P';'•'. •,a��'°;:��'�"$'�,,'.;a�";,r.°<>'a„� ,.r,,,�;EE'x s, ' '�e°��° ram, .. 'a▪ ", io`� ° ' b j �: y` 4 . <g ,s•. a %m aJ f.« y'a d: > a > .S e f,,. vi N r�. ,., a'x«mme' ?°4 A:7"�-r,;," - , � > n 4 A 4,�n�✓��:o-�;y, <;Yxb ifs: 'y° : ,,.. ,• .. y :emu " r < i 3;3 '"?'z .Via .>-�5.. J:K��^:�a,' £` g .. ' 'T g�"' ▪ Ems; 'v„'c' .� i • fir•�°.:.:.. rt -'t��.�..':,,fit`'.'-. i.r F-f<.;;ffrE "t.'"�t; Tas is?a„ t^• ';: '/�;..:.. < �k >x a +-` • . • r' • "` a ;r - - ' 2 * s-ae r--i° _ Y- b i>< ".v �: •'t'' £ ..w ,,$'m° �<5 "A ,8 �:.: ;�'„' r-; f ,<,kr .. °° ry ..;;-- <'"'S. -:: . .°v . ) EEE..,yr °h ^5a fSe • • b F;.rc. A"i' ,;:. 'T ▪ ,r ice`k "' '"k' $'',°•�3. K • F x': �r "°p w.,o f„° ,.:rya, r,, %Y;i, • , �. • .",4 x .,, - a.„ra�3t$.�<,.s,�..,:rj,`"� -„. <;.6fr".�� '.?;fir<,3^„�'x '''v,:-' �'i..,�.;..' 4 1. a Ef. q::�� �<• ,.$ "aa .„", .'f.^,f,. ,R'- ... Kf±a,,f+si,<->L<. 4';..t'sr.Ny,, • r.°k^ �m, ��<< ,v ;iHiE -�'.'`<�-.."..�-ter„ a"�i+ • a ..�..,... .a .��g': �':- ,°3`s?„':`-,xx.,;,,,r §,�, "7'% .-�„�, �.,,tx'.,;"•a. "-tea_ s�,e n' ccaa .§.. ... `S'.h4ri'!i[E!%"'(',,., :fEE ,$. M a°, v evim"^ `a°'u• 'Kx rr'' <�:,, zr'°:i''"' � �,�;�: ti� .<R/ii ti';�-.ryfi't��-s� G���,s,�dmNEE.->,"a � ;w,,,, . .�''=x Sf.�„rox"<':'%,?;,�aa•a";. ri� Af�si<'c`.a;'`�'^,P"` .Pf h�.�,x,y. c,"1'„ :��.s<. �„'b, wLx- i>y...(^ "f'..?' °• g w �,y wL' a .�x v�2.. "ref is• �""1^ ter; aa- r' �3ix-L q , b tt E€E», �tv, �.`u�Y t °. ��:. ,-(dal <- x� ,<;��:` ^° ";�4;„ -��;, ir' �, ° ^ N- <sv •, �- • , ;w,>------",.- ,5 ,,,<N;,,- . _ • `e -e'er& ,e-t. %"�;i °e °° x^, • >ti, .p.<n "',eel�:. `-= ; "v - :';'a �';,• .-. 1T- r~s°is a "''^�'M; \�.o Gam. ., . • 1:-".'?4"-si,:c•Iii•i-;-,..1,;:,-.-4, f;',44,-; - '....4'1',..':'..., > zz.3 ter' F• T.^ �.., .:..• e,.-; ` � -„<- ".9 De,/, •f „f,yE✓„< - "5?>,. • 2��', �"o �, P,°°. �1 .''Y.g fi st $ "�-, �;: k G•:E€.. :T'�„E• '.(:i,r'q'"v i''is<', xw�^<, �' y^°° "max". e :�-:,-, .� «`: >;���;> ;�° :x. • „!•. ,lg,r `,`, a ;3:' • > d ....0. ....._ ., ., < : <,a <...>L°•ct'� ,,<.G;,^ ».... ., •.,,..,.,,,.u; w.".A,'a..-�w:�tiw»'„,i., ..",» «.u... .x.°..' ....... ,r s .... .. ..-., .._.�, r...- u�Gott https://interactive.web.insurance.ca.gov/apex extprd/f?p=144:6:13706879110662::NO:RP,6:P6_COMPANY_ID,P6_NAIC:100170,12718 4/4 ry®-Surety Bcntls L:st at Certified x + € . ? - X ' � 4r •- �Y fiscaLtreasurygovisurety-bondsTrst-cefified-com arttes.htmind = - -< - _ , ., (] pD Edwards- d:'Imported 0 Public Works Vievrer Q 2021 Approved FTIP... laserfiche r Ricoh Trac p'j Ca`iforrie Departure... .°Update Build Ameri... El Update:New Build... t{OS 22-07:Modified._ I9 City of Huntington... FHWA-Electronic Co_. 'Be Constriction Proce... gr,Tide Predictions:-N.., PP D Developers Surety and Indemnity Company. (NAIC#12718) BUSINESS ADDRESS:800 SUPERIOR AVENUE E.,21ST FLOOR,CLEVELAND,OH 44114. PHONE::(216)328-6216. .,UNDERWRITI,NG_LIMi ATION or;$1,549,040 SURETY LICENSES c,f/:AL,AK,AZ,AR?CA,CO,CT,DE,DC,FL,GA,HI,ID,IL,IN,IA,KS,KY,LA,ME,MD,MA,MI,MN,MS,MO,MT,NE,.NV,NH, NJ,NM„NY,NC,ND,OH,OK,OR,PA,RI,SC,SD,TN,TX,UT,VT,VA,VI,WA,WV,WI,WY. INCORPORATED IN:California. Back To Top. AM Best Rating Services Developers Surety and Indemnity Company tB}StLtnk a = AMB#:011752 NAIC#:12718 FEIN#:420429710 Mailing Address P.O.Box 19725 Irvine,California 92623-9725 United States Web:www.amtrustfinancial.com Phone:949-263-3300 Fax:949-252-1959 View Additional Address Information AM Best Rating Unit:AMB#:018533-AmTrust Group Assigned to insurance companies that have,in our opinion,an excellent ability to meet their ongoing insurance obligations. CBEST inarrga {ystin9. .. P,. View nal news;,'re,poYts and rp os3�cts for tMs company Based on AM Best's analysis,044385-Evergreen Parent,LP.is the AMB Ultimate Parent and identifies the topmost entity of the corporate structure.View a list of Qeratina insurance entities in this structure. Best's Credit Ratings Financial Strength View Oefinitton Best s Cre'dit Rating Analyst° Rating(Rating Category): A-(Excellent) jj Rating Office:A.M.Best Rating Services,Inc. Affiliation Code: p(Pooled) 1 Senior Financial Analyst:Elizabeth Blamble Outlook(or Implication): Stable Director:Erik Miller Action: Affirmed Note:See the Disclosure information Form or Press Release below for Effective Date: August 23,2023 the office and analyst at the time of the rating event. Initial Rating Date: January 29,1996 _ ...._..._ _.......... ......... ....__......._._ ... ............ _......._ Disclosure Information LongTerm Issuer Credit View,Definition mmt Disclosure Information Form Rating(Rating Category): a-(Excellent) View AM Best's Rating Disclosure Form Outlook(or Implication): Stable Action: Affirmed Effective Date: August 23,2023 Initial Rating Date: June 06,2007 Financial Size Category View Definitions Financial Size Category: XV(Greater than or Equal to USD 2.00 Billion) 1/3 u Denotes Under Review Best's Rating Rating History AM Best has provided ratings&analysis on this company since 1996. Financial Strength Rating a Long Term Issuer Credit Rating Effective Date Rating i Effective Date Rating August 23,2023 A- August 23,2023 a- August 31,2022 A- August 31,2022 a- August26,2021 A- August 26,2021 a- August 27,2020 A- August 27,2020 a- August 13,2019 A- August 13,2019 a- { Best's Credit&Financial Reports d1.. Best's Credit Report-financial data included in Best's Credit Report reflects the data used in determining the current credit rating(s)for AM Best Rating Unit:AMB#:018533-AmTrust Group i Best's Credit Report-Archive-reports which were released prior to the current Best's Credit Report. ei 81 imm Best's Financial Rep-financial data included in Best's Financial Report reflects the most current data available to AM Best, including updated financial exhibits and additional company information,and is available to subscribers of Best's Insurance Reports. MI Best's Financial Report-Archive-reports which were released prior to the current Best's Financial Report. View additional news,reports and products for this company. 2/3 • Press Releases Date y Title Aug 13,2019 AM Best Affirms Credit Ratings of AmTrust Financial Services,Inc.and Most Subsidiaries Jul 03,2018 A.M.Best Removes from Under Review,Downgrades Credit Ratings of AmTrust Financial Svcs.and Most Subs.;Assigns Stable Outlook Nov 06,2017 A.M.Best Places Credit Ratings of AmTrust Financial Services,Inc.and Subsidiaries Under Review With Negative • implications May 25,2017 A.M.Best Comments on Credit Ratings of AmTrust Financial Services,Inc.and Subsidiaries Following Common Equity. Raise • Feb 27,2017 A.M.Best Revises Outlooks t4 Negative and Affirms Credit Ratings of AmTrust Financial Services,Inc.and Its Subsidiaries • Jul 08,2016 ANL Best Affirms Ratings of ArrTrust Financial Services Inc.and Its Siibsidiarie5 kl,71 N a 2 t H E Page size: 10 + 11 items in 2 pages European Union Disclosures A.M.Best(EU)Rating Services B.V.(AMB-EU),a subsidiary of A.M.Best Rating Services,Inc.,is an External Credit Assessment Institution(ECAI)in the EU.Therefore, credit ratings issued and endorsed by AMB-EU may be used for regulatory purposes in the EU as per Directive 2013/36/EU. United Kingdom Disclosures A.M.Best—Europe Rating Services Limited(AMBERS),a subsidiary of A.M.Best Rating Services,Inc.,is an External Credit Assessment Institution(ECAI)in the United Kingdom(UK).Therefore,Credit Ratings issued and endorsed by AMBERS may be used for regulatory purposes in the United Kingdom as per the Credit Rating Agencies(Amendment,etc.)(EU Exit)Regulations 2019. Australian Disclosures A.M.Best Asia-Pacific(Singapore)Pte.Ltd.(AMBAPS),Australian Registered Body Number(ARBN No.35486928345),is a private limited company incorporated and domiciled in Singapore.AMBAPS is a wholesale Australian Financial Services(AFS)Licence holder(AFS No.540265)under the Corporations Act 2001.Credit ratings emanating from AMBAPS are not intended for and must not be distributed to any person in Australia other than a wholesale client as defined in Chapter 7 of the Corporations Act.AMBAPS does not authorize its Credit Ratings to be disseminated by a third-party in a manner that could reasonably be regarded as being intended to influence a retail client in making a decision in relation to a particular product or class of financial product.AMBAPS Credit Ratings are intended for wholesale clients only, as defined. Credit Ratings determined and disseminated by AMBAPS are the opinion of AMBAPS only and not any specific credit analyst.AMBAPS Credit Ratings are statements of opinion and not statements of fact.They are not recommendations to buy,hold or sell any securities or any other form of financial product,including insurance policies and are not a recommendation to be used to make investment/purchasing decisions. Dubai Disclosures A.M.Best Europe-Rating Services Ltd.—DIFC Branch is a Credit Rating Agency registered with and regulated by the Dubai Financial Services Authority(DFSA). Important Notice:AM Best's Credit Ratings are independent and objective opinions,not statements of fact.AM Best is not an Investment Advisor,does not offer investment advice of any kind,nor does the company or its Ratings Analysts offer any form of structuring or financial advice.AM Best's credit opinions are not recommendations to buy,sell or hold securities,or to make any other investment decisions.For additional information regarding the use and limitations of credit rating opinions,as well as the rating process,information requirements and other rating related terms and definitions,please view Guide to Best's Credit Ratings. About Us I Careers I Contact I Events I Media Relations I Mobile App I Offices I Press Releases I Social Media Accessibility Statement I Cookie Notice I Legal&Licensing I Fi,__.racy Notice I Regulato Information I Site Map I Terms of Use Copyright©2024 A.M.Best Company,Inc.and/or its affiliates ALL RIGHTS RESERVED. 3/3 Bond No. 0102173 Premium: $18,861.00 Premium is for contract term and is subject to adjustment based on final contract price Executed in: 2 Counterparts • PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as"City")has,by written agreement dated i. ,20 ,entered into a contract with Applied Restoration,Inc. 1965 Gillespie Way,Suite# 104,El Cajon,CA 92020 (name and address of Contractor) (hereinafter referred to as"Principal"),for performance of the work described as follows: Goldenwest Street and Graham Street Bridge Maintenance, Project# 1713 • (Project Title) WHEREAS, said contract, and all documents referenced therein (hereinafter collectively "Contract"), are incorporated herein by this reference made a part hereof as though set forth herein in full;and Said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt,full and faithful performance of said Contract, by a duly admitted surety insurer under the laws of the State of California(hereinafter referred to as"Surety");and • Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of • sufficient bonding limitations as shown in said circular to provide bonds in the amount required by said Contract;and Surety has provided financial strength ratings from reputable companies,such as from A.M.Best,Moody's,or Standard&Poor's,to validate that Surety has positive ratings of being secure or Stable;and Surety is registered and listed with the California Department of Insurance, NOW,THEREFORE,we,the undersigned,as Principal,and • • Developers Surety and Indemnity Company • 17771 Cowan Suite#100,Irvine,CA 92614 • (name and address of Surety) • • as Surety,are held and firmly bound unto City in the penal sum of Seven Hundred Fifty Four • Thousand Four Hundred Fifty One and 80/100 Dollars($ 754,451.80 ),this amount being not less than one hundred percent of the price set forth in the Contract,in lawful money of the United States,for the payment of which sum,well and truly to be made, we bind ourselves,our heirs,executors,administrators and successors,jointly and severally,firmly by these • presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Principal shall promptly,fully and faithfully perform each and all of the covenants,obligations and things to be done and performed by the Principal in strict accordance with the terms of the Contract as said contract may be altered,amended or modified from time to time;and if the Principal shall indemnify and save harmless City and all of City's officers,agents and employees(hereinafter collectively referred to as"Obligees")fromany and all losses, liability and damages, claims,judgments,stop notices,fees and costs of every description,whether imposed by law or in equity, which may be incurred by the Obligees by reason of the failure or default on the part of the Principal in the • performance of any or all of the terms or the obligations of the Contract,including all alterations,amendments and modifications thereto,and any warranties or guarantees required thereunder,then this obligation shall be void;otherwise, it shall be and shall remain in full force and effect. Surety stipulates and agrees,for value received,that no adjustment of the time or price in the Contract or any alteration,change,deletion,addition or other modification to the Contract,or the work to be performed thereunder,shall in any way affect,limit, restrict,impair or release the obligations of the Surety under this Bond. Surety waives notice of any adjustment of contract or contract price,and any other alteration,change, deletion,addition or other modification to the Contract,or the work to be performed thereunder,and agrees 1 5-4584/1 1 71 74 Bond No. 0102173 to automatically adjust the penal sum of this Bond to reflect such adjustments,alterations,changes, deletions,additions or other modifications. Surety agrees to provide written confirmation of such adjustments in the penal sum to City on not less than a quarterly basis. Surety also waives the provisions of Civil Code§§2845 and 2849. The obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which survive completion of the work. IN WITNESS WHEREOF,each party represents and warrants that this instrument has been duly executed by Principal and Surety,on the date set forth below,that the name of each corporate party being affixed hereto is such parry's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety,by execution of this bond,waives any defense which Surety has or may have by reason of any failure of the • Principal to execute or properly execute this bond. Dated: December 14, 2023 ATTEST Applied Restoration,Inc. (Corporate Seal) rincipal ;) • By: Name:► V - G-SQ�NSC1_�,p Title: R 0 ATTEST Developers Surety and Indemnity Company (Corporate Seal) (Surety Name) • By: t=NOA-4,Z Name:Rebecca Haas-Bates,Attorney-in-Fact (Signature of Attorney-in-Fact for Surety) (Attach Attomey-in-Fact Certificate) (866) 363-2642 • (Area Code&Telephone Number for Surety) • APPROVED AS TO F By: /Michael E.Gates,City Attorney f I";:5(1 'rt • Note: This bond must be executed in duplicate and dated,all signatures must be notarized,and evidence of the authority of any person signing as attorney-in-fact must be attached. PERFORMANCE BOND Page 2 of 2 15-4584/117174 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 C:�e�c�:!�:,�".�ef-::�r!:.:! ch:�e�.iaY.-Cc�-.�tf_C<!�t!�e.c�.�c�:�-.�r.�".�e!-.��.!:4cier!:�c!�c,�.�e�<.:�t!�t v.e Cc�-.�e Ce!-.�r!"e<!a�N�c..:,e cr'c�,•ter. A notary public or other officer completing this certificate verifies only the identity of the Individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document State of California County of Orange ) On 12/14/2023 before me, Alma Karen Hernandez,Notary Public Date Here insert Name and Title of the Officer personally appeared Rebecca Haas-Bates Name('.of Signer(s). who proved to me on the basis of satisfactory evidence to be the persons whose name(5). is/are subscribed to the within instrument and acknowledged to me that /she/thej executed the same in his/her/their authorized capacityjils),and that by hie/her/their signature3.on the instrument the person($,. or the entity upon behalf of which the person(s),acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ALMA KAREN HERNANDEZ WITNESS my hand and official seal. Notary Public-California Orange County Commission;2390908 r My Comm.Expires Jan 16,2026 Signature nature Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Performance Bond No.0102173 Document Date: 12/14/2023 Number of Pages: Two(2) Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑Limited ❑General ❑ Partner — ❑Limited ❑General ❑Individual iZ Attorney in Fact ❑Individual ❑Attorney in Fact ❑Trustee 0 Guardian or Conservator ❑Trustee 0 Guardian or Conservator ❑Other: 0 Other. Signer Is Representing: Signer Is Representing: Developers Surety and Indemnity Company ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 POWER OF ATTORNEY FOR COREPOINTE INSURANCE COMPANY DEVELOPERS SURETY AND INDEMNITY COMPANY • • 59 Maiden Lane,43rd Floor,New York,NY 10038 (212)220-7120 KNOW ALL BY THESE PRESENTS that,except as expressly limited herein,COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY,do hereby make,constitute and appoint: William Syrkin,Richard Adiar,and Rebecca Haas-Bates ,of Irvine.CA • as its true and lawful Attorney-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said companies,as sureties,bonds,undertakings and contracts of suretyship giving and granting unto said Attorney-in-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said company could do,but reserving to each of said company full power of substitution and revocation,and all of the acts of said Attorney-in-Fact,pursuant to these presents,are hereby ratified and confirmed. This Power of Attorney is effective December 14,2023 and shall expire on December 31,2025. This Power of Attorney is granted and is signed under and by authority of the following resolutions adopted by the Board of Directors ofCOREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY(collectively,"Company")on February 10,2023. RESOLVED,that Sam Zan,President.Surety Underwriting,James Bell.Vice President,Surety Underwriting,and Craig Dawson. Executive Underwriter. Surety,each an employee of AtnTrust North America,Inc..an affiliate of the Company(the"Authorized Signors"),are hereby authorized to execute a Power of Attorney, qualifying attomey(s)-in-fact named in the Power of Attorney to execute, on behalf of the Company, bonds,undertakings and contracts of suretyship,or other suretyship obligations;and that the Secretary or any Assistant Secretary of the Company be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney. RESOLVED,that the signature of any one of the Authorized Signors and the Secretary or any Assistant Secretary of the Company,and the seal of the Company must be affixed to any such Power of Attorney,and any such signature or seal may be affixed by facsimile,and such Power of Attorney shall be valid and binding upon the Company when so attixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF,COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY have caused these presents to be signed by the Authorized Signor and attested by their Secretary or Assistant Secretary this March 27,2023 00000000000 i ��• SUR,q •.� ��• .ssi AND/ •,,. N N •O T• pj ••G Printed Nm Sam Zaza Q\�:G F•••0�� •:a FO� 2 Title: President,Surety Underwriting w' SEAL = - 193 6 •• t7 •�Oj••••4F�AWPR(G:• I�O•'ti'9L1FOR -• • 0:: ACKNOWLEDGEMENT: , • * ,,��.` :,��� •'•*••' �'a A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. STATE OF California COUNTY OF Orange On this 27 day of March, 20 23 . before me. Hoang-Quyen Phu Pham , personally appeared Sam Zaza who proved tome on the basis ofsatisfactory evidence to be the person whose name is subscribed to within the instrument and acknowledged to me that they executed the same in their authorized capacity,and that by the signature on the instrument the entities upon behalf which the person acted,executed this instrument. I certify,under penalty of perjury,under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. NOANGQUYEN P./NAM .�•. Notary Public-California = Si nature _ -' Orange County g • + -%m•i•• Commission#2432970 My Comm.Ex res Dec 31,202t; CORPORATE CERTIFICATION The undersigned,the Secretary or Assistant Secretary of COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY,does hereby certify that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in this Power of Attorney are in force as of the date of this Certification. This Certification is executed in the City of Cleveland.Ohio,this March 19,2023. By: &DoeuSigned by: Ole t Ou M b9 Barry W.Moses,Assistant Secretary POA No. N/A 686415 7ADE54oC... • DocuSignEnvelopelD:3352BFD6-5E9D-4796-837E-C1E455E6530F Ed.0323 No.4606-0 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY that,pursuant to the Insurance Code of the State of Cal forma, Developers Surety and Indemnity Company of California, organized under the laws of California, subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire,Marine,Surety,Disability,Plate Glass,Liability,Workers'Compensation, Common Carrier Liability,Boiler and Machinery,Burglary,Credit, Sprinkler,Team and Vehicle,Automobile,Aircraft,Legal,and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of Cal forma. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable,and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF,effective as of the 1"day of November, 2017,I have set my hand and caused my official seal to be affixed this 1"day of November, 2017. a. . • • Dave Jones Insurance Cammirsioner • 40A1265— By Valerie Sarfaty for Joel Lauchcr Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly alter issuance of this Certificate of Authority.Failureto do so will be a violation of Insurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. Bond No. 0102173 Premium is included in the performance bond Executed in: 2 Counterparts PAYMENT BOND (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as"City")has awarded to Applied Restoration,Inc. 1965 Gillespie Way,Suite# 104,El Cajon,CA 92020 (name and address of Contractor) (hereinafter referred to as"Principal"),a contract("Contract")for the work described as follows: Goldenwest Street and Graham Street Bridge Maintenance, Project# 1713 (Project Title) WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to furnish a bond to secure the payment of claims of laborers,mechanics,materialmen,and other persons as provided by law, by a duly admitted surety insurer under the laws of the State of California (hereinafter referred to as "Surety");and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitation, as shown in said circular to provide bonds in the amount required by said Contract;and Surety has provided financial strength ratings from reputable companies,such as from A.M. Best, Moody's or Standard&Poor's,to validate that Surety has positive ratings of being secure or stable;and Surety is registered and listed with the California Department of Insurance. NOW THEREFORE,we,the undersigned Principal,and Developers Surety and Indemnity Company 17771 Cowan Suite#100,Irvine, CA 92614 (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of Seven Hundred Fifty Four Thousand Four Hundred Fifty One and 80/100 dollars($ 754,451.80 ),this amount being not less than one hundred percent(100%)of the total price set forth in the Contract,in lawful money of the United States of America,for the payment of which sum,well and truly to be made,we bind ourselves,and each of our heirs, executors,administrators,successors,and assigns,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT,if the Principal, his,her,or its heirs,executors, administrators,successors or assigns,or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code("Claimants")for all labor,materials or services used or reasonably required for use in performance of the work described in the Contract,or any amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such Claimant,or prevailing wages due and penalties incurred pursuant to Sections 1774, 1775, 1813 or 1815 of the Labor Code,or any amounts _ required to be deducted,withheld and paid over to the Employment Development Department from the wages of employees of the Principal and Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the work or labor performed under the Contract,Surety will pay for the same, in an amount not exceeding the penal sum specified in this bond;otherwise,this obligation shall be null and void. This bond shall inure to the benefit of any of the persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns. In case any action is brought upon this bond, Surety further agrees to pay all court costs and a reasonable attorney's fee in an amount fixed by the court. PAYMENT BOND Page 1 of 2 1 5-45 84/1 1 73 57 Surety stipulates and agrees,for value received,that no change,extension of time,alteration, addition or modification to the terms of the Contract,or any contract document or any work to be performed thereunder,whether made after notice or not,shall in any way affect,impair or release the obligations of Surety under this bond. Surety hereby waives notice of any such change, extension of time,alteration,addition,or modification to the terms of the Contract,the contract documents or the work thereunder. Surety also waives the provisions of California Civil Code§§ 2845 and 2849. IN WITNESS WHEREOF,each party represents and warrants that this instrument has been duly executed by Principal and Surety,on the date set forth below,that the name of each corporate party • being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety,by execution of this bond,waives any defense which Surety has or may have by reason of any failure of the • Principal to execute or properly execute this bond. •Dated: December 14, 2023 ATTEST A.'lied Restoration Inc. (Corporate Seal) Principal Na e) By: Name: N -V E 15.1 J G!�: C D Title: R(1 b ATTEST Developers Surety and Indemnity Company (Corporate Seal) (Surety Name) � `� By: �Q.IDO` ,, 3 Name:Rebecca Haas-Bates,Attorney-in-Fact (Signature of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) (866) 363-2642 (Area Code&Telephone Number for Surety) APPROVED AST M: By: "N}iEhael E.Gates,-Lity ttomey t' Note: This bond must be executed in duplicate and dated,all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. PAYMENT BOND ' Page 2 of 2 15-4584/117357 • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On 12/14/2023 before me, Alma Karen Hernandez,Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas-Bates NameKof Signer(s). who proved to me on the basis of satisfactory evidence to be the person(* whose name(S). is/ace subscribed to the within instrument and acknowledged to me that #e/she/they executed the same in Ptis/her/their authorized capacity s),and that by his/her/their signature4on the instrument the person(s), or the entity upon behalf of which the persons).acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. �•.` ALMA KAREN HERNANDEZ • :`• Notary Public•California Orange County Signature Commission;2390908 Signature of Notary Public "L:rot My Comm.Expires Jan 16,2026 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Payment Bond No.0102173 Document Date: 12/14/2023 Number of Pages: Two(2) Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates Signer's Name: ❑Corporate Officer — Title(s): 0 Corporate Officer —Title(s): 0 Partner — 0 Limited 0 General ❑ Partner — 0 Limited ❑General 0 Individual RI Attorney in Fact ❑Individual 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Trustee 0 Guardian or Conservator ❑Other: 0 Other: Signer Is Representing: Signer Is Representing: Developers Surety and Indemnity Company ©2014 National Notary Association •www.NationalNotary.org• 1-800-US NOTARY(1-800-876-6827) Item#5907 POWER OF ATTORNEY FOR COREPOINTE INSURANCE COMPANY DEVELOPERS SURETY AND INDEMNITY COMPANY 59 Maiden Lane,43rd Floor,New York,NY 10038 (212)220-7120 KNOW ALL BY THESE PRESENTS that,except as expressly limited herein,COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY,do hereby make,constitute and appoint: William Syrkin,Richard Adler,and Rebecca Haas-Bates ,of Irvine.CA as its true and lawful Attorney-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said companies,as sureties,bonds,undertakings and contracts of suretyship giving and granting unto said Attorney-in-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said company could do,but reserving to each of said company full power of substitution and revocation,and all of the acts of said Attorney-in-Fact,pursuant to these presents,are hereby ratified and confirmed. This Power of Attorney is effective December 14,2023 and shall expire on December 31,2025. • This Power of Attorney is granted and is signed under and by authority of the following resolutions adopted by the Board of Directors olCOREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY(collectively,"Company")on February 10,2023. RESOLVED,that Sam Zaza,President.Surety Underwriting,James Bell.Vice President,Surety Underwriting,and Craig Dawson.Executive Underwriter. Surety,each an employee of AmTrust North America,Inc.,an affiliate of the Company(the"Authorized Signors"),are hereby authorized to execute a Power of Attorney, qualifying attomey(s)-in-fact named in the Power of Attorney to execute, on behalf of the Company, bonds,undertakings and contracts of suretyship,or other suretyship obligations;and that the Secretary or any Assistant Secretary of the Company be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney. RESOLVED,that the signature of any one of the Authorized Signors and the Secretary or any Assistant Secretary of the Company,and the seal of the Company must be affixed to any such Power of Attorney,and any such signature or seal may be affixed by facsimile,and such Power of Attorney shall be valid and binding upon the Company when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF,COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY have caused these presents to be signed by the Authorized Signor and attested by their Secretary or Assistant Secretary this March 27,2023 • Z•��• OS UR '/ AN • Z .•J' (• AND '''N0By. i . C . sc ••' ' t�� O�T RO�T Printed Na Sam Zaza • ZO • Title: President.Surety Underwriting W SEAL • '• -0- a•: 1 936 •• n ACKNOWLEDGEMENT: 0•••••••' 1d 'f•. *�NNl•••• ��...I''�r*ii�N�... N� A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. STATE OF California COUNTY OF Orange On this 27 day of March, 2023 . before me, Hoang-Quven Phu Pham . personally appeared Sam Zaza who proved tome on the basis of satisfactory evidence to be the person whose name is subscribed to within the instrument and acknowledged to me that they executed the same in their authorized capacity,and that by the signature on the instrument the entities upon behalf which the person acted,executed this instrument. • 1 certify,under penalty of perjury,under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 116aUYEN P.►HAM _ Notary Public California • Signature z Orange County _> .n,r' Commtasion ft 2432970 1MyCom.ExpirDec31,2O2fi CORPORATE CERTIFICATION The undersigned,the Secretary or Assistant Secretary of COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY,does hereby certify that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in this Power of Attorney are in force as of the date of this Certification. This Certification is executed in the City of Cleveland,Ohio,this March 19,2023. DocuSigned by:BY: CISa /1, - Ui- k,S Barry W.Moses,Assistant Secretary POA No. N/A 8ae415 7ADE548C... • DocuSignEnvelopelD:3352BFD6-5E9D-4796-837E-C1E455E6530F Ed.0323 No. 4606-0 • STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY that,pursuant to the Insurance Code of the State of California, Developers Surety and Indemnity Company of California, organized under the laws of California, subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire,Marine,Surety,Disability,Plate Glass,Liability,Workers'Compensation, Common Carrier Liability,Boiler and Machinery,Burglary,Credit, Sprinkler,Team and Vehicle,Automobile,Aircraft,Legal,and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation of any,of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable,and as such laws and requirements now are, or may hereafter be changed or amended IN WITNESS WHEREOF,effective as of the 1st day of November, • 2017,1 have set my hand and caused my official seal to be 4:Aced this day of November,2017. = Dave Jones Insurance Commissioner a • By Valerie Sarfaty for Joel Laucher Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority.Failure to do so will be a violation oflnsmance Code section 701 and willbe grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. vt,t, , �..40 PROFINI-01 CERTT2 A RL CERTIFICATE OF LIABILITY INSURANCE DATE A E( 12o2a) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License#0C32169 war Rancho Mesa Insurance Services,Inc. PHONE No,Ext):(619)937-0164 I FAX No): 2355 Northside Drive Suite 200 E-MAIL San Diego,CA 92108 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Associated Industries Ins Co. 23140 INSURED INSURER e:Security National Ins Co 19879 Applied Restoration,Inc. INSURER C:QBE Insurance Corporation 39217 1965 Gillespie Way,Suite#104 INSURER D: El Cajon,CA 92020 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDmON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE WSD WVD POLICY NUMBER (MM/DDMYYY) (MMIDDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS MADE X OCCUR X AES119436003 6/15/2023 6115/2024 pREtdI3ES(EaE rrenc� $ 100,000 MED EXP(Anyone cerson) $ 5,000 PERSONAL d ADV INJURY $ 1,000,000 GENT_AGGREGATE Lox APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY[j j'a n LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ SINGLE LIMIT 1,000,000 B AUTOMOBILE LIABILITY Ma accident) $ X ANY AUTO 5PP1813229-00 6/15►2023 6/15/2024 BODILYINJURY(Perperson) $ -OWNED —SCHEDULED _AUTOS ONLY AUTOSNON-OWN. o Ep pBpO�DILY INJURY(Per accident) $ X-Au l OS ONLY X AUT S ONLY (Pe�agentQAMAGE S S A _ UMBRELLA LIAB X OCCUR EACH OCCURRENCE S 5,000,000 X EXCESS LIAR CLAIMS-MADE EXA119716703 6/15/2023 6/15/2024 AGGREGATE $ 5,000,000 DED RETENTIONS $ C WORKERS COMPENSATION X MUTE EMPLOYERS'LIABILITY STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE YIN N/A X QWC3001510 1110f2024 1/10/2025 EL.EACH ACCIDENT $ 1,000,000 pFICERIMEAMBE�EXCLUDED? Mandatory in NH) E.L.DISEASE-EA EMPLOYEE$ 1,000,000 If DESCRIPTION OF OPERATIONS below descnbe under 1,000,000 EL. $ DESCRIPTION OF OPERATIONS!LOCATIONS I VEHICLES(ACORD 101.Additional Remarks Schedule,may be attached Ilmore space Is required) RE:CC1713 GOLDENWEST STREET AND GRAHAM STREET BRIDGE MAINTENANCE CONCRETE&WATERPROOFING. CITY OF HUNTINGTON BEACH,ITS OFFICERS,ELECTED OR APPOINTED OFFICIALS,EMPLOYEES,AGENT OkAPAtetturst-SFIErkfieRMAJDED A ADDITIONAL INSURED WITH REGARDS TO THE GENERAL LIABILITY PER ATTACHED FORMS.PRIMARY AND NON-CONTRIBUTORY WORDI P ES WITH REGARDS TO THE GENERAL LIABILITY PER THE ATTACHED FORMS.WAIVER OF SUBROGATION APPLIES WITH REGARDS TO THE 0 COMPENSATION POLICIES PER THE ATTACHED FORMS.(cpp) M)CHAEI.E,GATES CITY ATTORNEY CITY OF HUNTINGTON BEACH CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF HUNTINGTON BEACH THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 2000 MAIN STREET P.O.BOX 190 HUNTINGTON BEACH,CA 92648 AUTHORIZED REPRESENTATIVE 1 . ACORD 25(2016/03) 01988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 1f 5 POLICY NUMBER:AES1194360 03 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s)Of Covered Operations CITY OF HUNTINGTON BEACH, ITS OFFICERS, Any location where you perform work for such ELECTED OR APPOINTED OFFICIALS, additional insured. EMPLOYEES,AGENTS AND VOLUNTEERS Information required to complete this Schedule, If not shown above,will be shown In the Declarations. A. Section II —Who Is An Insured Is amended to This Insurance does not apply to "bodily injury"or include as an additional insured the person(s) or "property damage"occurring after: organization(s) shown in the Schedule, but only 1. All work, including materials, parts or equip- with respect to liability for"bodily injury","property meet furnished in connection with such work,on damage" or "personal and advertising injury" the project(other than service, maintenance or caused, in whole or in part, by: repairs)to be performed by or on behalf of the 1. Your acts or omissions;or additional insured(s) at the location of the 2. The acts or omissions of those acting on your covered operations has been completed;or behalf; 2. That portion of "your work" out of which the in the performance of your ongoing operations for injury or damage arises has been put to its in- the additional Insured(s) at the location(s) deslg- tended use by any person or organization other Hated above. than another contractor or subcontractor en- gaged in performing operations for a principal B. With respect to the insurance afforded to these as a part of the same project. additional insureds, the following additional exclu- sions apply: CG 20 10 07 04 ©ISO Properties, Inc.,2004 Page 1 of 1 0 POLICY NUMBER:AES1194360 03 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) or Organization(s): Location and Description of Completed Operations CITY OF HUNTINGTON BEACH, ITS OFFICERS, Any location where you perform work for such ELECTED OR APPOINTED OFFICIALS, additional insured. EMPLOYEES,AGENTS AND VOLUNTEERS Information required to complete this Schedule, If not shown above,will be shown in the Declarations. Section II — Who Is An Insured Is amended to include as an additional insured the person(s) or organization(s)shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by"your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- - completed operations hazard". CG 20 37 07 04 ©ISO Properties, Inc.,2004 Page 1 of 1 ❑ POLICY NUMBER:AES119436003 COMMERCIAL GENERAL LIABILITY NX GL 009 08 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTING INSURANCE (THIRD-PARTY) This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Third Party: All persons or organizations where required by written contract with the Named Insured (Absence of a specifically named Third Party above means that the provisions of this endorsement apply as required by written contractual agreement with any Third Party for whom you are performing work.) Paragraph 4.of SECTION IV:COMMERCIAL GENERAL LIABILITY CONDITIONS is replaced by the following: 4. Other Insurance: With respect to the Third Party shown above, this insurance is primary and non-contributing. Any and all other valid and collectable insurance available to such Third Party in respect of work performed by you under written contractual agreements with said Third Party for loss covered by this policy, shall in no instance be considered as primary, co-insurance,or contributing insurance. Rather, any such other Insurance shall be considered excess over and above the insurance provided by this policy. NX GL 009 08 09 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission ' Policy Number:AES119436003 IL00171198 COMMON POLICY CONDITIONS All Coverage Parts included in this policy are subject to the following conditions. A. Cancellation b. Give you reports on the conditions we find; 1. The first Named Insured shown in the Declare- and tions may cancel this policy by mailing or deli- c. Recommend changes. vering to us advance written notice of canceia- 2. We are not obligated to make any inspections, tion. surveys, reports or recommendations and any 2. We may cancel this policy by mailing or deliver- such actions we do undertake relate only to in- ing to the first Named Insured written notice of surability and the premiums to be charged. We cancellation at least: do not make safety inspections.We do not un- a. 10 days before the effective date of cancel- dertake to perform the duty of any person or lation if we cancel for nonpayment of pre- organization to provide for the health or safety mium;or of workers or the public.And we do not warrant that conditions: b. 30 days before the effective date of cancel- lation if we cancel for any other reason. a. Are safe or healthful;or 3. We will mail or deliver our notice to the first b. Comply with laws, regulations, codes or Named Insured's last mailing address known to standards. us. 3. Paragraphs 1. and 2. of this condition apply not 4. Notice of cancellation will state the effective only to us, but also to any rating, advisory, rate date of cancellation. The policy period will end service or similar organization which makes in- on that date. surance inspections, surveys, reports or rec- ommendations. 5. If this policy is cancelled, we will send the first Named Insured any premium refund due. If we 4. Paragraph 2.of this condition does not apply to cancel, the refund will be pro rata. If the first any inspections, surveys, reports or recom- Named Insured cancels, the refund may be mendations we may make relative to certifica- less than pro rata. The cancellation will be ef- tion, under state or municipal statutes, ordin- fective even If we have not made or offered a ances or regulations, of boilers, pressure ves- refund. sels or elevators. 6. If notice is mailed, proof of mailing will be suffi- E. Premiums dent proof of notice. The first Named Insured shown in the Declara- B. Changes tions: This policy contains all the agreements between 1. Is responsible for the payment of all premiums; you and us concerning the insurance afforded. and The first Named Insured shown in the Declarations 2. Will be the payee for any return premiums we is authorized to make changes in the terms of this pay. policy with our consent.This policy's terms can be F. Transfer Of Your Rights And Duties Under This amended or waived only by endorsement issued Policy by us and made a part of this policy. C. Examination Of Your Books And Records Your rights and duties under this policy may not be transferred without our written consent except in We may examine and audit your books and the case of death of an individual named insured. records as they relate to this policy at any time dur- If you die,your rights and duties will be transferred ing the policy period and up to three years after- to your legal representative but only while acting ward. within the scope of duties as your legal representa- D. Inspections And Surveys tive. Until your legal representative is appointed, 1. We have the right to: anyone having proper temporary custody of your property will have your rights and duties but only a. Make inspections and surveys at any time; with respect to that property. IL 00 17 11 98 Copyright,Insurance Services Office, Inc., 1998 Page 1 of 1 ❑ • WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed.04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named In the Schedule.(This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described In the Schedule. • The additional premium for this endorsement shall be 2% of the California workers'compensation premium otherwise due on such remuneration. Schedule Any person or organization for which you have agreed to waive your rights of recovery in a written contract, provided such contract was executed prior to date of loss. n This endorsement changes the policy to which it Is attached and Is effective on the dale Issued unless otherwise stated. (The Information below is required only when this endorsement Is Issued subsequent to preparation of the policy.) Endorsement Effective 01/10/2024 Policy No. QWC3001510 Endorsement No. 000 Insured APPLIED RESTORATION, INC Insurance Company QBE INSURANCE CORPORATION Countersigned By QWC3001510 20230110 000 Switzer, Donna From: Claudio,Jonathan Sent: Wednesday,January 31, 2024 4:55 PM To: oscar@appliedrestoration.com Cc: Switzer, Donna; Matthew August (matthew@appliedrestoration.com); Sonia Vales Subject: Approved Construction Contract- Goldenwest St. and Graham St. Bridge Maintenance, CC-1713 Attachments: Approved Construction Contract(CC-1713).pdf Importance: High Good afternoon Mr. Bianchi, Please find attached for your file a fully executed copy of the construction contract for the Goldenwest St. and Graham St. Bridge Maintenance,CC-1713. Now that the contract has been fully executed, I will submit a request for a purchase order for the amount approved by the City Council. FYI, I am still awaiting the re-submittal of the SWPPP document for this project,which is required prior to the issuance of the Notice to Proceed. Once the P.O. has been issued and the SWPPP approved by the City,a pre-construction meeting can be scheduled. Thank you, Jonathan Claudio, PE Senior Civil Engineer City of Huntington Beach (714) 374-5380 1 RECEIVED BY: - CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating (Date) CITY OF HUNTINGTON BEACH ,_., el INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: '/31/24 SUBJECT: Bond Acceptance I have received the bonds forlI �P�iYL,�'1TrYL 1 14-C.• (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Cal O2I " Payment Bond (Labor and Materials) Bond No. OI O21 f-3 Warranty or Maintenance Bond No. • TRACT AND DEVELOPMENT • Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. Approved Ig/l°t'23 (Council Approval Date) CC No. 1a-13 Agenda Item No. 23-1'1-I5 MSC No. City Clerk Vault No. loot).g Other No. SIRE System ID No. A52531-1 g:/forms/bond transmittal to treasurer `��`o.T..�'�To2� City of Huntington Beach %@°- ' `Y�� 2000 Main Street ♦ Huntington Beach, CA 92648 -'- (714) 536-5227 ♦ www.hunt ngtonbeachca.gov 9� -- ^moo=t�@ � <e±y o \�O��$ Office of the City Clerk �Cp���Ty CP ®� Robin Estanislau, City Clerk Applied Restoration; Inc. 1965 Gillespie Way, Suite#104 El Cajon CA 92020 RE: Goldenwest Street and Graham Street Bridge Maintenance—Over East Garden Grove— Wintersburg Channel—CC No. 1713 Enclosed please find your original bid bond for CC No. 1713. Sincerely, (*/4(41) ed./and/L/4A) Robin Estanislau, CMC City Clerk RE:ds Enclosure • Sister City: Anjo, Japan , •AI[A Document A310TM — 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) Applied Restoration, Inc. Developers Surety and Indemnity Company 1965 Gillespie Way, Suite#104 17771 Cowan,Suite 100, This document has important legal El Cajon, CA 92020 consequences.Consultation with Irvine,CA 92614 an attorney is encouraged with • respect to its completion or modification. OWNER: Any singular reference to (Name, legal status and address) Contractor,Surety,Owner or CITY OF HUNTINGTON BEACH , other party shall be considered 2000 MAIN STREET plural where applicable. HUNTINGTON BEACH, CA 92648 ... BOND AMOUNT: Ten Percent of Total Amount Bid—(10%of Bid—) PROJECT:(Name, location or address, and Project number, if any) GOLDENWEST STREET AND GRAHAM STREET BRIDGE MAINTENANCE (OVER EAST GARDEN GROVE-WINTERSBURG CHANNEL)-CC No. 1713 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such • bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and - . provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so - . furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 9th day of August , 2023 Applied Restoration, Inc. (Principal) (Seal) (Witness) (Title) 'rr! Developers Surety and Indemnity Cornariy 'Iv (Surety •.;\ , t e(Sean); • (Witness) %Scut�O „ S '' '•. -. •Alma Karen Hernandez, Notary Pu • !; (Title) Rebecca Haas-Bates,Attt rn6i-in-Fact (-1 • .. CAUTION:You should sign an original AIA Contract Document,on which this text appears in RED.An original asaul•es�tlsia changes will not be obscured. F`' a � �' Init. AIA Document A3107"—2010.Copyright©1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNJN, •This AIA Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AlA ,DogiffiEn;_er any portion of It,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible undefale law` Purchasers are permitted to reproduce ten(10)copies of this document when completed.To report copyright violations of AIA Contract-Documerlt e..nj ii The American Institute of Architects'legal counsel,copyright©aia.org. 66111a CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On 08/09/2023 before me, Alma Karen Hernandez,Notary Public Date Here insert Name and Title of the Officer personally appeared Rebecca Haas-Bates Name($of Signer($ who proved to me on the basis of satisfactory evidence to be the persons whose name(b). is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in Ptis/her/their authorized capacity(l ),and that by his/her/their signature4on the instrument the person(, or the entity upon behalf of which the person(s).acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. °'r ALMA M1REN HERNANDEZ , .; Notary Public-California Signature Orange County Signature of Notary Public Commission#2390908 -.isms My Comm.Expires Jan 16,2026 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 08/09/2023 Number of Pages: One(1) Signer(s) Other Than. Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates Signer's Name: ❑Corporate Officer— Title(s): ❑Corporate Officer — Title(s): ❑Partner — ❑Limited ❑General 0 Partner — ❑ Limited ❑General ❑Individual RI Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator Cl Other: O Other. Signer Is Representing: Signer Is Representing: Developers Surety and Indemnity Company ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 POWER OF ATTORNEY FOR COREPOINTE INSURANCE COMPANY DEVELOPERS SURETY AND INDEMNITY COMPANY 59 Maiden Lane,43rd Floor,New York,NY 10038 (212)220-7120 KNOW ALL BY THESE PRESENTS that,except as expressly limited herein,COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY,do hereby make,constitute and appoint: William Syrkin,Richard Adiar,and Rebecca Haas-Bates ,of Irvine.CA as its true and lawful Attorney-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said companies,as sureties,bonds,undertakings and contracts of suretyship giving and granting unto said Attorney-in-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said company could do,but reserving to each of said company full power of substitution arid revocation,and all of the acts of said Attorney-in-Fact,pursuant to these presents,are hereby ratified and confirmed. This Power of Attorney is effective August 9,2023 and shall expire on December 31,2025. This Power of Attorney is granted and is signed under and by authority of the following resolutions adopted by the Board of Directors ofCOREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY(collectively,"Company")on February 10,2023. • RESOLVED,that Sam Zara.President.Surety Underwriting,,lames Bell.Vice President,Surety Underwriting,and Craig Dawson. Executive Underwriter. Surety,each an employee ofAtnTrust North America,Inc.,an affiliate of the Company(the"Authorized Signors").are hereby authorized to execute a Power of Attorney, qualifying attorney(s)-in-fact named in the Power of Attorney to execute,on behalf of the Company, bonds,undertakings and conitrncts of suretyship,or other suretyship obligations;and that the Secretary or any Assistant Secretary of the Company be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney. RESOLVED,that the signature of any one of the Authorized Signors and the Secretary or any Assistant Secretary of the Company,and the seal ol'the Company must be affixed to any such Power of Attorney,and any such signature or seal may be affixed by facsimile,and such Power of Attorney shall be valid and binding upon the Company when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF,COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY have caused these presents to be signed by the Authorized Signor and attested by their Secretary or Assistant Secretary this March 27,2023 • \v1SURg•N •,,. ,.b.• (.(AND�N•., By. • ��•O�pO�T• f1s \\ Printed Nm m 7_ a ?'G0 Title: President,Surety Underwriting ►� SEAL•' -o• a• 1 93 6 { � •••�F<AWPF: ••Y I ,��'C9LIFOR�... ACKNOWLEDGEMENT: , •'•••••••'•4 A notary public or other officer completing this certificate verifies only the • . identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. • STATE OF California COUNTY OF Orange On this 27 day of March, 2023 . before me. Hoang-Quven Phu Pham . personally appeared Sam Zaza who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to within the instrument and acknowledged to me that they executed the same in their authorized capacity,and that by the signature on the instrument the entities upon behalf which the person acted,executed this instrument. 1 certify,under penalty of perjury,under the laws of the State of California that the foregoing paragraph is true and correct. • WITNESS my hand and official seal. • , HOANGQUYEN P.PHAM . i. Notary Public-California =, Orange County Signature �-.�!" Commission P 2432970 My Comm.Expires Dec 31,2026 CORPORATE CERTIFICATION The undersigned,the Secretary or Assistant Secretary of COREPOINTE INSURANCE COMPANY and DEYMPI+RS.SURFIY AND INDEMNITY COMPANY,does hereby certify that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in this Power of Attorney are in force as of the date of this Certification. t • This Certification is executed in the City of Cleveland,Ohio,this March I9,2023. By: CDocuStgned by. l 5\` �JorVt w AioSt s Barry W.Moses,Assistant Secretary .% POA No, NIA aBa415 7ADE54aC._ `i. DacuSignEnvelopelD:3352BFD6-5E9D-4796-837E-C1E455E6530F `" ,C':,' 'm'. Ed.0323 A/01- O-Cic:R\ nn Tro-ye*- Ahme �"'�- �• � r4�awA St' ��5e lvi4ulf2rvLte CC N) ©,: l71-3 *AIA DocumentTM _ A3IOTM 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) Applied Restoration, Inc. Developers Surety and Indemnity Company 1965 Gillespie Way, Suite# 104 17771 Cowan, Suite 100, This document has im g El Cajon, CA 92020portant le al Irvine, CA 92614 consequences.Consultation with anAny attorneysingular isreference encouraged with respect to its completion or modifiation. OWNER: (Name, legal status and address) to Contractorc , Surety, Owner or CITY OF HUNTINGTON BEACH other party shall be considered 2000 MAIN STREET plural where applicable. HUNTINGTON BEACH, CA 92648 BOND AMOUNT: Ten Percent of Total Amount Bid (10%of Bid----) PROJECT: (Name, location or address, and Project number, if any)W GOLDENEST STREET AND GRAHAM STREET BRIDGE MAINTENANCE (OVER EAST GARDEN GROVE-WINTERSBURG CHANNEL)-CC No. 1713 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety hind themselves, their heirs,executors, administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents.or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(I)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said hid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 9th day of August . 2023 ADDlied Restoration. Inc (Principal) (Seal) (1f7iness) (Title) Developers Surety and Indemnity Company (Surety S (Witness) Alma Karen Hernandez, Notary Pu ( ea() (Title) Rebecca Haas-Bates,Attotney.in-Fact CAUTION:You should sign an original AIA Contract Document,on which this text appears in RED.An original assures that changes will not be obscured. Init. AIA Document A310T'"—2010.Copyright©1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This e Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA®Document,Oh. any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. Purchasers are permitted to reproduce ten(10)copies of this document when completed.To report copyright violations of AIA Contract Documents,e-mail The American Institute of Architects'legal counsel,copyright@aia.org. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 11gg A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On 08/09/2023 before me, Alma Karen Hernandez,Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas-Bates Name($of Signer(`sl. who proved to me on the basis of satisfactory evidence to be the person* whose name(, is/me subscribed to the within instrument and acknowledged to me that .e/she/ttj executed the same in his/her/theif authorized capacity), and that by his/her/their signature3.on the instrument the person or the entity upon behalf of which the person(*acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MA KPuli HERNANDEZ Notary Public Signature California ` Orange County =STgr �� Commission 2390908 Signature of Notary Public • 0.co My Comm.Expires Jan 16,2026 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 08/09/2023 Number of Pages: One(I) Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑Partner — ❑ Limited ❑General ❑ Partner — i7 Limited ❑General ❑Individual CO Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: Developers Surety and Indemnity Company ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 I r• POWER OF ATTORNEY FOR COREPOINTE INSURANCE COMPANY DEVELOPERS SURETY AND INDEMNITY COMPANY 59 Maiden Lane,43rd Floor,New York,NY 10038 (212)220-7120 KNOW ALL BY THESE INDEMNITY COMPANY,do hereby PRESENTS mtake,constitute and hat,except es point: . herein,COREPOINT'C INSURANCE COMPANY and DEVELOPERS SURETY AND William Syrkin,Richard Adler,and Rebecca Haas-Bates ,off e Cq as its true and lawful Attorney-in-Fact,to make,execute,deliver and acknowledge,for and on hehalfot'said companies,as sureties,bonds,undertakings and contracts of suretyship giving and granting unto said Attorney-in-Fact full power and authority to do and to perlbrm every act necessary,requisite or proper to be done in connection therewith as each of said company could do,but reserving to each of said company full power of substitution and revocation,and all ol'the acts of said Attorney-in-Fact,pursuant to these presents,arc hereby ratified and confirmed, This Power of Attorney is ciTeetive August 9,2023 shall expire on December 31,2025. and This Power of Attorney is granted and is signed under and by authority of the following resolutions adopted by the Board of Directors ofCOREPOIN'I'E INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY(collectively,"Company")on February 10,2023. RESOLVED,that Bum Zara,President.Surety Underwriting,,James Bell. Vice President._Surety Underwriting,and Cmi Dawson Iixe•utive Ur der'wrter Surety,each an employee ofAmTrrist North America,Inc„an affiliate of the Company(the"Authorized Signors"),are hereby authorized to execute a Power of Attorney,qualifying attontey(s)-in-fact named in the Power of Attorney to execute, on behalf of the Company, bonds.undertakin suretyship,or other suretyship obligations:and that the Secretary or any Assistant Secretary of the Company be,and each of them herebygs and ized(0 is of the execution of any such Power of Attorney. rs.authorized to attest R VED,that e y one of nors and the or any Assistant Secretary must be affixed to anny!ssuchuPowernof Attorney,s Authorizedd any such signature or sal may b e affixed by facsimile,andlifles such Power or Attorney and the s all the Company binding upon the Company when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which [is attacheda valid anti IN WITNESS WHEREOF,CORET'OINTE.INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY have caused dtese presents to be signed by the Authorized Signorand attested by their Secretary or Assistant Secretary this March 27,2023 _ By: �' • �,„ 6_�........•NE,''.o �.�``�t1. AN9/��., Printed Nu�tf�: Sam Zara ' Gr���'�''11 �aCA.� TTO..O ,.E• GG �T••�2y'. • Ll.: 11J • � �• \ Fes•,:={ = fide: President,Surety Underwriting . Q �� : a 1936 • ACKNOWLEDGEMENT: '•�`?!tWP% :a• �,`?- :�4iFOR0.•• ip ••,, �� A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. • STATE OF California COUNTY OF Orange On this 27 day of March, 2023 . before ate, Hoang-Ouyen Phu Platte personally appeared Sam Zaza who proved to Inc on the basis ol'snl isfactory evidence to be the person whose name is subscribed to within the instrument and acknowledged to me that they executed the same in their authorized capacity,and that by the signature en the instmntent the anti lies upon behalf which the person acted,executed this.instrument 1 certify,under penalty of perjury,under the laws of the State of California. that the foregoing paragraph is true and correct. WITNESS my hand and official seal. • °�>4 HOANGQUYEN P?HAM Notary Public-California Signature y p�� z `,4T,�<: Orange County I. `"' ---- .m Commission ii 2432970 My Comm,Expires Dec 31,202t CORPORATE CER'I'IFICA'FION The undersigned,the Secretary or Assistant Secretary of COREPOINT[INSURANCE COMPANY and DEYIr OPERS,SUREfY AND INDEMNITY COMPANY,does hereby certify that the provisions of the resolutions of the respective Boards of Directors of said eollParPliuns gat,f`ti tIi.in;this Power of Attorney are in force as of the date of this Certification. • ,I This Certification is executed in the City of Cleveland,Ohio,this March 19,2023. .�''•' a`.1. t i<: DoeuSlgned by: `; :), IV1 • "'%. t By: $Si-S ` Barry W.Moses,Assistant Secretary e. ' " 'i:.' ' POA'(�jo•.N/A eag415 7ADE54aC... ., ',1-'' ; �`u • DocuSlgnEnvelopelD:3352BFD13 5E9D 4796 837E C1E455E6530F • • r fr; ;; • Ed.(1373 4 0 6 n c\1 CO P% it- _- ``4' n :Ls (31 \T!. 7-5 C) co. p ) v � � \\N1wGr 2000 Main Street, o`f.,.t;rn oti� Huntington Beach,CA F • �= 92648 • City of Huntington Beach o -, APPROVED 6-0-1 ��UNTV CPS' (BURNS—ABSENT) File #: 23-745 MEETING DATE: 9/19/2023 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Al Zelinka, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: Jonathan Claudio, Senior Civil Engineer Subject: Accept bid and authorize execution of a construction contract with Applied Restoration, Inc. in the amount of$754,451.80 for the construction of Goldenwest St. and Graham St. Bridge Maintenance Project, CC-1713 Statement of Issue: On August 17, 2023, bids were opened for the construction of the Goldenwest St. and Graham St. Bridge Maintenance Project, .CC-1713. City Council action is requested to award the construction contract to Applied Restoration, Inc., the lowest responsive and responsible bidder. Financial Impact: Funds are available in the amount of $750,000 from Prop 42 Fund Account 21985202. Additionally, there is $100,000 available to be carried forward from previous FY 22-23 Prop 42 Fund Account 21985201. Recommended Action: A) Accept the lowest responsive and responsible bid submitted by Applied Restoration, Inc. in the amount of$754,451.80; and, B) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney. Alternative Action(s): Reject all bids, and provide staff with alternative direction. Analysis: The project would include provide maintenance improvements to the Goldenwest St. and Graham St. Bridge including: removal and replacement of the concrete barriers and chain link fencing; replacement of joint seals in concrete sidewalk; removal and replacement of unsound concrete; City of Huntington Beach Page 1 of 2 Printed on 9/14/2023 powered by LegistarT"' File #: 23-745 MEETING DATE: 9/19/2023 repairing damaged wing wall; sealing bridge deck; removal and replacement of asphalt concrete pavement; waterproofing pier walls; removal of graffiti; and ancillary work as required. The proposed maintenance work aims to prolong the service life of these bridges in order to avoid more costly rehabilitation work in the future. Construction is planned to begin in the Fall of 2023 and be completed in the Summer of 2024. Bids were opened on August 17, 2023 and are listed in ascending order: Bidder Submitted and Verified Bid 1 Applied Restoration, Inc. $754,451.80 2 Beador Construction Company, Inc. $941,300.00 3 MBC Enterprises, Inc. $1,667,645.55 Staff reviewed the bid package received from Applied Restoration, Inc. and mathematically verified the total bid amount and checked the bid package for completeness. As the City of Newport Beach verified that this contractor had performed acceptable work on similarly scoped projects, staff recommends award of the construction contract to Applied Restoration, Inc. in the amount of $754,451.80. The total cost of the project is $850,000.00, as itemized below: Item Amount Bid submitted by Applied Restoration, Inc. $754,451.80 • 10% Contingency $75,445.18 Supplementals (County permit fees, inspection, testing, etc.) $20,103.02 TOTAL CONSTRUCTION COST $850,000.00 Public Works Commission Action: The CIAB/Public Works Commission recommended this project on July 19, 2023 by a vote of 7-0-0. Environmental Status: This project is categorically exempt pursuant to the California Environmental Quality Act, Section 15301 (c). Strategic Plan Goal: Infrastructure & Parks Attachment(s): 1. Location Map 2. PowerPoint Presentation City of Huntington Beach Page 2 of 2 Printed on 9/14/2023 powered by LegistarTM e 1 cO' �O G 1 �-P. L () BOLSA AVE. N Q NTS U H T Mc FADDEN AVE. \ s Q � 9i/ o EDINGER AVE. /� °0 w CO -1 < (/) U7 (/) ~ HEIL 1 o AVE. m o Z \<\/"P)._ cc o z g E 0 r a WARNER Di o AVE. AVE. o' cn S a < Q SLATER 8_5 AVE. 405 0 © TALBERT AVE. PACIFIC ,o 9 — ,, ELLIS AVE. j GARFIE D�' AVE. Z � � C w \00 mac'\i� YORKTOWN a AVE. S> S z ���� g ADAMS AVE. G p .CZ` w z PROJECT LOCATION ,40F g v INDIANAPOLIS AVE. H Goldenwest St. Bridge A L� c) I Q D U) (Over East Garden Grove—Wintersburg Channel) Co m ATLANTA o AVE. _ 'I as o Y 0 Graham St. Bridge Q Q! 0 (Over East Garden Grove—Wintersburg Channel) HAMILTON I 0 BANNENG OCEAN AVE. Goldenwest St 8c Graham St Bridge Maintenance PROJECT LOCATION MAP 'A• p CITY OF HUNTINGTON BEACH P DEPARTMENT OF PUBLIC WORKS J ti‘cwil§ o enwes IN 7-7".-- * -....••••..,.., Graham St . Bridge �ooIIP0RAre 1 •_--- — _ ••. < Maintenance __ • � iv �,,,;, Project, .::-__-------- III % September 19, 2023 s -c„. -7, -----,. ', - -_- . .sc. ..• ,, - 4• • t c 0 City Council Meeting , p„ •••••••• ' tAes°OUNT's( � LocationMap Project 1 , 4.4.14 - '..11 . - '''''',-**' 1 •.,,,du 41 ',.'.00" ..0 44. I 1-*0 •",.-7;.! '''..t ; "1.,1"'. '.A005,"0..00 V, ''....:',....',.,--e -I -,,f''.,,, I .p,..viiito:"4..-,•;;";, . :'-•"'"0 •Q " , 7;'. ir.rir7i1" . ; 1 41110 # ' -1:-' g!'".. '"`"1 .u,.. 7" .4'..' .07;0 .___et. • ,....,-•"`-'7--t"' et",":...'* • • . a .2"' .•t. • 7,-wi_ 1'i'-'-,,.:-. :-,-,-- —- • -: - •--- ,:ji.: '..-4-'- Ai' . ,,, pf. .,..• -'''..! .. .,,i 46,,,,t -,.. ' *•:. ' 1 ,.,,:, 1 '., •••.W'-3“., ',. t! - tg A.,i 1 hitt i Ife '1.1 • , . 4.41;2....r.tx .,4 . ......., ..,„.,. 1 WI,e'..- iti,..-ttv irr , w,,,,:: -...1, 0 i 1/21/4 i&.,.. '-14'1,i lfiriii.;„ 1‘ iNr- ..-..,, . IF; . . '' : v — .-- ''''„.. •41-14$r9.... ,41141-si.V": :1::r.'a 0 D , , „......,. ' ...i:—.).7 . 1 . , _ .._ ,, ,..."._ , ,,,,,,,„-4 !, ,=,...1......, is , .a ,;?.., me ,, .., . , . . ,.„.. ,, ,.,,,,or.. .4.40,c!, ,, .• -1.4 qx—Ars. -.--,'X- **4-* 4.)4.g.,.1,f4.1i.- • i • .•-•.) • . - 4\.--.'.'- _.:.:-.. •, . , .. pm Ifg. -5 — ,, . .,,-..t;IL,;;.? ,..et ff-,. .,-- ;• teitg"-u14 . . . „,;. ...0.--..--. - 4 a...1 4,11. ..744,:1-S,;,,,l'•cg.l • t- erv.nr...,,i'..:.-,.,,*,':'... ,-.-'i.,,-;--1. Oft..'..,. ..:- ,,,,,,,.. , 1. . 9-,,,,inf4,-;.,- .4.,-,-,71!:,,,i te 1 .:' ' -,,.-:.1,,,,,,'5 t lirt: iiiiki,...,,,.....,? ..-: if 4,1-;,, .4„,,L.,. .,•-t..,.i,, I,• ••• 7---,-, ,,/ ,,,,,. , , ,41:',I, ''Afii 7,v.b:`',' , -4%.„7. - ,-,,,,„'4,1. ' '''' 'i'' .....4 4 ' V''-1- 1,...'•-'''',4•It•-.-''4,-4 ",4'.' ' ' .. ..- ' * .1:10 : .T0 '4`.:,;...) '81,..--Z,...,'4,. .......:,:-.'" ,,..:,.:--- lk,., , .. '", - '-',...-.4--.0. - ---:1 - -- --A- ' 1 , : - .---t---c • ____-_--- ---- ' ... ... - - . !r7,_ ,..—,,. ..,.....0.4 if_ • : ;412,..4 09;l0-1_,...pii RN r" '1 -1., ......:- __. ,c..,`, .,0. ." degg‘30, 4,4'11-0 • 111,'‘ti'IA 4..."' :4, I•.' '.,4 ..6- • s '0"l'. i 1 "•7;4?0,1' '. t!r•.' 7.01..4"; ...0`4104............. . .- . — ''.1>' - • 'tit.. '-• .,.„*. 4.•,t••••.f .•.... :ms., ,.,e- ,-..,'" */ ', . ,i.', :.' '.1 ... ' ----- , „,... , . _ . .... al ,k‘‘.) .......... 4, ... t) ' ...m...5.f.*-44" l'''':' #7 4 '' '' '' '•,'' , ' -!_, 0 --:0 f01''''': .- !%--'• RPORAT ... 46) ir. : .,..,,,... .,,'..,... -..7.1.: 11, - ..";1" f ‘.."; 4 e 1 •,,..,.--1•4to, ,,ibyq...,..e*Rii .f 1 1 ‹c .- k\t° '',' \ 7-31. Ia. Is ,•I.$,„ ' i-7.,,!„:.'at,*;,,,,,,-:-.4::1"7....:---7",--•,;;;';--1'" .,.•''''' 4'. ..11'''1,110•011.4^:'' 14 4''''t=riei.r. ..411.,i '''' -.."*. , . rt. 7.- ‘,.....„.....- ,,,,,:...„,„ , , ..____,...____„2,...__,.. ., . -ar, - ,.....'ir-.,.., 4'-'-•''iS.4., ---g* '-r 1.4,5.'I".'','' ,1 '4•-••''. ''.,4 I ' I( . ir • '-').174,4,mt.^.0n '.., • 1 . ,.. 1-1- • - .--------;._ ,,'''..'. x,. ; -11:.......: i -IcAia. ,',i',:r-1 M,..1,114Fif,,,•-'-• 4.f2(tAls,:,.. _„0.1.110.,,1..3,.1 .i.0r.f.V.0•••• :-"_ t Mtiii(r/:.4•1 '. -.•";•7".'7 . ' •::;ic•" . . ", : . ,..,,,,,.. Ti..„.„15,,,i.t.43.,,..• 7,:-, i 1:110.1"4,4 . 1- ,4,.,1 9 ,tm,' !.....,-t,'-' Of: 1..,,If „Ims 4,...,..„...k.--'• r iTr: :„.•.•,.. ,2Y -.:,..!:,..;`,::;..1.;"*.t-;*.• ' . . .. - •, -- .,..,„14 . 1.,-7-2:,. 4;-.V. --•-,,,...„-t'- :..„..„,,. ...n ,--.-...,-,.....„,-,,,z.. ..,-,.. ...-,.-,=. - i 1'•• -I- 4 ' .,#$,•,.,". ••, . cr. •:,";-... ..„,„ 1 <7.4...•): ., •. .V.,-n ' * ,, '‘,..-i 44 ,. ,....4.,r --. '71 ..--,. ...•..igh,,,, ,;.::.„. 7 : .r-- /,,v--_, r-r•• ,t,',; "••'' .0; ....411.,'",,,,;•..--.-`'"' '4. .;,..10.-'`'s : -, ..-, .,,,t,.., .1.044," •-.:10-J-4.,,A,f,: .--, ". - •,..i4:i.;:s4,0" ,Ikk .1'.ill,?lid• ,-, .j •-_-',-: ., .7:5'•':0' "..- ,,,„„.--...". -:„0";...4.44 -:.*- ;.'iii,tat,,,,, :t." : -.;:.•n, 1C1: .1, '"-.„,, - 4,,,z v.;`,7"•., #1,41114".",,,kto ;: 0-- ---- ° - ... ) ...•."-Ci•-''--.' (3.l''.... k''' r ,..7.,i.... ,'.,-,-Y',-'....e.'.:5-,'"!.:**.ie-4.474,5"' -. teiolltr.,.'.:;- ., -• •e, • ..f.):.s: ',f'' t ....s,1.-:te,,,. l, ,,, . ,E. .,1,,,,. -tt7{1.c1 Nib,-vz) ••.... 17, 190..;.. \> II NI, v.E. ........ K .1..i.-, , ---.°0.,c.4:11.-.4,..kor . • 7-7.Lim' . -,f,-. - , ,... ''' `-COUNTN Cjr/I 14%,,,;..;‘:4'il''':, .-', :t.44. ,,...,,trt. ,r.ii ,-.for.,1 '..,. •c,-;p4.4'.z..,r,,i.23%,,,-.:, Attltm,7,-. '-'"";4- ,.•- _, "Itotir. .00;01"-41F *--,_atf.irfilikf1.4.1trt- '''-'11,-..811.i-----_..••••', , •;,•.,..4 ,--..9 . 9tiran',74, •7.--*,4 ,, :047 a; g ,...4.1,,,r*Ve " ic'S isisil-711.1.M.114 okif;'. -.--.:-.p -:- :-1•1_:•1.kt'ciiii, ' . - -' -,,...:',7, tr. 4' i' • --,J3•11: '%. -' ''=1 '?'; kl.',`,1 „:;- ,_••.',74.'.*--;•.-'dr•I''-i moopt . 1-0.11,_•...• 4' r f:-lig ' .ii, Oa .''NINA_ .-„vhiti * -_,,,-; '.••- %. ..--L1-4,7.; -,-:--, : + no va,,-I It 11. Fkli „:. 11.. Lai ,,...Iwo ....0 . : ILI lig .iii - --- A 14 Ivo",..... .:_-_ .., • !. rcrJ.!. ct Map ._ . . ... ...,,,,.„..„.„.„ ..ri ,t„ F " •t�.4tA�" • 7G pg • . X u»4 + ,i10, y�'"4r,;, ^ �" . ` II to ' " �4•,Ktiti 41. '.t 1 �� 41;�i 'fi '+s-1{� ` `d`iTr a",(•[.•£tij F y,.1 ..t� .a<�k..'� — J �f � �µ+, • #. a " , • 'Y't:Ijf'�R ''+ r*.. i# ' L ;VI•g . l "J 1 •i'.ti trr'1 ,-/.t• a. ;� -'. At WI .� :fi.,,,t' Y �""� •'T r, s @ ra_ ' 1.. { . .it a�•3 Ej.-0 )�{ - 1 ,yet - '., `i+ t 4yy. ,:,,r - -,.tr •- r "'3�:r • M j, : ;.fig. . l •ar .':,� .- . •'!` a .e,l.': ..� t^" 1TM1 1J • ��^c Y'+.Z,. K fT t k`"^ " ,m, V zF(t�. "'h .- * t C�RA AMS`1 ire ti of .r+ ,e'�y�,,,, M a l �Abtl�' � 1 _�. • s...z.'140,4 4-s..zw .+aan w'.4""«4`,t.w.," ,a++NJ►«•, .. c'�- +,, .. r �.�tC$�,1 .d.• i kya _ .( -,.� n "31 e it;err . -�,.'. +s�` iE'� . 5. �' �3ar: r t 1....; �y, l�• �e.t�y.!%��`►� -� t ` '9 - •�,...' �Y faa . ,. y }� _ ,,! S' {- .. f'- p 7q3.. } Y �t t 'kr w ..Y'�' P` iy».� W. „t�t d•} e � . it' z, „I .{.. y •k "` t 1, ^ ' - r a Y Fii . ' Ail-?--,--,-.„..,-`' i. ai*e t �x�.� t s • Y n��'', 1Pr� n Ft-'•_ -`(`\UNT I N G. :. X t , k x�l;'', `'v` -40 :i k .. a � 1 w . \�ppRPORAjF4••• y •ti ��— _ •• r rim♦ a . • ti ry Y, ', [ _ C. n �+,� ,gyp �� ( V'• _ J „'''a r,t. .•t .' a + '7(Y^t t>t 't 04 .i(7 t'-'47 aI , is tt } 3"� ft� i ,. ,:3 .i • i . T-- *� .,fi,G �',yxaj,,r Y.•-a . 4 k'-i'.a .:`-s' +N-.�'+4 ¢. ,S ` i ..�.'¢R *s. y i 4 ; -�^N _?" r 1 7, art .) .1,_-.!.„ a ; ,,,,. .7 `��►rt�y",,. ` rn ••.:`�"5 "�.�.'a'ff i i • `.t^•{.1.14:m _� 44^d • to Y, �I'I to :,,-.s."•. f '`•-XT " „ic+.b', t'1`i'' .s i d_7, •. _ _ 7, 4rw L. $ .t. �" -a f �,, . �• ,,,;ri°f -...1 r.. 24 -lt :nor'.i a. t, \\\�`/n•�FB 1 g�P•.��• �`l ' `. ', a6 A •A t -t ;,at ,. ' ✓ i, v •••• 7, 190 0.• i•O .. ..' "1.... `•. '1t: `_ r+I}s"•""� R... �d.t:�. tLS �~ :.,. �...'i.!!,t.t. Z:, i.z� '', "'i. :ice'_ w .. �`+�ii///�/ o enwesBridge -raa • 2-span pre-cast/ pre-stressed concrete cored deck bridge with z •� reinforced concrete pile bents and r abutments ,,. �... t 6re"s ▪ Originally constructed 1959 • Length = 67' =•F {.. � NT I N j � • Width 84 �0 `.:-�C1t°RPOflgTFO••% tF � \ • �4 ,� t• / i -- M1_ i ttr l in •••B• 17, 199.r..• No\ couNTY \J",i� GrahamBridge }` ' • 4-span cast-in-place concrete bridge ,z� ;�k �� � � . � with reinforced concrete pier walls �h'.. X �� l` xa r�'� fir, 61 A. ti 4r.Yti 'T'�f�: ,•1`s'c�. J4C .Xy�4aS\��'i' l.�S't,$` h.rq� --` .. " . � � �. t: ,. : ::. :. : .:. and abutments x�^S ❑R's > i .K a.is - , :: jri r �r, ' • rigina ly constructed 9 �. . _��, ^:: � C+.�,�,„_ asp r �- Length = 152' � � • Width = 62' �,�'�N1iNcro 'I O�.0•\N�ORPORAreo .. n cT \ Scope of W - Goidenwest , _, .. . , ‘ . ' • Remove asphalt concrete (AC) ,, �4 pavement, seal deck, and a h T . reconstruct AC pavement. ✓srs�, i [ T 3 r� Pik{ _ _.,iw. t.,r,.. ili di' �� NT I N e ° o s ' /I O`•.••\NC4RPORATFp•.. V AS I� °UNT`I �ii' Scope of W - o e naves L h4rgr ,-. \„,..\ . r ...., r`' '�°�444171,72'''' 41147FAIroilr<iy��, � ,-;,�,,t � " Re air existing xistin win wall ,'v,,,;"41'*;-. 1*,a,k'",„kc,c:i'::'1:,,tt o„ A.. " \_ ' ..,‘..A.N.,;.: :,..,,4,,A.X.,p4.,4,,,,;*;.,,„`A,:';,..,,,,,4 4fir ' ' ' `'<`".44*..tts''-4-: :',:44•'-'t.•41<':--4.. .,..*.--*-,-',.\%c;',X t- ' f \0.-11.,:;,,8 ,..y.N- - ',.'•,--N:,.'-'',., .*.. ,,,,41.1 - . ,...,114 .k $ l'''. 10 s ' .�, .. d < *i` _ % . n�5, �, `,'d ig .!:,-,.-:„.- ..t.'t ir,-v.r„.,,:k,:,,,difris),.**,\,•:,..t.,_,\114.....\21.7,. ,s iir1010i,..;,, i t $, 1 ,VIZ-7.#-',.•.‘ ,, ' .4e '‘" t" - :Y `� ''�,, .,'�c-- t.,.tx'c.�M a.�. _ 5 �'•k`t`^u,�fi��ts-y� ,.""'" rii i. .- ',- .Pl.b..t;i'l i rei d Y+'r :r +°'3 ' s J j ti rr`.,,'�J ,r ,�/�i�.� el - -.---"----H-----.- -1-1:::e0°° '' • • elr iC` x_ "or �!�-.f �r��it"'t �F_�t N1.I N A� ter .;' v , }�. �.t t�� �`�tz 'i � �i // O`\•...;RP ORA 4.4 _•. n\ f, • 1 O : OUNTy ..0xi scope of w - Goidenwest .. .,....„,,,,,,.;, , .S ,3 $ pS bR^� Y,..„,, !,v.; '"t-.. ..a YS.t �;,,+�' •ffi ♦ 3 � i\M��Kt'. .F^ai� _"En Repairunsound :P� ;�' concrete and i 1 t e.a s - damaged curb ' •' $j 4Y P .' , ,,, r-. .'pnf,W R ,,.„. .„,`,- �• —..— ,d . g • 5 Yn.,.#w«.. pa-P'9. _ . a/i /NTINGT Scope of Work - Goldenwest Remove graffiti , . . . .,..._, ,.-„,... ,. illlf,t:li.t'.. ,..-7'. -::::,:' J •A.' ,,.r,'i.V,a,'&C1-. - .. 11: '; :'.. . , •:'-'f*" .' ' '. '!' 'F',,,,e,2. Y,',' . ,,, • .,... ,. .i...:.- --,„---, . .,‘;- ,.i1,7,` ',.- .-...,,,N,,'.1 -7-... . . , ,rA. :ii;..1 . , t*!, ,If .-......'".7.--''' I *v...............4/ .. 1 -3==.- . ..; ',„1% L.,.` ' -. 1 -- .. ---,;.-----... „----.... . ,, , . . -. -,..-...--- -:;-•`‘ ' ' , - .. .. ..._. A01 Ar41,411%/40. ...r. 11. \AI 1 N G 70 'rn4tAk, 0 -- 0 , - • • AO .- - - _ . . , i 1 4 ' # J 1 ,,,, .„ , . .„.._ _-_,....,,....„±„.• . ., 1 I'. / r., ... "%tow ,otiorardr ! ' Scope - Graham '` • t. 9`,. ref • Remove and construct new h} • \� � _ concrete barrier and chain link a -j` Nt,..... , I00,./ „, ,,,, , A ie.A.4. fence 4 pr .Y',,-.4*: -..e; .., : . :,,,. , :_ ,...,„,-„,:!,::,,,,,,:.,,,,,,,,-„,„., ., ,,,,. ,..„,,...„,,,-..,.......:, , , :,ft'-:‘ : . . ,::,,-,' a ' i Orrs� � � ; •IIj�.�•'�, I�•� f �b �.✓ \,-l+ 71 Ar x a t`.i '`;ear "} ;:t; � z, Eij,::i; i ;f., / ��+ x� as �---7-, S ' t :,'_'� ' • `1 v .. Q 5.�`� �, L Y ` �°y`�: zr"' �~a°`-�-'. I � .pRP.RAlE•••• n� , "•"" ;ay," k,t-. ' . '.+Y.-.s.�,t.. i I O •••\� 0 ••V lik �i �� ,'3a •�.p++ ;',r 4 .�' - : c', �'-`•;}•t..ti r '"-i 'x `l "•- , �"+ •- --- ., _ •••< 5 • #ih.�# �a,.xj --, �Y-, C:::•ia•,y�,..=, l - ;r'v e .. ``% , F j• _•-~-" • h *Me • rh•.i:x.� ,pi,x£;'--,.. _ ' G. ....y. 4 •, �`'t ,y „ b. kNY •'yµ� .t` 'E '0.,. 'w'L �,"s Q:- — ---_T - - >. _ Y+ ,�' F `� d 6"" y -.,'. ' "- •• B•'yy C• •O ._,,,_i 'i` n..� _,,.�... .o"c' -'.+ .`-. - - z:..:a�i.:.•ve.•.,..a,.... .'°[''� _. .,r..:-_:...._.�.._.__.,,.,,:s_. ice .•� t 1909, •��� �I LINTY i� Scope of Work - Graham _. . _ '71 Remove unsound concrete and a ,...„ 47:_,,,,,,. ILF.,:::„.,'.;:f'rls-' --'-.7--;n-7 : 4_ _ � �� � - patch spalls on piers and ,- '� .�. _ abutments ,s "a* , ,,4 ..,.., ..,-- _.._ • ./ ` ..•\ � � �J I/ O•: NpRPO$AJFQ•.•, :` �'re" .��s^ v . �• . v`�r �4 .. �+'tr u„ ,r w" • y, _�*+t � ,� .� a,s " "� ° .R � °CUNT'( ,jor� i w �r ._,��. � � "�.:� � a- , a -T'" �� ; — Rr . .; : • scope of W - G ra h a m .t•,..n �..,?:+{ :`.v °�;t,�,,??r'i`�"' rt;;+;t:>=.A .,c: ra_ I 'S*;;,,Yr tf•,a-Y •: 'a N. ;}; .1� � ,h_,..�r;�,g.2..tf;• r����xv,,, .�, ,„, Water roof iers . . ?ryv.: ttr r.h.,,,, `h.�'�i,','"'- ✓,y'.v*,-''i Y.:+�t:•� d° ',4',.pti' 5-,,,n.-.`.. r,:,; :.;5 , +`•:.d r;"),';:: .• T•v>. :`"t.t lyi..':,.;.•.p., .���y*Ci:.il° F"e:v: ,'{-:`:.,r.a�rr`.� R:ti'.L r��;i.•r'I,'-/':--, -,:•`A' s1�. r'r`.,,,.„•'!'..",'.!�`: '?•, ' `..:44..e:•:,vx✓.:':.�'?Y C':.•.:•�*s.�.. r.'rt::'.:• ,il'. •,ia^--.-.. r' vL_s.__.�:�.i..v •'N'`:.'vF ✓�: .••.�.s[a.: •>e�s�. c a•:ti a.xvw eia._.-w a. � r • • 4 -'fr •I! -ate .. 1 ...• ,jf9 „....-..-:..,;-..-,',-....—..Z.,,,Ayr-r 1.'1.=..':.'„.,,''',' i; 1 ,- 1 , 3 .",:+ LE 7 { ` w. ..- .7:••• •' .yam -+r._ .. _ ..xk . . '• ,e .S'".ia�y-n '..,•'�t'�,' i '� fl 44"Ge A. - .r } v k • =_ s, �NTINGT %v w,s(* .'.�- ""�=- -,:,-Aa„^ r=•.`:,.. ,z...-_'- "'.'�" -�:•.e-rev--7' �.», 'r �•5, ��kz r_•n •-�NC _, �O -_- -v .'�`.. ,,,_ '"".te+•,.. r„�.n_ - °.ffi.•'..: •fi'.-_ ..ne..- +�rrw. ',� �_,.✓'----',',--�' +ram+• -i;� .s * '. .a• - �' '�."--_ '' "(//�••.FF'B•' Q,�,•�\<Ip I0 17 oUI t ;, Scope of W - Graham r..,fti; ` '; '. ..4 `` jr Replace joint seals / ..„.„..„„.7::.. ,... .:,,,... . . / / ��r' / • �� {�� .�f. ;• {,. tp�; in sidewalk F `d\'.y{.y 3 :l .t F�df K" o:'-'-'._.'-..!."..".,F,•.. -.,A.--.'.-.•.....-.f.5....:'.-1".0'.1..'/.._"-"..-,,.,-..„...'-%,.i/,.'.... ;c tz L ` . ' - I r 'r:=%t1`�^7 , ,yi 4"f'a,`r`- :'.k ^i,`!'' ^;.v• >• .•' .z f a... /-e.lr. 't .rys.ijt`. r;"=-3'3i' ..._. :,:-.:Y,.:_:. ��`.`' • • ` " _are<. :s : F = .eL`"r, y���{�, .,5:w 'j-'418'+.t i i;:•d.::,:a••''i,J+•,'� J, 1.4.`f. -• • e! 6,. • T• t-I: .LfyVO,,,T*••j fa-t ti y✓A ,• ,jj �"''.. • • I '0 . 46 '„ ty � r,,.s% � asx > r• as • '"' � ` * '. _ i;I{ ru oo � y ^, x. - # . ', i a • S . Qo 04,` \'� o h �t�v' er .iqa`1ire ` '.' ............ F ....••• ••c,ORPORATF•••• \y` x . �,a 5PhyK :;,,° ;•: s .• :? , ;, : :.?^�: . y�r I �• N • V' -``—" •"^ JI :i;. , , r 'k�tJj 3 ,� Y:•5P7�y> ,''' L Y7:tyV,•'. '. �s 8-�. , ' , �. — • • �- ' :e-" �t _ . ; ,14 - 3 « f� �' ao .roi ai;- �r3 { p yf f,.i, am).a ' r" ` „--.s2,xry ; .4 o : •, . Y � , � . 1C• \. , ' fi s } J ' r ` .• ' yuqYs p 41 \ pQfa S.••,,i,fi 4 I :\.' '-!aa k' ): , is^k�a 3r$; a✓,T" -'•-- : y ' ,�',i:- ,.. fa ,`�� 'rr t �. ' - --'h g;, Yi.‘,, ; �?y1h,?tZsf ` { 3 R a ., i, -,. sr< .< r Al s ! c." ' ;i - � #.,ss -2 , t>a r ...i.fk?fiA5.;`ee,rv':�'" .-, .r � ,a :, _x.. -.,..�.wb. 9ity,>iut7 Ff ,,..«',4:rti£ i: ,...14, ' - • ; ,/ :.. ,x.. x. 1x''4r5� fILL�•, r .tv:'r.t.,._1Aa: '..;1+. .bS {,r :•Y ;,,�3.:...' .-i:: z ` • \Q \�. • �" �j-•• -��1- o. •• � '� / •••FFq' A .••CO '\ /7, 1909: . ` \` II =OUNTy�/,/ _,,,,,,,............._. te 01 v/4441-- , 0 os , ............. e?,,-... ...."\.,i; ti; s0 ,;,. t; 44 .i;CI Ir;c• C" kt C.. i4C' '''.1 Ti'lik •li I. SI>•-- N ,„ 11,‘,..,...,A J, r ‘,.... .;......'3.......... '.., 41/3 ' ........ ArAilr E •_ .._, co a, L._ = a) o (13 E im w . 0 c 1 i ' 77:4;;T.e.-• 4.4,(1-'1' -. ih--y,Trf-7. ,...14.1 . „,,, ..•..,', —/:',"...4. - i hi';inf(”r'rifr,'' (4' .:, 'ik, :,,. .' 1:, - ,..r; p:, ,,,-,/i;').'::', .., I ' - `./ .-: , .11',.-W— : , ' ' '..--'144k.l.',.,'"'. t ' -' ':::,::' '4:.,:::,',.,*': .,, , ...., , .,,,,:q mim T3..,.^...,.i?,:,,,v.).,,,i.,,kit. - 41;4,1 Vii - ' 10' 1 .`'••'••'•:': ---4.•'..---.-1 .,...:.• ''•. 'y- Ig.e LIM i - '17 . 1. .1, :-'-•' l., ..::. . -'.N:::::Sliti::.• fif::).1 ;`,/' .,"0 I : i. ,t,,f '%:,'''•1.•'` •., . -.. • ,A. ,,.:i•r r ' . i r ,, , ''''' if,',If, !i, ,,,,, f ,. ..'(4'• •4. r :- • `4 ,,, •••• ,••='," 4,1,,,,,,,,,,,,.'t , : ? .. . /t,„,,-.r/.,..,:x,... • i. .. . :' '''....,,' -.. r i '‘ ''' 1 ''':',4,,):qtik ,,.::, ''''),' S, P,:'''..‘;.11'il!•k,i,i-9;.:' , i t , ' ' •'i. ,' P . t,'.' " ' ).4 1.,-:,,ri, A . -., y.14 II . .,„,, 7 1' r ..N. ,, ii 4 p,,:••,., ';',.•44' ',..r ."!. • ,,rr', ii,1,, ,110,' ,,, , , ,, 1 ,;i!- ,'', ,•,,' 1 ' ' , .• . •,. -i •." . . • •• ',,,,' t -., , •':. . ' ':i ' ,tigo'._ ';'.1'./.,11),,'t'„:,...\.-, ,,, a) t ' t t . J' -..:' ,. , . !.,. ..„,..: r, , ,-,.„,. ' -%. f,:** ,f,i.... r„rr... ,I. f , ..• ,.. ., ' ' 4 .It p,.i„ •, . . :i.., 't •1.7..;,' • f ',' r • . . .r.1%; '1. ( I, , , •. 4 i t' • 1-1 i lb 1• i It+, 4 ' .4 '.ki• .,t tf ' 4 i) , .4 ..4. . • : w -. •.'."4t , tf,,i', 4 .4 4,f•'1, k,, 1 1 . IS''' • i i 'k 0.(' , , .,, , • ' .•.if `. . ' :..,4. ',''' ' -14K U111) . ., .,,,. . • •.,.. „... ., efthi• .1v6 I!. •,› , ,:,,,,,,,,.... 1.: i,•:.,„,„ . . ...•• ,,,, 1, r,o'fb„. ,,, %\1,4 I. ,-, . t4- i,', i•5 giV4 ' •'" •-,1),/ ,• ,ilti: i,,,-.,.,• , 1) Vr 12,111- •":4-:-,i_itt-_:!, , - , . . Fundingand S Current Funding • Prop 42 Fund Account 21985202: $750,000.00 • FY 22-23 Prop 42 Fund Account 21985201 : $100,000.00 $850,000.00 • Applied Restoration, Inc. Bid: $754,451 .80 • 10% Contingency: $ 75,445. 18 • Supplemental Costs: $ 20,103.02 $850,000.00 Recommended Action: Accept the lowest responsive and responsible �NT�NGT � bid submitted by Applied Restoration, Inc. �� �:= = =-== _••••�' Begin Construction: 10/30/23 ��':.. -�_-_ End Construction: 05/06/24 ��2�.•: F. �;j90A°-- o 0� =c0UN5 ; i# Questions ? ' �i� ----, ANT I N G I' 0 AO FO��•,•pRPOR ........... • \N� . GT � ` : • U• G • \`\��j ...8' 17, 1909,P�• �� // Fins k /2o/23 Bich 9-/2 /23 SECTION A ?/,1/z3 ?fins/23 NOTICE INVITING ELECTRONIC BIDS for the construction of GOLDENWEST STREET AND GRAHAM STREET BRIDGE MAINTENANCE (OVER EAST GARDEN GROVE - WINTERSBURG CHANNEL) CC No. 1713 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated project and will receive such bids prior to 10:00 A.M. on THURSDAY,AUGUST 17,2023 on the AGENCY's PlanetBids System Vendor Portal, at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this project via the AGENCY's PlanetBids System Vendor Portal at: https://www.planetbids.com/portal/portal.cfm?CompanylD=15340 Copies of the project Plans, Specifications,and other Contract Documents may be downloaded for free at: https://www.planetbids.com/portal/portal.cfm?CompanylD=15340. Bidders must first register as a vendor on the AGENCY's PlanetBids system to view and download the contract documents, be added to the prospective bidders list, and receive addendum notifications when issued. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are available online at www.dir.ca.gov/DLSR and also on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code, Section 10263. The Contractor shall be the beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. E-1 No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashier's check, or notarized bidder's bond made payable to the AGENCY for an amount no less than 10% of the amount bid. For electronic submittal of bids,the bid security must be received at the City of Huntington Beach Public Works Office, 2000 Main Street, no later than the bid opening date and time.The bid security must be submitted in a sealed envelope bearing the name and address of the bidder, and the outside of the envelope must read as follows: OFFICIAL BID SECURITY - DO NOT OPEN Project Name: Goldenwest St. and Graham St. Bridge Maintenance CC No.: 1713 Bid Opening Date: August 17, 2023 at 10:00 A.M. All extensions of unit prices will be subject to verification by the AGENCY. In case of a variation between a unit price and its extension, the unit price will govern. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License A, at the time of bid opening. The successful Contractor and his subcontractors will be required to possess business licenses issued by the AGENCY. Project Description The Work of this contract will generally consist of: removal and replacement of concrete barriers and chain link fencing;concrete crack repairs;removal of unsound concrete and patching;concrete wing wall repair; application of waterproofing sealer onto piers and abutment walls; removal and replacement of asphalt concrete pavement; application of methacrylate sealer onto bridge deck; graffiti removal and concrete painting; and appurtenant work as required. The contract shall allow the Contractor 120 working days to complete the contract. The engineer's estimate of probable construction cost for the Work included in the basis of award of this contract is $800,000. All questions related to this bid solicitation must be submitted through the AGENCY's PlanetBids System Vendor Portal per the information provided in the Instructions to Bidders. Any other contact to AGENCY staff regarding this bid solicitation will be referred back to the PlanetBids system. The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 26th day of June 2023,by Resolution No. 2023-24. Attest: /s/Robin Estanislau CITY CLERK OF THE CITY OF HUNTINGTON BEACH E-2 Switzer, Donna From: Christine Gonzalez <cgonzales@scng.com> Sent: Friday,July 21, 2023 8:49 AM To: Switzer, Donna Cc: Maciol, Mateusz; Claudio, Jonathan; Moore, Tania Subject: Re: Request for Publication - NIEB CC No. 1713 - Goldewest St. and Graham Bridge Maint.- Group Account# 5190751 Attachments: 11615080.pdf Cost $2,274.20, pub HB Wave 7/27, 8/3, 8/10 OC Register Legal Advertising Sales Coordinator Chrissy Gonzalez 1920 Main St.Suite 225 Irvine, CA. 92614 714-796-6736 M-F 8:00 a.m. -4:30 p.m. Lunch 12 Noon to 1:00 p.m. Closed Sat. and Sun On Thu, Jul 20, 2023 at 4:31 PM Switzer, Donna<Donna.Switzer@surfcity-hb.org> wrote: HI Chrissy, Please publish the attached NIEB for CC No. 1713, in The Wave, on July 27th, August 3rd and 10th. Donna Switzer, CMC Pl."1 ' Senior Deputy City Clerk City of Huntington Beach,City Clerk's Office 1 I Work (714 - 49 2 SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of GOLDENWEST STREET AND GRAHAM STREET BRIDGE MAINTENANCE (OVER EAST GARDEN GROVE-WINTERSBURG CHANNEL) CC No. 1713 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH,as AGENCY, invites electronic bids for the above stated proiect and will receive such bids prior to 10:00 A.M. on THURSDAY, AUGUST 17, 2023 on the AGENCY's PlanetBids System Vendor Portal,at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this proiect via the AGENCY's PlanetBids System Vendor Portal at: raps://www,planetbids.com/portal/portal.cfm?Company I D=15340 Copies of the project Plans Specifications, and otherContract Documents may be downloaded for free at: https://www.planetbids.com/portal/portal.cfm?CompanvI D=15340. Bidders must first register as a vendor on the AGENCY'S PlanetBids system to view and download the contract documents, be added to the prospective bidders list, and receive addendum notifications when issued. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California, which are available online at www.dir.ca.gov/DLSR and also on file at the Office of the Director of Public Works,2000 Main Street,Huntington Beach,CA 92648. The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code,Section 10263.The Contractor shall be the beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race,color, national origin,ancestry,sex,or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY.The bid must be accompanied by a certified check, cashier's check, or notarized bidder's bond made payable to the AGENCY for an amount no less than 10%of the amount bid. For electronic submittal of bids,the bid security must be received at the City of Huntington Beach Public Works Office,2000 Main Street,no later than the bid opening date and time.The bid security must be submitted in a sealed envelope bearing the name and address of the bidder,and the outside of the envelope must read as follows: OFFICIAL BID SECURITY-DO NOT OPEN Proiect Name: Goldenwest St.and Graham St. Bridge Maintenance CC No.: 1713 Bid Opening Date: August 17,2023 at 10:00 A.M. All extensions of unit prices will be subject to verification by the AGENCY. In case of a variation between a unit price and its extension,the unit price will govern.The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License A,at the time of bid opening.The successful Contractor and his subcontractors will be required to possess business licenses issued by the AGENCY. Proiect Description The Work of this contract will generally consist of: removal and replacement of concrete barriers and chain link fencing; concrete crack repairs; removal of unsound concrete and patching; concrete wing wall repair; application of waterproofing sealer onto piers and abutment walls; removal and replacement of asphalt concrete pavement; application of methacrylate sealer onto bridge deck; graffiti removal and concrete painting; and appurtenant work as required. The contract shall allow the Contractor 12.4 working days to complete the contract. The engineer's estimate of probable construction cost for the Work included in the basis of award of this contract is$800,000. All questions related to this bid solicitation must be submitted through the AGENCY's PlanetBids System Vendor Portal per the information provided in the Instructions to Bidders.Any other contact to AGENCY staff regarding this bid solicitation will be referred back to the PlanetBids system. The AGENCY reserves the right to reject any or all bids,to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH,CALIFORNIA, the 25th day of June 2023,by Resolution No.2023-24. Attest: is/Robin Estanislau CITY CLERK OF THE CITY OF HUNTINGTON BEACH Published Huntington Beah Wave July 27,Aug.3,10,2023 Huntington Beach Wave 1920 Main St.,Suite 225 Irvine, Ca 92614 714-796-2209 5190751 HUNTINGTON BEACH, CITY OF PROOF OF PUBLICATION CITY CLERK DEPARTMENT 2000 MAIN ST Legal No. 0011615080 HUNTINGTON BEACH, CA 92648-2763 FILE NO. NIEB (CC-1713) rev 7.20.23 AFFIDAVIT OF PUBLICATION STATE OF CALIFORNIA, SS. County of Orange I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above entitled matter. I am the principal clerk of the Huntington Beach Wave, a newspaper that has been adjudged to be a newspaper of general circulation by the Superior Court of the County of Orange, State of California, on July 1, 1998, Case No. A-185906 in and for the City of Huntington Beach, County of Orange, State of California;that the notice, of which the annexed is a true printed copy, has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates, to wit: 07/27/2023,08/03/2023,08/10/2023 I certify(or declare) under the penalty of perjury under the laws of the State of California that the foregoing is true and correct: Executed at Anaheim, Orange County, California, on Date:August 10, 2023. Signature r,LP1-12115116 SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of GOLDENWEST STREET AND GRAHAM STREET BRIDGE MAINTENANCE COVER EAST GARDEN GROVE-WINTERSBURG CHANNEL) CC No.'Ina in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH,as AGENCY, invites electronic bids for the above stated pproiect and will receive such bids prior to 10:00 A.M. on THURSDAY, AUGUST 171 2023 on the AGENCY'S PlanetBids System Vendor Portal,at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this pralect via the AGENCY'S PlanetBids System Vendor Portal at: p if w l lonefbids.comfAl t tl:Lertai tfr?CampanYlD=15340 Copies of the in-elect tPlans, Specifications, and other Contract.Documents may_be downloaded for free at: h,t it i,ww.P ane bids co_r11[. N_Qrto sa t4•G m?commew D=1,a 4t Bidders must first register as a vendor on the AGENCY'S PlanetBids system to View and download the contract documents, be added to the prospective bidders list, and receive addendum notifications when issued. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code Of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relatio of the State of California, which are available online at www.rnr.ca.govloR and also on file at the Office of the Director of Public Works,2000 Main Street,Huntington Beach.CA 92640, The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions wner os of f so suretythePublic nd snntll ract Coove ae,ySection n tiroens 10263.t26 The Contractor shall be the beneficial The AGENCY hereby affirmatively ensures that minority business enterprises will be afforde4 full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race.color,national origin,ancestry.sex,or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY.The bid must be accompanied by a certified check, casier's check, or notarized bidder's bond made payable to the AGENCY for an amount no less than 10%of the amount bid. For electronic submittal of bids,the bid security must be received at the City of Huntington Beach Public Works Office,2000 Main Street.no hater than the bid opening date and time.The bid security must be submitted in a sealed envelope bearing the name and address of the bidder,and the outside of the envelope must read as follows: OFFICIAL BID SECURITY-DO NOT OPEN Protect Name:Galdenwest St.and Graham St.Bridge Maintenance CC Ne.:1713 Bid Opening Date:August 17,2023 at 10:00 A.M. All extensions of unit prices will be subiect to verification by the AGENCY, in case of a variation between a unit price and its extension the unit rice will govern. The successful bidder shall be licensed in accordance with provisions of thep Business and Professions Code and shall possess a State Contractor's License A,at the time of bid opening.The successful Contractor and his subcontractors will be required to possess business licenses issued by the AGENCY. Protect Description The Work of this contract will aenerallY consist of: removal and replacement of concrete barriers and chain link fencing; concrete crack repairs; removal of unsound concrete and patching; concrete wing wall repair; application of waterproofing sealer onto piers and abutment wails; removal and replacement of asphalt concrete pavement; implication of methacrylate sealer onto bridge deck; graffiti removal and concrete painting; and appurtenant work as required. The contract shall allow the Contractor 120 working days to complete the contract. The engineer's estimate of probable construction cost for the Work included in the basis of award of this contract is$800,000. All questions related to this bid solicitation must be submitted through the AGENCY'S PlanetBids System Vendor Portal per the information provided in the instructions to Bidders.Any other contact to AGENCY staff regarding this bid solicitation will be referred back to the PlanetB ids system. The AGENCY reserves the right to relect any or all bids,to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER yoft the ITYiCOUNCIL of the CITY OF HUNTINGTON BEACH,CALIFORNIA, by Resolution No.2023-24. Attest: CITYRobin Estanislau TON„RE,,F r.LP1-12115/16 2 Published Huntington n Beah Wave July 27,Aug,3,10,2023 r.LP1-t2/15116 3 UNSUCCESSFUL BIDS CC No. 1713 Goldenwest Street and Graham Street Bridge Maintenance (Over East Garden Grove- Wintersburg Channel) 6Qoi ��N�i.04 4. City of Huntington Beach V � °,r�OS � 9�� 2000 Main Street ♦ Huntington Beach, CA 92648 _ (714) 536-5227 • www.huntingtonbeachca.gov kk �GF \�o �� Office of the City Clerk coUNTY CP �0� Robin Estanislau, City Clerk Beador Construction, Inc. 2900 Bristol Street, Suite D204 Costa Mesa, CA 92646 RE: Goldenwest Street and Graham Street Bridge Maintenance—Over East Garden Grove— Wintersburg Channel —CC No. 1713 Enclosed please find your original bid bond for CC No. 1713. Sincerely, 9,014,74A4) Robin Estanislau, CMC City Clerk RE:ds Enclosure Sister City: Anjo, Japan s---" 1-J/ CONTRACT DOCUMENTS SPECIVICATIONS AND STANDARD DRAWINGS , for the construction of GOLDENWEST STREET AND GRAHAM STREET BRIDGE MAINTENANCE (OVER EAST GARDEN GROVE-WINTERSBURG CHANNEL) CC No. 1713 in the crrY US TIN MVO II HZ C H ,„ „ . ,„ , . • , 2000 MAIN STREET HUNTINGTON BEACH,CALIFORNIA 92648 (714)536-5431 .,BIDS ELECTRONICALLY DUE:, AUGUST 17,2023 NO LATER THAN 10:00 A.M. ALVIN PAPA,ACTING DIRECTOR DEPARTMENT OF PUBLIC WORKS SECTION C PROPOSAL for the construction of GOLDENWEST STREET AND GRAHAM STREET BRIDGE MAINTENANCE (OVER EAST GARDEN GROVE-WINTERSBURG CHANNEL) CC No. 1713 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor,material, equipment and incident insurance necessary therefor, in accordance with the Plans and Specifications on file in the office of the City Engineer of the City of Huntington Beach.The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices.The undersigned agrees to complete the work within 120 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, Instructions to Bidders and all other Contract Documents. If this proposal 'is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule.BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C_1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER's default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY's option, be considered null and void. Accompanying this proposal of bid, find Bidder's Bond in the amount of$ 10 at hid ,which said amount is not less than 10% of the Total Amount Bid, as required by the Notice Inviting Electronic Bids,payable to the AGENCY. (Please insert the words "Cash", "Certified Check",or"Bidder's Bond for_% ",as the case may be).Any standard Surety Bid Bond form is acceptable. BIDDER shall signify receipt of all Addenda here, if any: Addendum No.; Date Received-._. Bidder's.Signature C-2 • SECTION C PROJECT BID SCHEDULE SUMMARY GOLDENWEST STREET AND GRAHAM STREET BRIDGE MAINTENANCE (OVER EAST GARDEN GROVE—WINTERSBURG CHANNEL) CC No. 1713 • BID SCHEDULE A (GOLDENWEST ST. BRIDGE) SUB-TOTAL $ 369,142.00 ,••• BID SCHEDULE B (GRAHAM ST. BRIDGE) SUB-TOTAL :11 $ 572,158.00 ......... • •••••-••••• •••••••• • TOTAL AMOUNT BID (SCHEDULES A+ B) IN FIGURES i •$, ' 941,300.00 TOTAL AMOUNT BID (SCHEDULES A+ B) IN WORDS•. • Nine Hundred Forty One Thousand Three Hundred and . ................., ,....... .........., ....„„ ................. SECTION C PROJECT BID SCHEDULE A GOLDENWEST STREET BRIDGE MAINTENANCE, CC-1713 3r x"" 1uIiriiIIm '- 1. j °j! j a ttt 'Pi14 Pd Fes= gi 1a 0 . �' AAIO� 5 ' �I r a, ..,.,�' �_ fin, . Ya � . s.. r , x:� , ;. a w y:t.i r ...' : �.... ..o.. { I MOBILIZATION 1 LS $ 40,000 .!!!$ 40,000 2 REMOVE ASPHALT CONCRETE(AC)PAVEMENT(BRIDGE DECK) 6xg48 SF ! $...,.8.50... $._ 51,408 ......... ,...... ._._ 3 I PREPARE CONCRETE BRIDGE DECK SURFACE 6,048 ' SF $ 3 00 $ 18,144 4 FURNISH CONCRETE BRIDGE DECK TREATMENT 550 MATERIAL GAL ;' $ 90 $ 49,500 ` 5 • TREAT CONCRETE BRIDGE DECK 6,048 i SF $ 4.00 11$ 24,192 ,A. THERMOPLASTIC STRIPING 1 LS $ 6,000 I$ 6,000 FURNISH AND INSTALL ASPHALT CONCRETE OVERLAY ; 28,728 7 ; (BRIDGE DECK) 6,048 SF $ 4.75 : $ 8 : REMOVE AND REPLACE CHAINLINK FENCE,•POST,AND 1 23 LF ' $ 250 $• 5,750 ANCHORAGE PER COUNTY STANDARD PLAN 600-3 9 CY 1,325 5,300 REMOVE CONCRETE 4 $ $, 10 REPAIR EXISTING WING WALL 4 CY $ 3,300 ,$ 13.200 11 REPAIR CONCRETE CURB • 1 1 CY $__.7,00 _ , $ 7,00 12 I REMOVE GRAFFITI 1 '' LS $...3,000 $......3.000 . _..... .... 13 FURNISH AND MAINTAIN PROJECT TRAFFIC CONTROL PLAN 1 ' LS ;' $ 50,000 _$ 50,000 ... ' 14 PREPARE STORM WATER POLLUTION PREVENTION 1 LS I.. $ 5,000 $ 5,000 PLAN 15, EMERGENCY EVACUATION 3 EA $ 1 100 ; $ 3•,300 ' 16 'ii WATER POLLUTION CONTROL "1 LS _:$ 15,000 ,. $ 15,000 ... INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC SIGNALS AND LIGHTING SYSTEMS,2005 3 2,500 $ 7,500 17 EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE $-----* LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D". • 13 ti;2"COLD MILL AND ASPHALT CONCRETE(AC)OVERLAY 3,612 1 SF $ 1p 00 $ 36,120 i'(APPROACHES) BID SCHEDULE A(GOLDENWEST STREET BRIDGE) SUB-TOTAL $ 369,142.00 C-2.2 SECTION C PROJECT BID SCHEDULE A GOLDENWEST STREET BRIDGE MAINTENANCE, CC-1713 BID SCHEDULE A(GOLDENWEST STREET BRIDGE) SUB-TOTAL IN WORDS: Three Hundred;,sixty nine thousand one hundred forty two dollars and zero cents Note: All extensions of unit prices will be subject to verification by AGENCY. In case verification is required between the unit price and the extension, the unit price will govern. The AGENCY reserves the right to reject any or all proposals and bid items. C-2.3 SECTION C PROJECT BID SCHEDULE B GRAHAM STREET BRIDGE MAINTENANCE,CC-1713 „,,...,.._. "0';''7•-:*'-Ui.,",,:::...'10 4,,, TA'N'-'11;fa--&:'•:;':, ' 00 ';,,,Z, : -W,,,71:: ,_,' ''40-: 7$Tyr-,•,%..q.11%,',7,. .;:p.R,Tzw*,vi irAw.,•mr!---.7,-qr. ',;:77 ..orte* „,-,:.:,.,.:'', ,.%::::,'=wie4''.-',' ,,•Wci,,,.„.____VH'...,,' :q:4,1air !, ,--•,f,14F:ggf:ft,C9 . 3i:it't4ai;::i 'ILY117;,,Mir:''• „i§.4-'-r''''>:.'''41,..,.,W4.1M .,On niftt16,, ti-.:4V.f.':•!,'11, . ''" '• ,: "! ii;VI,.t..LIi,iii .,,4,,,JailVitirgV,;Elt:'2, 1.: ig,t, „..''-',-.6:-.9-f`en%ti,14*;,•:', 'V':•,.,,'r.,.' ',29,1,' *i. 1 MOBILIZATION ., .. ei 1 1 'IS ! $,....40 000, I $.,....„....:.!::::::::::::.40 000... ...........I ''': 2 . PREPARE STORM WATER POLLUTION PREVENTION . LS $ 5,000 .i.$. 5,000 , PLAN ,, • .. , ' __ . _ , ........_ ....„„ .., ,........... , , .. ... ...,....„.. , 3 WATER POLUTION CONTROL(BELOW DECK) 1 i: LS , $ 80,000 1 $ 80,000 4 : FURNISH AND MAINTAIN PROJECT TRAFFIC CONTROL i, 1 t LS $ .9,2;3 1 ii $ 30,223 •. -- - ' '', SAW CUT AND BARRIER) REMOVE EXISTING SIDEWALK(UNDER ,, li 5 12 11 cy i $ 1,550 1 $ 18,600 6 RESTORE SIDEWALK EDGE(UNDER BARRIER) , ..•. 12 ): CY 1 $,,.,,,,L700 ., ';$., 20,400..... s: , 17, 1 7 I REMOVE UNSOUND CONCRETE ON PIERS AND . 5 ii ; CF 1 3500 $ 500 ABUTMENT • .. • <,. ..........."--"" . . ,""""""", --•. - ...-- . ' , PATCH SPALLS ON PIERS AND ABUTMENT(FAST- 7 ' SY!isi: $,.. 3,99° ..,.,. $ 21 000............ . 8 , SETTING CONCRETE) ,], 9 I EPDXY INJECTION FOR CRACKS 140 ii ill LF I 150 ,$ , 00 $ .1 1 a i WATERPROOF PIERS AND ABUTMENT(TIDAL ZONE) 3,360 :.1.k SF . $.„11.00 ..,,, i $r.,...36,960—...,„.„.„ 11 I CLEAN AND PAINT BRIDGE(IDENTIFIED LOCATIONS 144 SF SF ,I ONLY) " • i $ .,180 .,, $. 25,920 ... . 12 I REMOVE EXISTING BARRIER AND FENCE. ;, 309 LF 1 1$ 310 1 $ 9 ,790,,,. 13 INSTALL NEW CONCRETE BARRIER(CALTRANS TYPE ' 35 cy :11$... 1,550 $ 54,250 732 SW(MOD))(INCLUDES DRILL AND GROUT DOWEL) J. . i„ 7: . ' ,. ........ . .... • ' 11 „ „' INSTALL NEW FENCE(CALTRANS CHAIN LINK RAILING i ,. 309 :: LF 0 $ 270 , $ „,.83,430 '' ',I WITH CHAIN LINK FABRIC MESH) i 1 15 I REPLACE JOINT SEAL AT SIDEWALK AND BARRIERS ' 251 il LF !' $ 85 1 $ 21,335 IS i EMERGENCY EVACUATION 3 EA '., $ 250 1 $ 750 BID SCHEDULE B(GRAHAM STREET BRIDGE) SUB-TOTAL $...„.572,154,00 BID SCHEDULE B (GRAHAM STREET BRIDGE) SUB-TOTAL IN WORD ;: Five Hundred Seventy Two Thousand one hundred fifty eight dollars and zero cents • • y:.: „.„ -::: "„ .... ....... ... ,, ... . .... ........ .. .:::: . .. . .........„. ,.....:.........:::::::::::::::................ .... . ...... ... .... . ::::::„.............„....„.....„..._ :...... ...... . :::::::::,......., ..„ . ..„„ ... .,.. . ,, . .. , . • _ . Note: All extensions of unit prices will be subject to verification by AGENCY. In case verification is required between the unit price and the extension, the unit price will govern. The AGENCY reserves the right to reject any or all proposals and bid items. . . C-2.4 . . • • , . ., • LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater,and the portion of the work to be done by such subcontractor. t State.... DIR PWC • Bid Name and Address License Class Registration i Dollar % of Item(s) of Subcontractor . Amount Contract . ..Number Number . .......... Superior Pavement Markings 776306 5312 Cypress St,Cypress,CA C32' 1000001476 $4,487 0.48% 6 C31, , C61/D38 Ace Fence Company • 8 12,1 14 727 Glendora Ave, C- 3 1000004092 i 996577 C-13, $90,380;00 9.60% • La Puente,CA C-29, , C-31 Hardy&Harper 1-Partial 32 Rancho Ctrde 215952 A,C 8' 1000000076 $24,866 i 2.64°Yo 18 Lake Forest,CA C12 i I i By submission of this proposal,the Bidder certifies; 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID • State of California ss. County of Orange I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on August l7,2023 , at Costa Mesa , .. CA..,r: Date City State David Beador ;; being first duly sworn, deposes and says that he or she is President 'of Beador Construction Company, Inc.. the party making the foregoing bid that the bid is not made in the interest of,or on the behalf of,any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid,and has not directly or indirectly colluded,conspired,connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;that all statements contained in the bid are true;and,further,that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Beador Construction Company, Inc. am=of Bidder S o -.of Bidder 2900 Bristol Street, Suite D204,Costa Mesa,CA 92626 Address of Bidder Subscribed and sworn to before me this 17 day of August , 202 3� . _. . ` „t+• rc ROXANAQUF7.ADA ;�.�.° Notary Public-CaHtornia " r Orange County r 1, Commission/1 2413916 NOTARY PUBLIC::. . i-?., Comm t3tpiresitr.1#,:2027 C-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of _ brat ei. ss On, ,Auoust 17..2023. before me, Roxana Quezada. Natant Public .... _.. Date Personally appeared David A. Beador Name s of Signer(s) Who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s) or,the entity upon behalf of which the person(s) 012". . acted,executed the instrument ,Nitioliaige,..talltaigit ,-'-1- ----.,r-;.:.:::= • ''' , ,.• pxyrourity , ;,0, I certify under PENALTY OF PERJURY under the • '8z-•1471.*' :***0+144-if . .',. i laws of the State of California that the foregoing Ati010,401keikirlk,Orte; : paragraph is true and correct WITNESS: and and official seal, eV ‘.;• , „. Place Notary Seal Above Though the information below is not required bylaw,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document .,,,.... 'Document bate,,,,- , ,. , ...... . Number of Pages ._ Signer(s) Other Than Named Above:........ ............. ............. ................. Signer's Name: Signer's Name: ;„Individual „Individual _Corporate Officer Title(s) Corporate Officer Title* _ Partner- Limited_Genera Partner- Limited_Genei'al _ _ — _Partner- ''' - • _Attorney-in-Fact Top of thumb • Top of thumb Trustee ‘,Trustee here here Guardian or Conservator : ..„Guardian or Conservator Other: . Other „ Signer is Representing:- , Signer is Representing; , . , ,.. ,,,, UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen*; The undersigned hereby promises and agrees that in the performance of the work specified in the contract,known as the GOLDENWEST ST.AND GRAHAM ST.BRIDGE MAINTENANCE, CC-1713,(I)(we)(it)will employ and utilize only qualified persons,as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved" The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Beador Construction Company, Inc. fl e• 4 or"` y' , Si David Beador President Title Date:,.."._ August 17.,2023 C5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes la No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Beador Construction Company, Inc. ca: s! tor 11 David Beador _m President Title Date: must 17,2023 ................ C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct Beador Construction Company, Inc. Bidder Name Business Address Costa Mesa CA 92626 City, State Zip (951 ) 674-7352 dabeador@beador.com Telephone Number Email Address 720483 -A State Contractor's License No. and Class 03/26/1996 Original Date Issued 07/31/2023 Expiration Date The work site was inspected by David Beaclor of our office on, August 11 202 3 The following are persons, firms, and corporations having a principal interest in this proposal,: David Beador President, Secretary Treasurer The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the Plans and Specifications set forth. Beador Construction Company, Inc. s. ,pany Name •........... .ofBtdder David Beador Printed or Typed Signature C-13 NOTARY CERTIFICATE Subscribed and sworn to before me this 17 day of, A,uviat , 202 3 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange On. August;_1:7,2023 before me,:. .Roxana Quezada,Notary._, Month,Day, an ear Insert Name and Title of Notary personally appeared David Beador Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal.; - 1batMEZtifl4 Aka_ AottyPithlreitilficailt A0110311019t2#3tit - Signature ev ,y. . Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-9 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange. ss;; On August 17, 2023 before me, Roxana Quezada NOS Public Date Name and Title of Officer Personally appeared.:, David A Beador " "` Names)of Signers) Who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized '' ' " ROXANAQUEZADA capacity(ies),and that by his/her/their •', %1 Notary Public-California signature(s)on the instrument the person(s) Orange or,the entity upon behalf of which the person(s) Commission#2443916 ""' acted,executed the instrument. =ram .My Comm.Expires Apr 10,2027 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS l and official seal, Signature of Notary Public Place Notary Seal Above OPTIONAL: Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document:;- Document Date.:. •- Number of Pages Signer(s)Other Than Named Above Signer's Name: ,. Signer's Name: Individual individual _Corporate Officer Title(s): ,_, _Corporate Officer Title(s).. Partner-_Limited General Partner-_Limited_General Attorne -in-Fact Attorney-in-Fact y Top of thumb Top of thumb Trustee here Trustee here Guardian or Conservator Guardian or Conservator Other Other: Signer is Representing:u Signer is Representing; BIDDER'S PROJECT HISTORY AND PUBLIC AGENCY REFERENCES The bidder shall provide information to demonstrate his/her past work experience on projects of similar(or greater) size and scope of the GOLDENWEST ST. AND GRAHAM ST. BRIDGE MAINTENANCE, CC-1713. Bidders may submit additional sheets, using the format shown,to further demonstrate his/her history of similar work experience. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. Caltrans-Tustin Office Name and Address of Public Agency Name and Phone# of Agency's Project Manager: Jay Joubeen-949-279-8638 12-0N8604 $6 840 280.12 March 2023 Project Name Contract Amount Date Completed Detailed description of bidder's scope of work to demonstrate similar work experience: Replace structural bridge.retaining wall work and paving 2. Name and Address of Public Agency Name and Phone#of Agency's Project Manager: Adrian Wu-949-279-8488 12-0S6604 $1,724,598.55 July 2022 Project Name Contract Amount Date Completed Detailed description of bidder's scope of work to demonstrate similar work experience: Replace concrete panels on route 91/24I 3. County of Santa Barbara Name and Address of Public Agency Name and Phone# of Agency's Project Manager: Steven Manuel-805-803-8762 Fernald POint Lane Bridge Replacement $2,422,396.12 July 2022 Project Name Contract Amount Date Completed Detailed description of bidder's scope of work to demonstrate similar work experience: Bridge replacement c-10 BIDDER'S CRITICAL STAFF The bidder shall provide information to demonstrate that both the Construction Project Manager (office staff) and Construction Superintendent (field staff) proposed for GOLDENWEST ST. AND GRAHAM ST. BRIDGE MAINTENANCE, CC-1713 have had similar work experience on at least 3 different projects within the past five years. The proposed critical staff members need not have been employed by the bidder at the time the referenced projects were completed. . Daid Beador Name of proposed Construction Project Manager Phone#of proposed Construction Project Manager: 951-674-7352 See Attached list Project Name&Contract Amount Type of Work Date Completed Project Name& Contract Amount Type of Work Date Completed Project Name& Contract Amount Type of Work Date Completed 2. Adam Prieto Name of proposed Construction Superintendent Phone#of proposed Construction Project Manager: 714-552-5818 See attqclied list Project Name&Contract Amount Type of Work Date Completed Project Name& Contract Amount Type of Work Date Completed Project Name& Contract Amount Type of Work Date Completed CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations(DIR).Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 _ http//ww�r...dir...ca ao,v/DLSE/PubIiC:Works/SB854FactSIaeet &D I4.pdf; DIR's Contractor Registration Link—Call (844) 522-6734 Ihtt0s://etilino.dir.ca.eov.`PWC.R.'A:ctionS let?actiondisplavPWC RevistrationFarm,: DIR's Contractor Registration searchable database: https:lie hlin2 do ca ad /PV CR/Seaach action, .. I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Beador Construction Company, Inc. ,,\ David Beador ,,1/2,,,, : ,,,e„ , . dabeadorebeadorrain .,. Email President Title Date: . August 17,2023 PWC Registration #. 1000009909 C-12 :::EtfilildliioNitistioiCtWasitki)AtiVitili: Attactment."A" PROJECT NAM4- O9.WER .2ONT4CTPERSON PHONE/dUMBER PHONE NUMBER AMOUNT CGMPLE3TOM ::„„,„:„--,,,,e.-.--,-4,-.,.. . .. -"• ivIlivitisatfor. :4•'•PaiMil0 AceVertn..- .;'- -.141,44000;.06:-"..!,,.Ir''''4Start,ttme.0114 ,'Obitr"1161311,411131r4i'•..','-'1"• . . _ 89tURoC599 Jobs :. 141201daradnurMiciarahanagelmtavnints,-1•ChibCcattePrattartvine,921323.4---4.•4' „---(949472:4•6008.,.......--„--:4.......:---- ..4. „... .ample!'Am921:024 1,• -ato41ndge•• :::: ":County totAnperes-— -- -4- •-• Careen at': :::•DC0011613 Fantail Blvd over San Gabriel .900 S Fremont Aver,Mharnbse 91803- 4' g ii . ::::,i..: ::::::.G , _ 40996 ii•:. . ,925 Harbor Plata,.Long Beach 90802 POr..,. • '-i."•." . . : i.: ,:-.1313,441,19710NadttaiiatStatatifikkahratte4,:Box 5701469 696.6 90801 4:, 562-901-1759 ••. ‘..• ••.•- -'XIMMIptaMitditaNt/Palt,,"--••••Port or Long gaseh :::••••-•: - •-•::,"""""--,p111,0103 ,-""•—•: ------ " ..•,,446autallea504,- - -13OttOrterta"--,--- 454391:371,69...-•,,-.•;•,..;77,--751u104:1,20104, ,,:::Sande Order repay, I . 4 333 West Ocean Blvd 11th Roa.Long ,::i .,..• • • .,. :•4 .. - Hi. . ... . Beach 90802-4664 PO Box 570 Long ...:,:: .. ••. • - • 4 . . ..••• 4 110:42320:5•SR-.7.10'll',atualteaniStrireteliable i Booth 90801 T906195 411a6440,--SN146‘4- 'i''''"-"""4::4:::-..........-7..."----."'?-,....'68, -:-'"•'RimtmAciveao-,i •:•*6Q•691'00"-- ' ''Stall.471'2°113' 1,.:..'.••,..:*-.."' ,M1.12:1'", .''-,,,';it;91396614466,...1633 606 176k ::'j r:.'!"1-9511157.44352,... :149094057 i: •••••:-MO :Lane addltrilln -.:1,,TTr• _ _. :1 :•• Hon•tonehaneh 112a9at"-:carrot-•-•""'amtna11•ceveder.,"':..-••-$111109.130013.::::,,.?44" - NW In•11444'4,44,••-r ........ C10190 STPLN 505310881 Rte 10 in Redlands:1170 119,3rd Stmat 2nd Floor,San i: , •- . ,• , i.:.19Tuanalla... v.-- ......: .... .. 1:13.,•.0 Newport Eltvd.PO Boa 17680:, .•: , 5121,111lands4 awattediardiSrx,79 . • 4, nfot991ner10160619:',14-'•:-- --"":,06P44:45Marth,X4#11147'..-"'"'""-44""" ""..:4 4 4-44,•:9X.19Stter-""''''"""x",:".'"'"":"'"":."4.:!""•••-•••44:''''::::::::::'-4-64X0.11ead61:44 -'•.,3burra0atta- '••• 49:6260006.04,--:'":: ••'361103042130,1!. -.,1•,•••,•,, . . 7=1.4,,,,, 0490.1110 :.;. ---":"."'". 4..'.'":.1;:4-2'F''.6464616.41994 ""•:•:•:•--•':::-,.4 1,44444-4-'•:361•01140116..681411""":"'44,4,-,,,!!!',"- " ::::::: .",.49194114980401-4 -7139906e114: . '••:"' -91140000 :::::,4 ••:6910,431N 2011'.. 4 4., 1Mbidaaador 4 '•Ramiro Acevedo:- : '-'52St5billa• ' ""' "Stint Sept-2911.4 ii:, -4 • 4:';, ;:ftessartMayart" : : " •••• ":::"••4• baud Seartor•••••:,,• 'itch Ortega 4• '4912159146113 06.---•:, ,.•••.Start Ploy 2011-••••,",I.; Emergency Work ....:COUillytlf SallailMardirla ,,....unNGtSarLikmatairici- . ,, 4 ; -• "Ken Trait .4- ,.... „...... .. ..... i...951.674-7.3521 949478,2041 ' 4 ...Crinurtenfinuntl% • ,.• '• Duna/0916'ast" •Crty of CorenaiMumate i)1 . County or Orange County of Orennt- :::4.• •:••••XtuarrOoymuls , •': ,:tlawriSeattor„."•,•:••11am.ro•Aceveng•-•-•,.4.44,1217,05V3006b4".44 i 4•611.1411.6.2011',":'0:.!•:,..„. :.,'''..5...."!;',1751:6 4- -09990Anforao Perlorrat---- -. ..:i152e-Fitit.5ti580t5A0a 92701 ::"":: 714-567-7839 . ,- i'.4.9914044359-:!'ri....:949-2790657 .i. .. . . .4•••••••••:::::,,.....v.,:•••,,,,,,,,..Corrotets2013,....::::•, ----•7'4-.• --•lolize=Ine Sourr0ya4 L.4,.. •; ., 674.68404 . . . .. • Ma 57.1n Pimiento 8 Fullerton ••3.240.g314 Cary of Catithad . •.16/3557 Carbbad Bind OH Rearm ,•il .„ ':f i'-.rl: •. • ClIvof•Tuatc.:--- CP.50041,Irrstallaotlaratron Nana-- ...•..90.04enternuMMLew Test992780 4 ii, . 714973-3164 ..•.;,.:. :,.,$5:wey 4,...73524r,'4, :7,14358.91152<, ,,. _:,,••••:•:. .....,,,v 4..4OornaletrYikont 2016.44 County otftwersida----•••• --••••• 4 4 Counnt001llM9N11-'-,:: -:-:::::'' :',3": ':7'80366066 . ,;•080 Lernall Street,Oth Floor,PO Boa . IV --4,.';.•,,,'-„,,,,J,ii,Q_ _„ ,;,.44,,,i,4,,,,,in 4:14 . . il Publestala,C641991•Exchanclla•Club Park I090,.Rwerrada 92501 i. Cornolated.OM2918:..•.,4,-' tamdsasped.,:. protect No 29315 Manton:1 Bar Blvd/Brew 4., : : - 11 ii, '•••'- .. •• , .• • . .. . , . P..Camtpn Rd Enbanuernant ... .-.. i,•1810Coo1m0v0amon68ar.91769-_,:.-.t•'••••••,:••-•44.959430940481„„::::.-4A 44.,.,.-•: ,,•-• .. v:•::::•.'44•95.1474.7353.,,3,......789908-5129 4. ,.4. „-.,. ..... :4,,,C.oni0leted4en.20174.... . Protect No B-2016-19 PCH from CNN Mayor,. ii• .HI ... . ... 10 Janet Lane Safely Enhancement ProteM,1-r. .•: . ...4'3031-Torrance Blvd-Torrenee 90503-, 4"',.......-•••••3104119467.4 --...-i ..............- -..... .... 4 95.147A-735242 4 750-909-5129 ., ..,. . .... i •Completed Jan-2017 ,„ Fllaraggparghhf",,,,,,,, ,,,,,,-.....,NorestarToseanseavetooment i .. 1, 4 bawl Beaeor r••.i• Renato Acevedo-4• •5329,956911"-- : •••• Starran-2012-4-4. allalitio„„*,i,lobs i.4590 Macadam EINd Suitt 600,Newport,4. . li - • , •,,,,,Cornalsted•Juna2017-,: - Lando .- ,lomuortom000 ....0633.300944, " $tarthis BOIT: •,•r:iiiiisoololiog. . ..., i.,,Mavitigeadot.-:,[! Renew Acevedo 4 ..52.8129,10900 • :Start 0.11011%•:. 1 Birdne work I 1:1 ii 4 4590 Mawarthm Bhd Sate 600,Newport -. • 4,• .. , . 5 BOJO 92560 _ 4590 MacArthur Mad Stale 809,Newport :, _ ii if.:-•,...t4•N•y.. ."-k4-,•,•'•,..,-' .,.:i'.,4,,e-5.,-,*,- i•f • -' •;;`,`,43t...:1::',.:'.;,4';'-...0.)..,:'''.''''' , .. .• , ' •-011.9611600.44 ": :::: "" ------• . 0.11.61131eado1''',•i'.: Lainttoreman,,.fi:::;.'...''..591-7/.36,00••- :, •4Startarlekft,'.•• :4-,":".?,`,••••',..,-- • ti l'ir.4.,,,,t047•4•&],r••itl:rti•••,,,a,i7 --1 i'• ', -•• . , :,: ; • li,,i 4,4x4rxr...444.x474"h444,. , .:,,,,,„,.,..,.,.,,,,,,...,. :•••,,I,,.:44,4:44....,:444:44t,• :......:.....-,... .„ .,.;-.71300 Saila Ava,..Stanton 90680. - !. .4 P.-:•".•4•••••,-..-•'.1.1-i-i4-x:-3:411:.134,34:404i,,,,11-14-44.41.,,,r• :•.:4 , ::::44•g.41"...;:i.1',*",;-.....,..-.....,„..... .....,,,4"._ ....„,v,.ii:605:FereitAvd,Lanbohlteach92951: •L' -.... ..94.94t446811,44 ......1!.: .--- - --... ...i..•299142414.7384'.:. , ...71445669855 .':,- • --•-• 4'.. Comoleted_09/11/1844"Wi, rth atmaccess acce ii 11I4,::,'.-.,,,I1,1,,,v-a.:,, 4 ,'..I..,.,. .,.:-:--.--,,,..•.. I li:es.m:beePhansonR•',Oren,e..92699- ., .4 na-s38.99.15, - v..I. ...... • • -.,:i951417.4-7352',..• 760.9005129 4•".• .4:--..•:••••::, •:.:4-4.4dotaritated1191141,4,k.1f,,,,,,:l'.2-•••";61M411,,,,..6,1,4', 11 T72rjft. 895 51;nPsallr:1:Ur'nrt Clrana: •I .:'"*"-'""'—:-.11 i' ii i,iii -- ' :.....•- '':44,44T44.14.:4,; .....; ::, Complete 2/15116 4 Carattartafwerk ...;SW otHuntratpowSeaoh : . -• ii eil •.4i-l',,:•:;.,."-,i,•`',.4,44%,:;•:,"'.,.:,,,,,,,,..4, •. 4 ,.... . . .. . , I, .00 Maw Street PO Box 1904, 1,ii, ;Efkifejakeliini!.:, ' ,',:44:-.,3":46.11•3•5„%•: 44,444,4•4,.."41.3.,-4,444V,44,4V, •4,,,•-,..114.6d$42601t; ' i .Iiii47$40%17 'ill ,951-674-7352• 4 ---714.552-58.1111=4,'....4•444---,--::::••••44.4,44,44 4•4,.....Curnalatera."717/16.---:."4.,,•.,- .•,,, . ..44.1:44.14,4,,, 4 0160Watorco•• 4,..":',W4.41.414'1•4. T:::41r:ri•i44',4,-.4.,:e4.,••1.4.1 4:4 ii R., ::i :i1,?-"1-.'•::::::-;41,i,..44:4","• :tXx-:.',•.•.v............ •.4-4:44:4:-. • ...,..,..,,•,„4:,.2;505.ForestAve4LametzEteach.92651.•-- .......44..949,..7.41744-. ....-4:,1'.... .ri.,••••.,14.,,,n4u4.44,14,%:X•, ,i.4'951-674,7352...i -.949445-9299 i .... -..-..... .L.; •-04ninleted,11/13118.'.•. _Alamitos:lad Jobs -•'•47-1 RoGii4&.-ro--e.n.v cwt,... ''..canra""E"'"u'mcv lob '''' -:::::-.-'".;-:":: •I4.466.66066616:, •••••••1,a.' -. - •-,, 4,44 .6140,-: : adalableson,r.•4 --,-1349...bdtrod, . -Slot It919/19 4,P.triamency Work I 10-1XG904 damaged concrete barner&,:: '•:::'" ••;•••,..r:,•• ::.l, .. • , i'ii . " 7X1.604;ememumrealtrans • '.caltrans-Smergehey ioll•. . • ' ,•R::-,!‘,4:61'-''J-0:41:••..-- ....t..3.4'1":"..7.,,...1.:4•••••••1•,1"*, : crngusg4.. ::., 2412404-,:*I5)81600.a6410 •J;•.-::.:.*,,b,..4.4",..i.-4'4•144,44414u4r4-4,46•4..„................ 4,4,:ZOS2404.___,....,...,••• .... ....... .... -•- t. -., ,!,•,.,-,,,....:.,...,-;rt... ?,.*;:... ,u., .9494.13404S• :".•i'• : . 1 ',et:674=7192 - - •- ..•••,„. .. - ......4...-- • • • • • v... .. . ..... .._._ HfONFIHINBEA --a....... EmaOPAOJECTMOR PR'Q/EC7`531PT t CONTRACT ." pROJFCTNAa@... .OWNER ":Migif'T..PFRSON Yrev RWNENUNBER PHONE NUMBER - AAfOUNT N. femesaaltlRra fd0e•Spee4 .. County or Riverside ifedor Davy• - .-.."'i< tlaadBeaoor Adam PdetO Dili 011-0025 • .... 2050Weahmglon.St.,Rnarad■92504„n... .951-955.5585 / 47052 714$52$S1& COmPktsd�20 99$'7 gi e1uss.sd r118ewa0 ,Cattrans Fuad'AS. .: e1rcA.. "`6"� Offal 80aaor- ., AOerr1Pnew • 57i396V3000tl ::staa05l0211a d81Ftp■1wa a;;. -3 -,x -as 1:141 4 07-326104 .. - 310ao34747 - .951-074-7352:: .'71,4,152-5918 Camddted 02/13/20 .. I.� 'ror.oglp °sae' r.r.,r. detsoi -- X&FetinoOrt Ji_ is,. ..s 3 navel Deadot Bedean'Me01ee0n µ 51,669,30000 01n719 • �3 ositeo9On j ti4a ! .Calt1 N�nanddeAve<IMmdato.91'08 a ,,.. -94 RSd5 -•,.. 'R'»1 , 9 H4e. r! B Sen aP3F300:Oty C:: O WD'e.:.., '. I 7"a'ai3.. e- +rn s' 4.:(+ i`A.0N35#4r .. Staa051 0/23l18 tksurteehlp JOW . gym - .�[Rryortgp hFltl'tiVanOowCbe14.1Com/... XWtrpfea- -.0oa.56eador. Or otara 546S009Utf ..5rart9 3409. +etrom T k ei._. :{{+toner eN .. a61AT29090. - ..9514674735z .. COMOmect8JL12p20 4- "'- 7 r07Jta8�4 InstalFR6I26CorrwaOHl.m■bart altrana• ':Eapv'Nemenpee �m:aa�-r ,'. ,a'r o gaadEemor ..AdimPOela E1,n7 7o00 sdn 1215119•' �k1d115; ' { - 0- :' 67.313804 '`°-- 3105094304 _.... :':b51-S74435z:' T245525810 Comc1lo 01916f20 f1f.88104-RyPla0rr0adsldesrprt�5 • , ...._'' '..".';, -'- David Boador Reifies 00 Start 7/1720 pZ■ F1ui+isaA(i1.lpo}Niraptl 1>. e Fund Paz : DE45?,?00^.: .... • ►.t4hk- ,,A -ate �3s a • .. .._ i ._.,,...:319dLL34745 is?551�87A-7351: ..:ComPata04roB/10 07-1%H504 Emelpeney Cattrans Crartr■ns-Bmemencylpp HWvandmshnoaVenkararmnan oit 1" veal .. llYI r-OOrMeeador' 'Sodom''Mameson fi`t•4000t1 S�td29'- Emerseray Work 'Routs 95f.6747352 8194B9d515 ... omdete711020T • Canyon Widen[rrg Pt t 'ile.euity of Riverside Hector Das/o /5 Dead Beads Adam Pneto 513587 730 00 CSWt l2/10118 ,/ . ,,,.-0072,CtiA055 BQ,,0438 �VIQfe�e�i'MaOladi6e•� .295QWashiplOnSt-Raemde 92504 .951455EaB5 951$74T352.. -714552S91B 1 tiamoldM:/1A2120 _. 07313604.Rem0vea Replace RCP :Canc■ns.. ,. _....- __. Rdwan'SSwr■n '/ ,' Daad8e9dm:.. 'ramcdeman 'a1774r78Jo44. ^'J3tRW/01920< •F ,Route Sandtagelso National Forest ,07-313504 30w05 _. 661-157,a173 ._ - 951.674.7352' 760-50&St29 _:9220 UmvsrOOY 04ve:Widenmtgmprovement C5ty0f1rvine ... -MP 3 .... 7e80$al0ar ... t ". 'erd4Oador- ^ffomlroMeveao -�591472,380U0 :�37a180712 98 t0a1tralpRya�lllel('i7 11308tmrs4y Onve Widening Civic Center Plaza,PO Boa 195751rvme r " `u 3 P3013135-Ue C 92623-6575 .... 949-,7247459 ... ..951$747352. .714.393AB55 _. EstComOkkon Aad29f0 6 111oh4gar'p1 /■d�4R; `:tram Cate - _ __ Ata#fal■zar :..� +'+v3 'Coed Beador' ., armm.Aceredo s3;344f,'4d59A ;:"r ,1 r RiifIfiPDld4rw■ -:.- tram Canter Plea PO Boa 19575, ,. • i 318030 Eld No 1&1335 .. hNne926235575. .: 949.714740a .. s51$747352-•• 714-393.9055 : 1$'L-'Ole f 1.2019 Jaha S■mm -:: ell v 2aad9eatlm Ron Hernandez •y:. 57,744a109CG •Start04g0112 2 Sana l<Bt:aip eid0i0, I' m! 0lidltrHa4706. ::-WD's -:.. .. 951-971bb5.314 .- ..... - 7971ND'e:._ ■�dhq,bas M _ t -tl5.1J390<YVrkern aflmmDwOpHMA 4ns --:+ .. e.-.._ - ,VFTOaah .ic 5.,,ti 7 a".-:•ifead9gdOr:, IarryCdeman 5757s70UA ..3UM2?20 �70b 1.Route 210 niacin Bematdw at Del Rosa F . AveEB RamabR::;::... :.' ,";,_. 0Ba:3904 BSWDh 951.731.3764 9Sf$747352: 750,g08$f29 .- ..Comoklad 0a/1120• i Y>. TeoWenankOnrrPOaesman _.. _. : Itnpronementa 7 d4F5gs Be■ch Natalia Chan i fp.un.. v ...,_ DavidBeador Bo00anMattson 51,050,70000 Slat01f0320 f11.001 a4Mpra®■1f2e Temple Flee 06ve from Thkla Street roAlta fagw 8■ectr;,G 5�1CiP - £ala1C66 on musunce tail.. .._David Semen ....a.r_ ,.•nDee ' ...'' David Beador Jason Semler S1.443.700... r Comdeted92924 f La.9wrA8Nd..a,.. it 60YV0'a 949i97d7a1 .. 95a4R4T352 A384309-0575 ... v. 00 •c,1 „wm]dn3 ,08ff412Cv '4a-1Gei0a-sedimenet'ontrotialM .....-. -:: 5 ��`� Route 15 fn MumelalMemfes off Scott Road : - < !.OC .-'.i tiB-1C88D4-.ZO W09 .-.....: -::::. �ss1+33Nee7e ,_..,: :-:F�.:.:891.8'i47352 > .<:._..:_ .., tdR.�eW{aOt '_or-awd204'-Reptacestrucprrar'enncretr ^... ._- ._<:: .,..:::..._. .:.:::::: ',tirldpe and place mamete bawler I r.a1Irans Seed Shaken r � �Budar Ratio Acevdo 51 155 300 00Approved c0 andC Rowe 191.in Canards.at Central Ave Mc__ ;pr4W95134.1e8WOO 113d05.7975 ',+erivotN 004'-.earepmwY CaOtens Caltrans•EmetsencV lob-'.'.:.. ..,. Ramon Raapoe ^3 .5443m t7awo9eartrc. :t�rrY 537000000 :urarrdet■dJen'2C27 'f>�/ Aida 105_at.Loog.Beach Blvd q t 07.IXN004 605+31+352 ---- .9;31.674.7352+ .. . 12dC5504-RR structural conante • - i Davd ee■der , '. Ramiro/Larry ? S2.260,30000 , Start Apr■os 8/2020 $J30*** �,,Soto 55.05 sepeh sYhs a skin strueWms!Galtrans Oat Pharr ^ ' ...a' • q Pouts55//05se----- -nle Costa Mmalt:nta Afi )!a _. ... :::: :f2-006804..:156eict.... 9s9•n9-roes <- 951$74.7352 Prt o0 1adR�0210821 bra > na GnYanChamef: 'GtY o},Wpuu Beach ... -:" MadheW.•.ro 'a- -t�'�f``OmO'FSeapar Aaanr eW 51,230,301t Co5�7i Q0 42D ; ,ronaata From Cranston structure at Belch St Man rd9Fin m s aMltaea■edr uNamr GP 1st parson completed • �stnmure 054M0104 repHee'sMns Cathan ma ercVioO .: m Crawl Badean:Mamesmr 529,31E89. - stad Wd21: ;A0N a*s215SKOh Avarm4nlc Faha ,091M0104 VU Nptiyen - 'a" 951.074-7352 Comdeted.1Ne21 8'trtlStItati ffra lldidhffa+Arandf>tt •180:4 K�.vM._•nr.n ;,,,,,i(iF <. '.* -.::- ,c' .rr..-ir.�,< - 425mmt labdr AoomPr■ta3Ren s2,530.79000a 'r,Sm rtdTro7/53- (,,' pare wer teow0e 2zt12 . :.El Passo,.Aancho Santa Margarita,CA ,- ttf%�46airlp9,ti3- 92838.>< 914635-te73 BS1$747352 GO con 67408304-Reinforce Concrete Bridge : 0altrans Michael Chou i `i ire -1 ,,.7•i:' Daad$eedm ' Ronl4nyl5otlean S5B77y30000 .Start01/072 C •andSa� erK■ /oute:2101405905: .--. .::.,,- _ 07.309204.200 w0's• :.,.:....603339,1001.h-1a c. �,:<.` • 951$74.7352 ..... .•'..',Cam*t*ae• a piing f2-0P520A-Replace mnemte harder a efge ' wfn t • pond&modify lighting system :,Cancans Eta Natm r Va David Beador <Ramiro Acevedo i:. 51874,300 sets! sba5g91t420 t6FRep aeam■nt Rte22,57-m Orange no Me 22 from Level St:;, - - .Ste 01/1421.12N67t02t OC in Coy Dade UC and Poe 57 from Chapman', - .Fi4?UC19L1ria0tii�oiDdv'L1veClb:•. 12-0P5204-1t0 Wf)'9 V 951$747352 ... -: Completed 089H7304;thst0slgn stru0Wrs.HMA, i, ,_, _.: .- . ._ ........ ....... ._,,;. ... .. r, ypyad�oru6 arodlfy ramp messing i retaining w88 Caltrars Nek Mina :'e.sii�it etiv' •': David Beador • Jason Seamier 55,559,r0000 ,:: SS Yh ffial9f!9k lAC_ • Routs 215 at Onmga Show Rd m San - - Bemardmo 0(L1N7704.180 WOV r ::. 951 Y32-6514 ::..951$74-7352 10112LLh Gmrolrre6 Rafa)nrywa5 Ri ei#505 Repteceme00 County of Sant Barbaro ,_. • .:9rooktma,Road J30was - !!;+1ta1 a .,�.�, '`',' David evader Ramoo Acevedo Si23,30000 On Bro4ktme Road and Matimen Drat Santa 123 East Anapamu Street •:BvhmarRA........_,_ ,:...:.. sotrta3arbalaCA93101 .. AwSa0341763 - S51$747352 ....... _.. �ernetd F0405 anal006590 pueemanl:•a ounry.OPaenrd73a46 r0...-:..: - ._ ::...r.. 08212f'-Gorr • r.y-a Davd Beador Ramiro Acevedo S2,A06.700 00 t. Stop 0511921 d■ •:;1552330 230W0's 51Hr11444�ve7 � , ..._. Fernald Pomt Lane near Romero Creek,Sant 123 East Anapamu Street : - Beham CA .. .. Soma Barbara.CA 93101 •: ,.504.6a1,B752 - S.BF47352 .. ... comp •'ks(raM94v""�RP,+,rE�fm4u++>Mt' a: ..datRans::' iateertNer9< ':, -':.davde■.aor y^';Adorn Pnem i 5dgs�1�b 00 /" 1 * ' 0bpti94543T; fGag50n�ih;TUiare'" _ 06-IA0404 55.W0's -.,/55Sf651.-83 w `.'..•95f:67`4T952 -. ... ;:.: - ,,,-. ., 'COm4Iet,AMarch52 t 42ds0e04::;ftakpolt�n■f[O,Nfaa4 _ Cetbana............. ::c - .:r:'NaoilNda--P-....••.� .^. .. Daadsaador Adam Pinto 51d164/00'W "StarL17132T ,R: Route 55 9<G5rialfm'7oeaeam 8'Orange a ,,. anon near eiatd■andUnnotn ...... 12-0SOaa4-70W0's 940.2704491 aar J. rra%� 951d747352 .+:: ..:. Camdetad.411S22 12-1'5404,ErnemeneyJob -Catrmirs 'JSFJeueeen a ■t paRsoryPv 1. f7avdeedor kdamffnm0 � _ Ca 4494.371f22 . 11. Raale40SatMaCANiur.- 12-0T8404 :9s9A3.9•'a639 9S•074 5+1. .l'_� .. 1deth StreetPedastran arable" City orCarson--- ..'AmorLope[ ,' c, €' dead Deader Adnan Prom 5 0000 Start 5r4/22 - 1B9giSheetnearMainS4CarsorkCA I7n9lj5Met 9AWDS 310$30-i600 BSls7d 7352.: �s +Compbted 71122... tl2Rf559r.,�WMc*. nl1MiA rCattrans .. .. .. 949279•Wti 'itt�4V s I7923" Oandeuaor Adam Prow 8n S853dpb8 Strt92922 Allan Rout 41241.Coanedornear`y8m Canyon.f24350a04 40WOS -9488 --: 951137A 7352•::. ..; dated OTO142 :y,: Y2-0NSC04 Raptors splwtural'blid9a4 ......,.. ....:: T... Beach Adam Nato • A 9t995.Olf<f3/20 mural 5 45r/i RW,ptu HMA Celtranscre'e Et Jay Jaubeen a '"*334 Dead E6�T00f400tr 4D25Gt0fur PE po ,AC n Rout 73 t Newport Beach from Elton Ave to ' Z.0N92y Die ,,.,.o.a.. .. 1 lteor 04 575 WDY 9a9-279.663e .-,.1: `:_951J5T e0407 .Cmnp1etd 3271 1 ---V >;;. ,R2-0N92i045ospr�5estm ar of Grove fl:12-0Ng204..90WD- _„ •.944.279<e5a6 ... :: -,1N` - ..t$r Norzg2z „". Cancans j Thenh Phung DavdBendar Victor Olgum 5;71;313000 Start 05/022022 t mroWctappfo■dlr3{> 5"dird RSP - 951$747352 .`ROute.101.near GitroyaF$a101p'Bndpe OM. .:04$,10304-70 Wtla 250 PE days :::- ....dtl&589-040i .'.. ""�»;.;§' .•.T� `. '.;. .... .': .. Y 'nYiFafOaanatBahx/ptllwtllbndlafN..:-Calhans ,'.'.,. <' .. --- :;Shoulp■'Alawar <,'�.•.. .'*. a.:089/06eador �' '5516.70000 l 'Rout 1 m Sant Beroa1 County near Lompoc:: ;- r11San Antony Cnoek Bd9e 05-1FB10d OOW05J - :: ..-... 53635d-7296 -�:� : x 951$74 7352 ... :... ��` p7,Catram - ... -:.....•iteS Ramaoan . Kam`ir^ :10ard6a■der-: amiraricerede 5550,?00'00 Slart062417Y 'pl� � ■rrel 12-0SBtX14 00 WD'e .. 94278,0675 r�.. x'' ,%1J3T47357 ai-1K5104„cplvatcgnlactgtr9tlng. .... Dead Beadot Jose filer 5599;70000 Start 05/092022 • .e0nentetrii>tf[. k.o.o. 4.1*'Caltraos ' i Mike Bergevm < an Route-3 ttraf*y pO tam Corona. ':l. end Ratite 215 near Murmt Hot Sprigs Rdai' - .... 59490X11D4',pktlaf'idr ;tfjl*W 4hrAaxO:C4maae -- . :�.. ... ".;+{ao,736009 te4"<r',a.7^?' t'1 Omni 5eader _Adam'Pneta .. Swit TI71727 ka4a4&lfirai■daii'Sh'�myhat+>i• ..:,,f'3BPt„dbatwd3f Ti- - • s _,•.. PHONE NUMBER ... .:... Eil at! PRO.IECTSIGN' ,'-PROJEC73UPf .:. CONTRACT DATE..... -._ •PROJEC7NAatE 4N01(6R. ... .:CONTACTPERSON .. PHONE000IHER. PNONENDMEER IiSODNT.•: r ..COa�lE77DN .4+003264"-Concrete Baamr t Careane.. ,,.. .. Tyrone:moor i tureo:vutci,b,i;i;Emsto," pavd Beader.... AamPnalo $4,780,30000 Shit425Y22 .31.0.3986a05 :B6t.SS47352 .. yypNpytAl{, }yrDneteron ....... . s CMMCuroarC4Y'"' - : ...... §Pan Snplebry }1avMBaadot . .. 1(lfmiR�AM+�M1WYM� OuNeR'�.3`Y-Adaamlr�MFldw-90WDN h5ifi74.7352:::: .::: ... '0.170 TusenG Katdlo Ave.to Veto fii0yet Orange..._. SWador Aearanea 'r p"c'°4 +3 a Deed Beador-.... S7B?t300:0D F Train St Katdla Ave,la Veta Orange CA ' Tustin StlWatelSAvo.450Da •714744.554T "itlSOA'Itrddt,aq;Ntuce - .175aY,CTeefY - :: ,eren[ciwn .•::. •7 �avar�eedw SeaurOwan S2a a7,00A0 'U7HHR2 . NCr�YRAN1Y.Yb'Sf1�Jnit' +ifdAVbti :: 1:80i903.H7A3 _. x.05Y474.7352,_.. i�- -.. - II Panel*CarrymisendetatHCTP..: Covet•TlrousmwQalb .-, •._.. Seeed•dRoaan. :r a ran't''cax oaml*eader; .. ' a2.1S5• iLkFl Camon:RoadtTreafmaotP.lam C15527,:770.CDb -.: a05h19.2441 .„ ......A 5167a7332;_t v__,.: - -, 9620706.455a1 Fire Damage Repak !f9WD's slaws Manual ^' ,r David Beggar .... 3367 r0000 II123 EastAnapamu Sued : Ir f7rIR901fa �+'isiee- .:. 9ente BsNesg[C1193101 ... .. M15-80a e7ax t -. .. -.851s7473g1.. - . pypays $M1vdSaianaeaeh lop, • .tea �yP �s ; Bend Bandar S1S330000 11 � a5H-77S247b i 957.5747'3$'$• - _... ilralnagelmprovemenb .. - -.:ply of Corona-0OWD8 ,upannazahsit II InUrternIVEtritiNtgrrrren,-%l, Dann Beodor $1t475,70000 :... •:: - 9005.Vio081�Aw+l.COIOFe.rA:... ..931736.2264 .._ is 8616747352: __ 1. -if ..... �IY.M134004 natrereeSIDnTnnar aaueSe6 ... -T' ,.. _ SS 00 {i Ravbn Cdtrana Tayo O9ayerm _ik.r. _ ., Route tie m Ventura Conga,near Sagely 07-330004-400 WPJ 213-Y4.i�935S - SS1-0747352:: -...: - ...: _.. rt R7317904-Remove pedeatdan Midge a .,,:::,, r s3`^- •. r.r,.ants.t�•n«.,,.."r Dnxa Beadd". _ .::... S13ti2,700.00 .. ,;;, 07-3l7904.120 WDa 125 PE-total 245 : I7owa 101 aiF newoAvemle Enm a 1NO$ -....._ 519.262A853 9516747352 s .. ,..... .Ly.,.a44sul.+9xla!�fgllsi4gP € Cbriaeb arriaY... `• a Caltrana Sam Touteunehon "^a'� - OavW Baador 59163,700.00 Route 134 at Amy°Seca Budge at Orange d ' . $WFPaae1N.,: . _ 5074:2404290 WOO 310-3456201 . • \i„, AIA, Document A310r - 2010 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place Beador Construction,Inc. of business) ADDITIONS AND DELETIONS: 2900 Bristol Street,Suite D204 Great Midwest Insurance Company 800 The author of this document has Costa Mesa,CA 92626 Gessner Rd Ste 600 added information needed for its OWNER: Houston TX 77024 completion.The author may also (Name,legal status and address) have revised the text of the original AIA standard form.An Additions and City of Huntington Beach Deletions Report that notes added 2000 Main Street,Huntington Beach,CA 92648 information as well as revisions to the standard form text is available from BOND AMOUNT:$TEN PERCENT(10%)of the Total Amount Bid the author and should be reviewed.A Goldenwest Street and Graham Street Bridge Maintenance vertical line in the left margin of this PROJECT: (Over East Garden Grove-Wintersburg Channel) document indicates where the author (Name,location or address,and Project number,if any) has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal The Contractor and Surety are bound to the Owner in the amount set forth above,for the consequences.Consultation with an payment of which the Contractor and Surety bind themselves,their heirs,executors, attorney is encouraged with to its completion or modificc respectation. administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within My singular reference to Contractor, the time specified in the bid documents,or within such time period as may be agreed to by Surety,Owner or other party shall be the Owner and Contractor,and the Contractor either(1)enters into a contract with the considered plural where applicable. Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or(2)pays to the Owner the difference,not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Ink. AIA Document A3107"—2010.Copyright©1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This Ale Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AlAe Document,or any portion of IL may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 14:55:14 on 01/10/2013 under Order No.6871475021 1 which expires on 12/27/2013,and is not for resale. User Notes: (1177639241) � r Signed and sealed this 15th day August of 2023 , Be. ' Construction Company,Inc. I' tor as Principal (Seal) By: Principal 1c,1 (Witness) +: nw Ct -C1)e-10•A Kt, Great Midwest Insurance Company (Surety) (Seal)` By: .1r.. •r'l4 (Witness) Carl atlock,Witness (Tit e) Ed1 and N.Hackett,Attorney-in-Fact ; • • 'nit is Document A310T—2010.Copyright®1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This Ale Document Is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA Document,or any portion of It, 2 may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 14:55:14 on 01/10/2013 under Order No.6871475021 1 which expires on 12/27/2013,and is not for resale. User Notes: (1177639241) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange ss. On August 16, 2023 before me, Roxana Quezada, Notary Public Date Name and Title of Officer Personally appeared David A. Beador Name(s)of Signer(s) Who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s) `3,5ROQUA XANA EZAD or,the entity upon behalf of which the person(s) Notary Public-California acted,executed the instrument. a = L Orange County •�C`- Commission#2443916Lir I certify under PENALTY OF PERJURY under the y Comm.Expires Apr 10,2027 laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal, Signature otary Pu is Place Notary Seal Above OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Signer's Name: Signer's Name: _Individual _Individual _Corporate Officer Title(s): _Corporate Officer Title(s) _Partner-_Limited_General Partner-_Limited_General _Attomey-in-Fact Top of thumb Attorney-in-Fact Top of thumb _Trustee here _Trustee here _Guardian or Conservator _Guardian or Conservator Other: _Other: Signer is Representing: Signer is Representing: CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT �C.NOWLELKMEM CKNOwIFOGMFMACWOWL OGMEMACWOwIEOGLI MACWOwl 4.11ACKNOwLEOGMFMACWOwinGe MAC.NOwIFOG AMIAMOwIFOGMEMAf WOwIFOGMEMACWOwlE04MFMAC[NOwIEOCIA MACIMMEWMEMAGNOwIEWMEMACIJEOWIFOGMEMACINOwlE04MEMAC[NOwlE04HEMMu10wlEOGLI MACMCMEWMEMACWTVlf041..%. Y i A notary public or other officer completing this certificate verifies only the identity of a the individual who signed the document to which this certificate is attached,and not a x the truthfulness,accuracy,or validity of that document. 5 State of California ) x y� i. 2 County of Orang4. ) i S x On AUG 1 5 2023 before me, Carl f- Ma+1oc� IJ o+ 'P....6.1ic. r 1 (here insert name and title of the Aker) a i P I personally appeared €,cu....4-A N- N act¢41- X 1 3 P I 'i 1 who proved to me on the basis of satisfactory evidence to be the person(s)whose names iske- -subscribed to the within instrument and acknowledged to me that he/:he/they executed the same in his/her/their 1 1 authorized capacity(ies}, and that by his/her/their signature on the instrument the person(s}, or the entity 1 l upon behalf of which the person(s)acted,executed the instrument. i g Y I certify under PENALTY OF PERJURY under the laws of the _ __ 1 State of California that the foregoing paragraph is true and correct. 1 sue; CARLY P.MATLOCK 1 a 't4L COMM. #2423661 z i m r'� )"a! Notary Public-California o 2 WITNESS myhand and official seal. z � Orange County g 1 - - - NIA Comm.Expires Oct.27,2026 t 1 • 1 g Signature C, 'C�- i (Seal) t 3n9031MOMJV1N3w003VAOtrOntON x003lxo Ovi.vt9031MOM3V3N3w9031M0,0170N3rv9031MOH.JV1.1903VAOMJViH3n903tnOMJV1MW903WONDYLOVID031140MOVI.19011MOMJgN3w903l.toOV3N3w9031MOMJVLH3H0031NOM.110 0031xoMJV1.19O3WnMriiMN9O31xotoOman anmoroi3v1 19031M0HUVIN3.031mOWJV4 Optional Information Although the information in this section is not required by law,it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document Additional Information _The preceding Certificate of Acknowledgment is attached to a document Method of Signer Identification titled/for the purpose of SCAAA r C4,nslrruc440n Cn,,i,,t,,,.1 Proved to me on the basis of satisfactory evidence: J 0 form(s)of identification 0 credible witness(es) 1nc_ LA &on A— &o(M wc-s+ &fr'ee+Z_. Gre.Lmm S4- Notarial event is detailed in notary journal on: containing 2 pages,and dated AUG 1 5 2023 Page# Entry# The signer(s) capacity or authority is/are as: Notary contact: ❑ Individual(s) Other ❑ Attorney-in-Fact ❑ Additional Signer(s) ❑ Signer(s)Thumbprint(s) ❑ Corporate Officer(s) Title(s) E ❑ Guardian/Conservator ❑ Partner-Limited/General ❑Trustee(s) ❑ Other: representing: Name(s)of Person(s)or Entity(ies)Signer is Representing • 0 Copyright 2007-2021 Notary Rotary,PO Box 41400,Des Moines,IA 50311-0507. All Rights Reserved. Item Number 101772. Please contact your Authorized Reseller to purchase copies of this form. POWER OF ATTORNEY Great Midwest Insurance Company KNOW ALL MEN BY THESE PRESENTS,that GREAT MIDWEST INSURANCE COMPANY,a Texas Corporation,with its principal office in Houston,TX,does hereby constitute and appoint: Edward N.Hackett, Christine Maestas its true and lawful Attorney(s)-In-Fact to make, execute,seal and deliver for,and on its behalf as surety,any and all bonds, undertakings or other writings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of GREAT MIDWEST INSURANCE COMPANY,on the 1st day of October,2018 as follows: Resolved,that the President,or any officer, be and hereby is,authorized to appoint and empower any representative of the Company or other person or persons as Attorney-In-Fact to execute on behalf of the Company any bonds,undertakings,policies,contracts of indemnity or other writings obligatory in nature of a bond not to exceed Ten Million dollars($10,000,000.00),which the Company might execute through its duly elected officers, and affix the seal of the Company thereto. Any said execution of such documents by an Attorney-In-Fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company.Any Attorney-In-Fact,so appointed, may be removed in the Company's sole discretion and the authority so granted may be revoked as specified in the Power of Attorney. Resolved,that the signature of the President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary, and the seal of the Company may be affixed by facsimile to-any certificate of any such power and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company.Any such power so executed and sealed and certificate so executed and sealed shall,with respect to any bond of undertaking to which it is attached,continue to be valid and binding on the Company. IN WITNESS THEREOF,GREAT MIDWEST INSURANCE COMPANY, has caused this instrument to be signed by its President,and its Corporate Seal to be affixed this 11th day of February,2021. GREAT MIDWEST INSURANCE COMPANY rciowsuft, 45* CORPORATE SEAL t BY w‘1414 . Mark W.Haushill President %8 ooRPos' • r ACKNOWLEDGEMENT On this 11th day of February,2021, before me, personally came Mark W. Haushill to me known,who being duly sworn,did depose and say that he is the President of GREAT MIDWEST INSURANCE COMPANY,the corporation described in and which executed the above instrument; that he executed said instrument on behalf of the corporation by authority of his office under the By-laws of said corporation. r — �fjs. CHRISTINA BISHOP � Y.�sNotary Public,State of Texas BY Comm.Expires 0444-2025 Christina Bishop Se Notary ID 131090488 Notary Public CERTIFICATE I,the undersigned,Secretary of GREAT MIDWEST INSURANCE COMPANY,A Texas Insurance Company,DO HEREBY CERTIFY that the original Power of Attorney of which the foregoing is a true and correct copy,is in full force and effect and has not been revoked and the resolutions as set forth are now in force. Signed and Sealed at Houston,TX this 15th Day of August 20 23 to otsuRiA,_ CORPORATE SEAL BY Leslie K.Shaunty dt Secretary OORPOPt� "WARNING:My person who knowingly and with intent to defraud any insurance company or other person,flies and application for insurance of claim containing any materially false information, or conceals for the purpose of misleading, information concerning any fact material thereto, commits a fraudulent insurance act,which is a crime and subjects such person to criminal and civil penalties. • No. 5780-2 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY,That,pursuant to the Insurance Code of the State of California, Great Midwest Insurance Company of Texas,organized under the laws of Texas,subject to its Articles of Incorporation or other fundamental organizational documents,is hereby authorized to transact within this State,subject to all provisions of this Certificate, the following classes of insurance: Fire,Marine,Surety,Disability,Plate Glass,Liability, Workers'Compensation,Common Carrier Liability,Boiler and Machinery, Burglary,Credit,Sprinkler,Team and Vehicle,Automobile,and Aircraft as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation of any,of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable,and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF,effective as of the 4th day ofAugust,2015, I have hereunto set my hand and caused my official seal to be affixed this 4th day of August,2015. Dave Jones L S Insurance Commissioner 4141eS-- By Valerie Sarfaty for Nettie Hoge Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority.Failure to do so will be a violation of Insurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. Beador Construction Company,Inc. 2900 Bristol St,Suite D204 Costa Mesa,CA 92626 951-674-7352 OPEC ct : C� lr4 S . _ �,�c..k 3.4 CC ARC- f13 N.ro City of Huntington Beach `% 2000 Main Street ♦ Huntington Beach, CA 92648 44 ` _ - -_ (714) 536-5227 ♦ www.huntingtonbeachca.gov VG� �-7`��- 01 Office of the City Clerk en ---Y.CP��t Robin Estanislau,City Clerk MBC Enterprises, Inc. 16601 Gothard Street, Suite G Huntington Beach, CA 92647 RE: Goldenwest Street and Graham Street Bridge Maintenance—Over East Garden Grove— Wintersburg Channel —CC No. 1713 Enclosed please find your original bid bond for CC No. 1713. Sincerely, 4204U 4107444414140 Robin Estanislau, CMC City Clerk RE:ds Enclosure Sister City: Anjo, Japan 1413(' ii*(17140--k SECTION C PROPOSAL for the construction of GOLDENWEST STREET AND GRAHAM STREET BRIDGE MAINTENANCE (OVER EAST GARDEN GROVE WINTERSBURG CHANNEL) CC No. 1713 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and - incident insurance necessary therefor, in accordance with the Plans and Specifications on file in the office of the City Engineer of the City of Huntington Beach.The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 120 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, Instructions to Bidders and all other Contract Documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. c-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER's default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY's option,be considered null and void. Accompanying this proposal of bid, find Bid Bond 0 in the amount of$ 10% of bid amount which said amount is not less than 10% of the Total Amount Bid,as required by the Notice Inviting Electronic Bids,payable to the AGENCY. (Please insert the words "Cash", "Certified Check",or"Bidder's Bond for10% ", as the case may be). Any standard Surety Bid Bond form is acceptable. BIDDER shall signify receipt of all Addenda here, if any: Addendum No. Date Received Bidder's Signature C-2 SECTION C PROJECT BID SCHEDULE SUMMARY GOLDENWEST STREET AND GRAHAM STREET BRIDGE MAINTENANCE (OVER EAST GARDEN GROVE—WINTERSBURG CHANNEL) CC No. 1713 BID SCHEDULE A (GOLDENWEST ST. BRIDGE) SUB-TOTAL $ 935,037.00 BID SCHEDULE B (GRAHAM ST. BRIDGE) SUB-TOTAL $ 732,608.55 TOTAL AMOUNT BID (SCHEDULES A+ B) IN FIGURES $ 1,667,645.55 TOTAL AMOUNT BID (SCHEDULES A+ B) IN WORDS: one million six hundred sixty seven thousand six hundred forty five dollars and fifty five cents. C-2.1 SECTION C PROJECT BID SCHEDULE A GOLDENWEST STREET BRIDGE MAINTENANCE, CC-1713 I MOBILIZATION 1 LS $ $ REMOVE ASPHALT CONCRETE(AC)PAVEMENT 2 (BRIDGE DECK) 6,048 SF $ $ 3 PREPARE CONCRETE BRIDGE DECK SURFACE 6,048 SF $ $ 4 FURNISH CONCRETE BRIDGE DECK TREATMENT 550 GAL $ $ MATERIAL 5 TREAT CONCRETE BRIDGE DECK 6,048 SF $ $ 6 THERMOPLASTIC STRIPING 1 LS $ $ FURNISH AND INSTALL ASPHALT CONCRETE OVERLAY 7 (BRIDGE DECK) 6,048 SF $ $ 8 REMOVE AND REPLACE CHAINLINK FENCE, POST,AND 23 LF $ $ ANCHORAGE PER COUNTY STANDARD PLAN 600-3 9 REMOVE CONCRETE 4 CY $ $ 10 REPAIR EXISTING WING WALL 4 CY $ $ 11 REPAIR CONCRETE CURB 1 CY $ $ 12 REMOVE GRAFFITI 1 LS $ $ 1-.1 FURNISH AND MAINTAIN PROJECT TRAFFIC CONTROL PLAN 1 LS $ $ 14 PREPARE STORM WATER POLLUTION PREVENTION 1 LS $ $ PLAN 15 EMERGENCY EVACUATION 3 EA $ $ 16 WATER POLLUTION CONTROL 1 LS $ $ INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC SIGNALS AND LIGHTING SYSTEMS, 2005 17 EDITION.SPLICE LOOPS TO DLC IN PULLBOX.BIKE 3 EA $ $ LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D". 18 2"COLD MILL AND ASPHALT CONCRETE(AC)OVERLAY 3,612 SF $ $ (APPROACHES) BID SCHEDULE A(GOLDENWEST STREET BRIDGE) SUB-TOTAL $ C-2.2 SECTION C PROJECT BID SCHEDULE A GOLDENWEST STREET BRIDGE MAINTENANCE,CC-1713 BID SCHEDULE A(GOLDENWEST STREET BRIDGE) SUB-TOTAL IN WORDS: • Note: All extensions of unit prices will be subject to verification by AGENCY. In case verification is required between the unit price and the extension, the unit price will govern. The AGENCY reserves the right to reject any or all proposals and bid items. C-2.3 SECTION C PROJECT BID SCHEDULE B GRAHAM STREET BRIDGE MAINTENANCE, CC-1713 eaW- i 't115C 1 MOBILIZATION 1 LS $ $ 2 PREPARE STORM WATER POLLUTION PREVENTION 1 LS $ $ PLAN 3 WATER POLUTION CONTROL(BELOW DECK) 1 LS $ $ 4 FURNISH AND MAINTAIN PROJECT TRAFFIC CONTROL 1 LS $ $ 5 SAW CUT AND REMOVE EXISTING SIDEWALK(UNDER 12 CY $ $ BARRIER) 6 RESTORE SIDEWALK EDGE(UNDER BARRIER) 12 CY $ $ REMOVE UNSOUND CONCRETE ON PIERS AND ABUTMENT 5 CF $ $ 8 PATCH SPALLS ON PIERS AND ABUTMENT(FAST- 7 SY $ SETTING CONCRETE)9 EPDXY INJECTION FOR CRACKS 140 LF $ $ 10 WATERPROOF PIERS AND ABUTMENT(TIDAL ZONE) 3,360 SF $ $ 11 CLEAN AND PAINT BRIDGE(IDENTIFIED LOCATIONS 144 SF SF $ $ 12 REMOVE EXISTING BARRIER AND FENCE 309 LF $ $ 13 INSTALL NEW CONCRETE BARRIER(CALTRANS TYPE 35 CY $ $ 732 SW(MOD))(INCLUDES DRILL AND GROUT DOWEL) INSTALL NEW FENCE(CALTRANS CHAIN LINK RAILING 14 WITH CHAIN LINK FABRIC MESH) 309 LF $ _ $ 15 REPLACE JOINT SEAL AT SIDEWALK AND BARRIERS 251 LF $ $ 16 EMERGENCY EVACUATION 3 EA $ $ BID SCHEDULE B (GRAHAM STREET BRIDGE) SUB-TOTAL $ BID SCHEDULE B (GRAHAM STREET BRIDGE) SUB-TOTAL IN WORDS: Note: All extensions of unit prices will be subject to verification by AGENCY. In case verification is required between the unit price and the extension, the unit price will govern. The AGENCY reserves the right to reject any or all proposals and bid items. C-2.4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address State DIR PWC Dollar % of Item(s) of Subcontractor License Class Registration Amount Contract Number Number 8 NO LIMIT FENCE 1043317 30 5552 TANGIERS DR C13 1000062759 $53,114 -IUNTINGTON BEACH 32 ;A 92647 17 CPE 793907 A 1000377609 $5,400 19062 SAN JOSE AVE C10 LA PUENTE, CA 91748 C20 9 ABC RESOURCES A 1527 WEST 538680 C12 1000001608 $9,115 STATE ST C32 ONTARIO, CA 91762 By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address State DIR PWC Dollar % of Item(s) of Subcontractor License Class Registration Amount Contract Number Number By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address State DIR PWC Dollar % of Item(s) of Subcontractor License Class Registration Amount Contract Number Number • By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California as. County of Orange r declare under penalty of peijury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on August 1 7, 2023 at Huntington Beach , CA. Date City, State Rudy Sultan , being first duly sworn, deposes and says that he,or she is President of MBC Enterprises Inc, the party making the . foregoing bid that the bid is not made in the interest of,or on the behalf of,any undisclosed person, partnership, company, association, organization, or corporation, that the bid is genuine and not collusive or sham, that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid,and has not directly or indirectly colluded,conspired,totmived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price,or that of any other bidder,or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;that all statements contained in the bid are true,and,further,that the Bidder has not,directly or indirectly,submitted his or her bid price or any breakdOwn thereof,or the contents thereot or divulged information ,Or data relative thereto, or paidi and Will not pay fee to :any corporation,partnership, company association, organization,bid depository,or to any member or agent thereof to effectuate a collusive or sham bid. MBC Enterprises Name of Bidder' Rudy Sultan, President Signature of Bidder 16601 Gothard•St'Ste#G Huntington Beach GA 92647 Address of Bidder (lee_ ced 344"a- Subscribed and sworn to before me this day of ,202 NOTARY PUBLIC NOTARY SEAL . - , • .0,,ittit41,cw**,A6i,t1.6w*Potxotoc6-*A***ixo.^AXIAL4,461.1. . ' •• ' ' ^ ' 'il.M.944".44. ' - ' ' :' '' „i4IF• s r: i s t, 4 , r, Califortila J:utist certificate a A:Apr.41 pubk-orat,hor*6040004 this itistitikat0:vOtfoorilyihtt itiehlitiotOlittittldivithmtyeha signed the ,004unnEsitrio.ivhiOtt ifIkpittinOtrils,0040boat,and not the truktifuhili**000ii or Y4iidgi'Of:11*.d0Oniciiii, : . A '1 • ii: . ,:- , . •-: c,`•:, State Of califslrOta I. • .1. .... i• . .ii. county of :Orange .i.• . I. — .A. t. &ascribed.0cd swore to tor affferned)before Ms on•this• 1 ith, day of August •• , .. , . 04,Ing, ...i!..: ...,.__ 20 W - by Rudy ,Sultan . and „ ,•<5 ........... , . . . . .... „. . • .., ,e.. •... provedio Mete the basis:Of - ---- 4:14:1:0, 410,1Ftt ilt • • , ''or • 6 . .i satisfactory evidanCe tO. bq tho:persobisiwbo.appeared WoOii Ole, £ . .r• . , ' . • ii ''' - •.. ' . ' ,: , .• ' 1 „ ,....',@if*1''.1.1401'at•'iii..t, •'.!..,1. ,..'„-' ._.?,1! -ORANPg.;- 01,1049.. .• il:: 000 , ts.ss:''..y.'.!.`:0,.94104y.•Ezitt.v.riliwsi,397.ti ,., itri*•30•91 Citfoo":3W(vtio:ita i .... f..•• -exit! . .: OPIIONAL Nei:OW:06N' i t: , • Afftiol.tilts,,idtifraption..itt this seclish is Alt.:gig:tor&6y-ia*:,it catittiproVerlt ithittititerit,hwhOst&id reoltachetictit 13,f ': ' • . a, : ;i thi$iitritrto:Oh yntIttitiOrtsol drooitio##ixtotlt000 0-0.4rtooroio:10'01qm:fhb ondeltotft dootopoi.: Oesceiption,of Attached Document li,!.•,,,'7,::',:747:-Wzfilii4iiiiitfirtiltaii.„-::v.-:;' .:17.;:k: ,'• The colVicateleAtthOed OA document 01.10forlkoputpOse'vr :',MettioaviAlftEA*MilkagOn , . . .. , • .., .. . ... ." .,, , — „PtrAisid.ktiottatitiOisiiiiiotsitatititAtbrooNonoolloVon Affidavit . Groii*lifidenovioat 0.trove,,oiesites) • ; • .•?! _ GOidatiikett-St.,& Graham St Bridge Maintenance' , .... ..... ..:. „ . . , . 1: ; • ' iftwiatotioriii*oolit.hbo ':.-iilow an, ,-..i••• • .. ., „. : • .. . totaiy401, , ,.• . :, .i, • , -. , , ,. • , totiiitiaining,1 :04(itib AtIddated 08/1 7/2023 • Ohio . ,... . • .. ::. .i. . ,.. . • . ..:. i ::'°-.,!q11.0...erbUlt.."...1.44.4.401,34,1:M1,Citff°140.Kbliff,,SALOSIlaxxiornca;titxtvelont!,-eimmur..4r4.n1;ea<0;;;NwirptiAvemmlAv,o,140 0,:e.1400,,,PL:Naiosimwevr,mun:a^va,t1.41,V40.41C.,}11.76,11 .1,01rOVW,1•14.1.11?..t:I!W-4.41,1/14, W40,40,15 tkoryiimitiosIT:41.0-:,Atiiiitifftt,Pgroievozi ‘i.ia4-9:iii=prixiiiimi,t,..mpti,A ie 14:1,60-tiutti mg wif.6 ti*,4,mvii:I',40.icoiiA.,..:teti5a4.13ir UTILITY AGREEMENT HONORABLE-MAYOR AND CITY COUNCIL CITY OFHUNTINGTONBEA.CH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract,l nown as the GOL])ENWEST ST..AND GRAHAMST.BRIDGE MAINTENANCE, CC 1713,(I)(we)(it)will employ and utilize only qualified persons,as hereinafter defined,to work in proximity to any ele ctrical secondary or transmission facilities. The term"Qualified Person"is defined in Title 8;California Administrative Code,:'Seetion 2700,as follows. "Qualified:Person:. Aperson who, by reason of experience or Instniction, is farniriarwith the operation to be perforzne4 and the hazards involved" The undersigned also promised and agrees that all such work shall be performed in accord vie e with all applicable electrical utility company's requirements, Public Utility Commission orders and State of California Cal-OSHA requirements, . The undersigned further promises and.agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein,: MBC Enterprises Inc. Contractor RudySultan By President Title Date: August 17,2023 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete,under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes ® No If the answer is yes, explain the circumstances in the space provided. Not Applicable Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursmatit to Section 1861 of the State Labor Code,each contractor to whom a public works contract has:be awarded shall sign,the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and,.1 will comply with such provisions before commencing the performance of the work of this' contract. IVIBC Enterptises Inc. contractor Rudy Surta7 By President Title Date: August 17, 2&23 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: MBC Enterprises Inc. Bidder Name 16601 Gothard Street. Suite G. Business Address Huntington Beach CA 92647 City, State Zip ( 714 ) 909-6558 biddingerribcenterprises.net Telephone Number Email;Address 1050671 - Class A& B State Contractor's License No. and Class 02126/2019 Original Date Issued 02128/2025 Expiration Date The work site was inspected by Joey Santa.Cruz of our office on. August 3rd 2023, _ The following are persons,firms,and cotporations having a principal interest in this proposal: Rudy Sultan President/Secretary/Treasurer MBC Enterprises Inc. The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in. accordance with the Plans and Specifications set forth. MBC Enterprises Inc: Company N e of Bidder Rudy Sultan, President Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this:47 day of ,il ,2 ,023 .A notary public.or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfiihiess,accumoy,or validity of•that document, , State of , ,Ii&, ,rii4 ) County of ( eje_ ) On =0 81/-1/2623 heforeme, .-- 178-1 -. :11 1 i NC*1 P0611 C., Month,Day,and Year Insert aerie and Title of Notary personally appeared 10431 Su Hate , N411.100)&Signer ) who proved to me on the basis of satisfactory evidence to be the persons)-whose names .istaxe, subscribed to the within instrument and acknowledged to me that heishe1they executed the same in his/her/their authorized eaPacity0es3„and that by his/hotitheir signatureon the instrument the •pers.-61[0),or the entity-upon behalf ofWhich the pelt on(4 acted,,ate:11W the.instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and.correct .,,,,..,..„!!..........svenger WITNESS my hand and official seal. '.,:,fraiiiii -,- OaFittito 2350798, ' ORANGE County , -Nota tiblit Calififtia ri P %e 4iA• '''' •"R9gifiliMellaniNI3', . . ,....,......,......„........„... "*"...*"."."."---"."---*"...""""'".."., %Pa= SiVatUra-'"-"...'"arlCrt9q Public (PLACE NOTARY SEAL A:BOW) , . C-9 BIDDER'S PROJECT HISTORY AND PUBLIC AGENCY REFERENCES The bidder shall provide information to demonstrate his/her past work experience on projects of similar (or greater) size and scope of the GOLDENWEST ST. AND GRAHAM ST.BRIDGE MAINTENANCE, CC-1713. Bidders may submit additional sheets,using the format shown,to further demonstrate his/her history of similar work experience. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. Santa Ana Unified School District, 1601 East Chestnut Ave, Santa Ana, CA 92701 Name and Address of Public Agency Name and Phone#of Agency's Project Manager: Etil Guillen / (714) 480-5355 $627,800 Interior Improvements August 2022 Project Name Contract Amount Date Completed Detailed description of bidder's scope of work to demonstrate similar work experience: Infill existing classroom openings with new non-bearing partitions and doors for classroom security. Extension of existing tube steel fence. 2. Long Beach Unified School District, 1515 Hughes Way, Long Beach, CA 90810 Name and Address of Public Agency Name and Phone#of Agency's Project Manager:Celina Sanchez/ (562) 663-3015 $816,100 Renovation/Improvement On-Going Project Name Contract Amount Date Completed Detailed description of bidder's scope of work to demonstrate similar work experience: Replacement of ADA compliant drinking fountain and bottle fillers & related site work at 4 different schools. 3. Long Beach Community College District, 4901 East Carson St., Long Beach, CA 90808 Name and Address of Public Agency Name and Phone#of Agency's Project Manager: Sota Sunleng / (562) 938-4843 $379,133 Stage Floor Replacement November 2020 Project Name Contract Amount Date Completed Detailed description of bidder's scope of work to demonstrate similar work experience: Demolition of existing hardwood stage floor and replace it with new Harlequin Stage Flex dance floor system in Bldg J. c-io BIDDER'S CRITICAL STAFF The bidder shall provide information to demonstrate that both the Construction Project Manager (office staff) and Construction Superintendent (field staff) proposed for GOLDENWEST ST. AND GRAHAM ST.BRIDGE MAINTENANCE, CC-1713 have had similar work experience on at least 3 different projects within the past five years. The proposed critical staff members need not have been employed by the bidder at the time the referenced projects were completed. 1. Joseph Kim Name of proposed Construction Project Manager Phone#of proposed Construction Project Manager: 714-595-1621 Wayfinding & Signage II /$788,000 Renovation 2019 Project Name & Contract Amount Type of Work Date Completed Bishop ES Modernization /$24.7M Modernization 2018 Project Name & Contract Amount Type of Work Date Completed Marquee Signs at Various Schools /$187K Improvements 2021 Project Name &Contract Amount Type of Work Date Completed 2. Joey Santa Cruz Name of proposed Construction Superintendent Phone#of proposed Construction Project Manager: 310-806-8855 Wayfinding & Signage II / $788,000 Renovation 2019 Project Name & Contract Amount Type of Work Date Completed Bishop ES Modernization /$24.7M Modernization 2018 Project Name &Contract Amount Type of Work Date Completed Marquee Signs at Various Schools /$187K Improvements 2021 Project Name& Contract Amount Type of Work Date Completed c-il CONTRACTOR REGISTRATION VVITII CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854(citing Labor Code Section 1771.1(a)),passed by the California State Senate' on.Tune 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of'Industrial Relations(DIR) Currently the annual non-refundable registration fee for Contractors is $3-00. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DM FACT SHEET on SB 854 httrfiwww.dir.ca.goviDLSE/PublicWorks/SB854FactSheet 6,30.14.pdf DIR's Contractor Registration Link—Call(844) 522-6734 https://efiling.dir.ca.govfPWCWActdcaiServlet?actiodisyIayPWCRegistrationFatm DIR's Contractor Registration searchable database: littpsliefiling.ditca.gov/PWCWSearch.aetion I am aware and will comply with the provisions ofLabor Code Section I771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on,be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter,unless currently registered and quaffed to perform public work pursuant to Section 1725.5. It is not violation of this section for an unregistered.contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by.. Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725,5 at the time the contract is awarded." I furthermore will comply by providing proof of registration.with DIR as the primary contractor, as well as.for ALL subcontractors at the time of submitting the bid, MBC Enterprises Inc. Contractor Rudy Sultan By bidding§mboenterprises.net Email President Title Date: August 17, 2023 PWC Registration#: 1000064318 C-12 Document A310 TM — 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: ('Fare,legal status and addreac, Plante,legal status and principal place gaminess) businexi) MBC Enterprises, Inc. American Contractors Indemnity Company 801 S. Figueroa Street, Suite 700 16601 Gothard Street, Ste.G Los Angeles, CA 90017 This document has important Huntington Beach,CA 92647 legal consequences.Consultation 9 Mailing Address for Notices with an attorney is encouraged 801 S. Figueroa Street, Suite 700 with respect to its completion or OWNER: Los Angeles, CA 90017 modification. (Name,legal staters and address) Any singular reference to City of Huntington Beach Contractor,Surety,Owner or 2000 Main Street other party shall be considered Huntington Beach, CA 92648 plural where applicable. BOND AMOUNT: $Ten Percent(10%)of Amount Bid PROJECT: (Name.location or address and Project number,?fatty) Goldenwest Street and Graham Street Bridge Maintenance, CC No. 1713 Over East Garden Grove-Wintersburg Channel The Contractor and Surety arc bound to the Owner in the amount sct forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(I)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent lirr an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be doomed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted berafmrrt and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 8th day of August, 2023 MBC Ente rises, Inc. (Principal) l • I (Seal) _ea (Witness) By:' t K 5l,114 Xt (Title) .. • • American Contractors Indemnity Company (Buren) (.Seal) (( iln Lisa Pellerito • • By:C-AtAj. —C) • (idle)Terah Lan ,Attorney-in-Fact . • • • S-0054/AS 8110 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 1189 M1h.hh/./I\/slJn.I1h!\h14hhIYJkJ4f.hh/i thhn.Jn.hi.hfhJtl./ hf\h/ / /\IhJI.h.Ian./\A/l.IhAn.h/.hJ.M1I*Ahh/I .ti n.a1/M1h Jhhlti h.M1 n.hhh//t J A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached and not the truthfulness,accuracy,or validity of that document. 'State of California ) County of Orange ) On ''I ' I �0,D3 before me, Vanessa Copeland _,Notary Public, personally appeared Terah Lane Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing m�a. VANESSACOPEUND paragraph is true and correct. }Wrnrn )on#2J93 [ Notary Public-California S y and o c' seal. My Comm.Eupires Oct 71,2026 Signature. Si Lure o Notary u is Place Notary Seal Above ---- --- OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could present fraudulent and reattachment of this form to another document Description of Attached Document Type or Title of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Capacity(ies) Claimed by Signer(s) Signer's Name: Terah Lane Signer's Name: ❑ Individual El Individual El Corporate Officer—Title(s): El Corporate Officer—Title(s): El Partner: ❑Limited El General ❑ Partner: ElLimited ❑ General © Attorney in Fact ❑ Attorney in Fact El Trustee ❑ Trustee El Guardian or Conservator ❑ Guardian or Conservator El Other: ❑ Other: Signer Is Representing: Signer Is Representing: .nnn.nh h.nhr.s.n.hh.:.r.hh•'nh•, •i••n•n•'h•;�,n,i,,�:•n✓n•,�•ivnn•:n'n'•, ;,i.��.�•.n�ni.ni.hi.nnn:.hnhh,.h nh hn.:.`�,;n•;,r',•n•rn•nn'r.n,:�• Rev. 1-15 w,,,.1...1,.,,i,,.,...,,.,..„..„,,,1,,,,,,,..t. .4,i,.40,,,4 -,.. ;::i.,..4:I..,t, ,,,,4.:2. 5y:-,.,„,,.1..„,,,,41,1,•le,ii..:.6. ',..„;,,,,i .!I.,1 '.•';'.:••,..!*;' !;,Zas' .;T, ''2.01Ap'e:::!..',.11.D,,,if 1; '''••;:id!...r.0 ''',.*'ff.'An ,., .E., '34:,•;.'5.." i:.g:' ''''' „.„,:, .. ,, , . . ,. • ri..- '','Z',,,z, •::'::•;•, -""' ''''''''-• ArW', AU.,,,• '.; r,1 .4:1M, 4:FA .„1.:NA.T.''-•"•;y•`-'4.;'-• <?'%•-•4 :...,,,, „,„ •••:••,- „ ,•• -••,‹."•,•,•"• , ,,,•,. ,,,,,, 4&,',"7.*.a ,`:"...;?. ei:A ,,q5rg?.•'•-•-• ,,'": ''.j' ! > •,•• ::•••,,, :,„,• -,„,, , ...•,:,,;.:N;;• s:•-f, ,:4rt, .,•••a;,''':.:.'',.,:',.i .,-A ..-.'4 .:W.,•:.4. •'='-.'-=.%• .'•,•n• ;.4 'ti..".:0 .-."-'-'•,,',-••••,. •,,,- •-•,,,•-• A;I iile,tiok '.;;.:1 k•":;i: .„'',.',: •?,5,', .0:1',1•Y, '.,fU f-r'A.-: IA', %.^,i,r, a,,,I?V `4'j4.* 4•0'Z,;::.,1,,i, .;., i ,,,,,,,, ,-4z rf, ....,&::, ''AiT." it.. .c%-,P..?' .A2 '"A'. '''''''',:,''' "1,' '"-- '-'. 'AA:4z.,.:E1 '4.Th'<i;.:., 4.;,-.: •,,. TCHUO MAKIIN t•-• H C C ,31;,i,,,.1.-,z. „ .:,..„:, ::4,-,•:-T.:.'''''',. „MO,. if.F.,,,,,. „6:4..,44*1 3.4A,,.. . „:"4,,i',•,.,,, ‹,.GN nii,1:, 4 , .... ., q.,,N, %4,1,,e '';) .1.,-.'n. •••'<V1 i'F'?. '1.;.,:l: A,"'... .'.'. POWEROF ATTORNEY .,i,;.i,,,v, ae,.':•0,,,.,,..... .:,:::. .; 4,-,..e:,,,,.,,ife,, -.•-,.. r:": hrah, '',-r,',-,.r:': •:',,1%.•••,,',.,-:::,'• '' F',. :.:tii""!i3;''.1 E:A'.'-'1. S Rid . ,' oftstoemitory ceitiPlANY It AtiiY4* ..---,, ,::,, •,,, •,.. .,-,:.,„,,,';:., ;,...,:, 45XASEPNDING „0...W...: ...,:: V'V•i'...40 -0'•:-M, "•-:.,•1,125 .qAilIBRICAN CONTRAVt. ,. . -.. ...., ,...... , ,...... -i:.,-1.,.., 4.,.:,...f ,••••• UNITED STATES SURETY COMPANY U.S.SPECIALTY INSURANCE COMPANY . KNOW ALL MEN py THESE,PRESENTS: That Arnerican,ContractorsIndsrnnitrsCompany, a California corporation, Texas Bonding„ ,,,,,, Company arVaiSilinOdAianle ofArnericari,,,O.::.o7nissCt,,Ati:10,0e,rtitty. Compaq,ORO'States Surety Cn.r.)700.1-.a.M.O.,q,slaFfy,,iC0 rportatioiLttli 4,340,•1 Y''theCnhibiiiieer:ido by thetelife:SbritsvT4..kahcons 1 ,,,..,..,,..,u*,';4.4t. peci'aiiiti..,..11149)1)11.qmt ...'' '"..11C;.z.a! t.#15415Y1 a 114#41:b. .:p5,.,... 011,,,,..11,4FIctivel -;',...,..:;,;13.atz ,}: --zi,.-„,.,,,:•.-,1-'.,.:.-'.,,.'. .4,:...,i5:,?,t e •"4.:•,.:D:, ill •tm. 44.%:.••• , •,,,.,,i..., :',,,, q '.C. A)4F .4,•- :!•,4'i .:',s?4: •- 4,' *42. •"« ppoint: Eric Lowey,Mark Richardson,Kevin Cathcart,Vanessa Copeland or Tera,h Lane of Irvine,California ,IR ,-.Uq•-• 4..',17;•. ,W.I.3,:,'. ;*,,,ft)'‘..W,'".k ,,eni 1.1.7 ;41.tr,;.: , gi?:, ..0.•:.:,•4,,-,:•,„.., ,,,,••••:::•;,,. , H .1•361/2164ith::f WV power and aUtivtity;:::.:::,,,, •,,,.: ,,,,:, -',' -'.Ts T4a i..'in''''Zileirfleep4ratea„ paCitY.:,,d.!P:Pr,kith,,ar);:p9 ,,isi.:11Ame-..P., • -..,.• ,-. .4„,,.. ..-,- ''''"•i''''. 'ttii.'le and fii.v.foi,Attdri):aY, }r,n.,.. ct, eaP ,,,•;,•:,: ••••):•,• ,,,- ?..d:' .,•-• ?•,:p ..,, 14, -•I7.„,'„.. m 'k'•'-'•'4 hereby confeFred'Arilts'nithcer:4'labg and stetikkKekeente,4facknOwlediek'ind4eliverAnyAnifall borid4Te...4, ogniZan,posAindertaktro,...9S::, or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond Dollars( $10,000.000.00 1., Ten Million .. „ _ ••- penalty does,not e?tc.e,ii. •,.... ,.... ..- ::Zn ,,;•.:.:.:',...,:b... ,, MX:Power pfi..PitOtne$: nett e).#7,e withbytfluTrtTheridt:ionionLA0- ril 23rd,',2.az 26.t..ThJS'1,r:ple Attorn,p,p04.!Orkt.:d41,pdTcfid by amihp.,..,,Rty4.,,,,::.,pd -,.5 ....-,„=.,.--,,,.,,--A ,,,,:: ,,,.w -,..>, .•::A.,,s1:::,.:'.i.-:- ,.::, ,•., :',..,g•,>!",;,,,,q,,, glAtW:followint resolutions by the i••••,,, ••••:.1 ':•,_ic•-,,,•:••,:-.. othiriatireg. .'?V ,..,':`VI '':::1.a.,'".,),i .,*:' . ..‘4'3, ....'.BoantIS Otikr,ecteJaAT the . , ., , :•• - •'-'-'7 'be it Resolved,Itidihe loritidefit,ariy Vice-PreSidek,aiiyASsiStari.tVice-Preiidirit,';ei&-Sedretery".' Or'any Assiitiiit Secrete&shall Wandishoefretre-- - - vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf Company subject,to4hejoitringprovisions: f ify:•kwer andAtttio-rdifdti*tdin theAame of Oa)behalf of Company kke„*.blfellapkiidifit'ledgez',)nd deliver: ,..,,.4,•;'''t.,,,,,.1, zi zi mr".i.,,,:,,• Att6rneY-in-F40.0) rbA0V:) 14- IM?,. ,it4 eindginjittiAbd othei5taiiditii?ri ,,k),(051.0t01! „arki.'ill bond , .ntOcitnik.anceS;contracts agreeirm §,y0.,,, ,, ,,, . . , undert#400,1,9646./diril:;e0it'd all consentsM "‘. .i."for'the releas4lif idtaidge 15eicefitages arbbrfinal estimates,tp engineerifigNeha'"coraftbatierVcoritracts,arid•anyand alrnotic:I=cblinddoicnugtepnofinn.,': canceling or terminating the Company's liability thereunder,and any such instruments so executed by any such Attorney-in-Fact shall thgCompany.eklf signekbype President and„se,eled,ande,flecteL,by the C_orppr‘eceBec„rela..rY• „.., i!'•,-.'• Ar14‘-; .Bet ResolvOltilai3hg;*grvur*of any auth.bii,,z,e..ddpffite,r#stal,of the qpipprr b.et„etefo„re orMpreafier,affik2a,jOi0' :iii.0,Wer,Aat.tornelf 9,51a,13.r.A. F-•-4,"z.r1r, ?..:,,g ,r7certificate re/A.%PerAP ' ' by and nytOovrelvt,,a,dArnef.'44.e• rtificale.ibb,a,ring,",facs.z .xim:liep:;knIture or f,,,e,,r,CAr,:ileSe.,,vell.,.shall be„lid and binding ipiiii the Corripirtriivith'iestiectAo ariy and drImederfekirig>A6 Whichitis attached :m.,., ,,,.,.-• ,-,,:. • IN WITNESS VVtIEREDLThe.Cnmpanies.Veusle,ld,!hisAnR,strument,*fnipbcelsrinet7d.tir corpo)7711s4t;b7heit..:::affixed,this nf Ant.111022;.(4.'4%, JEN ...•..4:: 1,k.,'I atdaY xtuur. :....,. . ''.',.,-- ,,,',,,., i''',,•IIIII/ •.::',.-.,"....,A-...,•-...- -4. .-,--4,\A.,,-DArttni-ece,1113ENINITY COMPANY,TEXAS ; ?•.t44,0,44.i.ot ...,Afintrqp.,..,N&I,,y,,,r,,,,••• ,-.77,"`. -, - ,-,-,iPitPvoo, ,i'ocT4S,,*i‘s!.h iEiss.xr.`,Q 1sI..PP1149.g%1 1400,1?1,-tii10*1ml..inu5ie_..'I..;l',.l..4ft.F\6, et iibibliotomPANY UhrttcSTATES SURETY comiwit0• k ( #Pi.v-st,'-il tl',4;'''4,''"/,''A,'S4'.-,'C 3,,A.::;;;;l4;,l.'-1',gV--,4.-.,.•:.#.c5,/4/.,zEn0P1-1T4,11-1,1P-216°1511R.1•<1A01T4E,;-D„,,...,'.L i-1,'3;,114.-'14,'--,..",,,,,,o';',/4,i Z.I TlW a 4,*;'1-„i,:'''',;,,.,,,'',,?/%*...,‘+„,,,1,r5*",'*'"-.",,,r„;,7:,,,,,.••,•„•"„" `'4'' 't':1-z.•;K'"'?"'';'.''')';;'' P,.'...-4. U.S...v.SPECIALTY.4 .,‘ IN-:w S.UR-i,A:IN:.t..%;.C., E COMN'0PA N.!..'.N.!-.,::1 4i 1Sma ' ;, A , Daniel =qkgtila President 7 :0„ , i ,,, ,, ,A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which r.:, ,.5••.•,*,;z, this certificateiis,attached,anchnot the truthfulness.„,iecc,urecyp,,,,or t.S validiy;?fitIrt4d„ncu.r.:77ti, ,••••:,I;::.:;.:'M.,''4.V., ,i..!;$a •';'''W:HI .,,a,71% ' ..,.ET, ,,,,,1:, :44i ,1....e? :1;IA'..i,>-; ,'Q.,:t r''..,P.',I;:‘'P,'',1• 4'''::::,e '..I-1,Y;0 ,:.40 c4., W, 0:NO• 40.4,..E.4r..,"0 .zr',0 All..,V,.. .1.Kr al 4.; :,•,'y .: *'.4. V.Wl•iif 'Ore 0, A.",...-1 .,-•-: ,H,,,,,, ",Y E2.4i.1'..:,? Z.i.-;', ••';' "qia .,...2. i.:4:' .F.N v:,,, ,i.iiv .A,i,t,q. .4.,.:AA4:f'2.i..,a,„04.-.i.i...:,,,, -,..,..:„.., ,i..,.z.:Iii i-„,ti 4.0.0 ,.:,.,„...k. .....,;.„, Site ,&:..-. ..: -RA.'5*,'"' Q `',4,•,. of California..4, 'kV:4Y e i, =. -County of Los Angeles Oikhis 18th,dePtif*piii.x:'2022Xefore msfi'Soin":,:1 .940"-tr.r.ej: ..14 notary,,,;g015,,fidApert:AnallyilAgpeared,p4le,triAg11,fiar.iyice Prei s,i5e,,, ,n,I.:,9,f,'„: )!..;;; .,. "Lrird States Steely CorriPb44Pd4.4,- ,te-xidisgwin„-§,c,OrnPanY51.P, ,,-.,. ..k.A.,i;i,, .: POqql,pity r10#'0 0.404 C;A.i4liCarl Cti''r.1,*a...4*".-drki 14).d01)pt!.,y14ts,... OrnPatrY, airhilany wliOr'''04dIiillie4in the basisbilSelfifIct'46edek.'hce to beltie Oerte'fiAvItosename is sucs6iloSetio'tti,„6..'Within instruthent and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, a,N.'•,,i'l.: 4;:a.1: ot49chef entity P•-ur•"p•).d7ont„3:1,k1 bI5„4p.4..„h,aa-ylt,,lo..,tlwt h..4ip4tiO the pes°nm,",;R",,h,oed W.,,e,w'f'...x, 'u„t,6em4i.t,4:h, e instr„t•-,A.,.,,,,.?.,;,%,..i1ii,p,,.:1,A.,,l,,,,•i,,ix,,,it,km,.•;A;4,if' ..•',,L..,.•, ....';, :- Y ,, . 4 4 , ,. .. : erY ondekty60 tuRy ur m5lt'p' rate ofeaOhdttgoing0510OhlYL4e?04r•..J. ._rrecflp•:,„:..:.i gi:;,Av...:.M•61;':'.'^.Q.',,:i,„i',..,P0<.R,i;,.',,;::4,A(f.,.'! ..•4, •-••••, SONIA°.CARRESO WITNESS my hand and official seal. ... . ,.. .. e,... ......- tictary Public•California .. Lrnametes County 4"P',1,,,.. * f,,,*:.N"'''.. 0,%P.,,. P.,% „..4Tp....z.*1 ,OZ,.% "-',41.11 , .:€14;v.i.,a p.,, .0 04.4 .Atkili.3-t:' - ),,u7iiiiic ii23984,07-q":: kik'N] 'iiz 1.1:4,, c1;1,,s4..1. -07 Apr 2i:;20R; 15, t 0_.ZO I ‘I'''.,:>1 1!?!. :ii,t,,,X00 ti$, 1rw •UP reup.mowswinoiiiiii.,.,4C-cintiO :..., dOgnature::',..,::,...,,, ,,,, , ,:,L .... ;--, ',41::;1 4,1..il ,. 7 41,.? ,ai,i - ._ - •-• -.„..., "- . I, .Kio Lo, Assistant Secretary of American Contractors Indemnity Cnrneany, ,,Iexas_Bonding Company, United States Surety, 8 f oin is atile';andecitrectitbpy of a Fi•SOgrtiT.:3.,4'''•t''::,, ,i Insurance q0100,,,d,..0„40re, 0p.rtify, th.pt1•60 13§.PYP'4!.111* .0..T9 g ..,...,, the, .,..Boards,... , i -tit4 ,0%,, caipany andli4tt110144 e'*,6f,-.4tithEondrei..the resb1141011A.::py.-• il of D rent , ...1.•!i'l .4'44,:+inmpv .... li6V. iiiid?CoMpanietW)1ChAs*,Ifin fiffOrm.ar.•;'?k,•••r,•;•,Z ,-:- ' ..' , .,.%; '4a, ,...•,..: --,,executed., ,...,,'--,4ee 4 `' e.v1.,,;.,-, 'c.,?....,.:,.... ,..4.: . :..1.-q 14:2 iet ifitit in the'PnWe'enf Attdmel are in full force and elfeCtt . .,.., . ., , „,, In„VVitness Whprenf, fiNave hereunto "742 7:10 4tit,.. .gli ui0.3.:Lwa ,.* •,,,,,,,,, ,,, ,v, t,,,, ::, t mv har4 •and.,,a,ffi, gg, .ihe„..!..eals/ofRid C9.rnpanieis71LIp ,,,,t.,7,17,,,,....:4,,,fil,:i,...California77:::;,:.; 17,4; tAEf.„5'•:,,,,,,cF,,,,,Ntet. Aittb day g';', Mob-) ‘'.-:,;..; ..:::::,,; -;,,,.,.,„-- ,zitrz,.:0,itte,i;4-A, ,-4trirz,• •%1•3.A:. v4;,.„4:::,45-t.,,..4 ,F,t,i-a:;.,:::!! ,,•*4,,• .‘,:a '',Q:4.'V; ,:izf il 'iP •1:.: •!.54i..0. 7.'?W. '''i4liiKfitt...b.',. 4.1.gr,..60' . "ii4,9...t.:,;%•kc,'Sie'i',,,,'"•••.1?c,, 60 cla...IFI .4) .z.,Y. '"'''' Bond No. IQ I tio% Ai...1."-....\-f-A i \-Vs At"2.•k..1.4,'''.-5.14:i.saf' 4, -1.. Ai. Kio Lo, A-1P••nt Secretary Agency No. - 18200 11/ -) tuf ; : 1).21.:70(.- 7110.',, igii6i --ieS, Ygi! kgrrr',.... lif',„-. • .1-4fithr:v-• ,'‘:.-- r.- ..t$1,4sin m ..s.04,..,.. g. ,1:.•%. ,,,-,,,:,,,:f,0 p.,....: „.: ,,,,.:1,,, ,,,v,,, • .....,eti rii - VI% e041; , ,....*.1-e0IP: •'•<1.414'4-•-*". t..i.,:. ;'„' ;',j ,k,,,,LA 41acsmAN0a1),404T, .5.0`Ya ;e4 A3,'V PR -., :.•,.,‘.1,s44:44 ,0;.., Z:,4.,....-,.,,f4.,4,1t„,,,,0".-4-1-1'01 .,0 ,,,,,''',''--4'. .,',,4%*..,•i v,v 3.1;V--, '.*5'i.,:;-i 1 ,-,,,ti Ar 4.-eMii. ,.'"4.Fle'Po. fIAd'relgi'n'iniffiatliSh "' .:•g•. -:•,.:.:::: ,>:..,,,/ f,,,1 -•,••••,: qz•,..L;....,.,! 'k,W, ••qF,,•''',„' '',',-.,W „b '',zg -,m,,,--i5.-::„. ,,- ,',/ i•-,2,- ,,,,,, -- isit trnhcc.bom/surety o ..;CN,:, M /..,..<.,... ?,..) Al'.7;:-. r".q '"'''13 1.'.•71,.... ..:....,..,„(..i p.,..; 4.,...., ,,,..... .....w..,-.., .:.,,..- ‘, .4..:,.. : itl.k -6,-,,,.. cf,,,, ...;... , .,. 4..44.t. .. ... ,,-7‘57. '' '' A-1,k t 54 .2.:;';''.. i;T: ,r-.f.:.: ,...., ,„., ....; ,.4, t'' 4.,'",.'; ..,,.:.qV '•'.i A,...P:''. ,q;.r.. ':::'-,0-;;P 0 ;,A:'' --,-?.•.v ,:...-:. .. ,.g.: is..'''I::44 ',V -..,•.;':',,..'', ''' ' "....., •-•'. ,:.•': V.. :,,,..j.,., :..;,L,,..,:: .,,1,,z.:...:., ...‘,..,e ,...,,,. .:'''. '.:?..Z'f, .',I .,I r LICENSE NO. 1050671 MBCENTERPRISES DIR NO. 1000064318 Management i Building:Construction OFFICIAL BID SECURITY - DO NOT OPEN Project Name: Goldenwest St. and Graham St. Bridge Maintenance CC No.: 1713 Bid Opening Date: August 17, 2023 at 10:00 A.M. City of Huntington Beach Public Works Office 2000 Main Street, Huntington Beach CA