Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SAVI Construction Inc. - 2024-12-17
RECEIVED BY: CITY CLERK RECEIPT COPY l� ACC(' Q N Return DUPLICATE to p{.� �,� ���f E V� 1 City Clerk's Office (Name) after signing/dating Lk" / (bate) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: u�Ifl f 2 SUBJECT: Bond Acceptance I have received the bonds for £>i - N 1(71YAY f)0 , IL 1/(i• (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. C 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 (Council Approval Cate) zy_ CC No. �`r� Agenda Item No. MSC No. City Clerk Vault No. /AV. 50 Other No. SIRE System ID No. (rq `21)1 g:/forms/bond transmittal to treasurer i. © CITY OF HUNTINGTON BEACH o INTERDEPARTMENTAL COMMUNICATION DATE: 4/3/2025 TO: THOSE LISTED HEREON FROM: Max Olin, PW Contract Administrator SUBJECT: Retention Release Payment- PO#32043 Supplier#88139 Co.#239 Zone 2 ADA Ramps, Project#(CC-1811) Contractor's Name: SAVI Construction Inc. Address: 6725 Birmingham Drive City, State and Zip Code: Chino, CA 91710-9052 Phone Number: (805)889-3547 City Business License Number: A320586 Notice of Completion (Date by City Clerk): 3/3/2025 The conformed copy of the Notice of Completion for the above contract has been filed. The thirty-five (35) day waiting period has elapsed or will elapse before payment is made. Processing of the retention payment is recommended so long as no stop notices or outstanding invoices are on file with the City. I certify that no stop notices are on file. A � � D e Chau L. Vu, Director of Public Works I certify that there are no outstanding invoices on file. (Th)(9_9c,c1,14 Date Joyce Za6ks, Deputy City Treasurer I certify that no stop notices are on file, and that a guaranty bond has been filed with the City Clerk's Office. 111(1 1/1‘7 _, Date Lisa Lane Barnes, City Clerk 7h Attachments Q I e 25 1. Notice of Completion 2. Maintenance Bond 3. Certificate of Compliance with Prevailing Wage Laws 4. Contractor's Certificate 5. Certificate of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 6. Consent for Release letter from the Surety Company 3/3/25,1:21 PM Document-29753961-Page-1 Recorded in Official Records,Orange County Hugh Nguyen,Clerk-Recorder 11111111111111111111111111113111111111111111111111111111111 NO FEE * S R 0 0 1 5 4 4 2 2 0 0 $ * • PLEASE COMPLETE THIS INFORMATION 2025000069290 12:58 pm 03/03/25 RECORDING REQUESTED BY; 90 CR-SCO6 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 • • WHEN RECORDED MAIL TO: CITY OF HUNTINGTON BEACH PUBIJC WORKS DEPARTMENT Max Olin • P.O.Box 190—2000 Main Street Huntington Beach,GA 92648 • THIS SPACE FOR RECORDER'S USE ONLY TITLE OF DOCUMENT NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN by the City of Huntington Beach,owner in fee,2000 Main Street,Huntington Beach,CA 92848,that the contract heretofore awarded to SAVI Construction Inc.,who was the company thereon for doing the following work to-wit: Zone 2 ADA Ramps,Project#(CC-1811) That said work was completed 02/21/2025 by said company according to plans and specifications and to the.satisfaction of the City Engineer of the City of Huntington Beach and that said work was accepted by the Director of Public Works on 02/21/2025,per City • Council Resolution No.2003-70 adopted October 6,2003. That upon said contract Developers Surety and Indemnity Company,was surety for the bond given by the said company as required This document is solely for the official business of the City of Huntington Beach,as contemplated under Government Code Section 27383 and should be recorded free of charge. Director of Public Works or City Engineer Dat City of Huntington Beach,California Chau Vu STATE OF CAUFORNIA) County of Orange )ss: City of Huntington Beach I,the undersigned,say:I am an Agent of the City of Huntington Beach,owner in fee,In the foregoing NOTICE OF COMPLETION. I have read Bald NOTICE OF COMPLETION and know the contents thereof;the same is true of my knowledge. I declare under penalty of perjury that the foregoing is true and correct,and that said NOTICE OF COMPLETION was duly and regularly ordered to be recorded In the Office of the County Recorder of Orange County. This document is solely the official business of y -,/l� the City of Huntington Beach;as contemplated• yl under Government code section 27383 and Direct of Public Works or City E neer Date should be recorded free of charge. City of Huntington Beach,California • Chau Vu THIS PAGE IS ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (Additional recording fee,applies) • about:blank 1/1 • I CONTRACTOR'S CERTIFICATE I, / C rv•Q SL fj N Va(G_ , state and certify that: (Name of Declarant) 1. SA v t C o vxS�ru�c to h 'i c.• is the general contractor to the City of Huntington Beach ("City")on Contract No. (the "Contract") for the construction of the public work of improvement entitled: Z d vle 2 C t,tr,G> vA.vvIS "Li`S Lk o by. (the"Project"). 2. All work to be performed pursuant to the Contract has been completed in accordance with the Contract Documents (as such term is defined in the Contract). 3. Except for the claims listed below and the disputed claims listed in paragraph five (5), all persons supplying labor, services, materials and equipment to the Project, including all claims against the contractor arising from the performance of the Contract, have been paid and satisfied (list unpaid debts and claims; if none, write "NONE"): NO0 G- 4. Attached hereto are the lien waivers required by the Contract Documents, which lien waivers have been executed by all persons who performed work on or supplied labor, services, materials, and/or equipment for use at the Project. 5. Set forth below is a list of disputed claims or claims that are the subject of a Notice to Withhold filed pursuant to the Civil Code of the State of California(list all disputed claims; if none, write "NONE"). iJO1\1E I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed at 0.-Lt✓ O 1 on this 25 day of -Fe-I'll-tot , 20 25 . "EakildiV (Signature of Declarant) APPROVED AS ORM Michael- . Gates City/ttorney 1 Certification of Compliance with Prevailing Wage Laws To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Prevailing Wage Laws Contract: C G - l g l Project: Z ov't a- Cu(b -'0-w p S TS t llet io✓' The undersigned contractor on the above-referenced project ("Project") hereby certifies that all laborers, mechanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor performing work under the contract for the Project have been paid pursuant to the minimum wage and bona fide fringe benefit requirements specified for each particular classification of work, as set forth in the wage-rate determinations of the State of California, Department of Industrial Relations, and/or the United States Department of Labor. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of f oY (j , 20 25 , at (' Ins No , California. ROtry..25\ek ate`tk vo• ct- (Contractor Name) APPROVED O FO / By: Mi• ael E. Gates t, Attorney 1 Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 Contract: G C- — 1 $ 11 Project: ZO'P_ 2 *tv"'�S ✓l S(- It--h`o�n J The undersigned contractor on the above-referenced project("Project") hereby certifies that it has complied with title VII of the Civil Rights Act, the Equal Opportunity Act of 1972 and Executive Order 11246, and has not discriminated against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, national origin, age or disability. The undersigned contractor also certifies that it has not maintained any segregated facilities at its establishments on the basis of race, color, religion, sex, sexual orientation, gender identity, national origin, age or disability (with the exception of access for the disabled). I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. 1�. Executed this 2-`� day of ce-bYtAoori , 20 25 , at C.-WA-0 , California. rx.,vv- (?)CtC,1".LA v (Contractor Name) APPROVED By: l Mic el E. Gates Ci Attorney 1 BOND NO.0103472 i. MAINTENANCE BOND • KNOW ALL PERSONS BY THESE PRESENTS: That SAVI Construction Inc. (contractors name) 6725 Birmingham Dr.,Chino.CA 91710 (contractor's street address,city and state and zip code) as Principal(hereinafter called Contractor),and: Developers Surety and Indemnity Company (surety's name 800 Superior Avenue E.,21st Floor,Cleveland, OH 44114 (surety's street address,city and state and zip code) a corporation organized and existing under the laws of the State of Ohio with its principal office in the City of Cleveland as Surety(hereinafter called Surety),are held firmly bound unto CITY OF HUNTINGTON BEACH as Obligee (hereinafter called Owner), in the amount of One Hundred Ninety Seven Thousand Four Hundred Dollars ($ 197,400.00 ), equivalent to the entire contract amount including all orders, for the payment whereof Contractor and Surety bind themselves, their heirs, executors,administrators,successors,and assigns,jointly and severally,firmly by these presents, WHEREAS,Surety is a duly admitted surety insurer under the laws of the State of California;and Surety is certified and listed in the U.S. Department of the Treasury Circular 570,and able to provide proof of bonding limitation shown in said circular is sufficient 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,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;and • Contractor has by written agreement dated December 17,20 24 entered into a contract with Owner for the Zone 2 Curb Ramp Installation CC No. 1811 in accordance with drawings and specifications prepared by Davis-Bacon which contract is by • reference made a part hereof(hereinafter referred to as the Contract);and The Contract provides that the principal will guarantee, for a period of one year,the work performed as part of the Contract from and against all defects in materials and workmanship;and The Contract also provides that the Contractor shall secure Contractors obligations during the one-year period with a bond executed by a surety duly admitted in the state of California;and The Contract has been completed,and the Owner,Contractor and Surety agree that the commencement date for this Guarantee and Bond shall be February 21 ,20 2$ • NOW, THEREFORE,THE CONDITION OF THIS OBLIGATION is such that if Contractor shall, for a period of one year from and after the date of completion and acceptance of the Contract by Owner, repair and/or replace any and all defects arising in the Work, whether resulting from defective materials or defective workmanship, then this obligation shall be null and void;otherwise it will remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. • Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Surety shall,within thirty (30) days following Owners written notice of default, either: (a) remedy the default, or (b) shall promptly complete the Contract in accordance with its terms and conditions. Surety shall save the Owner harmless from any claims,judgments, liens or losses arising from the Surety's failure to • either remedy the default or to complete the Contract in accordance with its terms and conditions in a timely manner. • 15-4584/118138 1 Whenever the Principal shall be, and declared by the Owner to be in default under the Contract, which shall include without limitation, any breach or default of the Contract, then, after written notice from the Owner to the Surety, as provided for below,the Surety shall either: (a)remedy the default or breach by the Principal;or(b)shall promptly and faithfully take charge of the Work and complete the Work in accordance with the requirements of the Contract with a contractor other than the Principal,at its own expense, and make available as work progresses sufficient funds to pay the cost of completion less the unpaid balance of the Contract including other costs and damages for which the surety may be liable hereunder, provided, however, that the procedure by which the Surety undertakes to discharge its obligations under this Bond shall be subject to the advance written approval of the Owner. Within thirty (30) days after Surety's receipt of a written notice from Owner of the failure of performance of the Contract by the Principal, it shall be the duty of the Surety to give to the Owner a notice, in writing, of the Surety's election to(a)remedy the default(s)of the Principal promptly,or(b)arrange for performance of the Contract promptly by a contractor other than the Principal, time being of essence to this Bond. In said Notice of Election, the Surety shall state the date of commencement of its cure or remedy of the Principal's default(s) or its performance of the Contract. The Surety's obligations for cure or remedy, include but are not limited to: correction of defective work and completion of the Contract, additional legal, design professional and delay costs arising from Surety's actions or failure to act; and liquidated damages (or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance by the Principal). The Surety shall give prompt written notice to the Owner upon completion of the cure or remedy of the Principal's default(s)of its performance of the Contract. If the Surety does issue its Notice of Election and does not proceed to cure or remedy the Principal's default(s) of its performance of the Work within thirty(30) days after receipt of a written notice from Owner, Surety shall be deemed to be in default on this bond,and the Owner shall be entitled to enforce any remedy available to Owner. No right of action shall accrue on this bond to or for the use of any person or corporation other than the owner named herein or the successors of Owner. Signed and sealed this 24th day of February , 20 25 Principal Raised Corporate Seal SAVI Construction Inc. [MUST BE AFFIXED] (Contractor Name) s's0..OQ.PC�TF i = By: .- 00 (Seal) ti 'o Principal Raised Corporate eaR , mow ocv [MUST BE AFFIXED] T FEB 2a.*'* I 12,e)Slate4t1-- ,,,,,,,,,,,,,,u,, (Title) Developers Surety and Indemnity Company (Surety Name) By: (Seal) Edward N.Hackett,Attorney-in-Fact APPROVED AS RM- B " NOTES: Ichael E. Ga es, City Attorney 1. Acknowledgments must be completed and returned Ni j as part of the bond. /1..D 1 2. Raised Corporate Seals are mandatory. 3. Please attach Power of Attorney. 15-4584/118138 2 CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Oratrigc On FEB 2 4 2025 before me, C-4- ky P. Mn+lock, JJo+& Public (here insert name and title of the officer) personally appeared € v3o4. h), -4a_c 4-i- who proved to me on the basis of satisfactory evidence to be the person{O-whose name is/arc subscribed to the within instrument and acknowledged to me that he/sreklaey executed the same in his/ it authorized capacityfi.e 4, and that by his/herftheir signature(s).on the instrument the person{s}, or the entity upon behalf of which the persons)-acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. • CARLY P. ATLOC o .. COMM. #2M 423661K Z 4_� " Notary Public-California o WITNESS my hand and official seal. '� . / Orange Countyrix Comm.Ex fires Oct,27,2026+ Signature CaQ. (Seal) 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 of S A V Proved to me on the basis of satisfactory evidence: titled/for the purpose ( [o r1S}11 t G�)a n h C. Q form(s)of identification 0 credible witness(es) Mai n+enan cc, Bork.4 AO. 01.03 474 Notarial event is detailed in notary journal on: containing 2 pages,and dated FEB 2 4 2025 Page# Entry# • The signer(s)capacity or authority is/are as: Notary contact: ❑ Individual(s) Other sC Attorney-in-Fact ❑ Additional Signer(s) ❑ Signer(s)Thumbprint(s) ❑ Corporate Officer(s) Title(s) ❑ ❑ 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. • ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or • validity of that document. • State of California County of San Bernardino On —'a. ^g,Sr' before me, L:1eer / ttaG`CC-S (insert name and title of the officer) personally appeared 111.cerne \ V;scl chtAvw\ck 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. q.l � wamsanm( WITNESS my hand and official seal. l Notary Puic E1N-1/Catlfornia [ San Bernardino County Commission N 2473790 Comm.Expires Nov 25,2027 Signature rAf. (Seal) 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: Brendan Hackett and Edward Hackett ,of Laguna Beach,CA as its true and lawful Attorney-in-Fact,to make,execute,deliver and acknowledge,for and on behalfof 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 September 20,2024 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 of COREPOINTE 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 . 000 ;•.•` �NSURq,�,'••,, ••.•` ,c( AND/ti�°s, Printed Na . Sam Zaza _ Z. 0' U c<`'•C� _ '„�' `c0••2 w SEAL = 1 1936 ••Title: President,Surety Underwriting _ _ { ACKNOWLEDGEMENT: %���p' ''��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, 20 23 , before me, Hoang-Quyen 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. 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. 7OENPr / € fs` ;4j._' Orange County f. Signature l •�lyly ' Commission#2432970 4i...+� My Comm.Expires Dec 31,2026 J 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: N W M.oQ,S Barry W.Moses,Assistant Secretary POA No. N/A 8B8418 7ADE548C... • DocuSignEnvelopelD:3352BFD6-5E9D-4796-837E-C1 E455E6530F Ed.0323 Signed and sealed this 24th day of February, 2025 . 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 ofany,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, " 2017,1 have set my hand and caused my official seal to be affixed this 1"day of November,2017. Dave Jones Insurance Commissioner By Valerie Sarfaty for Joel Laucher Grief 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. RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION fe TO: City Treasurer FROM: City Clerk DATE: LIA*-5 SUBJECT: Bond Acceptance I have received the bonds for cPcv . CYls'1YUGfi(Y._. 11(1/ • (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. 01 03L 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. L Other Re: Tract No. Approved 12-'/-9I 2-1-1(Council Approval date) 2 CC No. (� I I Agenda-Ft No. 4 gs� MSC No. City Clerk Vault No. wv Go Other No. SIRE System ID No. (4330,0 g:/fomis/bond transmittal to treasurer 3/3/25,1:21 PM Document-29753961-Page-1 Recorded in Official Records,Orange County Hugh Nguyen,Clerk-Recorder 101111 I II II I I II NO F E E * $ R 0 0 1 5 4 4 2 2 0 0 $ * PLEASE COMPLETE THIS INFORMATION 2025000069290 12:58 pm 03/03/25 RECORDING REQUESTED BY; 90 CR-SCO6 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 WHEN RECORDED MAIL TO: CITY OF HUNTINGTON BEACH PUBLIC WORKS DEPARTMENT Max Olin P.O.Box 190—2000 Main Street Huntington Beach,CA 92648 THIS SPACE FOR RECORDER'S USE ONLY TITLE OF DOCUMENT • NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN by the City of Huntington Beach,owner in fee,2000 Main Street,Huntington Beach,CA 92648,that the contract heretofore awarded to SAVI Construction Inc.,who was the company thereon for doing the following work to-wit: Zone 2 ADA Ramps,Project#(CC-1811) That said work was completed 02/21/2025 by said company according to plans and specifications and to the satisfaction of the City Engineer of the City of Huntington Beach and that said work was accepted by the Director of Public Works on 02121/2025,per City Council Resolution No.2003-70 adopted October 8,2003. That upon said contract Developers Surety and Indemnity Company,was surety for the bond given by the said company as required This document is solely for the official business of the City of Huntington Beach,as contemplated under Government Code Section 27383 and should be recorded free of charge. Director of Public Works or City Engineer Z Dat 6 City of Huntington Beach,California Chau Vu STATE OF CALIFORNIA) County of Orange )as: City of Huntington Beach ) I,the undersigned,say:I am an Agent of the City of Huntington Beach,owner in fee,in the foregoing NOTICE OF COMPLETION. have read said NOTICE OF COMPLETION and know the contents thereof;the same Is true of my knowledge. I declare under penalty of perjury that the foregoing is true and correct,and that said NOTICE OF COMPLETION was duly and regularly ordered to be recorded in the Office of the County Recorder of Orange County. This document is solely the official business of • �� L� the Cfty of Huntington BeaCh,as contemplated Directo of Public Works or City E loser Date under Government code section 27383 and should be recorded free of charge. City of Huntington Beach,California Chau Vu THIS PAGE IS ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (Additional recording fee applies) • about:blank 1/1 PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY: WHEN RECORDED MAIL TO: CITY OF HUNTINGTON BEACH PUBLIC WORKS DEPARTMENT Max Olin P.O.Box 190—2000 Main Street Huntington Beach,CA 92648 THIS SPACE FOR RECORDER'S USE ONLY TITLE OF DOCUMENT NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN by the City of Huntington Beach,owner in fee,2000 Main Street, Huntington Beach,CA 92648,that the contract heretofore awarded to SAVI Construction Inc.,who was the company thereon for doing the following work to-wit: Zone 2 ADA Ramps,Project#(CC-1811) That said work was completed 02/21/2025 by said company according to plans and specifications and to the satisfaction of the City Engineer of the City of Huntington Beach and that said work was accepted by the Director of Public Works on 02/21/2025,per City Council Resolution No.2003-70 adopted October 6,2003. That upon said contract Developers Surety and Indemnity Company,was surety for the bond given by the said company as required This document is solely for the official business of the City of Huntington Beach,as contemplated under Government Code Section 27383 and should be recorded free of charge. �/ �, [J Director of Public Works or City Engineer Date City of Huntington Beach,California Chau Vu STATE OF CALIFORNIA) County of Orange )ss: City of Huntington Beach I,the undersigned,say:I am an Agent of the City of Huntington Beach,owner in fee,in the foregoing NOTICE OF COMPLETION. I have read said NOTICE OF COMPLETION and know the contents thereof:the same is true of my knowledge. I declare under penalty of perjury that the foregoing is true and correct,and that said NOTICE OF COMPLETION was duly and regularly ordered to be recorded in the Office of the County Recorder of Orange County. This document is solely the official business of the City of Huntington Beach,as contemplated under Government code section 27383 and Directo of Public Works or City E sneer Date should be recorded free of charge. City of Huntington Beach,California Chau Vu THIS PAGE IS ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (Additional recording fee applies) RECEIVED BY: CITY CLERK RECEIPT COPY M Q l`a it N.- Return C TE to t Clerk's DUPLlAOffice (Name) after signing/dating I 3I )_02 s (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: fi, I r SUBJECT: Bond Acceptance I have received the bonds for (jk\ri t ��Y\ 'r�,; ICI (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. ;u Z— 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 R ! � L-- (Council Approval Date) CC No. Agenda Item No. 11 1 MSC No. City Clerk Vault No. u LL). 50 Other No. SIRE System ID No. /��� g:/forms/bond transmittal to treasurer CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND SAW Construction Inc. FOR Residential Maintenance Zone 2 ADA Curb Ramp Project,CC-1811 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 SAVI Construction Inc. , a • California corporation, hereinafter referred to as "CONTRACTOR." WHEREAS,CITY has solicited bids for a public works project,hereinafter referred to as "PROJECT," more fully described as Residential Maintenance Zone 2 ADA Curb Ramp Project 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 risksdescription in connection with the work, of work, and for all other of any 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 perfonned, 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 he 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 CONTRACTOR 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 [6-5[95/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 Two Hundred Seventeen Thousand One Hundred Forty Dollars ($ 217,140 ), 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 Twenty Five ( 25 ) 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, CONTRACTOR 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. CONTRACTOR 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, CONTRACTOR 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 CONTRACTOR 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 CONTRACTOR's risk and own cost and expense. 10. INDEPENDENT CONTRACTOR It is understood and agreed that CONTRACTOR 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 ($ 1000 ) 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 amount thereof from anymonies due or that maybecome due to that CITY may deduct the CONTRA CTOR hereunder. CONTRACTOR 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 CONTRACTOR 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 fixe d 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 CONTRACTOR 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 the Government Code. For purposes oses of thoseprovisions, the runningof the period of time I ofp p within which a claim must be filed shall be tolled from the time the CONTRACTOR submits his 10 I6-5195/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 I 6-5195/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 CONTRACTOR,if unencumbered,or any part thereof unencumbered,shall be made thirty-five Completion of (35) days after the acceptance of the work and the filing of a Noticeby 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. I5. 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 I771 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 16-5I95/City Punded 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 CONTRACTOR 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 16-5I95/City Funded Construction Contract,docx—revised 04/2016 (I)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 CONTRACTOR 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 aII 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 CONTRACTOR, 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.doex—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,CON TRACTOR 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 CONTRACTOR'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. CONTRACTOR 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 16-5 195/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 CONTRACTOR 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 CONTRACTOR. 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 SAVI Construction Inc. ATTN:Max OIin ,Public Works ATTN: Ramesh Bachuvala 2000 Main Street Huntington Beach,CA 92648 Chino,California 91748 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 16-5 195/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 SUBCONTRACTING 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 shaII 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. 4I. 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 on-Dr. r it 20 29 . CONTRA OR: CITY OF HUNTINGTON BEACH,a municipal corporation ;)i he e o lifornia By: bl -►.Y._cAt1ilL— Mp r (print name) e/ ITS: Chairman/President/Vice-President ity Clerk (circle one) INITIATED AND P • AND �1J` By: /Z Director of Public fariegLECICA-U1-01-a, (print name) REVIEWED AND APPROVED: ITS: Secretary / Chief Financial Officer / Asst. Secretary/Treasurer (circle one) City an ger APPROVED S M: City Attorney n 25 16-5195/City Funded Construction Contract.docx—revised 04/2016 SECTION C PROPOSAL for the construction of ZONE 2 CURB RAMP INSTALLATION from VARIOUS LOCATIONS CC No. 1811 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 25 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 readvertise 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 bi c' 6c. cl• in the amount of.. °1,'i Li which said amount is not less than 10% of the aggregate of the total bid price, 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: Addenda No. Date Received Bidder's Signature NA C-2 SECTION C PROJECT BID CURB RAMP PROJECT, CC 1811 BID ITEMS Item Description Quantity Unit Unit Cost Total Cost No. (Extension) 1 Mobilization $ 1 Ls $ 13, 000 13,0OO 2 Prepare Storm Water Pollution Prevention Plan (SWPPP) $ 1 LS $ 3,5oa 3)5 b 3 Install&Maintain Construction BMPs 1 LS $ 4 OHO 400 D Construct Curb Access Ramp per Caltrans Std. Plan A88A/A88B as shown on Curb Ramp Detail 1 in Appendix 4 H of Specifications (Item includes all appurtenances,curb $ &gutter,depressed curb,sawcut,sidewalk,domes, 7 6500 retaining curb,slot pave,etc.) EA $ �F S, 5-O Horizontal Curb Cut Curb Access Ramp per Caltrans Std. Plan A88A/A88B using horizontal curb cutting machine as 5 shown on Curb Ramp Detail 2 in Appendix H of Specifications (Item includes all appurtenances,curb& $ gutter,depressed curb,sawcut,sidewalk, domes, retaining curb,etc.) 15 EA $ 6300 6/4, cDO 6 Install 4"PVC Sleeve for Street Assembly Sign per City of $ HB Std. Plan 401 3 EA $ 3 o D q 0 0 Remove and replace existing sidewalk per City of HB Std. $ 7 Plan 207 at locations adjacent to ramp. (Item includes all 1000 appurtenances,sawcut) SF $ �`� l g")0 8 0 Remove and replaces existing 8"-12"Curb and Gutter per $ 8 HB Std. Plan 205(Item includes all appurtenances, sawcut,slot pave,etc.). 200 LF $ ` O `&') 0 Oa $ 1 (11-) /4-O0. SUB-TOTAL BID AMOUNT IN WORDS: e, kw') (1V- SeUeh - D GtS CL �v �uvcLr'cC C-2.1 SECTION C PROJECT BID CURB RAMP PROJECT, CC 1811 Note: All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. In addition, the City reserves the right to include or remove Bid Schedule B in the award of the contract. C-2.2 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 of State Class DIR PWC Dollar % of Item(s) Subcontractor License Registration# Amount Contract Number Not Applicable 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 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 on11/5/24, at Chino , CA Date City State Ramesh Bachuvala , being first duly sworn, deposes and says that he or she is President of SAVI Construction 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. Ramesh Bachuvala Name of Bidder Signature of Bidder 6725 Birmingham Dr, Chino, CA 91710 Address of Bidder C-4 r 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 ZONE 2 CURB RAMP INSTALLATION, (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. SAVI Construction Inc Contractor Ramesh Bachuvala By President Title Date: 11/05/2024 c-s 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 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. SAVI Construction Inc Contractor Ramesh Bachuvala By President Title Date: 11/05/2024 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Ramesh Bachuvala Bidder Name 6725 Birmingham Dr Business Address Chino, CA 91710 City, State Zip ( 805 ) 889-3547 contactsavi247@gmail.com Telephone Number Email Address 1116157 and Class A State Contractor's License No. and Class 02/07/2024 Original Date Issued 04/30/2026 Expiration Date The work site was inspected by Ramesh Bachuvala of our office on ‘00Nr .4- , 20`-4- The following are persons, firms, and corporations having a principal interest in this proposal: SAVI Construction Inc Ramesh Bachuvala 6725 Birmingham Dr, Chino, CA 91710 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. SAVI Construction Inc Cony Name Signature of Bidder -C6imex4 Ottrki.Aved Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this to day of k 0\Y , 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 California ) County of &itrx r o) On ,\\06\ 20,2-' before me, E e 12 r /�c cr(.15 / VCe(/ PlA tp C Month, Day, an Year Insert Name and Title of Notary personally appeared Ramesh Bachuvala Name(s) of Signer(s) - abtle3L, 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 myhand and official seal. EILEENMACIAS Notary Puta -CCounty a 4.���?.,: San Bernardino County • M,M Commission p 2473790 '1 My Comm.Expires Nov 25,2027 Signature ��,-; ,. ignature of Notary Public (PLACE NOTARY SEAL ABOVE) C-9 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Sanitary sewer lift stations of similar size, project work within public streets,an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. 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 South Gate, 8650 California Avenue, South Gate, CA 90280 Name and Address of Public Agency Name and Telephone No. of Project Manager: Charles D. Herbertson, P: (323) 357-9614 $500,000 Design / Project Management Present Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. LEE+RO, 1199 South Fullerton Road, City of Industry, CA 91748 Name and Address of Public Agency Name and Telephone No. of Project Manager: Murthy Kadiyala, (951) 207-2956 Greater than $500,000 Design / CM & PM 2017 - Present Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Working on various projects related to Street, Grading Storm Drain, Water infrastructure and BMP implementations with various Pulic work agencies in Orange County, Riverside and Los Angels County. 3. Albert A WEBB Associates, 3788 Mccray St#32, Riverside, CA 92506 Name and Address of Public Agency Name and Telephone No. of Project Manager: Joseph Gutierrez, (714) 244-5379 Greater than $500,000 Design & PM 2012 - 2017 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Working on various projects related to Street, Grading Storm Drain, Water infrastructure and BMP implementations with various Pulic work agencies in Orange County, Riverside and Los Angels County. C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1 Ramesh Bachuvala CM Name of proposed Project Manager Telephone No. of proposed Project Manager: (805) 889-3547 Rehabilitation Sewer Mains different location with in City of South Gate Present 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. Juan, Superintendent Name of proposed Superintendent Telephone No. of proposed Superintendent: (909) 532-3764 >$500K-Juan with over 20 years of expertise in public works -Sidewalks, C&G, ADA curb Ramps Present 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 C-11 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://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call(844) 522-6734 https://efiling.dir.ca.gov/PWCR/ActionS ervlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: http s://efiling.dir.ca.gov/PWCR/S earch.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. SAVI Construction Inc Contractor Ramesh Bachuvala By contactsavi247@gmail.com Email President Title Date: 11/05/2024 PWC Registration #: 2000001284 C-12 BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AMMENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations,Part 135* Economic Opportunities for Low and Very Low-Income Persons The bidder,under penalty of perjury, certifies that except as noted below, any person associated therewith in the capacity of owner,partner, director, officer, or manager(initial the applicable selections): X Will ensure that 10% of all new hires as a result of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968; or Will hire no new employees in conjunction with this project. Will award 10% of its sub-contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. Contractor: SAVI Construction Inc Contact Person: Ramesh Bachuvala Contact Phone: (805) 889-3547 Signed: -T1 wsL Date: 11/05/2024 *Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub- contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD). Previous non-compliance with Section 3 could result in disqualification. C-13 EXHIBIT A DISADVANTAGED BUSINESS ENTERPRISE (DBE) This Project is subject to Part 200.321, Title 2, Code of Federal Regulations entitled "Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms." The Regulations in their entirety are incorporated herein by this reference. It is the policy of the City that disadvantaged business enterprises (DBEs), as defined in Part 200.321, Title 2 CFR, shall be encouraged to participate in the performance of Contracts financed in whole or in part with federal funds.The Contractor should ensure that DBEs,as defined in Part 200.321, Title 2 CFR, have the opportunity to participate in the performance of this Contract and shall take all necessary and reasonable steps,as set forth in Part 200.321,Title 2 CFR, for this assurance.The Contractor shall not discriminate on the basis of race,color,national origin, or sex in the award and performance of subcontracts. Failure to carry out the requirements of this paragraph shall constitute a breach of Contract and may result in termination of this Contract or other remedy the City may deem appropriate. Bidders shall be fully informed respecting the requirements of the Regulations and are urged to obtain DBE participation in this project, although there is no specific goal for DBE participation. C-14 EXHIBIT B DBE INFORMATION—GOOD FAITH EFFORTS Federal-aid Project No. CC No. 1811 Bid Opening Date 11/08/2024 The City of Huntington Beach established a Disadvantaged Business Enterprise(DBE)goal of 0% for this Project. The information provided herein shows that a good faith effort was made. Lowest, second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts. Bidders should submit the following information even if the "Local Agency Bidder DBE Commitment" form indicates that the bidder has met the DBE goal. This will protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. Submittal of only the "Local Agency Bidder DBE Commitment" form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement SAVI Construction Inc is DBE certified company (Certification #52447 & 08/31/2025) B. The names and dates of written notices sent to certified DBEs soliciting bids for this Project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested(please attach copies of solicitations,telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Follow Up Methods Solicitation and Dates SAVI Construction Inc is DBE certified company (Certification #52447 & 08/31/2025) C-15 C. The items of work which the bidder made available to DBE firms including, where appropriate, any breaking down of the contract work items(including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms. Items of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items ($) of (Y/N) Contract SAVI Construction Inc is DBE certified company (Certification #52447 & 08/31/2025) D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: Not Applicable Names, addresses and phone numbers of firms selected for the work above: E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs: SAVI Construction Inc is DBE certified company (Certification #52447 & 08/31/2025) C-16 F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: SAVI Construction Inc is DBE certified company (Certification#52447 & 08/31/2025) G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Results SAVI Construction Inc is DBE certified company (Certification #52447 & 08/31/2025) H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): SAVI Construction Inc is DBE certified company (Certification #52447 & 08/31/2025) NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. C-17 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail C-18 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted SAVI Construction Inc )ieJ L' (2) WVILV- (Signature) % 'CT�O�•,, tttttt Is� °�� RUC�T��,00y President, vice President, Secretary and Ast;tGV /i s% ;��°�r � $, (Title) `j °z 24A�, A i• s P Imppress Cirporate Set e `aJ�.1"•cgLIFOF,�, lFORS\•°°° (3) Incorporated under the laws of the State of Califor°Yd (4) Place of Business 6725 Birmingham Dr, Chino, CA 91710 (Street and Number) City and State Chino, CA (5) Zip Code 91710 Telephone No. (805) 889-3547 (6) E-Mail contactsavi247@gmail.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED See Attached Certificate Na e'l Q,Aloe:c C-19 ACKNOWLEDGMENT A.notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Bernardino ) On 11 before me, C;1ee.r\ /Llc c2 Ct) A/c)Aekv ( 4bi; c (insert name and'title of the officer) personally appeared cictme.Stt 3cc,huvcA\e 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. , EILEENAIACIAS y .. r o,,rr�±'� Notary Public-California C San Bernardino County Commission N 2473790 My Comm.Expires Nov 25,2027 • • Signature )416 (Seal) List below names of president,vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners and managing partners: Ramesh Bachuvala President Ramesh Bachuvala Vice President Ramesh Bachuvala Secretary Ramesh Bachuvala Assistant secretary C-20 EXHIBIT C LOCAL AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENCY: City of Huntington Beach LOCATION: City of Huntington Beach PROJECT DESCRIPTION: Zone 2 Curb Ramp Installations TOTAL CONTRACT AMOUNT:$ $255.915 BID DATE: 11/08/2024 BIDDER'S NAME: Ramesh Bachuvala CONTRACT DBE GOAL: 100% CONTRACT ITEM OF WORK AND DESCRIPTIONDBE CERT NO. NAME OF EACH DB P OLLAR AMOUNT ITEM NO. OR SERVICES TO BEAND EXPIRATION (Must be certified on the date bidsDBE SUBCONTRACTED OR MATERIALS DATE are opened-include DBE address TO BE PROVIDED(or contracted if the and phone number) bidder is a DBE) Remove & Reconstruct 52447& SAVI Construction Inc of ADA Ramps 08/31/2025 For Local Agency to Complete: Total Claimed DBE Local Agency Contract Number: Participation Federal-aid Project Number: _ 100 % 0 Federal Share: Contract Award Date: Local Agency certifies that all DBE certifications have been verified and c>(V.0t-„ (� information is complete and accurate. If 1 Signature of Bidder 11/5/2024 (805) 889-3547 Date (Area Code)Tel.No. Print Name Signature Date Ramesh Bachuvala Local Agency Representative Person to Contact (Please Type or Print) (Area Code)Telephone Number: Local Agency Bidder DBE Commitment(Construction Contracts) (Rev 6/26/09) C-21 PLEASE NOTE: This information may be submitted with your bid. If it is not, and you are the apparent low bidder or the second or third low bidder,it must be submitted and received as specified in the Special Provisions. Failure to submit the required DBE commitment will be grounds for finding the bid nonresponsive The form requires specific information regarding the construction contract: Local Agency, Location, Project Description, Total Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs.Prime contractors shall indicate all work to be performed by DBEs including, if the prime is a DBE, work performed by its own forces, if a DBE. The DBE shall provide a certification number to the Contractor and expiration date. Enter the DBE prime's and subcontractors' certification numbers.The form has a column for the Names of DBE contractors to perform the work (who must be certified on the date bids are opened and include the DBE address and phone number). IMPORTANT: Identify all DBE firms participating in the project regardless of tier.Names of the First-Tier DBE Subcontractors and their respective item(s) of work listed should be consistent, where applicable,with the names and items of work in the"List of Subcontractors" submitted with your bid. There is a column for the DBE participation dollar amount. Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If 100%of item is not to be performed or furnished by the DBE, describe exact portion of time to be performed or furnished by the DBE.) See Section "Disadvantaged Business Enterprise (DBE)," of the Special Provisions (construction contracts),to determine how to count the participation of DBE firms. Exhibit 15-G must be signed and dated by the person bidding. Also list a phone number in the space provided and print the name of the person to contact. Local agencies should complete the Local Agency Contract Award, Federal-aid Project Number, Federal Share,Contract Award Date fields and verify that all information is complete and accurate before signing and filing. C-22 EXHIBIT D EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder SAVI Construction Inc [proposed subcontractor NA ,] hereby certifies that he/she/it has , has not ,participated in a previous contract or subcontract subject to the Equal Opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that,where required, he/she/it has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently, Standard Form 100(EEO-1)is the only report required by the Executive Orders or their implementing regulations. (eeoc.gov/employers/eeolsurvey/index.cfin) Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Signature: /n Date: 11/5/2024 Print Name: Ramesh Bachuvala Title: President C-23 EXHIBIT E NONCOLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Zone 2 Curb Ramp Installation To the City of Huntington Beach In conformance with Title 23 United States Code Section 112 and California Public Contract Code 7106 the bidder declares that the bid is not made in the interest of, or on 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 of the bidder or any other bidder, or to fix any overhead,profit, or cost element of the bid price, or of 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, any fee to any corporation,partnership, company association, organization,bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above Noncollusion Affidavit is part of the Bidder's Proposal. By signing the Proposal,the Bidder has also signed this Noncollusion Affidavit. Bidders are cautioned that making a false Certification may subject the Bidder to criminal prosecution. Signature: _ Ir` Date: 11/5/2024 Print Name: Ramesh Bachuvala Title: President C-24 EXHIBIT F DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS,PART 29 The Bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated with Bidder in the capacity of owner,partner, director, officer,manager: • is not currently under suspension, debarment,voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred,voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgment rendered against him/her by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility.For any exception noted above,indicate below to whom it applies,initiating agency, and dates of action. Note: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Signature: ( Date: 11/5/2024 Print Name: Ramesh Bachuvala Title: President C-25 EXHIBIT G NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies,by signing and submitting this bid or proposal, to the best of his or her knowledge and belief,that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed$100,000 and that all such subrecipients shall certifyand disclose accordingly. P Signature: Date: 11/5/2024 Print Name: Ramesh Bachuvala Title: President C-26 EXHIBIT H DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: fla.contract b a.bid/offer/application El a.initial b.grant b.initial award b.material change c.cooperative agreement c.post-award d.loan For Material Change Only: e.loan guarantee year quarter f.loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No.4 is Subawardee, Enter Name and Address of Prime: El Prime Subawardee Tier ,if known Congressional District,if known Congressional District,if known 6. Federal Department/Agency: 7. Federal Program Name/Description: HUD -Community Development Block Grant CFDA Number,if applicable CC-1811 8. Federal Action Number,if known: 9. Award Amount,if known: $255,915 CC-1811 10. a.Name and Address of Lobby Entity b. Individuals Performing Services (including (If individual,last name,first name,MI) address if different from No.10a) (last name,first name,MI) (attach Continuation Sheet(s)if necessary) 11. Amount of Payment(check all that apply) 13. Type of Payment(check all that apply) $ $255,915 ❑ Actual X planned a.retainer b.one-time fee 12. Form of Payment(check all that apply): c.commission ea.cash d.contingent fee b.in-kind; specify: nature e deferred value f.other,specify 14. Brief Description of Services Performed or to be performed and Date(s)of Service,including officer(s),employee(s),or member(s)contacted,for Payment Indicated in Item 11: (attach Continuation Sheet(s)if necessary) 15. Continuation Sheet(s)attached: Yes No ❑X 16. Information requested through this form is authorized by Title hk W 31 U.S.C. Section 1352. This disclosure of lobbying reliance Signature: �V was placed by the tier above when his transaction was made or Ramesh Bachuvala entered into.This disclosure is required pursuant to 31 U.S.C. Print Name: 1352. This information will be reported to Congress semiannually and will be available for public inspection.Any Title:President person who fails to file the required disclosure shall be subject 11/05/2024 to a civil penalty of not less than$10,000 and not more than Telephone No.: (805) 889-3547 Date: $100,000 for each such failure. Authorized for Local Reproduction Federal Use Only: Standard Form-LLL Standard Form LLL Rev.09-12-97 C-27 INSTRUCTIONS FOR COMPLETION OF EXHIBIT H, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1) Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action. 2) Identify the status of the covered Federal action. 3) Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4) Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5) If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address,city,state and zip code of the prime Federal recipient. Include Congressional District, if known. 6) Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation,United States Coast Guard. 7) Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8) Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9) For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10)(a)Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (M1). 11)Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4)to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. C-28 12)Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13)Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14)Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15)Check whether or not a continuation sheet(s) is attached. 16)The certifying official shall sign and date the form,print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project(0348-0046), Washington, D.C. 20503. By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). C-29 EXHIBIT I FEDERAL LOBBYING RESTRICTIONS Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier subrecipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract,the making of any Federal grant or loan, or the entering into of any cooperative agreement. If any funds other than Federal funds have been paid for the same purposes in connection with this Federal-aid contract,the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents. A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal. Standard Form - LLL, "Disclosure of Lobbying Activities," with instructions for completion of the Standard Form is also included in the Proposal. Signing the Proposal shall constitute signature of the Certification. The above referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,000. All disclosure forms, but not certifications, shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor, subcontractors and any lower-tier contractors. An event that materially affects the accuracy of the information reported includes: 1) A cumulative increase if$25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or 2) A change in the person(s) or individual(s)influencing or attempting to influence a covered Federal action; or 3) A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to influence a covered Federal Action. C-30 • e DATE(MM/DD/YYYY) A�o CERTIFICATE OF LIABILITY INSURANCE l2/16/2024 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(ies)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 Phone: (95 1)694-0625 CONTACT Lyndsey Weston Fax: (951)719-3350 NAME: PSA Realty&insurance Services (Arc.No Ex(); (951)694-0625,I10 (A/c Not(951)719-3350 PO Box 720 EMAIL lyndsey@psainsurance.com ADDRESS: Temecula,California 92593-0720 INSURER(S)AFFORDING COVERAGE NAIC I INSURER A: Continental Casualty Company 20443 INSURED INSURERS: Kemper Independence Insurance Company 10914 Savi Construction Inc INSURER C: 6725 Birmingham Drive INSURER D: Chino,CA 91710 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:23208 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 CONDITION 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 TYPE OF INSURANCE ADDL SUER POLICY EFF POLICY EXP W LIMITS LTR INSD VD POLICY NUMBER IMMIOD/VYYY1 IMMIDD/YYYY1 ✓ COMMERCIAL GENERAL LIABILITY C6987215040 12/2/2024 12/2/2025 EACH OCCURRENCE $ 1,000,000 A - DAMAGE TO RENTED CLAIMS-MADE ✓ OCCUR PREMISES(Ea occurrence) $ 100,000 ✓ y MED EXP(Any one person) S 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENt AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2,000,000 POLICY ✓ JECT LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER $ AUTOMOBILE LIABILITY 50020373901 12/16/2024 6/16/2025 C(Ea acdOAIBINEDSdenl}INGLELIMIT $ 1,000,000 B ✓ ANY AUTO BODILY INJURY(Par person) $ 1,000,000 — OWNED AUTOS ONLY _ AUTOSULED N BODILY INJURY(Per accident) $ 1,000,000 HIRED NON-OWNED PROPERTY DAMAGE $ _ AUTOS ONLY ^ AUTOS ONLY (Per accident) S UMBRELLA LIAB OCCUR EACH OCCURRENCE $ ~-EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION S $ WORKERS COMPENSATION PER AND EMPLOYERS'LIABILITY y I N S OTH- TATUTE ER ANYPROPRIETOR)PARTNERIEXECUTIVE ' 1 N/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required)Continued on Attached Supplement. The City of Huntington Beach, it's officers, elected or appointed officials, employees, agents and volunteers are named as additional insureds when required by written contract per company form CNA97587XX 3-2022 attached. Insurance is primary and non contributory when required by written contract per company form CNA97587XX 3-2022 attached, Waiver of subrogation applies when required by written contract per company for CNA97587XX 3-2022 attached. Completed Operations with on-going operations applies per attached endorsement CG 20 37 12 19. APPROVED AS TO FORM Ten (10) day notice of cancellation for non-payment of premium. (` By: -. CERTIFICATE HOLDER CANCELLATION MICHAEL.E.GATES Holder's Nature of Interest:Additional leisuredCITY ATTORNEY SHOULD ANY OF THE AB IIEeRRila} QWQR t BtELED BEFORE City of Huntington Beach ACCORDANCE EXPIRATION DAT HEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street PO BOX 190 AUTHORIZED REPRESENTATIVE Huntington Beach,CA 92648 t !Ar t 2ey w4 I 01988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD --� SAVIC-1 OP ID:RP ,44C4C)RL7' CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) �..,.r/ 12/12I2024 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(ies) 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 800-659-3363 CACT Visual Media Alliance Ins Svcs . PHONE 800-659-3363 FAX 415-520-1126 665 Third Street,Suite 500 (NC,No,Ext): 1(NC,No): San Francisco,CA 94107-1990 EMAIL ADnRFSA• David Katz tNSURER(SI AFFORDING COVERAGE NAICtI INSURER A:Endurance Assurance Corp. NSIIREb avi Construction Inc, INSURER B: Ramesh Bachuvala 1NSURERC: 6725 Bermingham Drive INSURER D Chino,CA 91710 • 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 CONDITION 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 ADM SUER POLICY EFF POLICY EXP ITR TYPE OF INSURANCE umn wvn POLICY NUMBER ouilmnNvw) (MM1nDryym LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S CLAIMS-MADE pi OCCUR DAMAGE TO RENTED PREMISES(Fa occurrence) S MED EXP(Any one person) S PERSONAL S ADV INJURY S GEN'L AGGREGATE MITI-APPLIES PER: GENERAL AGGREGATE S POLICY LOC PRODUCTS-COMP/OP AGO $ OTHER: • S AUTOMOBILECOMBINED SINGLE LIMIT LIABILITY (En accident $ ANY AUTO BODILY INJURY(Per person) S OWNED SCHEDULED AUTOS ONLY _ AUTOS BODILY INJURY(Per accident) S AUTOS ONLY — NON-OWNEDTS LY (PerracEcldent)AMAGE S — UMBRELLALIAB OCCUR EACH OCCURRENCE EXCESS LIAR CLAIMS•MADE AGGREGATE S DEO RETENTION$ S A WORKERS COMPENSATION X SEATUTE ER 0Th AND EMPLOYERS'LIABILITY EAW00002031-00 0811512024 08/15/2025 1,000,000 OFFICERJMEA BER EXXCCLTUDED?ECUTIVE Y/N N(A E.L.EACH ACCIDENT S (Mandatory In NH) EVIDENCE ONLY E.L.DISEASE-EA EMPLOYEE S 1,000,000 If yes.describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) City of Huntington Beach is named certificate holder. Evidence of Workers' Compensation Insurance in Force. CERTIFICATE HOLDER CANCELLATION CITYHUN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Huntington Beach ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street Huntington Beach,CA 92648 AUTHORIZEDREPRESENTATIVE I t � ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD • • DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES(CONTINUED): Should this policy be cancelled before the expiration date, The Wooditch Company will mail thirty (30) days written notice to those Certificate Holders which requires such action per contract or agreement. BEST CHOICE CONTRACTOR PROGRAM CNA Blanket Additional Insured - Owners, Lessees or Contractors This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Policy Number: C6987215040 Endorsement Effective: 12/11/2024 at 12:01 a.m. Named Insured: Savi Construction Inc SCHEDULE Name of Additional Insured Person(s) or Organization(s): (Blanket) (Specific) Any person or organization that the Named Insured is City of Huntington Beach obligated by virtue of a written contract or written Its officers,elected or appointed officials,employees, agreement to make an additional insured on this agents and volunteers Coverage Part, provided such contract or agreement: • Is currently in effect or becomes effective during 2000 Main Street the policy period; and Huntington Beach CA 92648 • Was executed prior to: a. the"bodily injury," or"property damage"; or PO BOX 190 b. the offense that caused the"personal and Huntington Beach CA 92648 advertising injury"; for which the additional insured seeks coverage. Location(s)of Covered Operations: Any location in the "coverage territory" that is subject to the contract or agreement specified above. Various locations throughout CA A. Section II—Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule,but only to the extent that the person or organization shown in the Schedule is held liable for your acts or omissions arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds,the following additional exclusions apply: This insurance does not apply to"bodily injury"or"property damage"occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work,on the project (other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or 2. That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as part of the same project. C. With respect to the insurance afforded to these additional insureds,this insurance also does not apply to "bodily injury", "property damage"or"personal and advertising injury"arising out of the rendering of, or the failure to render,any professional architectural,engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps,shop drawings, opinions, reports, surveys,field orders,change orders or drawings and specifications;or CNA97587XX(4-2020) Policy No: C6987215040 Page 1 of 2 Endorsement No: Effective Date: 12/11/2024 Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.used with permission. BEST CHOICE CONTRACTOR PROGRAM CNA Blanket Additional Insured - Owners, Lessees or Contractors 2. Supervisory, inspection,architectural or engineering activities. D. Primary and Noncontributory Insurance If so required by a written contract or written agreement, this insurance will be primary to, and will not seek contribution from, other insurance under which the additional insured is a named insured. But in all other instances, and notwithstanding anything to the contrary in the condition entitled Other Insurance, this insurance will be excess of any other insurance available to the additional insured. E. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended to add the following to the condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit: Any additional insured pursuant to this Coverage Part will, as soon as possible: 1. Give us written notice of any claim, or of any"occurrence"or offense that may result in a claim; 2. Send us copies of all legal papers received and otherwise cooperate with us in the investigation, defense or settlement of the claim; and 3. Make available any other insurance and tender the defense and indemnity of any claim to any other insurer or self-insurer whose policy or program applies to a loss that we cover under this Coverage Part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to insurance on which the additional insured is a named insured. F. Solely with respect to the insurance granted by this endorsement: 1. The words"you" and"your" refer to the Named Insured shown in the Declarations. 2. "Your work" means work or operations performed by you or on your behalf, and materials parts or equipment furnished in connection with such work or operations. G. Blanket Waiver of Subrogation We waive any right of recovery we may have against an entity that is an additional insured under the terms of this endorsement with respect to payments we make for injury or damage arising out of"your work" done under a written contract or written agreement with that person or organization, provided such contract or agreement: 1. Requires such a waiver of our rights; 2. Is currently in effect or becomes effective during the policy period;and 3. Was executed prior the "bodily injury", "property damage"or"personal and advertising injury" that gave rise to the claim. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA97587XX(4-2020) Policy No: C6987215040 Page 2 of 2 Endorsement No: Effective Date: 12/11/2024 Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.used with permission. POLICY NUMBER: C6987215040 COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 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 PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations City of Huntington Beach Remove existing sidewalk, curb&Gutter and construct Its officers, elected or appointed officials, employees, ADA Ramps agents and volunteers 2000 Main Street Huntington Beach CA 92648 PO BOX 190 Huntington Beach CA 92648 Various locations throughout CA 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 2. If coverage provided to the additional insured is include as an additional insured the person(s) or required by a contract or agreement, the organization(s) shown in the Schedule, but only insurance afforded to such additional insured with respect to liability for "bodily injury" or will not be broader than that which you are "property damage" caused, in whole or in part, by required by the contract or agreement to "your work" at the location designated and provide for such additional insured. described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: • 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and CG 20 37 12 19 ©Insurance Services Office, Inc.,2018 Page 1 of 2 B. With respect to the insurance afforded to these additional insureds, the following is added to Section III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. • Page 2 of 2 ©Insurance Services Office, Inc., 2018 CG 20 37 12 19 EXECUTED IN DUPLICATE BOND NO. 103472 PREMIUM: $5,922 Premium charged Is for contract term • and subject to adjustment based on final contract amount. PERFORMANCE BOND • KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as"City")has,by written agreement dated December 17,20 24,entered into a contract with SAVI Construction Inc. • 6725 Birmingham Dr., Chino, CA 91710 (name and address of Contractor) (hereinafter referred to as"Principal"),for performance of the work described as follows: Zone 2 Curb Ramp Installation CC No. 1811 • (Project Title) WHEREAS, said contract, and all documents referenced therein (hereinafter collectively "Contract"), are incorporated herein by this reference made a part hereof as though set forth herein in full;and Said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt,full and faithful performance of said Contract, by a duly admitted surety insurer under the laws of the State of California(hereinafter referred to as"Surety");and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitations as shown in said circular to provide bonds in the amount required by said Contract;and Surety has provided financial strength ratings from reputable companies,such as from A.M.Best,Moody's,or Standard&Poor's,to validate that Surety has positive ratings of being secure or Stable;and Surety is registered and listed with the California Department of Insurance, NOW,THEREFORE,we,the undersigned,as Principal,and Developers Surety and Indemnity Company 800 Superior Avenue E..21st Floor,,Cleveland,OH 44114 (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of • • One Hundred Ninety Seven Thousand Four Hundred and 00/100 Dollars($ 197,400.00 ),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 5-45 84/1 1 7 1 74 • i Bond No. 103472 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 arid 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 2,2024 ATTEST SAVI Construction Inc. • 6725 Birmingham Dr..Chino.CA 91710 (Corporate Seal) (Principalnc Name) • r Pr 5 .0..- ,T 4/ ' Name: (Z�spvY1 2 51-1 Rex fin u VeIg, • `C.)/ � .°' Title: r rP$tae,r • '71 .77Developers Surety and Indemnity Company •'- pry 800 Superior Avenue E.,21st Floor,Cleveland,OH 44114 %,(8 porate f : (Surety ame) v� FEB. `• CALIFON . .. By: ►a►,►►ruuru,++`` Name: Edward N Hackett Attorney-in-Fact (Signature of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) (212) 220-7120 (Area Code&Telephone Number for Surety) APPROVED AS TO F By: ichael E.Gates,City Attorney ,fry/C.' 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 CERTIFICATE OF ACKNOWLEDGMENT OWLE04MFMAMOWLFOGMENE.[KNOWLE041.1.ACRNOwIEDLMFNTACVNOWLE04MENEACNNOWLFOGMFMALKNOWLEOGMENFACNNOYMOGMEMCKNOWLFOLKMACRXIMFOLMEMACUIOWLEMA NTAMOwLEWMFxEACXxOWtF44MFMACYNOWIEOGMEMKYNOWLE04MENEACRNOWLFOGMENTAUNOWSE04MEN;AMOWIFOGMFNFACYxaWLF04WKACRxO'NLFEWMEMT x Rx i A notary public or other officer completing this certificate verifies only the identity of R Y. the individual who signed the document to which this certificate is attached,and not 1 the truthfulness,accuracy,or validity of that document. State of California ) )County of 0 ran q� E i1 y DEC 0 & 2024 On before me, C� � P- (�.(A—Nock,and title of the rJo-F�,.n P��i'c, x 1 (here insert name I vcer) E personally appeared t du.) a..,c-d 0 . -14 c c kQ-44 g 1 3 1 1 who proved to me on the basis of satisfactory evidence to be the person(4)-whose name(s) is/are-subscribed to 1 the within instrument and acknowledged to me that he/s4c/thcy executed the same in his/Iref eir . authorized capacityfies), and that by his/weir signature(3}on the instrument the person(s), or the entity 1 1 upon behalf of which the persons) acted,executed the instrument. 9 I certify under PENALTY OF PERJURY under the laws of the _ _ _ _ _ State of California that the foregoing paragraph is true and correct. J ,. _ CARLY P.MATLOCK I A' == `'i� COMM. #2423661 z - • gr r (�! Notary Public•California o 2 = z ` . Orange County i WITNESS my hand and official seal. Comm.Expires Oct.27,2026 t g x a Signature Card.i,yL f1( c (Seal) N Y / R. 6Lx3,n033AWxRJVIN3w903vwMJviN3NJ03vA0xiJVIx3w0031xOMlYlN3w003vnaxnVu13rv0033WOxVJWMW90I3MOxXJv1MW903W31xYn1Nlw'JOIIA'.oNYJr3x3w003vA0MJrIx3w9o3vA0xMlVL13W903VAOxgvlx3wO03uWMJVIx3w003lmONX>VL13W003uwNEJVLu3 9O33moxXJvix39O34NOxYJVIN3w0031MUxVJYlN3W9O3 WoxXJvlx3wO03LnOxYJY� ' O:ptional`: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 S AV I Co nS-t-ruc-h"o n I n C. Proved to me on the basis of satisfactory evidence: . 0 form(s)of identification 0 credible witness(es) -Fit-1-Co rrs,an ct_ Sd r..a 00, [0 3 y 12 Notarial event is detailed in notary journal on: containing 2._ pages,and dated DEC 0 2 2024 Page# Entry# • The signer(s) capacity or authority is/are as: Notary contact: ❑ Individual(s) Other RI Attorney-in-Fact ❑ Additional Signer(s) ❑ Signer(s)Thumbprint(s) ❑ Corporate Officer(s) Title(s) ❑ ❑ Guardian/Conservator ❑ Partner-Limited/General ❑Trustee(s) ❑ Other: representing: Name(s)of Person(s)or Entity(les)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. 6 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: Brendan Hackett and Edward Hackett ,of Laguna Beach,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 • at'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 _ September 20,2024 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 Zaza,President,Surety Underwriting,James Bell.Vice President,Surety Undenvritint;,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 o1'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 . `..•` \r1SU13,g4/, ��•�`sc,-•(AND pn''•.,' Ct Printed Na . Sam 7_aza7 •�GOR �Ttc* O: . co•��'O �TFO,.L Title: President.Surety Underwriting = li SEAL.' = W•• •1 93 6 C] • � ° : 0 : 7. OJ ' C). ••'pF�AWP0/ I„..,);•c''UFOR�.e',di 0 ACKNOWLEDGEMENT: •, 0 •, J�0 ''�lJ �• 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-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. NOANG-QUYEN P.FNMA :1". Notary Public-California z =(: , Orange County g Signature �',t%,1,1 i' Commission P 2432970 `t My Comm.Expires Dec 31,2026■ CORPORATE CERTIFICATION l 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. L, 2aWlI OJ IW I_S Barry W.Moses,Assistant Secretary POA No. N/A 686415E7ADE548C._ DocuSignEnvelopelD:3352BFD6-5E9D-4796-837E-C1 E455E6530F Ed.0323 Signed and sealed this 2nd day of December,2024 . No.4606-0 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY thr4 pursuant to the Insurance Code of the State of CalPrnia, • 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,Bowler 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,((the applicable laws and lawful requirements made under authority of the laws of the State ofCalifornia 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. = Dave Jones • Insurance Commissioner By Valerie Sarfaty for Joel I.aucher Chfl Wh NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly air issuance ofthis Certificate of Authority.Failure to do so will be a violation ofln urance Code section 701 andwillbe grounds fir revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. • ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,'and not the truthfulness, accuracy, or validity of that document. State of California County of San Bernardino ) On 1'?�-o'l-% before me, E'‘\cr\ c ttc.S iva icoY yy ckk'r (insert name and tine of the officer) • personally appeared \1c r e c54c1.1 u vcack 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 myhand and official seal. EIIEENMAc1As _ ed.-WA Notary Public-California • San Bernardino County F. Commissi;its n N 2473790 'w'"�,�My Comm.Expires Nov 25,2027 Signature I•+Gik (Seal) • i/ EXECUTED IN DUPLICATE BOND NO. 103472 Premium included in charge for Performance Bond. PAYMENT BOND (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as"City")has awarded to SAVI Construction Inc. 6725 Birmingham Dr.. Chino CA 91710 (name and address of Contractor) (hereinafter referred to as"Principal"),a contract("Contract")for the work described as follows: Zone 2 Curb Ramp Installation f:C Nn 1 F311 • (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 800 Superior Avenue E..21 st Floor, Cleveland,OH 44114 (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of One Hundred Ninety Seven Thousand Four Hundred and 00/100— ------- ---- dollars($ 197.400.00 ),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 5 7 • 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 2.2024 ATTEST SAVI Construction Inc. • 6725 Birmingham Dr.Chino.CA 91710 • (Corporate Seal) fa (PrincipallName) • -(RUCT/0 ,�-, By Asti _-Nu, t3c�c MOLL • O � + Name, tZciv,n • �=c� T�Q 2' Title: �res id ,F • .C1) IJ Developers Surety and Indemnity Company • 800 Superior Avenue E..21st Floor.Cleveland.OH 44114 • %. rporate Sits (Su ety N me) • % c.. B.? �P1t`� By: '',.,gLIFOR,,., Name: Edward N.Hackett.Attorney-in-Fact • ���,' ,,,, (Signature of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) (212) 220-7190 (Area Code&Telephone Number for Surety) • • APPROVED AST M: By: • hael E.Gates, ity ttomey • 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 CERTIFICATE OF ACKNOWLEDGMENT NOWLF4GMFMACwOWLE0GMFNEACANOWLFDGMFN3AC.NOWtF04MEMACxx0WLE04MFN3AC.NOWlE0CMFN3.C.xOWLE04MFMACM30W/LE04MENTA<.NOWLECLMENEAC.NOWLL04MENTALKNOWLFOLMFNTAC.xOWLFOLMFN1AC.NOWLFOGMENTAC.NOvLE0GMFMAC.xOWLE0G.1fNTAC.NOWLE04ME 1AC.N0W1EOGMEN1A[.NOWLE0GMENTAC.xOWlFOL..f TAC.NOWLE0GMN31 I I x 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 5 x the truthfulness,accuracy,or validity of that document. State of California ) i County of 0,zt n 1.e_ ) 1 § 4 R • DEC 0 2 2024 On before me, Co.�l� e. M o-Rock / I)ofech Q-ubli c , 9 (here insert name and title of the o r) e personally appeared td,z eLr4 13. -4-6kcke4 9 1 R 3 who proved to me on the basis of satisfactory evidence to be the persons)whose names) is/ace subscribed to 1 the within instrument and acknowledged to me that he/she/they executed the same in his/t> e.ir I authorized capacity(ies), and that by his/her/their signature(s)-on the instrument the person(s), or the entity 1 1 upon behalf of which the persons.)acted,executed the instrument. a I certify under PENALTY OF PERJURY under the laws of the E State of California that the foregoing paragraph is true and correct. - . .. . .. i' I --�5 +c+ CARLY P. MATLOCK —.< o;,� COMM. #2423661 z 0, f- Notary Public-California g Q x WITNESS my hand and official seal. Z `4 ` 1 Orange County — 1 ' ` _My Comm.Expires Oct 27,2026 P R Signature C ,.0.C.1.. (Seal) R 1013W90YKON.JW1N3WDODMONVJW1NMODMON.Jv1333W9031..0,11.N3W003W.OHMIN3W9031MON.WW3W9C1M010.1.19031MON.V1111 90.40xr.1.110031....1903W.ONV..V19031,..J.1903TMOHM.x3W9031MOMV1N.0031M011M1N3W9031MONVJv1x3w0 MONnv3N3W9031...1,10.011.M.W.113.03wgNUW3 Optioiial 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 S..AV I Co r\s-IY�c.-4t e n Iv)c. Proved to me on the basis of satisfactory evidence: 0 form(s)of identification 0 credible witness(es) Fa,j 1Men-I- Bo r k to. I ( 12 Notarial event is detailed in notary journal on: containing Z pages,and dated DEC 0 2 2024 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) ❑ ❑ Guardian/Conservator ❑ Partner-Limited/General ❑Trustee(s) I ❑ Other: representing: Name(s)of Person(s)or Entlty(ies)Signer is Representing ©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 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: Brendan Hackett and Edward Hackett ,of_Laguna Beach,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 September20,2024 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 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 attorney(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 Sig or and attested by their Secretary or Assistant Secretary this March 27,2023 ttttt ouN,,,, ,4�N4n4�4iiie B ! •.•` \NSUR,g ''', .•'��V AND/ O., y ORPO�T. (� J GpRPO T•• ,4 Printed Nai : Sam Zaza ��� G c�S n 'tea FO•,: Title: President.Surety Underwriting = SEAL' - i •j 1936 %▪ O• J•••�F�AWPRti:'•� O��'• cAIL/FORS-''•aya�:. ACKNOWLEDGEMENT: ••,� • ' * , 1��o'•* ��a•••` A notary public or other officer completing this certificate verifies only the 000000000000000 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-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. • I certify,tinder 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. WANG-MP/EN P.PHAN Notary Public-California ` Orange County Signature j/�El(3 t 1 � .� Commission#2432970_. �y /Ay Comm.Expires Dec 31,2026 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 5DocuSigneeddby: 6 110ril W' 11 A esus Barry W.Moses,Assistant Secretary POA No. N/A 86415E7ADE54eC._ DocuSignEnvelopelD:3352BFD6-5E9D-4796-837E-C1E455E6530F Ed.0323 • Signed and sealed this 2nd day of December,2024 . 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 CalYornia, 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 Gins,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 ofthe State of CalYornia. THIS CERTIFICATE is expressly conditioned icon 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 ofthe State ofCalifornia as long as such laws or requirements are indict 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 e day of November, - 2017,I have set my hand and caused my official seal to be ajjrzed this 1"day of November,2017. = Dave Jones = Insurance Cmnmtuiamrc • By Valerie Sarfaty for Joel Laugher Ofneaa"y NOTICE: Qualification with the Secretary my of State most be accomplished as required by the California Co porations Code promptly after issuance ofthis Certificate ofAotherity.Faulureto do so wall be a violation oflaamancc Code section 701 andwillbe grounds fir revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions conmmed herein. • ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,'and not the truthfulness, accuracy, or - validity of that document. State of California County of San Bernardino ) On 10--01 -1. Lk before me, e c4.51 ,vcjAtiaN PLAbk c (insert name and title of the officer) personally appeared (kc me`Sh 2jo.c,M uva\0 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. EILEEN MACIAS 40. Notary Public-California i${?I: San Bernardino County • 4rr4 Commission N 2473790 My Comm.Expires Nnv 25,2027 Signature AI ill (Seal) • RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating (Date) %, Q CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: ‘/GI lz� SUBJECT: Bond Acceptance I have received the bonds for 2/Wer S► ` ( �.1 1 r1 . (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. 1(7 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 141-1ZL J (Council Approval Date) CC No. t n D i t Agenda Item No. 2'- MSC No. City Clerk Vault No. DD. 50 Other No. SIRE System ID No. (�'33&O g:/forms/bond transmittal to treasurer TAIA Document A3I O TM - 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place SAVI Construction Inc. of business) 6725 Birmingham Dr. Developers Surety and Indemnity Company Chino, CA 91710 800 Superior Avenue E.,21st Floor This document has important legal Cleveland, OH 44114 consequences.Consultation with OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or City of Huntington Beach modification. 2000 Main Street Any singular reference to Huntington Beach, CA 92648 Contractor,Surety,Owner or BOND AMOUNT: 0 TEN PERCENT(10%)of the Total Amount Bid other party shall be considered plural where applicable. PROJECT: Zone 2 Curb Ramp Installation (Name, location or address,and Project number, if any) In the City of Huntington Beach at various locations Project Number,if any: CC No. 1811 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 PrRje;{,C,,,,, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hereSro����. R474,, provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.Se... furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond��:\�G *s OZ Signed and sealed this 30th day of October,2024 ;' SiZele Z s 1 SAVI Construction Inc. ^ j n (Principal) i.:h Seal) tip (i tness)•� �� r 4,2.s �f (Title) ��� ���� (7 ) • ORN�P ,a Developers Surety d Indemnity Compan ___,,, ,,,,,,,,,,%`'"� C (Surety) (Seal) (Witness) Cdrly Matlock,Witness (Title) and N.Hackett,Attorney in Fact AIA Document A310n"—2010.Copyright O 1963,1970 and 2010 by The American Institute of Architects.All rights reserved. CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT 9� 5 A notary public or other officer completing this certificate verifies only the identity of l the individual who signed the document to which this certificate is attached,and not I the truthfulness,accuracy,or validity of that document. State of California ) i i i County of Orun5.c, ) 5 3 0 2024 1 On OCT. before me, Cul-1,� f• M�-No c k,1.1 o�'a P�.bl�c p. (here insert name and title the officer) g 9 personally appeared -E A v.3 o,,rk J - -1}u,c4-1-1- • 3 ri 3 who proved to me on the basis of satisfactory evidence to be the person(s).whose name(.) islare subscribed to R the within instrument and acknowledged to me that he/she/they executed the same in his/-I r/their 1 x authorized capacity(ies), and that by his/her/their signatures) on the instrument the person(si, or the entity 1 g upon behalf of which the person(s)acted,executed the instrument. 3 1 I certify under PENALTY OF PERJURY under the laws of the iI State of California that the foregoing paragraph is true and correct. _ 1 1 _ tom _ _t . CARLY P._MATLOCK-_ _ I '' ' COMM. #2423661 z 3 x • WITNESS myhand and official seal. ;.,:gr.. _ w Z '-��� Notary Public•California o Orange County E I My Comm.Expires Oct. 2026 g Signature CMt&Lcrtilt- (Seal) • 9 3 axtwooiEMox»nxawoo3uwoxurixFwaotvnpxr�rixirvopivnoxnvu�Ewoa3imoxnnx3wowvwxr>rm3rvooiimoxx>vuE3wx3vnpx.rixawva3vnaw�nxawoprvnoxnrix,wx3uFox»ruinwooaiMON.ovu,3wopivnpxr>rui3wppEvxoxronx,wpo3uFora�nxawomw.oxnru+3womvnpx.nmawpmw.pNnnx3wpo3iMom>nx,wop3vnoxnr 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 S AV 1 Con si-rv.Ghio v. Inc , Proved to me on the basis of satisfactory evidence: C)form(s)of identification 0 credible witness(es) 'R td Son d Notarial event is detailed in notary journal on: containing 2 pages,and dated OCT. 3 0 2024 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) ❑ ❑ 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. 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 PRESENTS that,except as expressly limited herein,COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY,do hereby make,constitute and appoint: Brendan Hackett and Edward Hackett ,of Laguna Beach,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 September 20,2024 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 of COREPOINTE 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 ••.e6 `�\NSUR,q�C., •.•` �.(AND/i�'',� By: •oRpofzyT• J cpiV •��' Printed Nai : Sam Zara O�• G 0'• 0 ••:* p 2 . Title: President Surety Underwriting 1 SEAL: -0- a 1 93 6 • ACKNOWLEDGEMENT: '�F�AWPR�'• �� I%��••:qC/FORaaa 7� - • 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 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. 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. �+ NCIANIG-QUYEN P.MAU ` Notary Public-California ' Orange County F Signature h- =•�y Commission#2432970 • My Comm.Et_ires Dec 31,2024 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: &o W oeusigneed1by: gen MSS'S _ Barry W.Moses,Assistant Secretary POA No. N/A 6a6415E7ADE548C... DocuSignEnvelopelD:3352BFD6-5E9D-4796-837E-C1E455E6530F Ed.0323 Signed and sealed this 30th day of October,2024 • r � 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 fornia, Developers Surety and Indemnity Company of California organized under the laws of Cal fornia, 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 ofany,of the applicable laws and lawful requirements made under authority of the laws of the State of CalVornia 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. -17 Dave Jones c Jnaurwro Commtrsioner 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 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. r I ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Bernardino ) On I► '0 G'2, L1 before me, L lee\ ikAaU o,g fAid}ur T7ub1:e (insert name and title of the officer) personally appeared c;unrne5\i VpQ Gh u va\a 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. rnt EILEEN MACIAS M �(_ Notary Public-California San Bernardino County h n misson � My Comm.Com ExipiresN Nov 2473790 25,2027 Signature 'j (Seal) �"?.'1'.To CITY OF i'L-411--t. --.-"4::1:t-*) HUNTINGTON BEACH tea- Co............ 0,��� Lisa Lane Barnes I City Clerk UtVri January 7, 2025 SAVI Construction Inc. Attn: Ramesh Bachuvala 6725 Birmingham Drive Chino, CA 91710 Re: Residential Maintenance Zone 2 ADA Curb Ramp Project—CC-1811 The City Council awarded the bid to your company for the above referenced project. Enclosed is a copy of the executed contract with the City of Huntington Beach. A Certification of Compliance with Title VII of the Civil Rights Act, Certification of Compliance with Prevailing Wage Laws and Contractor's Certificate form must be returned to this office after the project is completed but prior to the release of retention funds. In addition, the following item must also be on file, with this office before the City can release any retention funds: A warranty bond guaranteeing the final amount of work and materials for one year. If your performance bond does not include specific wording for a one-year warranty, then a rider or separate bond must be submitted. Should you have any questions or concerns regarding the enclosures or items that must be on file in this office prior to release of retention funds, please call the Public Works Department at 714-536-5517. Sincerely, 1114--tulOati/ittArrA Lisa Lane Barnes City Clerk RE:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov -v r'f • SEcut tTy.- Po NoT ofEN =- �F� AL B i .� P Ro7ScT rvAnn Zone 2 Cur �xu�-a�a-E-�D n ba m - cc. 4t : ' gBi 0?tn 11 SCAT, : 1A a e , 2 02-1+ u,E- 10 AM City of Hun ' on Bch Public Works -eerier: PO Box 190 • 2000 Main Street Huntington Beach,CA 92648-2702 !dI tfotii 910(.7 2000 Main Street, ,,46;NCp. 8, Huntington Beach,CA 92648 z City of Huntington Beach APPROVED 7-0 File#: 24-857 MEETING DATE: 12/17/2024 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, Acting City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: Max Olin, Capital Projects Administrator Subject: Accept the lowest responsive and responsible bid and authorize execution of a construction contract with SAVI Construction Inc. in the amount of$197,400 for the Residential Zone 2 Curb Ramp Project, CC-1811. Statement of Issue: On November 8, 2024, bids were publicly opened for the Residential Zone 2 Curb Ramp Project. City Council action is requested to award the construction contract to SAVI Construction Inc., the lowest responsive and responsible bidder. Financial Impact: The total cost of the project, including contingency and supplemental expenses, is $255,140. Funds for this project are available in the current fiscal year budget in the Measure "M" Account 21390041 ($145,755) and CDBG Account 23980458 ($109,385). Recommended Action: A) Accept the lowest responsive and responsible bid submitted by SAVI Construction Inc. in the amount of$197,400; and, B) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney. Alternative Action(s): Do not approve the recommended action and direct staff accordingly. Analysis: The Americans with Disabilities Act (ADA) requires the City to provide facilities and programs that are accessible to individuals with disabilities. This project consists of installing ADA curb ramps throughout the City, but predominately in Maintenance Zone 2 (Attachment 2), where the City's annual pavement maintenance project has identified streets to overlay with new asphalt. City of Huntington Beach Page 1 of 2 Printed on 12/11/2024 powered by LegistarTM' 333 File#: 24-857 MEETING DATE: 12/17/2024 Bids were publicly opened on November 8, 2024, with the following results: BIDDER'S NAME BID AMOUNT SAVI Construction Inc. $197,400.00 CT&T Concrete Paving Inc. $208,317.00 Nobest, Inc. $218,000.00 TVR Construction Engineering LLC $227,500.00 Staff recommends awarding a contract to SAVI Construction Inc. for$197,400. The total project cost is $255,140, which includes a construction contract of$197,400, a 10% construction contingency of $19,740, and supplemental expenses of$38,000 for inspection and labor compliance. Environmental Status: This action is not subject to the California Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable indirect physical change in the environment) and 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical change to the environment, directly or indirectly. Strategic Plan Goal: Non Applicable -Administrative Item Attachment(s): 1. PowerPoint Presentation 2. Vicinity Map City of Huntington Beach Page 2 of 2 Printed on 12/11/2024 powered by LegistarTT" 334 f 171 O 0 BOLSA _ AVE, /�Cb N NTS U (n cn cn Mc FADDEN AVE. \ o LJ 1 z v 0 FnINnER w N AVE. _I Z 0 M Z N 0 A/� \ OL:HEIL =� - zAVE � . a cn -t w Q Ir o 0 a a I- 0 C9 0 N Q WARNER w' o' o AVE. RD 1 RD 1 RD in RD SLATER 178 1791 A 271 1 272 AVE. 405 A RD 1 RD 9�,3� 188 A 189 TALBERT 'VE.r 6 \ RD 1 RD 19� 199 ELLIS AVE. m co GARFIELD ,_; 5 AVE. 0 O I . w ( U) C fig fx '` 4 3 YORKTOWN N AVE. N N 3 o9`rT �0� .�� N 0 ADAMS AVE. ,o O p �` ,\Z` I— cr -76 'C INI IANAP()I IS Q Q AVE. _ z ZI 0 o ATLANTA WAVE.W PROJECT LOCATION M II MAINTENANCE ZONE 2 INCLUDE REPORTING CF.9ti wZ DISTRICT'S (RD) 178, 179, 188, 189, 198, HAMIL-ON A 199, 271, 272 y4J- BANNING AVE. LEGEND MAINTENANCE ZONE 2 BOUNDARY RD BOUNDARY RESIDENTIAL OVERLAY CC-1812 PROJECT LOCATION MAP 'A• p CITY OF HUNTINGTON BEACH 0 P DEPARTMENT OF PUBLIC WORKS 1 OF 1 J; . . .. .... . . . 4,0.. , , Zone 2 Residential Curb Ramp Project „ ..., . •- '' •: •,'''• . . ":. .:'' 7• : ' : ' ': ': . , ,.•. • , '•' :‘.. ",: .. ', 8. . , . ... • • - •• • 7.411/6- -ie • .. ... . . . .. .. ..„ , .... • .... ., • ':'• -•- ..:, essonsegibem-...„ ... -....., ., Ilk- `N 0. , ••• ., •• • '00:. ..•:•:-..--:-::;7'::.--_,.,-..740: '. :.-., .: „ "iiirw'',,: d ,6o. '._ N. '... 0• \ .40 ( t' '.''.''. •.' ' ''0 ': .,, '' . .• ,. :, .. . ' .•, ...• ,.., •., :., ' ,•''' D. •... .', • ..: ., . . ,.4. A . ... ./ ' q • • .. , . ......„., .. , ,....-------,,,,...... •,.,g..,0,, 4' • . ArimE11- .i• ,"•• .• . , ,,e'''' . , j-",- •- -..'.,,,i,,.•4'.,-..-,-'.' ."":7''' '' " .-. ', . •". .. .N •' WARDER: *708 OAVmV'„. \ ‘ IW' • 74t . I t ITER I-P- Ai . .kr,V., -, ...-6,.. .• lip.. PW . -•. • . . - ,, . • . - ... '.N. 1." 1,6F! • SERI'. :VE• „ , • • ,-.. ",. '• '`. 'gia ,110.• 0:. . . ..,,-, ..... . t!..1"2 .:,,E0t..9•; . Zone Z . .. . . . . • .. ......,..........„,_ • ••• .._,... ...... ••. „...........:._ ______„_... . ..... •••_:,••,.• •• :•• _......... .......„ _...„.:...—.: ,,•.• ., •, . •., . CARPI—OLD-VI - Ave. ....:. '. .F.• ''''': 4 i''.fi`i(td 111A „ . „ ... .. ....:- ,-,-,,-,-,--',....-.-4=- :--,-,•,, ,,....., ;'.. ' ,r,,,,,, .... ..... .„,,-1 ''''. • . ' . '1 ':-:. ., . '''''''''. :'''.. ''''.... t.''..'...••• ;119/-1°417-,-''7'' -?,-;i:9`e)t '•.0.,,/. . ...',-. .4111 ." ' "t, " ..4,,„°.,'..•.'. MIIIIM '4 ,.,. 10,-, • • -1 ,:-n,,--- "-• •,- --- -' :- --•'' -,.-'''F' :r?,-,T,:":•1 '''::-...-;•... - .:.-., - •, .. •.• ..... ' ':- s• - • T?' •a1.4-g,ir.- .PROJECT LOCATIOM. .:# •• •-• ,--,,,,..,..,--it----7•:'11- 7._..-11-- • 'I"'•• -0 • •• ‘,ck' ' •• • • 1 - tio--•' 4' .4744, • . • : lb . 17 190t- '-' 'a.- — ' •-• ••••,,, . ,,EOEND qt li 6 S.OS_ --- . .., .-. ''.' - "'-. • :.. m,i44ito.:*,: iO4..t '43104,4*: - . orempoloae • ,:...,•... 4 . .. . .... , • . r. RESIDENTIAL OVERLAY . . .... i tC,--1-819 PROJECT LQQATON 'mAP _.. . . CITY OF RO .61,WON 014 BEACH. . ..., ... ... ,.... in '- ..11.1111*. ' ". - ' • -. ..-Agr4r, ' '." -•'411111. 40111:80,40:01V ..- .:- Si*, . ...,.._, _. ....,.,_ ..-. ,...-„ , .- --.. DEPARTMENT OF,PUBUC WORKS. 1 of 1 40, . . • ' . . •. . . . .. . . . . . . . • • . .. •- - -- - 336 • Residential Zone Maintenan ce Program • s' a . ,, i Re...„ , ., ,. ,, : :, :, ., . sidential Paving �,, Maintenance Zonis 3 °`"°°• `' `°��° " Phases within program !. :,,,:,„,„,,,,,,,,„,„ „. � ° ►TiS �f �, I _f Tree Maintenance - Fall �` Ci x ale $rf � g� � Jy Concrete Rehabilitation/ADA Ramps } I. s l ¢a � '` s B — Winter/Earl S rin � s Street Paving — Spring• /Early Summer hi f � k ° � '� ��'xFrD'( g }`�` Slurry Seal —• Early Summer OefOEt��`,�» ,, ,3,a' t iat ,re cz W.s E I''ia _` x`r i : k ES^ 1 • 3 11 a sane}✓2uz3� O.GP1rewMwi'- r 6 �'�tt P � �� Pb '° I E uneuzv n C".fil rm7arcnenpyrNPf '(� r '� k C e.lr aP" _ 1���I A: e`o a * 7amiflo]s�e, G7,eaa1¢a ' bfd 'i , (ll V r �ggA!racrm,3a ,_•on�rF '}rx y {, .7bai�m61..-t! ` 'ca �E, 4 � , '� � : sue+^�,-T 3 .J�'�"��' zonotrlmarst arc. YA ore.o< -nnttimmiw s s `- �� - A V I 9sa ' " 337 Zone 2 Residential Curb � o° Ramp Project \ 0-E NEDIAPPIRP ''• • This project consists of approx. 22 curbs' A Er _ •NNE access ramps (comply with the American �1 _minionv• inuti Disabilities Act - ADA). PRa,..o.no, j� = Wg1FHWM UNE:2 W W1.WORMS t"• ADA requires City to install ADA complian ." ' '�'o`��' IN, 11111LIIIME rams on streets with avin . 'EGE"° • Includes ramps for streets to be paved within RE$10Y4T1 T OVERLA TI EC-181 N MAP2 PR CITY OF HUNTINGTON BEACH zone 2 DEPARTMENT DF PilaUC WORKS< Lof) ol T vr, 4 . , i a a: ki °a,"Q ®. Q .. 8 ,`;.'a 2r teas.t5 0,. 4'°LINTY Co ‘‘.>1 338 .. Zone 2 Residentialp Curb Ram Project Curb Ramp Construction Completed Curb Ramp 1., > 6 � '� a... � • `,< `( } ;aE� • g4 8 �ls y>,�"sa . awk --:,--,T s • t 7 r ' • ( � ; as A � '*"` �d�L i`r '� ' '� 1t £,: °� a:�^ '. ter: F g[ _ � tea'.-�s a " ffi ,„,, 74,,,,,, . . ,......:. :',z,,,-.0,-,,,,,:,'z,'•7,„-,..*f. ,:::,' :71-.'''. . �.��' "fir � � ` L i $ _ - tz. ...:: 339 Questions ? .i'' '' ' . .,, . , . } 4 �=t . .,,,,„,.7::::::ill th;‘z...47,:i. :,, ° .,4'.0*' '''*w r,,,,,_,,,,4,,t,,,,„ ,..,.,„,,,,,p4;04'4 '''4'::'4,..' • ' ''''''''':4crivrigfill;, lithin!,.a ;,,t,-41....-...caNs*- --,,--- --,-4 .t., x ..3 , k*Ili ,,;,71'.;',.,, y[10 i tt.,,,,.14,;.-A'1.11 it i' ,., ,.y r t. r`M � c; l Y"i e 340 (Wur✓ar? 1v/9/ay Pu.6 : /OPi?/90ay /%/aa' SECTION A /0/3//OW NOTICE INVITING ELECTRONIC BIDS for the construction of Zone 2 Curb Ramp Installation CC No. 1811 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 AM on November 5, 2024, on the City'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 City's PlanetBids System Vendor Portal website at: https://www.planetbids.com/portal/portal.cfm?CompanylD=15340 Copies of the bid documents, including instructions to bidders, bidder proposal form, and specifications may be downloaded free at: https://www.planetbids.com/portal/portal.cfin?CompanyID=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents,to be added to the prospective bidders list,and to 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 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 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: Zone 2 Curb Ramp Installation CC #: 1811 Bid Opening Date: November 5, 2024 at 10:00 AM. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A, at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension, the unit price will govern. Project Description: This project will provide the construction of curb access ramps and truncated domes to existing ramps throughout the city. These locations are prioritized from a list compiled by Public Works staff, based on requirements for the upcoming residential pavement management project and public requests. The proposed locations are listed in the Appendix along with Contractor guidelines and provisions to meet all Federal requirements. The contract shall allow the Contractor 25 working days to complete the contract. The Notice of Proceed will be issued no later than Thursday, December 5, 2024 and the working days will commence for this project. All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the information provided in the Instructions to Bidders. Any other contact to City 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 29th day of June 2020,by Resolution No. 2020-39. Attest: /s/Robin Estanislau CITY CLERK OF THE CITY OF HUNTINGTON BEACH T VALLEYVIEWE Invoice casmundson@scng.com Invoice 2C7C23BA-0058 ealmeida@scng.com number Date Oct 10, 2024 created Notice Id VoklzgcpsDDT1VUdalTK Publisher Huntington Beach Wave Bill to City of Huntington Beach - City Clerk's Office $2413.63 due November 10, 2024 THIS IS NOT A BILL. AS A BILLABLE CUSTOMER FOR SOUTHERN CALIFORNIA NEWS GROUP YOU WILL BE INVOICED DIRECTLY BY THEM AND PAY THEM ON YOUR NORMAL BILLING CYCLE. === Notes === Notice Name: NIEB CC-1811 - Zone 2 Curb Ramp Installation Order Number: Description Qty Unit price Amount Questions? Visit help.column.us - Page 1 of 2 10/17/2024: City 1 804.54 804.54 Notices Notice 10/24/2024: City 1 804.54 804.54 Notices Notice 10/31/2024: City 1 804.55 804.55 Notices Notice Subtotal $2413.63 Tax 0.00 Amount $2413.63 due Questions? Visit help.column.us - Page 2 of 2 IMMINIMMI F:-.. Column INTERIM AD DRAFT This is the proof of your ad scheduled to run in Huntington Beach Wave on the dates indicated below. If changes are needed, please contact us prior to deadline at (714) 796-2209. Notice ID:VoklzgcpsDDTlVUdalTK I Proof Updated: Oct.09,2024 at 03:47pm PDT Notice Name: NIEB CC-1811-Zone 2 Curb Ramp Installation FILER FILING FOR See Proof on Next Page Tania Moore Huntington Beach Wave tania.moore@surfcity-hb.org (714)536-5209 Columns Wide: 5 Ad Class: Legals 10/17/2024:City Notices 804.54 10/24/2024:City Notices 804.54 10/31/2024:City Notices 804.55 Subtotal $2413.63 Tax% 0 Total $2413.63 NIEB CC-1811 - Zone 2 Curb Ramp Installation - Page 1 of 3 SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Zone 2 Curb Ramp Installation CC No.1811 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 protect and will receive such bids prior to 10:00 AM on November 5,2024,on the City's Planetbics System Vendor Portal,at which time or thereafter bids will he 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 protect via the City's PlanetBlds System Vendor Portal website at: https://www.planetbldS.Com/portal/portal.Cfm?Company I D=15340 Copies of the bid documents, including instructions to bidders, bidder proposal form, and specifications may be downloaded free at: https://www.pianetbids.com/portal/portai.cfm?CompanyID=15340.Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents,to be added to the prospective bidders list,and to receive addendum notifications when issued. Any contract entered into pursuant to this notice will Incorporate the provisions of the State Labor Code. Pursucintfo the provisions of the Labor Code of tile 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 59'o 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 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, cashiers check, or bidders bond made payable to the AGENCY for an amount no less than 10%of the amount bid. For electronic submittal of bids,the hid 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 hid 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:Zone 2 Curb Ramp Installation CC#:1811 Bid Opening Date:November 5,2024 at 10:00 AM. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A, at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY.All extension of unit prices will be sublect to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: This protect will provide the construction of curb access ramps and truncated domes to existing ramps throughout the city. These locations are prioritized from a list compiled by Public Works staff, based on requirements for the upcoming residential pavement management protect and public requests.The proposed locations are listed in the Appendix along with Contractor guidelines and provisions to meet all Federal requirements. The contract shall allow the Contractor 25 working days to complete the contract. The Notice of Proceed will be issued no later than Thursday,December 5,2024 and the working days will commence for this protect. NIEB CC-1811 - Zone 2 Curb Ramp Installation - Page 2 of 3 All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the Information provided in the Instructions to Bidders.Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBids 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 of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALI FORN IA,the 22th day of June 2020,by Resolution No.2020_32. Attest: /s/Robin Estanlslau CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:10/17,10/24,10/31/24 NIEB CC-1811 - Zone 2 Curb Ramp Installation - Page 3 of 3 ii/I i b._ INCLUDES THE FOUNTAIN VALLEY VIEW 1920 Main St. Suite 225, Irvine Irvine, California 92614 (714) 796-2209 legals@inlandnewspapers.com City of Huntington Beach - City Clerk's Office 2000 Main Street Huntington Beach, California 92648 Account Number: 5272431 Ad Order Number: 0011697208 Customer's Reference/PO Number: Publication: Huntington Beach Wave Publication Dates: 10/17/2024, 10/24/2024 and 10/31/2024 Total Amount: $2413.63 Payment Amount: $0.00 Amount Due: $2413.63 Notice ID: VoklzgcpsDDT1VUdalTK Invoice Text: SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Zone 2 Curb Ramp Installation CC No. 1811 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 AM on November 5, 2024,on the City'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 City's PlanetBids System Vendor Portal website at: https://www.planetbids.com/portal/portal.cfm? CompanylD=15340[https://www.planetbids.com/portal/portal.cfm? CompanylD=15340]Copies of the bid documents, including instructions to bidders, bidder proposal form,and specifications may be downloaded free at: https://www.planetbids.com/portal/portal.cfm?CompanylD=15340 [https://www.planetbids.com/portal/portal.cfm?CompanylD=15340]. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents,to be added to the prospective bidders list,and to 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 NIEB CC-1811 - Zone 2 Curb Ramp Installation - Page 1 of 3 See Proof on Next Page ta INCLUDES THE FOUNTAIN VALLEY VIEW Huntington Beach Wave 1920 Main St.Suite 225,Irvine Irvine,California 92614 ,714)796-2209 2000 Main Street Huntington Beach,California 92648 AFFIDAVIT OF PUBLICATION STATE OF CALIFORNIA County of Orange County 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 County, State of California, on July 1, 1998, Case No. A-185906 in and for the City of Irvine, County of Orange County, 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: 10/17/2024, 1012412024, 10/3112024 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: Oct 31, 2024. Cele/1par S g r.ture NIEB CC-1811 - Zone 2 Curb Ramp Installation - Page 1 of 3 SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Zone 2 Curb Ramp Installation CC No.1811 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 prolect and will receive such bids prior to 10:00 AM on November 5,2024,on the City's PlanetBlds System Vendor Portal,at which time or thereafter bids will be opened and made available online.Bids received after tills time will be considered non-responsive.Prospective bidders must first register as a vendor and then bid on this protect via the City's PlanetBlds System Vendor Portal website at: https://www.planetblds.com/portal/portai.cfm?CompanyI D=15340 Copies of the bid documents,including Instructions to bidders,bidder proposal form, and specifications may be downloaded free at: https://www.planetbids.com/portal/portal.cfm?CompanyID=15340.Bidders must first register as a vendor on the City of Huntington Beach PlanetBlds system to view and download the Contract Documents,to be added to the prospective bidders list,and to 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.dlr. 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 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 tile 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 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 atthe 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 cis follows: OFFICIAL BID SECURITY-DO NOT OPEN Project Name:Zone 2 Curb Ramp Installation • CC#:1811 Bid Opening Date:November 5,2024 at 10:00 AM. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors License Class.A, at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY.All extension of unit prices will be sublect to verification by the AGENCY. in case of a variation between the unit price and the extension,the unit price will govern. Project Description: This protect will provide the construction of curb access ramps and truncated domes to existing ramps throughout the city. These locations are prioritized from a list compiled by Public Works staff,based on requirements for the upcoming residential pavement management protect and public requests.The proposed locations are listed in the Appendix along with Contractor guidelines and provisions to meet all Federal requirements. The contract shall allow the Contractor 25 working clays to complete the contract. The Notice of Proceed will be issued no later than Thursday,December 5,2024 and the working days will commence for tills protect. NIEB CC-1811 - Zone 2 Curb Ramp Installation - Page 2 of 3 All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the information provided In the Instructions to Bidders.Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBlis 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 of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA,the 29th day of June 2020,by Resolution No.2Q20 39. Attest: is/Robin Estanislau CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:10/17,10/24,10/31/24 • • NIEB CC-1811 - Zone 2 Curb Ramp Installation - Page 3 of 3 UNSUCCESSFUL BIDS CC No. 1811 Residential Zone 2 ADA Curb Ramp Project , ���aTir�cTo_, CITY OF `• pc: ioeooPgl3;y<9 ``_' HUNTINGTON BEACH cfVTY"`.L P� Lisa Lane Barnes I City Clerk � i� � July 7, 2025 _ Carter Enterprises Group, Inc. dba Pavement Rehab Company 2890 East La Cresta Avenue Anaheim, CA 92806 RE: Residential Zone 2 ADA Curb Ramp Project (CC-1811) Enclosed please find your original bid bond for CC No. 1811. Sincerely, Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov CONTRACT DOCUMENTS 4"1e) C. SPECIFICATIONS AND STANDARD DRAWINGS for the construction of Zone 2 Curb Ramp Installation CC No. 1811 in the CITY OF HUNTINGTON BEACH • J le o► 2000 MAIN STREET HUNTINGTON BEACH,CALIFORNIA 92648 (714)536-5431 BIDS ELECTRONICALLY DUE: FRIDAY,NOVEMEBER 8,2024 AT 10:00 A.M. NO LATER THAN SPECIFIED TIME CHAU VU,DIRECTOR DEPARTMENT OF PUBLIC WORKS CITY OF flUNTINGTON BEACH PLANS SPECIFICATIONS AND CONTRACT DOCUMENTS for the construction of Zone 2 Curb Ramp Installation CC No.1811 Prepared Under the Supervision of: eiteC6k4A / l0 f 7 a. Max Olin Date Approved by: h 17 2 Thom M. el,P ,City Engineer,No.53300 Date NOTE: If there are any questions relative to this project,please call Max Olin at: CITY OF HUNTINGTON BEACH DEPARTMENT OF PUBLIC WORKS 17371 GOTHARD STREET P.O.BOX 190 HUNTINGTON BEACH,CALIFORNIA 92647 (714)960-8861 • TABLE OF CONTENTS SECTION A NOTICE INVITING ELECTRONIC BIDS A-1 SECTION B INSTRUCTIONS TO BIDDERS B-1 1.Proposal Forms B-1 2.Proposal Guarantee B-1 3.Proposal Signature B-2 4.Delivery of Proposal B-2 5.Return of Proposal Guarantee B-2 6. Taxes B-2 7. Disqualification of Bidders B-2 8. Contractor's License Requirement B-2 9.References B-3 10. Listing of Subcontractors B-3 11. Discrepancies and Misunderstandings B-3 12.Equivalent Materials B-3 13. Legal Responsibilities 13-4 14.Award of Contract B-4 15. Material Guarantee B-4 16. Execution of Contract B-4 17. Submission of Bonds and Insurance B-4 18.Addenda B-5 19.Bid Protest B-5 20. Questions to the Engineer B-5 U» SECTION C • PROPOSAL C-1,2 Project Bid Schedule C-2.1 -C-2.2 List of Subcontractors C-3 Noncollusion Affidavit C-4 Utility Agreement C-5 Disqualification Questionnaire C-6 Compensation Insurance Certification C-7 Bidder's Information C-8 Notary Certificate C-9 Bidder's Project History C-10 Bidder's Critical Staff C-11 California Department of Industrial Relations(DIR)Certificate C-12 CDBG Forms: Bidder's Certification C-13 CDBG Exhibit A-DISADVANTAGED BUSINESS ENTERPRISE(DBE) C-14 CDBG Exhibit B-DBE INFORMATION—GOOD FAITH EFFORTS C-15 CDBG Exhibit C-LOCAL AGENCY BIDDER DBE COMMITMENT C-21 CDBG Exhibit D-EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION C-23 CDBG Exhibit E-NONCOLLUSION AFFIDAVIT C-24 CDBG Exhibit F-DEBARMENT AND SUSPENSION CERTIFICATION C-25 CDBG Exhibit G-NONLOBBYING CERT FOR FEDERAL-AID CONTRACTS C-26 CDBG Exhibit H-DISCLOSURE OF LOBBYING ACTIVITIES C-27 CDBG Exhibit 1-FEDERAL LOBBYING RESTRICTIONS C-30 SECTION D SAMPLE CONTRACT D-1 SECTION E SPECIAL PROVISIONS E-1 PART 1 GENERAL PROVISIONS SECTION 1 —GENERAL E-2 1-2 TERMS AND DEFINITIONS 1-7 AWARD AND EXECUTION OF THE CONTRACT SECTION 2—SCOPE OF THE WORK E-3 2-2 PERMITS 275 THE CONTRACTOR'S EQUIPMENT AND FACILITIES SECTION 3—CONTROL OF THE WORK E-4 iv 3-4 AUTHORITY OF BOARD AND THE ENGINEER 3-7 CONTRACT DOCUMENTS 3-8 SUBMITTALS 3-10 SURVEYING 3-11 CONTRACT INFORMATIONAL SIGNS 3-12 WORK SITE MAINTENANCE 3-14 CLAIMS RESOLUTION. SECTION 4-CONTROL OF MATERIALS E-7 4-1 GENERAL 4-3 INSPECTION 4-4 TESTING 4-6 TRADE NAMES SECTION 5-LEGAL RELATIONS AND RESPONSIBILITIES E-9 5-3 LABOR 5-4 INSURANCE 5-7 SAFETY SECTION 6-PROSECUTION AND PROGRESS OF THE WORK E-12 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6-2 PROSECUTION OF THE WORK 6-3 TIME OF COMPLETION 6-9 LIQUIDATED DAMAGES SECTION 7-MEASUREMENT AND PAYMENT E-14 7-3 PAYMENT 7-4 PAYMENT FOR EXTRA WORK SECTION 8-FACILITIES FOR AGENCY PERSONNEL E-16 8-1 GENERAL PART 2 CONSTRUCTION MATERIALS SECTION 200-ROCK MATERIALS E-17 200-1 ROCK PRODUCTS 200-2 UNTREATED BASE MATERIALS SECTION 201 -CONCRETE,MORTAR AND RELATED MATERIALS E-17 • 201-1 PORTLAND CEMENT CONCRETE SECTION 203 -BITUMINOUS MATERIALS E-18 203-6 ASPHALT CONCRETE 203-11 ASPHALT RUBBER HOT MIX(ARHM) 203-17 FIBER REINFORCEMENT FOR ASPHALT(ALL TYPES) SECTION 214- TRAFFIC STRIPING,CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS E-18 214-5 THERMOPLASTIC MATERIAL FOR TRAFFIC STRIPING AND MARKINGS. PART 3 CONSTRUCTION METHODS SECTION 300-EARTHWORK E-20 300-1 CLEARING AND GRUBBING 300-2 UNCLASSIFIED EXCAVATION SECTION 301-SUBGRADE PREPARATION,TREATED MATERIALS,AND PLACEMENT OF BASE MATERIALS E-21 301-1 SUBGRADE PREPARATION SECTION 302-ROADWAY SURFACING E-21 302-5 ASPHALT CONCRETE PAVEMENT SECTION 303 -CONCRETE AND MASONRY CONSTRUCTION E-22 303-5 CONCRETE CURBS, WALKS GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS,ACCESS RAMPS AND DRIVEWAYS PART 4 EXISTING IMPROVEMENTS SECTION 400 - PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS E-23 400-1 GENERAL SECTION 402-UTILITIES E-24 402-1 LOCATION 402-2 PROTECTION 402-4 RELOCATION 402-5 DELAYS DUE TO UTILITY CONFLICTS APPENDICES APPENDIX A DOWNLOAD PUBLIC WORKS STANDARDS,TRUCK ROUTE, TRASH PICK UP,STREET SWEEPING SCHEDULE, AND TEMPORARY WATER METER APPENDIX B DOWNLOAD ADDITIONAL COPIES OF PROJECT PLANS AND SPECIFICATIONS(ENSURE ONLY THE PLANET BIDS LINK IS PROVIDED IN THIS APPENDIX IF BIDDING ELECTRONICALLY: https://www.nlanetbids.com/nortal/portal.cfm?ComnanvID=15340) APPENDIX C DOWNLOAD REGIONAL WATER QUALITY CONTROL BOARD PERMITS APPENDIX D CONTRACTOR BUSINESS LICENSE APPLICATION APPENDIX E INSURANCE AND INDEMNITY REQUIREMENTS APPENDIX F BOND FORMS APPENDIX G AGENCY EXTRA WORK FORMS APPENDIX H LOCATION MAPS AND RAMP LISTS APPENDIX I STANDARD PLANS AND DETAILS APPENDIX J UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER APPENDIX K CONTRACTORS GUIDE TO PREVAILING WAGE AND GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION APPENDIX L PREVAILING WAGE SCHEDULE V» SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Zone 2 Curb Ramp Installation CC No. 1811 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 AM on Monday, November 8,2024, on the City'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 City's PlanetBids System Vendor Portal website at: https://www.planetbids.com/portal/portal.cfm?Company1D=15340 Copies of the bid documents, including instructions to bidders, bidder proposal form, and specifications may be downloaded free at: https://www.planetbids.com/portal/portal.cfm?CompanyID=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents, to be added to the prospective bidders list, and to receive addendum notifications when issued. This is a Davis-Bacon project and the Federal Regulations will be enforced. Any contract entered into pursuant to this notice will incorporate the provisions of the Federal Labor Standards,which are 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 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 bidder's bond made payable to the AGENCY for an amount A-1 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: Zone 2 Curb Ramp Installation CC#: 1811 Bid Opening Date: November 8, 2024 at 10:00 AM. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A, at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: This project will provide the construction of curb access ramps and truncated domes to existing ramps throughout the city. These locations are prioritized from a list compiled by Public Works staff, based on requirements for the upcoming residential pavement management project and public requests. The proposed locations are listed in the Appendix along with Contractor guidelines and provisions to meet all Federal requirements. The contract shall allow the Contractor 25 working days to complete the contract. The Notice of Proceed will be issued no later than January 6, 2024 and the working days will commence for this project. All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the information provided in the Instructions to Bidders. Any other contact to City 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. The Project Disadvantage Business Enterprises(DBE) goa 1 is 0% BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 4th day of June_2024,by Resolution No. 2024-25. Attest: /s/Robin Estanislau CITY CLERK OF THE CITY OF HUNTINGTON BEACH A-2 SECTION B INSTRUCTIONS TO BIDDERS 1.Proposal Forms Contract documents may be downloaded, at no cost, from the City's PlanetBids System Vendor Portal website at: https://www.olanetbids.com/portal/uortal.cfm?CompanvlD=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents, to be added to the prospective bidders list, and to receive addendum notifications when issued. Bids will only be received electronically through the City's PlanetBids System Vendor Portal website at: httos://www.olanetbids.com/portal/portal.cfm?CompanvlD=15340. Bids will not be accepted after the specified Bid Opening date and time. The bidder shall have the sole exclusive responsibility for ensuring that the bid is received by the specified bid opening date and time.For technical support with the electronic bidding system,please click the Help Center icon from any PlanetBids screen to be directed to the technical support help desk. Electronic bids shall be submitted and uploaded on the Proposal forms provided by the AGENCY. All information requested therein must be clearly and legibly set forth in the manner and form indicated. The AGENCY may reject any proposal not meeting these requirements. Unauthorized conditions,limitations,or provisions attached to a proposal will render it informal and may cause its rejection. The complete proposal forms shall be without interlineations,alterations or erasures. Alternative proposals will not be considered unless requested. No oral,telegraphic,or telephonic proposals or modifications will be considered. Any bidder may personally withdraws his bid from the City's PlanetBids system prior to the bid opening date and time stated in the Notice Inviting Bids. Any request to withdraw a bid after bid opening shall meet all requirements of Public Contract Code section 5100 et seq.and must be submitted in writing within five(5)working days, excluding Saturdays,Sundays and State holidays,specifying in detail the mistake. 2.Proposal Guarantee Proposals must be accompanied by a proposal guarantee consisting of a certified or cashier's check or bid bond payable to the AGENCY in the amount not less than 10%of the total amount named in the proposal. Any proposal not accompanied by such a guarantee will not be considered. Said check or bond shall be made payable to the AGENCY,and shall be given as a guarantee that the bidder,if awarded the Work,will enter into a contract within 10 working days after the award and will furnish the necessary bonds as hereinafter provided. In the case of refusal or failure to enter into said contract,the check or bond,as the case may be,shall be forfeited to the AGENCY. For electronic submittal of proposals,the certified cashier's check or bid bond(bid security),must be received at the City of Huntington Beach Public Works office,2000 Main Street, Huntington Beach,CA 92648 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 envelope must read as follows: B-1 OFFICIAL BID SECURITY-DO NOT OPEN Project Name: Zone 2 Curb Ramp Installation CC#: 1811 7TH Bid Opening Date: November 8,2024 at 10:00 AM. 3.Proposal Signature If the proposal is made by an individual,it shall be signed and his full name with his address shall be given; if it is made by a firm, it shall be signed with the co partnership name by a member of the firm who shall sign his own name and the name and address of each member shall be given; and if it is made by a corporation,the name of the corporation shall be signed by its duly authorized officer or officers attested by the corporate seal, and the names and titles of all officers of the corporation shall be given. 4.Delivery Of Proposal Bids will only be received electronically through the City's PlanetBids System Vendor Portal website at: https://www.planetbids.com/portal/portal.cfm?CompanyID=15340. Bids will not be accepted after the specified Bid Opening date and time. The bidder shall have the sole exclusive responsibility for ensuring that the bid is received by the specified bid opening date and time.For technical support with the electronic bidding system,please click the Help Center icon from any PlanetBids screen to be directed to the technical support help desk. Any bidder may personally withdraws his bid from the City's PlanetBids system prior to the bid opening date and time stated in the Notice Inviting Bids. Any request to withdraw a bid after bid opening shall meet all requirements of Public Contract Code section 5100 et seq. and must be submitted in writing within five (5) working days, excluding Saturdays, Sundays and State holidays,specifying in detail the mistake. 5.Return Of Proposal Guarantees The proposal guarantees of the second and third lowest bidders will be held until the awarded bidder has properly executed all contract documents. Within 10 working days after the award of contract, the remaining proposal guarantees accompanying all other proposals will become null and void and returned to the unsuccessful bidders. 6.Taxes No mention shall be made in the proposal of Sales Tax,Use Tax or any other tax,as all amounts bid will be deemed and held to include any such taxes which may be applicable. 7.Disqualification Of Bidders In the event that any bidder acting as a prime contractor has an interest in more than one proposal, all such proposals will be rejected and the bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one bidder,and while doing,so,may also submit a formal proposal as a prime contractor. 8.Contractor's License Requirement B-2 This project requires the Contractor to possess a valid State of California contractor's license of the proper classification in accordance with the provisions of Public Contract Code Section 10164. 9.References All reference information called for in the bid proposal must be submitted with the bid proposal. Failure to provide reference information of history of similar work and experience with the bid proposal at the time of bid opening may lead to rejection of such proposal as non-responsive. 10. Listing Of Subcontractors Bidders shall list in the bid proposal the name and place of business of each subcontractor who will perform work or labor or render services for the Contractor in an amount in excess of one-half of one percent of the Contractor's total bid or$10,000,whichever is greater. 11.Discrepancies And Misunderstandings Bidders must satisfy themselves by personal examination of the work site, plans, specifications and other contract documents, and by any other means as they may believe necessary, as to the actual physical conditions,requirements and difficulties under which the Work must be performed. No bidder shall at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. Should a bidder find any errors, omissions, or discrepancies in the plans, specifications,and other contract documents or should he be in doubt as to their meaning, he shall notify the AGENCY. Such notification must be submitted, if any, must be submitted no later than TIME on DAY OF WEEK,MONTH DAY#,20#4.Any inquiries received after this deadline will not be accepted. Questions must be submitted electronically through the City's PlanetBids system. Emails, phone calls, and faxes will not be accepted. Questions submitted to City staff will not be addressed and bidder will be directed to the PlanetBids system. If the City determines that the point in question is substantive and is not clearly and fully set forth in the Contract Documents,the City will issue a written addendum clarifying the matter which will be posted on the City's PlanetBids System Vendor Portal website at: httas://www.planetbids.cominortalportal.cfm?CompanvlD=15340. Any interpretation of the Contract Documents will be made only by written addenda on the City's PlanetBids system. City will not be responsible for any explanations or interpretations provided in any other manner. No person is authorized to make any oral interpretation of any provision in the Contract Documents to any bidder,and no bidder should rely on any such oral interpretation.Any addenda issued during the bidding period shall form a part of the contract and shall be included with the proposal. 12.Equivalent Materials Requests for the use of equivalents to those specified, must be submitted to the AGENCY 10 working days prior to the need of such materials unless otherwise specified in the Special Provisions. Within that time,the AGENCY will issue a written response indicating approval or disapproval of such request. It is the sole responsibility of the successful bidder to prove to the AGENCY that such a material is truly an equivalent. B-3 13. Legal Responsibilities All proposals must be submitted, filed,made and executed in accordance with State and Federal laws relating to bids for contracts of this nature whether the same or expressly referred to herein or not. Any bidder submitting a proposal shall by such action thereby agree to each and all of the terms,conditions,provisions and requirements set forth,contemplated and referred to in the Plans, Specifications and other contract documents, and to full compliance therewith.Additionally,any bidder submitting a proposal chall, by such action thereby, agree to pay at least the minimum prevailing per diem wages as provided in Section 1773, et. seq. of the labor code for each craft, classification or type of workman required as set forth by the Director of Industrial Relations of the State of California. 14.Award Of Contract The award of contract, if made, will be to the lowest responsive and responsible bidder as determined solely by the AGENCY. The AGENCY reserves the right to reject any or all proposals, to waive any irregularity,and to take the bids under advisement for a maximum period of 60 days. In no event will an award be made until all necessary investigations are made to the responsibility and qualifications of the bidder to whom the award is contemplated. 15.Material Guarantee The successful bidder may be required to furnish a written guarantee covering certain items of work for varying periods of time from the date of acceptance of the work by the AGENCY. The work to be guaranteed,the form,and the time limit of the guarantee will be specified in the special provisions. Said guarantee shall be signed and delivered to the AGENCY before acceptance of the contract by the AGENCY. Upon completion of the contract,the amounts of the two contract bonds required in Section 2-4, "CONTRACT BONDS,"of the Standard Specifications for Public Works Construction,may be reduced to conform to the total amount of the contract bid prices for the items of work to guaranteed, and this amount shall continue in full force and effect for the duration of the guarantee period. However,the Labor and Material Bond can not be reduced until the expiration of 35 days after the date of recordation of the Notice of Completion. 16. Execution Of Contract The successful bidder shall execute a written contract with the AGENCY on the form of agreement provided,and shall secure all insurance and bonds required by the Specifications within 10 working days from the date of the award. Failure to enter into a contract shall be just cause for the annulment of the award and the forfeiture of the proposal guarantee. If the successful bidder fails to execute the contract, the AGENCY may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder fails to execute the contract, the AGENCY may award the contract to the third lowest bidder. On the failure of such second or third lowest responsible bidder to execute the contract,such bidder's guarantees shall be likewise forfeited to the AGENCY. The work may then be re-advertised. 17. Submission Of Bonds And Insurance The successful bidder will be required to furnish the necessary bonds and insurance to the AGENCY within 10 working days from the award of contract. See Annendix F, for the City approved Payment and Performance Bond Forms. The Contractor may use any standard form for B-4 the Bid Bond. The successful bidder shall provide a certificate stating that the bonding company is admitted to do business in the State of California. This certification may be obtained from the Executive Officer and Clerk of the Superior Court at the following address&phone: Orange County Superior Court Probate Court Operations 341 The City Drive P.O.Box 14171 Orange,CA 92613-1571 (714)935-6061,Contact Linda C. Wallace Prior to the issuance of the Notice to Proceed, the AGENCY must be furnished with a Policy Endorsement, from the successful bidder's insurance company, naming the AGENCY as an additional insured. 18.Addenda Substantive City changes to the requirements contained herein will be made by written addendum to this Invitation for Bids.Any written addenda issued pertaining to this Invitation for Bids will be posted on the City's PlanetBids System Vendor Portal website at: https://www.planetbids.com/portal/vortal.cfm?CompanylD=15340,and will be incorporated into the terms and conditions of any resulting Purchase Order and/or Contract as appropriate.The City shall not be bound to any modifications to or deviations from the requirements set forth in this Instructions to Bidders as the result of oral instruction or communication. The effect of all addenda to the contract documents shall be considered in the bid package and said addenda shall be made part of the contract documents and shall be returned with the bid package. Failure to submit any such addenda with the bid package may render the bid irregular and may result in its rejection by the AGENCY. 19. Bid Protest To be considered timely,a bid protest must be filed within the following time limits: (a) Protests based upon alleged defects or improprieties in the bid documents shall be filed prior to the date of bid opening. (b) All other protests must be filed within five calendar days after the protester knew or should have known the basis of the protest, but no later than five calendar days after the date of when the Bids were due to the AGENCY. 20. Questions to the Engineer Questions regarding the bid documents(i.e. plans, specifications,contract documents,bid forms, etc.)will be received by the Engineer up to five working days prior to the bid opening as specified in SECTION A. Questions asked of the Engineer after this time will not be addressed. as SECTION C PROPOSAL for the construction of ZONE 2 CURB RAMP INSTALLATION from VARIOUS LOCATIONS CC No. 1811 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 25 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 readvertise 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-t If awarded tire••=:Contract.trio:;undersigned;agrees;that i : the eventof the BIDDER'S defa%ilt'ii ecutin the-retluired,contract and:fling the nec sary bonds and insurance:certifxcakes°°.wit in.Ia : ' ,vorkin .. . `s.after the date of the.AGENCY`S notice.of;a r,ard.,ofcontract`-0,:**:B;IDD the .. ::day x" ER,' proceeds:of'tiie security:°acr'rompanyirig t ;:bid°'shait-b'ecome te.property';.'of`t1 e.A:G :CY-and;. t it bid and theacceptance hereof may at,.the AGENQY`S option,be.considered null and:vord., .. Aecom m tis.Pro osal 6f bid,fj .Bttaa sBONP ia%; in�the.at�tiito� :NlA - said..amount is::nbir,less.than;tU 'o 4rthe:aggregate afore tata,1.t d. ce' zas r.e ired by.the-NO e invzting ig.LEOIRION10 ,Bids;:payable, to the,A-..pti CY (Please:insert'the*or s 'Cash", - , Ce led�Chieck" :vor:latc1defs:'Bond fare'.% , as tEie case may bed:-Any.standard.Surety Bid ' Bond':forin:is:aceept ale> Bidder:sl allx:'s gn ;rece%pt offal)Addenda<herex;If aiij?=<. . rtddeitiki Va . .. 1JaifRe jvedi; . . .. - fit/ ::. . >. . . . ... r E`fGOt� R..KtE�SLtiNERfJ. . . .y' PRt?J . . BID> N1 ;<'z.,•:e':'' .urn.•,.,_.�, ;-•_-• ::��;.- -4.,•,... ,� i •,a•••-••--. as;. e.:: ,r '--a--a::n•. a: +,ram:• ^r C-A;. �,�..w�"s' -sv.. ��. �y">`tti : .,:,�.��n'.,.' �S„ vas•„''::�?', �',� ,.,.., ��,,,.�:�:, '� <,' µ c - ., x :aft"�.. lis ri;. ••'; a. � Ya�3 '«a`�,'"zu �xil ` � 1� .° '4p a ��,,�."<�.-�� r .�„h;`"sm�55 �!;�J',� � ,�A i nY.. , C-E'�•.%'.s ,#k.,;.... 8-r a7a ' d �?°'.'.', - .r-ry.. :rm". .- ..,,,. .e..a.,ua r .i':. '";wp - r.;%«.+ir, • s « l er. ?' �.s�- .Sr-�sa x» 1 '1 ;Mo•bilization •;i "SQU ,_ : DC- , . LS i ;; , -Z ' Prepare StagynitAik(ater:Pniltitiarf..'Prevention P(ert.(SWPPP Q0 ' nstall.&Maintain t onstnlction,BM,Ps . • Construct curb,Access'fianiRp er Cattrans.std:Plan 'A8.:EW, ,fi881B.;as-stro vn:on:Cu0g4nip Detail 1 in.Appendix r , ' : ;:4 •.14.o Specit1'catI ns-(tte it inciirdies all appurtenances;curii'. : . &gutter„depressed curtt,�`sawcuf;,.sidewlk,:adomes. 7 retarnirtg:eurl siatpave,etc.); ,` , 4,,. $.:tD�"l�ul' Z J)` Sb'.,, : hlo prttat.Curb Cut GUrb Access;F rp Per:Caitt*atis•_SCrJ:. Rlat,A8,8a1A 888=using ho"rizontat curbng?m cuttiachine as; . shown On Curb' tamp Detail'2 in=Appandiie<il . . . . :.:Specifications',(items includes'ailiappurtariarlce curb& ' . gutter`,.depressed curb saweut..sidewalk,dome retaining curia,etc) , 1.5- '� •$'1:11 W 1 , (15 •,Install4,`PVC;SteeielbrStreet issernbly,Sign:perCity:of r, FIS: . ;, Ski:Plan 0? Z ,Ran ve at i,eplacs e4iti-h nt id a lk per,City O;tHB.Std. ' ' , . , ' p . . . a 1jJ!Clr ltc�ril saws t '. ;; 1 `.:'p, t i~l tain.inciurleSali 9EJ00 � � Remoue andte s>exist 8"-9:�"'Cuifi aril Cuttec.per.;.. place,.., . � .. t3? Sid:l?Carri2Q&(Rena;includes-.ell appurtenances , . - .- , iut„slattiroe.etck- 2t70 ' SUB;TOTAL•BID- MOUNT IN' ORD s -, SECTION C PROJECT BID CURB RAMP PROJECT,CC 1811 Note: All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension,the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. In addition,the City reserves the right to Include or remove Bid Schedule B in the award of the contract. C-2.2 NAST• • OF SUBGON` ' TORS • Ili' ccordanc+ o ernmeat CodL Section' Oi4;the:Bidder 04.4.set i:'tea , aii t" business.address.of each.subcoutrccror:Who w ll:perf401*ork-or redder sezvtce to the bidder:oi . said contract 0 an..amount 'excess of;une half of one.'percent,,o the't tal'bid vhiciie er'is greater;,and the° orfion©f tke'work t bedone:by.su+c s�bco actor." But . lVaine'aindA ss':of :State ;.a;'DIR€PAC Dollar. %;of • It ni s &thcoi t�sact r° .icense st a'tion'# itioun ' Contract - -- :..' " _ • . BY:,su6m7,S,A*.'af this<pr6:04 t,'*e B r.cer r . , . 1. L' at fie is:<a le'to and 1 perfoimn:`tLie-bal, ice:a.•.411 o whic is: i c©:crered in e' sub. o c:al�oue c ritra t`"rs�Ix :.;2; That:the _ :AG:ENC'Y,`�aiiI1'Fie` Bushed,by subcontractor:for`this ra'e • +a `al ,suhcantxacts eriteied�info auci.bvi�ds: C�.3. .. TO'11E EXECUTE]) IV BIDDER.:AND;SUBMITTED .`,r : BID • -^ ;d"eolare under.``e o ;ii der t Ze l ws:at the:Mateo '::ali c mia t iat o o n - .. . . �. . " �p G tl�e°f"reg �;..•A ...... " ,. "... p ualtX, ;erjury .. true and correctanO that this";declara on;is-eicectit rl'on A 11 HEi1Gl......... � + f - �ai :D a .. C`QRF'Y E .:KFRa:CHNEF0:•... CEO., 0 DRA PAVFfiAENT'RFHA8 CGSNIPANY -thir'.gaTtY".mal{l�g:ther fo oil :did that'the;bid is,not`made izi the mterest'v :of ou:the behalf:o undisclos d ers "".. . . :. .....�'.. ..,. "...... fir.,^. p . .. ... artnershi ,'.com'any associationorganizahon,.or Y 1 UII;,: la Lltn 'c12S1�, cull i"ve,o s tlratthe:bidder not;, ' ec '°::orin ire"etl `inducedcir:sol citetl.an h:ottier is:der his �.1� �� �. "" Y Y , Y. . .. •• to put in•a false or sham bid; and has notdirac11Y^`o'et4at ectIy cots t ed •cOnspired connived; or agreed with any;•bidder or any<one""else to;iat "a sham bid, o tTiat any one!si all refrain from • bidding, any ma vnei, .ectly, o ndirectly; soa ;ley' agre ementa: �ccimt}xuntcati or:con erence with an viie io rx ttie',tiz3;p oe 'or"that bidder r=.to • secure'an..;advanta o", au�st the ul�irc.;ba.; • �auFarai-xi ��tl�aaitract ofai� o1i�airiteres�ed;a;4l�ie " .. proposed`.contra0 that a1'i''sta€ements eontairiedaa he;,hi�, e true"an' fir er,tl at=tl a°bide ;has .s ,� z n4-:,der ;r cindu�ectl. ; subnutted i s or he bid'`rice o r an. breakdown thereof 4 or tie contents: theredf.or:di, g ed:info " ation;or data relative thereto,:or; a d and ar'=`a ':fee::to=aa co " ratio rtFie s " `otim any°association=,or ion;`tiid ; ository.� or'ta any memlaeirpor.P,azi�at?" �; t thereo f"to effectuate a cQ L heave:orsliam'bz ; . ........ . . .. . . ......:: ;... .. CRRTER�ENTERI?RFSE�_rCROUP;',tNCr-:�:_::".:..'.�:. �:°.:- , .:. :- •-- . " , , DBA FAVE TENT REHAE.:COMP`ANY.: • . • . " .Addy • 'k �•�:e ..M • - Itti14O. .JL'it ANDOi:l;1t :•Q.1:7.StL+i:J',: . . .. ;C V .kf tWI INP—TQ BEAC}I :: :AL ODVI% :. Cehtlemea arman ce of the wok spediled`in-t ::':: _ ;contract;known as.the,ZONE 2r.CrURB RAMP 11'N ALLATI'ON ve)(;it) ill loy and _.. ..utilize only:qualified^persons,; s hereina ter.defined to work, in pr©xinixty° to(any .e ectrzcal ., secondary'or;tra ismissi lines_ s ort foci �`Flio°'terixi='Q!uahfied?Pesori" defined i�'Title:f�,XCalifarnr�a Adntn istrative Cede, ecnon.27Q0„as follows. . "Qualified;:Person ; A,m erson;. ho,: y easy of rie i ar:1).* uctton, s famrlrar w t tie • hazy operrav to.be.per, rme •and ttze t�ds:' ye ved" ,. ,. The;undersigned:-also;-romi`sed and .ees.that all,s rch wor `shad:be erfo d`in a ante'. . withiall:a' licable:.electrical utility companyrequi ements.Pul l'ic Utt :C'ommission orde and Mate of Cal�forata;Gat;;©S requirezneitts: g . . Tkte::undersx furChei rom ses and. e .t iatF t e visions l ere .sha l:.t e:aiid a e >urd a upon„any subcontiactor,,erg;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;sai subcontractor ar sii bcont tor^s:*th,,the requireitieii0::doz tamped herein. . ,..TAR �R. _ , . . . _ ... _... .-... .. . PI�VEMENT`R1=HA8 cUIIt1RANY ... Contractiit :::`:':..... :C:Q`REYA;KIRSCHLVER•..:Cl=O,; , Bate:- y; . ;1171202'4 •. .. .. • w 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 6i'No If the answer is yes,explain the circumstances in the space provided. N/A 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'IN'S1TR 1' C C.IER'1'tt&1CATL, ' .' • . • Piirsuant.to Section 1 gf 1:of•the State Labor .Cock,'each:contractor to wibon:a public'wi rks.cannttact. :• . begin.awarded shalt sign•the ollowiimg"certificate : ; x aria aware of to provisions of Sectitn 3700 €the taboc Code-whic.regiire every - . employe to•bo:..it sureri ads liab ty tt rr;t orket$'compensation,,or ter un iertaksew insurance.in accordance with the pravl ions of`'that code;::ai d I w"t=coi iply with auch ' provisiaz�s before:com encing,t per o e'of the;w ork°a us contras ; • OSA,pittvEmENT REHAB COMP. .. . Contractor . • CORKY R 't{tRSCHNER=; EO . • Date; 11/712024 .. . . .. .. - -N<.y' em ' " . °� ��ac�^ rnr� 7�� DERS i' FORMA INO .- BIDD cert fiessthaiiil*'falktwng. or natian.is:tru and;. i rree • CARTE EI tTE PRISE GR UP,41�f C::[ PAVElU NT RE lAB'<Ct�MPAN • • ;2890'E LA::CRESTAAVE • Bsm -Address HE1M,CA 92806..,... :. ^ ;. itY. •State cif t '.C:�:��� ��2�s=era: _ : �tQ�0�a�`� t +� c�nn�:. • -- • epksa to]`�u r. • Email Address •40513T�k" : • $"187201 - • :fari;.•.Date 1 s d. 3/31J2t " . . 7040 cue N* to>w•ork�s to wets in• spected•b•y TIM.FITZPATRiCK our ice on ..NOVEM8ER 1ST 2o�•2'4, :Tate<foI o big=.are in;..' �svxts � lei COREY.R KIt SCHNER CEC...� ��?�" sat;:: • ratx : Ctrs ,&. a: st;m s;p��pa ANTHONY,STEENV PR;ES: RtCHARD DEVOS»:CFC3, , JAY.KIFRSCHNER="VP;'SE ,TREA4,: '... ..: • • . �.;" Bared. 0i�'.Ctatxnei�;caf the C � City Y2�ncia� a� oche is ccord t and#17eavementss• it!• ARTE R ENTERPI IS S GROUP;:i 1C.:€BA PAVE Y1tEI+fT REHt B Ct ri�tPAtt l • empai • QIdd t er rCl�', or Typed S�aatizre • • v NOTARY CERTIFICATE Subscribed and sworn to before me this 7TH day of NOVEMBER ,2024 . 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) ***SEE ATTACHED NOTARY JURAT*** 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 ABOVE) CA CALIFORNIA. JURAT WITH AFEIANT'STATEMENT ,. .. ��:f�.5'•C�A`C�A'.. .„.. 1F. .„..r.„..„ �G'{i<xVC'kr ^[�tNC 4^'� c i ^L ii'�'4„ A 4 yyti. j. 1)See Attached:Docu[rient-.(Notary to:cross:out:lines.i`= belouir}: . . . . • ( :See:;Statement Below(Li+es. `-6:to be:`comotet ed onto by doci ment'signe s3 no *Or* ;Signature-;ofDocument'Si,rier'No. 7 ;Si riattre of,Document Sigma To,'2:;`ifan • ;.'';A not ubli br;'other offieer co lean this,certificate verifies;o .the::iden rof tt� i ,dividualvwho si ned document.fo whit Tthis certificate is<attach'; :ancl not:the'truthh lne accuse` v l d ty'of that do State of al�fun is Siubscritieci'and sworn 'to.;for.afhrmeci Tbefore me aCou `=of Orange ... on . , :�hr& •;day bf• " � ."�iQuenitier ."�4.�... by Da , .t and''2 • ' :ice Roeii ' A.. .'Notary;Rabic-:taiif . , .... • � a"�� ... ..,i3r�trg�County.... �` • r roped"to roe ora:ifie-basis;of satisfacto�' evidence: .r,n • Commission( 49 hy!Gantn EzpiresJWr:i9 i)28 • Pe -,app P :: .t`a ba the rsort(� wtxq Sigria#cite ` lace!�(ofarY.:SeaX' boue . .:aprcontxit, • Thougt.thl "section is optiornai:c0imiitti,this infoiiriatiokear deferaltest►on of tlje docuri ent:or .f d f rea`tta h c .-.. ...: ... tau"'u ent:: c�rrlent of`thrs.foirat to arz.�n�}tr:�n¢ed?,do urrreni: .. Description of Attached Document . Title:orTy'e;of Docunmenti< " Document.Date: • Number of Page ;;. . Sigrier(sjOtt erTfian N aii�tect �20t [Vational:Nb...';: Association. tivww l ational` :' io. t;.' EI=US 7 _ • � ....:... . ._,..,. . .. ... ,_;......... .:.,.,._.... .., -fl0 NQTARII`�1�SQ0`rt3 6:6827) _lterri-#597�Y Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of(Describe specific work and experience necessary for project.For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Sanitary sewer lift stations of similar size, proiect work within public streets,an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. 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 SAN BERNARDINO-290 NORTH D STREET,SAN BERNARDINO,CA 92401 Name and Address of Public Agency Name and Telephone No.of Project Manager: DONNA PUENTES-(909)384-5140 CONCRETE FLATWORK OCT 2022 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: PAVEMENT REHABILITATION AT FOURTEEN LOCATIONS#13468 _ , RAMPS,SIDEWALK,CURB&GUTTER,CROSS-GUTTER. 2. COUNTY OF RIVERSIDE-4060 COUNTY CIRCLE DR, RIVERSIDE,CA 92503 Name and Address of Public Agency Name and Telephone No.of Project Manager: MEHRAN SANATI-(951)255-2762 $782,938 CONCRETE FLATWORK APRIL 2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: SLURRY SEAL AND CURB RAMP ACCESSIBILITY PROJECT DISTRICT 1 AND 2 CONSTRUCTION OF PCC CURB RAMPS,CURB&GUTTER,SPANDREL 3. CITY OF DESERT HOT SPRINGS-11999 PALM RIVE, DESERT HOT SPRINGS, CA 92280 Name and Address of Public Agency Name and Telephone No.of Project Manager. JILLEEN FERRIS-(760)329-6411 +220 $908,262 CONCRETE FLATWORK JAN 2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: ATP CYCLE 5-PALM NORTH DRIVE-PHASE 1 CONSTRUCTION OF PCC CROSS-GUTTER,SPANDREL,CURB&GUTTER, RAMPS,SIDEWALK C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager,and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project.Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. THOMAS DIETZ Name of proposed Project Manager Telephone No.of proposed Project Manager.(714)833-0403 CITY OF SAN BERNARDINO- PAVEMENT REHABILITATION AT CONCRETE 21 LOCATIONS,$1,888,000 CIVIL FLATWORK 9/27/2024 Project Name&Contract Amount Type of Work Date Completed CITY OF RIALTO-VARIOUS STREETS RECONSTRUCTION CONCRETE CIVIL PHASE II,$1,463,000 FLAT WORK 8/25/2024 Project Name&Contract Amount Type of Work Date Completed COUNTY OF RIVERSIDE-SLURRY SEAL AND CURB RAMP CONCRETE FLATWORK ACCESSIBILITY PROJECT.$996.000 AND AC PATCHING 10/31/2024 Project Name&Contract Amount Type of Work Date Completed 2. JOHN GARCIA Name of proposed Superintendent Telephone No.of proposed Superintendent:(951)500-5552 CITY OF SAN BERNARDINO- PAVEMENT REHABILITATION CONCRETE CIVIL AT 21 LOCATIONS.$1.888.000 FLATWORK 9/27/2024 Project Name&Contract Amount Type of Work Date Completed CITY OF RIALTO-VARIOUS STREETS RECONSTRUCTION CONCRETE PHASE II.$1.463.000 CML FLATWORK 8/25/2024 Project Name&Contract Amount Type of Work Date Completed COUNTY OF RIVERSIDE-SLURRY SEAL AND CURB RAMP CONCRETE ACCESSIBILITY PROJECT,$996,000 CIVIL FLATWORK 10/312024 Project Name&Contract Amount Type of Work Date Completed c-1 i CO1' :I CTOR'REGISTRATION:WITH CALLIE.OR;NIA`l EPAR'T 0,NT. ,OF'INDUSTRIAL,• ;RELATIONS(DI }-CER'U; HCATE • Pursuaat.'tb S8 8541ernn < T abor=:C©de Sctio s1711...,,T(a)) ssed la;. ti e Caiifz a:State-Senate:. ":an Jane 0' 20 l;4>established a neuv ublicaworks..0 ntra+ctor: e st ati ii tic" •-• ' ,a . an I'.r " �w h:i�egiii�ccs . ll contractors 'az d;subcontractors biucitit .acid=performing•work o 'Piiblsc orfcs°'`P'ro e s fQ" :register on"au.':annual basis•;(each Tiny 1 hough 7unc:,30 statefiscal ear) w tl 'tlie Gahtbinta ent o Industrial Relatiena+ I:• Currentl= "the.annual"'.nonuiefiandable re istratio fee o Contractors is;$3Q0 . Each'con rac�t+or tt%whom;a' "tblie'" +arks;con tcthas been:aided:shall: • • V •signthe followin certificate:;' PIEET litip:f/� dir c&gov DLS Pubhct mrks/SB85 a tST eet.: ." < • • • IR i D ';3 'on o�'R. —zCall. . "cf eg%stratt�ri'Litik � �"��2.�7�� ". :... - ihtv.iv. rilio .dirca':gaol.P'WCRll: c`o40.-nfet.?action 1 egisluti nFarm .: . . .. . =dis P DIl ?s Contractor Re,istrati seats It s'J1e: calgav/PWCR'1Searebr i cti:pri I.am aware and:wi`llcornplXwith:the'provisionsKof Labor'Code Section:177I 1(a}which,states; .-. contractor or;subcont actor shall not"-be qualified to"b .o i be I ated u i a.t id;:";ro osal,; subject tol,40.;i.otoi enient...0$ ction 4104, rl.the u lic Contract:.Code,or en F • :perfbrmai ce. 'f contract or;ub c:w,or as":de ed:: i`this cha "ter',unless current ': . „ iregxstere,d and": ' Ce to `e fai &titil's 'wow uirsuant to ect ou f 72 : :It is not a; Violation,of tins sectionw;for.an:unQe:.;ttotogt:cunt actor`to s mita;:bid thatiis.authoiized=b: Section:7a29 I of,the Business and rofess ons bode or by e t ori"; t1:Cb4 or 20l01'5`Of. • the Public,Contract+Coded Protinded'tTie contractor is registered,to perform public work ". pursuant fo Sectio.:ii 17?S;S at:the time:tile Wcontract"is;a riairdedr"`. ': .. , awel,aforALL;subo e . ,.. x.-a , Xtxacta�. - .4 • ten, -". x+" m. : any- '. ,w � e u • v.yam.. .. ..,... :.. • .. .. .,• ., ., : C3iEY:F ,KIISCH( Etx-wCE(a' Ie `. Date: 1111 (1 4. . ;?WC,'R+eg ss�tra*oa#.;1000064823,. .... . _.. B,IDDFzR'.S:GERTII'� CATIQ *, OUSiNG;AND u. M1 DEVELOPMENT-A.CT SEC LION `TIT 4,Cone of Federal'Regttlat or 5* : :Economic Op `ties..for:l ow and`V`er f.. o e The-,bidder under< evial;``."'i f .e j ,certifi es t fiat:e' ept as noted below" iri erson ass a ated therewith in the eagaci of"owner;partner,,d ector officer or,rilana er()4io, l t fieapplicable _ ..,. . • .Q . this=p�ajec�'stzail irieet`all>regiiizeiz�eut��ci�. S�ciQz%��•a.� �:Part 19G8or • • Will hire no new emplayeesn caujuiic�itiri vuth Shl Will awata:1`0°fo tifits sii�ir-c�;tcacfs-;t�Sen�r3: • - .;businesses; : - This ce ti ication shall` < l' .'fo the>rune Contractor*sub-coint"racts t TEI ENTERP ( fS: "ROUI I,NC.. Cantractor : •DBA:PAVEM.ENTtREHAB:C:OMPANrY- • ton-tact y� Contact Phone:. -7 f2 &- ; . Sr ;"eci'• - Date. 111'1.20 `bray w v�,a jyri i ..6R Note ti.O. bove°..certification is regtiirect°by>thie=Oepartment i ° Cousu} 'aud Urb Develop ent • (24 R 135;and.Subtitle A er a and nin e tie s i mitted the bid ers-.and proposed: sub • ;contactors aiit:`:,zn<;co nec ron with conitracts>.and subcoq a4ts:Avo,%a're subject'to S"eetion 3`•ot • the 1;96S:Jausing and Urba ,004opment;Act,as anaeuiiedin .1 IUD) . Previous no -com:it ance=with a ion 3 could resulti'hi disctuali ca iab:. • , a4t DIRsummit"' I eCPR Public Search Log in Mal lideltiklaliami Public Works Support Contractors Projects Register Home ) Contras ) CARTER ENTERPRISES GROUP,INC. CARTER ENTERPRISES GROUP, INC. Contractor Contractor business email janitziv@pavementrehab.com Contractor c ation eff date 2024-07-03 Contractor first name Tyler Contractor mailing city ANAHEIM Contractor mailing state CA Contractor mailing zip 92806 Contractor physical city ANAHEIM Contractor physical state CA Contractor physical zip 92806 Contractor certify date 2023-05-31 Contractor company type i Corporation Contractor craft legacy . Laborer; Cement Mason;Operating Enginee Contractor craft snow Contractor c ation exp date 2025-06-30 Contractor date deactivated Contractor dba name PAVEMENT REHAB CO. Contractor entity number 2.01809E+11 Contractor ID 1000064823 Contractor last name Weage Contractor mailing address2 Contractor physical address1 2890 E LA CRESTA AVE Contractor physical address2 Contractor source SNOW Contractor wc cert date 2022-10-01 Contractor wc exp date 2023-10-01 Contractor wc policy number WC106300504 Contractor wc selection Insured by carrier Contractor legal entity name CARTER:ENTERPRISES:GROU:P,:6.fC.. ;Contractor mailing addressl r289.Q E LA CRESTA AVE., .CQ,r tractdr we carr ei' .,Zurich American:Insurance:.Company' Che.ci< d': .... ,.... .. • i or eCPR-Public Sear& Login ,-t 102 INtilltittitiliikairgil " PublicWOrl<sSupPort .Prt�jects °mg > :[aE traei ors ' ''. cAsE is P d.suRV11fL U,:IN . CASE: LAN" ►:SURVEYING,:. 4cr: Corittactor busilless;erxrail; dst@caseIandsur vey_i com :.. CPntractdr c atior eff date . . A ' ; 20 4-07-t0 Contractor first mine• Larry .Contractor.matfl g ditli ORANGE Contractor mailing state CA Contractor mailing zip 92868 Contractor physical city ORANGE Contractor physical state CA Contractor physical zip 92868 Contractor certify date 2024-05-29 Contractor company type Corporation Contractor craft legacy Field Surveyor Contractor craft snow Contractor c ation exp date 2025-06-30 Contractor date deactivated Contractor dba name SURVEYOR; Case Land Surveying, Inc. I . Contractor entity number C1370813 Contractor ID 1000001533 Contractor last name Case Contractor mailing address2 Contractor physical addressl 614 N. ECKHOFF STREET Contractor physical address2 Contractor source SNOW Contractor wc cert date 2019-06-20 Contractor wc exp date 2025-01-01 Contractor wc policy number U B9J057945 Contractor wc selection Insured by carrier Contractor legal entity name CASE LAND SUjRVEYIN [NC. oritriciOr 614 N. Et<HOFP STREET ,Contra,ictor ike carrier Case Land Surveying, !tit. 1,2 ctipt(a0 „ „ EXHIBIT A DISADVANTAGED BUSINESS ENTERPRISE(DBE) This Project is subject to Part 200.321,Title 2,Code of Federal Regulations entitled "Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms." The Regulations in their entirety are incorporated herein by this reference. It is the policy of the City that disadvantaged business enterprises (DBEs), as defined in Part 200.321, Title 2 CFR, shall be encouraged to participate in the performance of Contracts financed in whole or in part with federal funds.The Contractor should ensure that DBEs,as defined in Part 200.321, Title 2 CFR, have the opportunity to participate in the performance of this Contract and shall take all necessary and reasonable steps,as set forth in Part 200.321,Title 2 CFR, for this assurance.The Contractor shall not discriminate on the basis of race,color,national origin, or sex in the award and performance of subcontracts.Failure to carry out the requirements of this paragraph shall constitute a breach of Contract and may result in termination of this Contract or other remedy the City may deem appropriate. Bidders shall be fully informed respecting the requirements of the Regulations and are urged to obtain DBE participation in this project,although there is no specific goal for DBE participation. C-14 EXHIBIT B DBE INFORMATION—GOOD FAITH EFFORTS Federal-aid Project No. CC NO. 1811 Bid Opening Date 11/8/2024 The City of Huntington Beach established a Disadvantaged Business Enterprise(DBE)goal of 0% for this Project.The information provided herein shows that a good faith effort was made. Lowest,second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts. Bidders should submit the following information even if the "Local Agency Bidder DBE Commitment"form indicates that the bidder has met the DBE goal.This will protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening,or the bidder made a mathematical error. Submittal of only the"Local Agency Bidder DBE Commitment"form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement PLEASE SEE THE ATTACHED GOOD FAITH EFFORT. B. The names and dates of written notices sent to certified DBEs soliciting bids for this Project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested(please attach copies of solicitations,telephone records,fax confirmations,etc.): Names of DBEs Solicited Date of Initial Follow Up Methods Solicitation and Dates PLEASE SEE THE ATTACHED GOOD FAITH EFFORT. c-is C. The items of work which the bidder made available to DBE firms including, where appropriate,any breaking down of the contract work items(including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms. Items of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items ($) of (Y/N) Contract PLEASE SEE THE ATTACHED GOOD FAITH EFFORT. D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved),and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: PLEASE SEE THE ATTACHED GOOD FAITH EFFORT. Names,addresses and phone numbers of firms selected for the work above: PLEASE SEE THE ATTACHED GOOD FAITH EFFORT. E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs: PLEASE SEE THE ATTACHED GOOD FAITH EFFORT. C-16 F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: PLEASE SEE THt ATTACHED GOOD FAITH EFFORT. G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms(please attach copies of requests to agencies and any responses received,i.e.,lists,Internet page download,etc.): Name of Agency/Organization Method/Date of Contact Results PLEASE SEE THE ATTACHED GOOD FAITH EFFORT. H. Any additional data to support a demonstration of good faith efforts(use additional sheets if necessary): PLEASE SEE THE ATTACHED GOOD FAITH EFFORT. NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. C-17 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted N/A (2) Signature(given and surname)of proprietor N/A (3) Place of Business N/A (Street and Number) City and State N/A (4) Zip Code N/A Telephone No. N/A (5) E-Mail N/A IF A PARTNERSHIP.SIGN HERE: (1) Name under which business is conducted N/A (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) N/A (3) Place of Business N/A (Street and Number) City and State N/A (4) Zip Code N/A Telephone No. N/A (5) E-Mail N/A c-is IF:A:CCOIRPORATION,SIGN'• R:t 1: S la e und,er.;w ich busi iess'is;:cond icte CARTEk ENTERPRISES GROUP, INC:DBAPiAiVEiVMEN;T<REHAS.:COMPANY (Signature'.. COREY R:=KIRSCHNERR=:CEO .... .,' .. , phi" .. .. r • FOSS:• (3):Incoaporated undertl� CA ORNIA • e:Iawsy�Qf�t;�e.S tans�£; LIF'. w.� (4) E P a e;of business ...LA'CRESTA A It ,. 28�0. (S t:and�+Ii�ilier) • .. City andStaf NAH0fAA;.CA.;; (5). Zip:Coder:9280 _ Telephirn Nai:fi . 7:t;4=238r'!'.444. -(6) &.Mail:BIDS©PAVEREHABCO C;o.n.. .._. ........ NOTARIAL:AC Nt7i, J D.GMEN'F::OF.xnettTIONIY ALL.SIGNATORIES . ... MUST • • CALIFGRNIIA:ALL-PURPOSE ACKNOWLEDGMENT;' ,. CIIVIL:`CODE§..1;1;89: .P+no tiblic;o :other•`"off%c ::com''leting this'°ceitifcatc verifies only the ideit i `='o:ttie;it ii idusl'-who signed:-the " ed,_ dn ., ., dbcumerit.to-ivinch:this certificate�aifai� and not tti�:truthfulMess,ee�irac}r;or:validity-at^tfie�dacume4s : • ' State ,)i. ` County:.of. :. ©range ,)r • On `Novernfieti.-,..2O 4 ' `before:m a .. .. :,Leslie.Roche:'Notary`.Pubii:d.. ........ ... . .. Date . . .. " :. " He�e Insert hfa a and;7iti .offfhe C :cor personally'.appeared":Oorey'R:-Kirschnei , .. • .._...z ... .. .. .. . -'wfio:.proved""tv:n e ony.:the basis';afi satisfacto ;.evidence">to:-be tir e;person( :whose.:na.' iii.. =subscribed'to the:'within in"strument:sild:,ackno wiedg ed;to:me ttat`1100. re/thQ execute'd-:the ame:in .his/titter/tbefr author zed'cspacity(ies) and that by is/hsr%tbeir::signat ,re( ;:on the'ins riient:the person( , ':©r.'the'entityy.uponbehalf of:' t ich ttie`person(0.4,0ed executed thsinstrtimerit: . :(;.certify.under P LTY OF>PERJURY'under,the"lav s . . of the"State;of;Californiathat the foregoin h . " . . =is,true and correct, -.. "-- - a,.. MTNESS:r y hd and official seal: .. . . . 6.t.,,0ti,hii '=diiifomia: ... Qranga oui�tl► r min` ryry1� P .- -, .,.- ":m<�trm„ r .': . - . .., • -.fit .. ;Sigflati.ire.- • .: .Sgrrature�of'ttliafa�c;Pub�c �: Place Yriotaijc-`$ea'Aoue - . 'Th"ough this section is:optional, completing this!iron nationd°can deter alteration 9f:the:document or-_ . .. - fraudulent reaftachimeat of,this form.�t'o:an unintended dpcume,p4-- :- Descriptioi of;Attadhed'Docuiiten# - • `Title vr``Type.of Dvcurrien#:. ..>': • •. .. _. _. .. Document,Datec< . Number of Pages: :SignerO>Outer Than`i cried Above' -- •- __... • .. . 'Capacity(ies):Claimed by Signer(sk . . . .... . Si"4grefs lame: -.::: ... - :Signer.'s�;Name,. • O?Corporate Offi"cer—TItle(s):- ' Cl Corporate Officer Title(s1.: la Partiner•- p Limited :p:=Geneiral El'Partner."-r 0 f irtited Cl Generai _ Ottndiviauai 0 A.09.a in Fact: ``Cl 1'rjiclividuai -" 0 ttomrie in Fact . - . - ClTrustee• 0 Gigardiarr:or:Cot servatcr :l:]Trustee - 0 Guardian or'.-Conservator .. Q Other• - . ='that': :. . Signer is;Represerrliig ". =': Sig er is Repiesenting:, . (320i;4;National Notary ssociatiori,awww_N`ationa1Notary:.ocg t`t 800-US..`NOtTARY'(1-80Q 876-6827) Irani#590.r, .. List below names of president,vice president,secretary and assistant secretary,,if a corporation;if a partnership,list names of all general partners and managing partners: COREY R. KIRSCHNER-CEO ANTHONY STEEN-PRES. RICHARD DEVOS-CFO JAY KIRSCHNER-VP, SEC,TREAS. C-20 - 8 HTBTIT_1Gr_ :L:C CAL::AGEN `.BTDM)ER:DSKse0*{ATIVONT(CO TRUCTION i :ON'rr iACTS) : - - NOTE:.to:CE,?,&SE:R Eglo:INSTRUCTIONS wti 'RE"XERsrstp ;:OF THIS F cc a t,Ag ri ,!:.aITY,OF'HUNTINGTt?N,BEACH I c}CAT ON H414111401ON BEACl- C t; . PRO ECTDESC UPTiOL+jx.Ma cie:, ;,CURB.%;RAMPS:..;:. .. _ e • .. . . , . >31DDErRS,N-A .CARTER:ENTERPRISES,Gf.RQUP, INC, DBAPAVEMENT`REHAB.COMPANY COrNTRACF f3TBE GORY ''tpl . . _....... .. ... : . CONTRACT':`_,. TF,EM?,ot.w9RK p..0g4 gtipNDI CERT`NO;: "'. `',NAME;:io. ,',EACE ',DPEOPI N.014QF.1IV7' `: • ' .. . ` .. . . ITEMTNIO, ,DR SERVICES . TO ,BEAND E3fPIRATtON' Must be cerGfie 9411te Sate bkiisDBE'. .., _, ,CTED;Qtt'•MA;_1'ERC•AC,S D1'!'t;E. (ar�;apene�d inclYrde�t)F1E,address . .. 1O BE P t)VIDE13="far coat actcd:if thc�' unit?Pbbne umbc ,tiidde^is.al)t3Fj: ... . • , . -_:,.'- " ...,N ."' .•. , - NA. . .... %r .for Local'Agency;tt C• omplet ._. . Local 480.9 Cont act< umber a g.az icip0onB ,M • • -Federaratd'Pro,ect.Nuniber.; .. ." -- .... .. .• ••• •. . ,l fiede Sii'a[e' _ _ Contract-Award Dale .' ..... .. ... ... ., _ • • - LocalAgen:'certifies?dltat all:DRE certificabons.have:beeni yer ned and anfornia on tscoinptete`anriraccurate. ``' - , S�gualitse of Bidden: - -.. i'Ii7/2024• 41:4-238- 44.- • : Pnnt l+teme;- 7.-. S� azure .:Local A`gency,>Representa ige 4Roon t Rom.�if'1R N Please Efl orPnntk •:.�gn. i?iife CH. (AreaCode)'aTelephoneN Umb ..... ._ . .. ... .... ,_ °`I4caF:hgen�idcle�BiPCeinm itmpo(.(Cailsliuetion�GfiritEacis}`; „ . .. .� 1 PLEASE NOTE: This information may be submitted with your bid.If it is not,and you are the apparent low bidder or the second or third low bidder,it must be submitted and received as specified in the Special Provisions.Failure to submit the required DBE commitment will be grounds for finding the bid nonresponsive The form requires specific information regarding the construction contract: Local Agency, Location, Project Description, Total Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs.Prime contractors shall indicate all work to be performed by DBEs including,if the prime is a DBE, work performed by its own forces, if a DBE. The DBE shall provide a certification number to the Contractor and expiration date.Enter the DBE prime's and subcontractors' certification numbers.The form has a column for the Names of DBE contractors to perform the work (who must be certified on the date bids are opened and include the DBE address and phone number). IMPORTANT: Identify all DBE firms participating in the project regardless of tier.Names of the First-Tier DBE Subcontractors and their respective item(s) of work listed should be consistent, where applicable,with the names and items of work in the"List of Subcontractors"submitted with your bid. There is a column for the DBE participation dollar amount. Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If 100%of item is not to be performed or furnished by the DBE,describe exact portion of time to be performed or furnished by the DBE.) See Section "Disadvantaged Business Enterprise(DBE),"of the Special Provisions(construction contracts),to determine how to count the participation of DBE firms. Exhibit 15-G must be signed and dated by the person bidding. Also list a phone number in the space provided and print the name of the person to contact. Local agencies should complete the Local Agency Contract Award,Federal-aid Project Number, Federal Share,Contract Award Date fields and verify that all information is complete and accurate before signing and filing. c-n EQUAL EMP OX NT OPPORTUNITY CERTT ICI 1. =The bidde ; RTEi ENTERPRISE ` Rf3UF; ii4C1 prop"c sed subcontrract ": .... . 'E 3: [p F certi�i .that.h lsiie f has.•, has of -_ articipated in:a• a .o =coif ct =,:gip _ .. pr �n ;tree..0 sulcanfra�'£:::_..:..... • 124C.and that where require i,be/sheifr has h with e(Jo nt RR'eporthni Cornnui e,,the I irec or O ce o Fec a a1 C• •4 C-om`-l ance a.:Redera1 `zo�rer iinent:contract n_•'or aoznuust gag y,:or'theformer Presiderit:s:C ittee onE uaf;Ein lo: ent�', pnzttmF ail repo :rdueu app..:rfs: , Yuz�terthe' licanT�� . . ... eq�uire�aeitts Norte:..;The al MMe:certification is'requ red"by the' OOajortunit e''Oe m*of -subcontractors 4i,ii in to: nneetion ith;contract :and st bcontrac S xc are subjec to a:e clause..Contracth °aid §u contract hich'are';e em'i rahi` e`ual"a o uni clause:are set c?rtt .in:4t;;CER."6� .i: :; Genc l 'onl" caritrac s'or subco is o ,OOO or • under are'ex mp: Currentl :-StandardFo m JQQ E 14. i4.160r l.':,r' ortre•; •red b--i e; cirri a"WOO,* . t,, lemeAtin �se tal�ti+ons �;�eeoc; o�<e o ;ersfeeolsirve:X��ce�cchs � .. , • :Prroposed pi me'contracti rs;and subcontractors.Uvl o:have: c gated in.a previous:contract:or, • subcontxact subj ct to the E:cecutive Qr ierskar d'ha ire not aled'tlie a ui ec r`:e shoal no tE at .- • 4.1 CERR:<64:4.-;: " 1 re +ents::the a va�i.o co i acts:;and;sat c cts:unless`s iet�:contracto:r'..... submits a:rep64t,cvveri gl.-:*e'delinquent'.period or suci;ii'ather period i ied.4t:fhe;Federal • H ghway; i iiinistratson or by the".Directory .Offz�c o Federal Contract:;Compliance; C7 • Department ofLaboic;" Signature:. . -Dates- "1n %2 . .... . ::. P 4• I.print" arrie .CORE '€ KIRSCHNER .. • . • :.Title; :;GEC.. . ... :. .... . . . ............... . .. _ ":. EXHIBITS , NQNCOLLFI4t AFFD1. i'iile•a ed a :cod : 1 .^ a Public.'Contract,Code Sect oP?'t 06 ... ...... ... Zone>:2-Curb mp: irstaliatiori: . :. . , , To.:the C :eif ti tgi Be a . c - In confor uance'with Title 23 Inited:Statos Code Se ian' `ati o n' on e is L'12 and a?Pn�IY.d� tEactCod , 710C6:the`bidderdectare atfhe-t d:is�otmade` '"the'" teres�`. .^,��,tii; ,xn,- sn otx�ot cxa be�•o��aiiy r��3�aiasel=' ^ '. ' perm,.partnership ectmpa y,,•,association ,organ zato x,or.coiprarativ liat: e bid,is: enuin and; . not collusi•ve,o sham; at`the:bidder has not:dttectly orh.t1.., y induced:or solicited.any•other:: . :,bidder.top i•ts.'.--.lsevorsham<.b d a•nd:has:not direct'" oriii ixeetl co Conspired;c!alaniv•e 'orawith a i 'bidder r vine:else;'to tit:i'a:shan -a'"-� or::that;:an'one:shall refrain: rii% . iir'...4 n that the:bidder°:. - • . ,. (a�, has•zxo�.:xn" 'maiiiez� duecil�.�iriri�tectly-'-�v� a�ieem� eommumeatto or conference with an, oneyto f .thebid`� iice:o;F"fhe b dder�o other bidder, or to fix:: overlie•_ . 'eft or:cast.element of tl e bid'.riprice," of �f.tCiat of:`: otf er:.t idder :ar::tc ,:secure an acly'" .` ,, arrist the: ublic t ad- awardin' the�',ccntract,:of anyone interested ei s µthat ...:. ... sed contta,.:. . . .. ::ropo ...._. ,: :7.et;. .fall c�irfiane�<<n>the bid a�e:txiie;-aridr.f�rClier�x�laC:the�:�idde r���- = -' - not directly or nd i e •ctlLy,:s ibmitted his ocher bid"price or any breakdown ofx or:the contents thereof:or di ulge -in±br tat on:,or data:;relati e'thereta,or,pool;: iicl will rio paYx any•feet .;a c " oration . . ... : ... �vtp ._,.. , . ,paiUiershrp •.coin}�an�:assoczaa�iri ;:iiir•��ni'xattots;iard�.iiepos�ar�s,Q. t�i menzber:oX age' the of:to:e"ffectua a:c lI - . . .. ... . � � o ttsive or sham:bid;,; • - :Note:. Tl�e at o ie-Noncollnsitzii> ffidavi i"s art of ttie�l dder's Pro�oso- = `' `the. g Pro osal the,Bidder' iias'`ai'so s "ed tl is No collusio davit; ,,..-,,, , . ,,, . : . ::.•, Bidders a�ez;ca ationed:<that"ii akin ;a false Ce fication :sa.1`ec he:B drier to:criminal gcoseeutic�zi; ,.Si trues .. Date:. 1..0.12024:-:.' ., Print 1 acne ,:;C:OREY Ft KJRSCHNER: „ Title: , 3� :.M : .p ^ • ... _ - T... .. .. ... , jT • • CALIFORNIA°ALL=PURPOSE ACKNO'WLEDGMEN• '... CIVIL:CODE§.,4189- ::_:: .•:.:. . ... A notary:pubftc:or..o..40er:office r-;cv. . rripletirtgvtlsEs;Oert(ficafe uer�ies;only the`idei�ity;of"1�e<iiidiiicii�aC�uu�ia sigri�d;:3te��� ... • diacument"to.wtitcft ttnscertad is attached artd not thetn;ttnfulness,accuracyi.a r;vatidity of that document , • S.tate;of';CelifiriiaY . Un;.:;. Noueniber 7.: tI24::. :before tzt ,....:.. .• ::•,.;;..: ...,.Leslie nt a Kota Pkibiie fate • Mere Irsett:Nam ad life ofthi:poor ;personalty:appea red;, Cirrey t .KlrschnerM . :_..,:;;..:. Nitneci Signe ho tics eprro/ttv eeidi�a-.C1's�;,.:mora.z.A..,n tbueu'tG:ie; d erris o swfchosieen#the•. • ; : •-• subscribedto:•the weithrf' led tomse,ttat.he00W' xecuted- 14.- a the'ontity updti behalf of which.the:p rson acted,exedute�d far iris°treir e: I.ce i ifthe tng"parag �� . ; State r • u of C oTa'i�ttY. •atif foregoing nth,e •�II"CttitFS�;` d<`�irifi=;offseat. .. . Nattty•Pis�i{ :a{itai taro Orange linty C� sst+fer Z�CS+f4 My.Casim.Exp►res u"t#1112it Si9?8 r < l !otary tti S ... P lace'NOtary'Seal Rklar-• �e Though°t hiisecffan=rs oplrona4-completing.:t1ni fr%tarmafion can deter eltexatfQn of tfiet document or': fratidr�ientreattachment offt s fban to,ar urrsnterided document:- . ......... _.. .. ..,..:_ <..>... t m , Number.ofPa9es' tither`hea:Pex[ed:A , .ac es Claiitred'rb" ner '.Si fier'e Names . . Co : to cer—"Cit s': . . ,. Qfi'► e j } -. . ... ... . • � $rate Officer-=:1"iti- s a..: EI:Partner_.. :p Limited !`Gen+erai : •' d Par er-- art C!tndivrdual Cr Attrirneyr bra.Fact Ct;i"ridtiriduai • CC>gttoi nay<m Fact' .f 3 Trustee'„ : 'Cl Guardian or•Con•servator• :CI Trustee. l art.or Conservator L`Otl�etw: • 9 • .. • •rietRepresenting Is.Sign Repeating er . ,. . ,. ..: . , .. ;Q2trt�l National l~I w Cssociatiornn.www.NatiortalN *'f-.8UO=US>NOT Y 1-8Q0=876=68 Item::#S90T • BT F DEBARMENT;A ND?S'tXSP':ENSION"CERTIliCA'['Itl TITLE.49 :CODE•.OF FED8AL:REGULATIONS,FART•:29'.• ' TTie:.Bidder;unifier°: ez ;-cif` ;certifies_tixat, exce.t::as no"tee below els ie o A :otl er : person associafed.with Bidder in tTie::capaci y,,c own r,partnerr director„ci Zcer,manager • . ilkiiiderslispeiasic*de;�0�neiit;:�riti�:�nta�''"eaCcluszcari;�.�a�- :detePnunation-of uaeli feral eit by any ederal agen :; i th e u�:fie past°3 y • •does;:iot<l ave'a proposed de13annentr0eridingi and ;l s riot lbeen ndicted,convicted;:or ha€l civil:`,.: :en rendered a a nsthan/etc. by a'courtof competent jurisd ietioo,,it a ny matter i ivo vmg.fraud.or of cial misconduct ' within'tlie":ii'aat 3:years. tf there_are:an..' xce"t ons"to:tl is c ea"o f_`insert tlie:a ce t orris'n tl a fo aivi ' `s aee: ' Exceptions will:not necessairily esult in:denial;of:award.,:=but will be.'considererr in;'determi t bidder Pes onsil ility=For_any exception abo!e,i dicate:belo to m it app le"s;initiatt"ng .. • a W .,find daces of action .. N ite:.. Providing•false:info.nmation;-may a lt;;in crii final " o'sectttion fir trative:. sanctions,_ Tlie;'alzove certrfication s'pa ;af tlie:Propo �T . - sal !:: : ''-'.tI1i5�PPo • signature:poropii*.k.e f sl 11 �Si � Date 1=1712024 Pr nt:l acne. CO EYa >t 1RSEHI ER;• . Title: :ceo. . w ; y +NOt4L BBY1NG CER'I ii ICATT+ON FOR'fDERAL.=A.M,'CONT'IRACTS- - Tinos ect ve` ar ci p ant.certifies h;;sig ;arid:si bmifti" it.iis bid'or: "o`osal,to thie:best:of his fir'her°knowledge:a xd beh et.that: ,.i)!.• No,,:FFederal appropriated:fluids'have keen paid`or`*ill-bd.paid.;.•.`.or:on:behalf of ihd - iiaider�si a .,:to an gn d y Fersazt": fti -,intlteng ar atmptiizg�'.to'iaflirence an.officer .or. • ' . empl.yee :t f';ar y";',Fe ie al.a4eney,:`a M:eimber-'.of Cori..-..ss,;an.officer: ..........F..... ' or.a a r lo. e af ' , Cannsx.or.ai:e locee'<ofa .fiem e o `_Con� sn corwith the ardiii o .. ' .. . ,. a ederal°cotittadt tr ' aki a Fefea an-,theiiki o Fedai ti ':. entern fit. f an� eoapera tve"`agre-etneaiadetees ontinraea -" -... . . amnment ormoficaion of Fe�deral t.t. offo eot ,. ament - "�:: if- funds:other'tan;Fe ieral9a- ro riated.fund' have hpp een; aid'or'wilt be°ai'd-io::an" , - . • person;for:iiifli€ienemg:o4ttempting Yip t ue zce,an 0404 oc em ee of an Federal- ' agenc. . 'fa;; e. . . Member•of�ari`' ess'pan<ctf�c�er cr�.eznilo", ofeiu�" ess oir'�i•eiiililoyee'of .. •Member, f'Ciingress is C0:00,0 tiori with la Federal ' . . : . .. ..�._ _... �:.. .a::::<.. ..,, . .,'...: . . .: : : . c�tract�;graxt,:'lo ;;`v� - en.-. .... • ... .. . . . agre!em,.. ,t;.th . .. sul�rnit'Staidard.'Foi�in�=�L�L ;,'D'iscicisure� - e undersigneii'slaallyconlplete�-an ... 1--- ofL :byi Ac tieiriconta ce• tt tsl ns tutres. - n m.o. r- ,t w ,.. n a :: . :Thi$ ci ictn-is:a mana:r . entat .n.;o fa Aon,wilch ai ws grac. d:Men.tk: :transaction was:made or entered.;mto.S `bnisszon'of t is!ceitifoatioti is:a'. -ere- lls te.for inakin :o.':en o tern thtitc,04s.trarisacti*:fin osab, : S'eeti .I;3 2;:Ti*,:;34',:'Is::,. vdo:` .040-4N01.i fails=:to-'file the r ired�certificatio t;shall;be. jectto.4:4- il`"'enalt :of niot less tlia i©000 and.:- mot.snore than I.OQ,04.0'for eacf suchfajlure : The;prosper#ve>patticipanl'also ague .�b mi s, � tt�ng: s � `er-' oi�pt`"ap4's �lae4oc�s :sliail. regwre,that:the.languagd.-0t is certification lie`included in . .;' . � "all-t��giver,��harc silcontr :.exceed'$iO{,O0<=>aild that;-a`h,;such.sulareci<tents.,sl aiil c"` and disc ose-racccordi i w , Q , : , erGify:. gly. A . . • - .Sjgnature _ .: : ,. . . Data,`t1/2024 ' . .. • . .lnnt;Name, ;:,CORE R;.KIRSCHNER .... • ,. . „ Tale: ,G ,E Q . •s w+' .. .. .. - . aY.. - 8-N tt z.� .M1u a Br dve .. ., _ . E HIBIT=H;.: . DIS.CLOSURE.tl�'F LOBBYiN.G:14:CTIVr1 'tS; .- .ttli4 LE`T`E:TL IDS'FORlk tit DISCL'COSE'I OBS.Y1N AC1 IYL'T!ESs.PORS1PANT.O." 1.1S.C. I352= .. ..Type,orEederal-Action. -~ 2 ?Statusof:NedcraMdion::: .: ,:3- Repart.Typaa• - ,. .. • a:contract . a.bidiotTeilapptication: ?a initiiiJ '�i>:"grant .. .. '6:'iriktiat':nivotsl" -II', a�ciopacativgnireemeat< g.:iin�a�uaiid: ... • , - : _. . t:[twtugtiararttce ... . �.£t an in"suranr,� r"; te;ofTast rcpin�•u :;. Nitig00,4 a iiress-aA`R poctuigFaihty:' *I.:"1t*09.iiOitiitity in "ai�::is Stibuwerdce;: • .. . , .•: Eitterltiam e'andAd`d"�ress'of,YiFir6es": . 1a.iiiime .. , , $ubaward ' : {WA CongressioaaLDtstrict: 'mown Congressional;District;iP5 iowii . . ;ti.; Eeitirrati77e,Pn ifinentlAgeuey :�. Pedcrat:l'rdgi3OmAagicflYesesgitioa ... _ CFDiAtlVttm#esiE ti'cabte' IV7A•.. ,... le.,::•#. iiir c8od.`4f10.ie4if]prawn.. • 9„ •itwa 4taouut:;iiikno�vn:= ' ;t0:- ;Vame i4.44 dressof I obbx:F.,n 'b lnchv[dnatslFerfotiiiitig,Services.(nicluifiiig . lN,.:(if individual,lastname tiirst name,Mn`:.. . ''address;if`diftetent from Noz:lQa r " CA.. :. mCyGrst'rtamte:h attachtimiimwpon4fiiwt acc s if .: es . _ ;l'sC . Mnaunt�alPayinent'(ctleci::att:that,applyi . `IT:' "Type of Psxnieni tehecha0 thatapp xj: 11'01, ' Actriai; pla 0ntieit� nYOinec , - ft Parno8a..ry mnt.chetinftha.eap.;. pF1 IV:1A .. _ acomiiisioii•- u ah .. A ee - iatina; peci :,natur .. vale: . it. : Bri'et'i?cgciiption of$ervier Perfeianed:orto be pe lb; d an&i.im s):o1Serviee:nclUding•' otlIaere(syi4mp1oyee si,or.ineinber(s contecteil;,for:tamen[Indicated,in teem U -: ',Wifj VINE g9,611PL1NY IN0,.„HAS"NOT"CO(STRIB. ' „ , P • TE3,>aIVY Ft,JNLtS ,�:THIS RE�(J:lC7':;",.. , • '. ;attach;Continttotfoa ties s�°i ne`er�saty . .. " 'I C.onttnuatton Sbeet(s)attached: •Nf1 .if0s .0 ;Qa :.r 44 'liltbrrnati0 a t • n•cequ, eft:111tG1U�i<ttilS:.fQ1711aLS;AlllflVtixelf�. .:T1�iC .. ,,�:. �".�. ,... . U:S:C,S �' '. ecrion1352,• is discfo'sntetif Cobb m 'rtiTtanr�. Si'alit !This rci. ...,„.. ... :., tuas:pthced:b the.perabave:wl+en:hts- ctton,wasmadear • ..,A'• J _ Y . ..:,, Via.,.,.,:.. ..,...... ., ...... ..' ".:� �;;" e tered,nto Thts�atsciosurc°i tell tuauant:to; emo.C. ;PrintNanie••CORE RZKIRSCH1?a ..>. + l 5?,, i fomtatian w.1 6e :reptnted•.:ta, ion�g -;.,�': :setn, an will:be�avat able for .. .nannuaily, d ,,. _,. .t,, _. piilfiie;insQectiaiu Ttii: .�=�:� '"'�, ersnn avh • , p . .45,ii-sito;.f 044re aired:dtsobiatri~sifall-be'seibecG =... to•a civi note •th n•S19-Dt ti o r -": ..>. 1 penalty�oE'. . 1 �s` o ,... and:itar'.more tfiarr' :3�e1'e.`tiorie lV'a..��4 4�3,"�"'4"44'� _ _�M*tl., ' :,..--Sl00tiiib:toreaeh-such Patton.: .. .. . _,. ( x ..i?,.. f)ate� 1x'l: 3 d .. . Federat'ltse-.Onl n, ,,: g ; , . .Au • • lh.,,• '1�gi',tocal&eproiiaciiap.' tried ' ,oimr,:e.. StandaitiTii mILIAleii,942.97_.'.' ... ......_.. ........... . .. -. C:27 INSTRUCTIONS FOR COMPLETION OF EXHIBIT H, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1) Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence,the outcome of a covered Federal action. 2) Identify the status of the covered Federal action. 3) Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last,previously submitted report by this reporting entity for this covered Federal action. 4) Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. 5) If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address,city,state and zip code of the prime Federal recipient.Include Congressional District, if known. 6) Enter the name of the Federal agency making the award or loan commitment.Include at least one organization level below agency name, if known. For example, Department of Transportation,United States Coast Guard. 7) Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements,loans and loan commitments. 8) Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes,e.g., "RFP-DE-90-001." 9) For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10)(a)Enter the full name,address,city,state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s)performing services and include full address if different from 10(a). Enter Last Name,First Name and Middle Initial(Ml). 11)Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(item 4)to the lobbying entity(item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report,enter the cumulative amount of payment made or planned to be made. C-28 12)Check the appropriate box(es).Check all boxes that apply. If payment is made through an in-kind contribution,specify the nature and value of the in-kind payment. 13)Check the appropriate box(es).Check all boxes that apply.If other,specify nature. 14)Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s)of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15)Check whether or not a continuation sheet(s)is attached. 16)The certifying official shall sign and date the form,print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response,including time for reviewing instruction,searching existing data sources,gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project(0348-0046),Washington,D.C.20503. By my signature on this proposal I certify,under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5,Title 2 of the California Administrative Code). C-29 EXHIBIT I FEDERAL LOBBYING RESTRICTIONS Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier subrecipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract,the making of any Federal grant or loan,or the entering into of any cooperative agreement. If any funds other than Federal funds have been paid for the same purposes in connection with this Federal-aid contract,the recipient shall submit an executed certification and,if required,submit a completed disclosure form as part of the bid documents. A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal. Standard Form - LLL, "Disclosure of Lobbying Activities," with instructions for completion of the Standard Form is also included in the Proposal.Signing the Proposal shall constitute signature of the Certification. The above referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,000. All disclosure forms, but not certifications,shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor,subcontractors and any lower-tier contractors. An event that materially affects the accuracy of the information reported includes: 1) A cumulative increase if$25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action;or 2) A change in the person(s)or individual(s)influencing or attempting to influence a covered Federal action;or 3) A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to influence a covered Federal Action. C-30 f • „ , . .,.. •. .,.. ....4ATA...;... .,... . • . •ument A3'1:O- •2.01'0' ---' .- - - --: .- : . .. . . - . ,Bfa Bond' - � . . . . . . . . . . .. .. . . . . . . , • -. -CONTRACTOR:, Ste:; . `t legal`stralus nititddress) ,(Mune,,legal stntus;and pr ncipalplace. :Caner'Ertierpii ,Group,.inc.. ' ' afbusiiress�i,' . . • • • ' daar,410.irentt Rehab:Company Swiss Carpo ate:s sAmerira'lnsprance co ratic„- , . ::2890,:tasCkk.dresta•Aveait.M .' . . :. i/04m.flueS4°siiite acii:.. ,'Ttits•dgcitinent;tias-,*(3, plikl,04t, • Anaheim CA 9 , : i44:0 i+•C'dy,.MO;641it5•2478' • cons quences:,consuilai(on.with;' an attoniey:0s enco agedO..h Q1AItSEK. . . (Namiiu;'lega(ifOlr;tmd add�ass�i iespekt :tfs•completion or . Ctiy of:Ht i,ttngton 2eadt n,oaq . '200614tr§treet,., . Any'singslarrefeieni io Huialiig`ton:Beach CA g2648: , . Cariitradar;_Surelji:Owneror-, BOND' IUNT t i Perce0(0 the'T ial•Amount Bid'CIO%) , 9th er pasty slut be consklemd, plural wlter appitcs6te PRD,iECG: 4 vicei ieW iiGira s,.; J fttaiibber;( :); :,zone-z tyurD;RaRtp•Icaf81t21ioii; . ProjectNt]miser;:tk..iii--.C640:�1Elflf • • - ' The,Contractor andSurety:are bortadd_to the`Owner,in.aaioillifse:f).ititabove,for"tisepayment.ofwhich'th Contract rand'Surety-bind tftemseiyes,..iheir heirs,,executors,.adtnfntstiatois;-successor ili ,assigns,jotatly and. . ' .. ,severaU as.providedhereii Thecondiitions.ofthis Boi d are'suchihat if,the'Owneraccepts,thesbidoft3ie'Contractor. :within te;time.sp i ed:iri bid ditcuments;orwit in such tame peruxian maye'agreedd to by tare Owner-miss 'Conhactor,<aasi tIlse:Goiiiractor either`(I:),enteis.utto:a conttact ivttli the Owns rr in ac'coi rice witli fiie,teims;of such." : . bid,anii'gives,such bond,or'bonds as-may beapecified;uithebidding;or Contract.Doctyments„with asureti,idlidit4:. m t ie jtmsdreeil,i0f the iject and otlherwise"a b1 to tiie'0wxiei,for;t'ti*faigi perlhnnans'e; i Contnict • and for the.prompt payment bf sabot aril matey at&'vnisiied'in the.pmsecutionetbei*okiie,(2)'pays to the°Owner'the - . .' ' • '. ; difference,not 0-aliged tfieeari%ount ofthi,Son .,.t veeta:the amount specifeiLi,writ bidand'suct%'larperamount' ' 'for which theO n may:urgocid aithcontrrict"wiihanotiierpurty to perfotanthework.cover i by said•bid'then t is, - `..;nbl tion'shalt be rush';auti.void,:otbe lvise.to remain in fii!!k rce' wa ves:any-noticefof. fo i�ud;elleet:;'l'Fie,',Stn�tyh�reii}'_ •aa:agr�,eenz"ent,b eent�tire-Owneramci,Cointrac'tortoextendt '-timemwhizihOwner"may:atcceptthe,bi aiv . :notice' .:the, " .ste;11 n,ot tutan. ezfensioa ex su 6S0 da s.in ties: te' ond'ihe time•for•o. .... Sump=. � aggregate a pmni ofiiit "st'e*o l'vi'<tti biii doaamet ts,an lth:e0wner~agd Contractor'soars:obta n theSuc+ety's':consent far ' an; is vn be$,-4*4 ixty(E4daya.^ ' ali:IfthisBond:is-issued in:cs tureen n with a subcontracto 's,bid=to a Conira,ctor;',01e:terJri.Contrar_i010 th104)4 'G i hedeeatee-tobe•Sbont ranleerm.Owiehbe deemdttibe;Conractoc:c ; itrt then this Bond has}seen firnislied to ciunpiy.witlr:asiatutbry'.or otiier'legal requirement in the location-gflhe P.t:oject; ', any p Yrvision in this.Bono eonflictiii.d it1i aidrsta ttito'iyLor legatregwreiueutshall'tie'ifeemed;deleeted berefro4i,iii t.: -' provisions,conforxmuig;to:such statutoryo rcgtnre i �otated'herein.�Wh s;; 1: tars-ftttntshed;tfTe tntenrr�that, ?i3ti ttstr>:�:as<a�mrury�bnin .�d o`as��t�citmma �`�.,; r•otli�le�l, mettt s '' ' ���`�-: tidshaIl6e co" law;bii -�' Signerianit•"senledt is t+toet►iber, ,;'o +mY f. , 2t)24;: Carire ti terp' `Cicum'Inc.dbaiiiimemeneRe.ithliCwni iiit„• Pruaci . . _ nscliance� �dERe Solutions � �#? �'° . . C. �, Ainenca t .iaaati �Y`SAPti ''�+;n' to s) Alt �tetendez • ; t +' A 6 t' 'yam' 1 913 run dogs 'aaso�...-*I;:c yriitic4'i a,'t aiid tolot i ti: x dAr sa►u .'`d am' * , ' , tort:' .,.., , .. y. +Rltsiimiseviod ... ttY�eTtz�;<Th.= ,,.,ww' s• tz 6J tl s.. izAt rats t .. r .. cr' eii of gas*sat ncciirsnr�r, :...' ,orriperacnofit j'rasuitle .cvit5 dntrninal •.,, .., anctitafate,t M,,totttet ztinrusse era et rthet e°Ttiis... J doaonant.waFwa orr: -, 4ifiZ712O1Zn7 23i12 ' -tisfiis otA A .'resale.'. doinnanrisgce.Fi d,by''Tile•Anent;air:tnsU'Wta.c ii.tah� for:or {u eciispt.asset-maltsotiie' tioedpria'to cantpfefion rii • CALIFORNIA ALL-.PURPOSE ACKNOWLEDGMENT :CIVIL CODE§-1;i89: kriotaiypublic or other oicerrcompleting;this certificate verifies baiit the identity ofttie individual`who signed the ;. document to which t iscertificate;is attached,and ot the truthfulness;accuracy;Cr yeliditif of;that'document< ' Stete-,of California:" " ''� :Cornty;oi nge ra :On,> . November 1._2024`' "- before,me,,.. ,. : Leslie:Roche Notary-Publie'w ; . pate. Here�.lnsert`1'Vacrie.acid`rlte of ttT�.t3�ce� personally a•ppeared Corey"R:Kirschner..._ i. . . .• , . . .. . .N a m )of Signer(): . who..proved to me;:orr;the`,,basis,of satisfactory' evidence">t. .be.the"person( 10.,bise:name( ,is//:. =subscribed to the within-;instrument ertd acknowledged;to me that:hels6Keftihey execuited the,sarle in his/fiRr/tbeirauthorized;capacity(i0.)"s add'tlat:.byhteItver/tbeirs1gnaturettii:ontlto:`iristrumneiitthe.person(s) . " ` •"or,the'entity uponfbehaWof`which'tbe persori(s)acted,executed ttte instrumen#:: - t.Certify under PENALTY`OF.PERJURY•underthelaws of the:State-af-California;that.th ng pa e fa eggiragraph;: : is true and correct„ : " • ' . . —� wrrNESS my,.hand,and official: ;seal:. .. M eel i` :1 r. .- Nn •Psi& r.=Cittfcrnta. • . craw,cobntY ; =,; .g,a :Cammisston 4244449' - Slgnaturo: -„ r. h{y<Ccr<1m;Ezpit25A13�t'�;.?t�3e: ig c3tt1 e f.. S rr r o:iUotary;Pii6li'a PlaceeNotarySeal Above Though,th ss'secironr i`s.optional;'completing:this'infoRnation can.deter alterationrf of then document or ' fraudulerrt:reattachment_af fliis�tannin town unintended�'documeni:. ' Oescnptaon:of AttachedE Document Title or Type:of Document : Do•cument Date ; .. Nuritbeof Pages. Signers) Other"Tian,Named Above: Capacity,(ies)rCleinied�by Signer(s)r . %,Signeris`:Nanla:,.:,_ Srgaer's Name:. :,. .. - . - ;O Corporate-Officer"=-Titie(S):,':,". 0'Corporate•Officer'- Idle(s). .".: C7;Partner.=:II:Llinited.;-.0 General . ©kainer p:LimrtedGeneral [`Individual IIAttorrteY in Fact : 0.Indiuid4; 0-Attorriey'iri Fact,_ - : '. ' . !];Trustee•. , 0::-Guardian orConeeniafor, :.C1:Trustee: . ,E Gua diari.;or Conservator C3 dttier ©Other: : .Signerls:Representing , . . .SignerIs'Representing: .^'e2014.NationalNatary"-Association:;;vaww Na#ionalNofaiy:org: :1-800•-U Aifi(>1 S:NO -800,..at4 27) Item:#5907 . . . . • . CALaF'O llA,ALL.Peal ACs O LE Gt c (L CODE§:`-i 1ss . ` A notaxy'public.°or-.other officer:completing"this'certificateverifies"only the litter**'iiiie:itndi+iicival,who signezi<.the: ' . ;document to�which this.certifcate is;.attached,andRnot the:tr ithiiulness*,accuracy crivalidity bfttiatdo'cumen .State of California } • •. Cciu"n .,of., a ran e... • ' • .. ,:oh. NOV;,1 t 2112 before-me:: .. ... Mel ssa'A:s Lopez,Notary°Pubtie' . . .. Date' Here,1*.irt Name.and itie<of.the Officer, personalty'appeared .. .Christuia:Rogers . . .�Nairie(s)of Sig rer(sj. . who proved;to'me on the: basis of satisfactory.evidence Wto, be.the per;"son{e) "whose;,name(( isf : ' - !subscribed;to the wittun;instruurnent"and acknowledged to'-me that i !shed* executed the:sarriej,in; . `..erltauthorized ce. ci� and that:" " " . . ,. ., �!t },: . eels nature'tj on the iristiument theFperson�s};. 9 or=the;entity upon behalf-of_which"the.person( )acted executed';theine#inent. . . .. '. • : .-(,..;certify urider,PENALTY.OF'PERJi1FRY!under"the laws; of the State cif:Califcitrsia;tha the fore dinparagraph` . ..., 9,. 9p 9 P is:true.anii>;correci; . : usa�:a:a;;{cam .W• ITNESS my.hat d and°-officials--it, . * ° } Ntita*rFCC,ic; Ed3i#rnia. .v .° 1 Q+31§cti.GcunlY. ' • ' :' '''L't%lac Gars rr1g5#ott;i;$3&3fX3"a _ MY.Canrts.F fires,._ Z8.. .., Signatur . 7-• .- ..SSignatur e of ��to it Pu • Place Notaiy Seal Above • . • •Though this:sectionfis optional;;completing this informationxcan.deter�alterationcfof`the docuirient.'or ' . fraudulent-reattachrrrent of this form'to'an unintended,doc00464 . • Description of,Attached:Document . . .Title:or Type'of.Document . .... .. . . Document;Date.. .. .. Number of-:Pages: - Signer(s}:Other Than `Named"Above: ..... .--, • . ". Caoacity(ies).'Clairtied by%Signer( ) .:Signeras'Neine.. Signer'.s,Name::" . .. . _"'Co poate Of€i ter•—Ttles ;`Corparata( t+cel - Tfe(s : . O Par tner.--,.•.--,.•"D Limited ,-a General • , • 0:.t Partner . t:imited Q.General • . '0 Individual . C:Atto"rneijn Fact. 0-Indivieluat 0.Attorney,in.Fact . • . ' L. Trustee .. Q.Guard anyor.,Conservator 0 Teti-side istee QGuardian or�Conservator . O.Othei: Other::. .. . ' '-Signer,.Is Representing. ' _. . . Signer: Is`.Representing:., - . 320,:i.42 National Notarytlssociation.wwwr:NatioiialNNlotary otg.'.1•=80Ct=US NOTARY'(1'=800476-6827) '1tam;#59Q7: , , .1111111111.11111.1111111111111111.00111111111.1.11111.11.1111...1101111111010111111111111111111111111. SWISSRE:CORPORATE SOLUTIONS twEss,REcoRPoiwrfisburnotm AmmucA INSURANCE coRPoRAnoStrsacsniCT SW*RECORPORATESCLUTIOlkiS PRWERINSURANCECX/REORATIONMCSIIIC) WESTPORT INSURANCE tuRE,ORAIFION:Org"). GENERALJPOW.FtR OF ATTORNEY ,KNowAr.i.sel BYTHESEIRESENTS,.THAT SRPAIC, cowed=delyorgattizeat autIesis.iiegortdeOtws of the State orlyffssoeti„and. bzviiig iitsLprincip' ill.offiec in the aty of Pumas City:OW:titian,audSRC,R1c;a cotparatirm azgartizef attrItiat;* %ander the laws of the State of kfra!Miri audhavitttitsitria4a1Airtoeitt'lho CO encomia,CrItY;1+triiscittti,aartWIC,*witted oaderthe laws of the Stata,offermotui.and having:in p0b2 the City oilcan="Ci*Afissouri;each doeshaeby malie;aatatitutetatitapp 'atm ER1KIOHNSSOiENNANAA,MEL1SSA toPE4CLE1E1lilAitodERS,ALBERT,MELENPEL mARTNA BARRERAS,ICAQPINTEREZ,IONATHAN OM*,VANEssklwaRtz, riitkiUlikaks,NbEt. , JOINTLY OR SEVERALLY Jta:truc:and.fivicifutA0DincTOHTERMi:te Makaotacoutcocatarei&Ewa' r;far and snits behalfarut as its actund dited, ndloiSther.***- 'obligaterkinlheraills °fa bondlui behalf°teach orsaid Companies,;40utetyi ortcointrects.o6tuetythktiaitietittitakhetequirelittliterititted.hy law i regulation,coatzactor otherivirei.Onivided that no&gator undertaking or contract or*Sy*,cooetitedlorder this anthonty shall exceed the sarneent 04 - TvIGHLINDRED,M0-110NO2.00,000;00MO0;DOU.ARs . . Power o4tipntsy brgrantect and.&signed by-facsimile=der and by theaudiaribt otthe&bring itesolittiousidci*bythe BOriritof 1X4A.nos'Aif both SACSAICand SRCSTIC at OicetiagA duly:called and'held'on the-lSlit.ofhteCreirdita 2021 and WIC writ!eti co.'nrent'Oita • 'P,XcutiveCorrattitiee dab:Orly'18,201-1, "P.F.SQLVElk diat say two of the-Ptaident,anyMattagin,' gDirect any ceicir,-VicePnesident;any ilicePlesident,thdSeyoiinyAistaüt. Sectetary be,and each or any of them hereby is,eitiliodzedlo executes Power otAttomey quelifying the attorney named bathe given Power Attorney'to,execute car behalf oftbe Corporation boark„underivitingssart all:contracts of autety,ittat that cachet say Of them lieteby:iiitinfurinedlo .attest to-the exerultian of any such Power of Attorneysid.te an:telt-therein the seal zoldte Gorporatiote.and it,is FURTHER RESOLVED,Abatthe signature such offibas andtheiestitrtthetorporation.may be affixedier any'studipower: ril'Attcariey'er to any certificate relating thereto by:fassinille,and:any such Power of Attorney arcertificate bearing such facaitiuleaignatuntie.or aresisSile sealshallbe Arindinst Teti the Oration when so affixedatui in the fittitre—withreganitoanv bond,in csmtractotsotelyto whichiria,attached." *-1;1 Ileaf'14%. 4;10101.1:4". eleigtr(r#4:Ax.ec 4 14, )40 ,, 41 BY. „ S 1-I E AL . S‘EAL teliklumess,&sir Was rUIRCSAIC&Sai.irViesPredden4; insatterieitsatimaktreradadieaqc _ 1 I 2.1114rj. —RsI q. liZVts mitt Giricheminktykeheipetlitsimascayeiirre**st*"41153,:tw; avitiq***1**twie :11ki WIDIESSWHERB3F;„SitCSAIC,,SKSPIC,and WIChave eatuetttheiroirtiriatieair to!',chereuatet affetrikaudlitstaeynesotia to.be etwiedity their itudsorizeilefEeet • day of NOVEMBER ;20 22. Switralte CorporateSedutiogs Atnericat IhatnauteeGorpcuratitot :State of Wiwis' Stotts Re Corporate Solutiont PreaderIesurineeCorporathat ,County:q1Cook l .W,eit.peettesereste.C.4parstion On this Jo' di k of: NovEMBER ,20:22 haftaerne,:aNataty Publiesersorodly appeartd,-tni linos=,Senior%flee Presidenre0SKSAIG aid:senior. 'vice:nakkar of SR IC areSealortneePteddeat of WIC attitderitidlwotiskiVice Preside:it ofStiCSAicand`ViCehattideat of SPCSPIC and rate l!reeideat Of WIC,pestaardly known tome,who beteg- bk eta didysworn,attlatowiedgedthe they*Fed die above.Powe;otAttorney. riot Of andOcknowledgad'said" ittorturicatto betty van:nary octand itiondof their tespeetive onutpanies, - - - - amoue.umge4., • p69,44.4 I,,leffiev Goldberg,the duly elected Sealer Vice:Presider&tiUd'Asat Secottirx tifSRtaittt SRCSPICancTWIC,;s1O herehy certify that the above and: fbrcgumgisa-true and'correct copy era,Posy=etrAttamey given by said,SRPSNC'arl SRCSPIC and.Wicovhieh.isstz1l in fall there and IN WITNESS WitiR130F.1 bare set myltandandaffixed dielealsofthe Companies-this-ltd.day,of November Ieffisk Goldberg,SerdOr Vice Enter:dent it Assistant.Sectitar),ofSlitalie4C and SRCSEICaad WIC . Sec b marker: id ; � ^ o „, Targ�te�Y�Se �� vir� • '! p!�r.�rll.41 A, l�1. • : {�Cortfid�en�iat�, :<FC .: 11 L BE:.PRO U - , • • dux lo•yee pion• lira M!VF The-•tit ose:oPHU :.0b... .+gin 3;,,•. .< agra• m is and:roz� ou :,,.. � .�.' ,�� �a+ctxn�:oPp:.. . t tO Io r-inco ne undwrdua s�` 41:#0.Ql rt:':,tt os ho axe rec plents-'of "ovternn ent.:assisance�a` orhousi g ar..... . ... . other~:"ubhc-:ass once, s:'Your re .onse is;v 'l fitter :coufden a` and°`has o effect`on :r.. : ...... .a ., er . Eh bih' fi r,Section 3` orker or=: a ete S:ectit aa3 ;orker:Status ^ Section`3 worker see nTr`,certifea�ion �.� ..,, . ., ..�, •.,..:�-:.� .;. a . .. -or subco itractor:that thep0an rs a'Section 3 Work or Targeted Cioi 3 orke asRdefined iii: 4:GFF .:.I '75: i Section S atir e may:also:p oxide arfori 'y o the Huntingt n each Se n ; oordzirator at... ..�fiaries.l�owactu� uc;EcE.�hh:o ',or:h' �°aa�;f't€ ::C-'.,..i:..a,•�: �ac�:2�t?Q:Maia �frce'';��':'�'1oot;'IxIuriti` ;�a�• :y, 13eac ,CA 48 toy be included:in the Sec ::3 :: ';. h ti��ia �"orPc data6ase�; ' 3NSTRuCTIoNS:Enterlseteetr:tne r . rat :in otmation =confi �optu Sethon•3.Wo k`r `rTar:;ete eCtIO - orlfBr State ::1:: 'Are= u a resideni:,af uhirc<housing oca.H'ousi4Choice Vouc er `older;: ection; . :Are .'u as reside :,af the City ofH ,ui�t1 des.Q t�toa:Q ... „ a:; eae . . ........ .. _. :3h� Tn.th�e- 'e1d �s;;sei�eet tlie;:anar, `t•af tnciz�cluat'� cxiriie°jai 6c�eve;:3%tiu;�a�i;an arl:ari tse: Less than= S 3:. t7 Cf: Mo •$.15 c 1•O.:"... : < • 4 IittieM" cs: `eei seleict`_sorures iii3:pie attCe ter; ev'ide, lu.. • Q;.�eC ;Gill..... '`. ,. ..Qt'ai'Ch'tte+4`Gtire< hAttftviXi brick ', • . .. ,.,.......,.... .. Q.C e. ... ...... ........Q, onsultiii CI, eitiolttio�r: : N2: : fnsGitaa n • Q tro Q-1ani�ci�ial� '.CI�:Izarids` in (ZQ.:l�la�ntenanee,. CC(E'a2ntln � . ''�atCi;Q=�luinb �:: 'a _z- • - , Q,Seciarr, _.. , ...;-...QSi lira hrc ' .Q.Steel= ::aiiricat`Eia:: .�a'� `erw�'�'' - , • • . a 004 , , tNCiV1LLE PRt %IE, . P; ll : I.Q*fit •Seetmn;3-WortO and Targeted Section 3 Worker • - • • FY � S iaii D:.SeGbo 3 . :ci € as-:defied inertize Eli �bti`i :G':d `''es;:ai :' ' cation: • T r eted SeGtt [urn z .. r ��:au�Plo�e��►f.�.imiati�ou . I a; im that.the:above statemer ts'are _:• hereb :cep-. uncle e aft f Ia ' iaL ,fie folla*ii infor zat on s;co erect=ti the•best,afm - notex} ;Pri. taiae :::::._ • .. .' a ''Signatures: .. ..:.• : . .. Dsate . .-. .. :,Fors i��i„h]��j, a_ - 3 , . .. 1TT�io, ee:a SectiOn�3.. �p$.ff�r 1�aseci •• on:tCietrrse is,Th et psi ee u 1' get d SeGtLon 3 o r based an their:self-certifcaow, C1; a5 . as'.this•an a Iicat w , ..:,.:.:. .. . . • • , , . . ' a�:�tf�e �am�of��th�cari"ai%. What was:fib tla`fe'o . fit • `, :.. .�:':�1 ._... . .-:;g<,-: •�::.., , ,3.Cf,�,_ ,�T `.. . ">�'YL�Efl�R:.: ' , . •.: :_ ` ". Worker'�an+ :Targeted- Section�3• f 7 t C r i canon Form jiri ti*�r (Cornfdntial). Sectio n tuearn'e-":Tiiiaits & Eligibility :u +d�li • ,... The Wor 'smcome`must;be'at or:below:the'amount rovided.below'for an illdividi ousehold of r ) re ardless;.of actual household size. . ..., . .... , ache _ me - ow o : S,2 ;(a-ao%AMI)! VeryLow ncome r+� ,$ants Ana Anaheim- rvine I i4_HUD-Metre FM1 'lea' Lo v Tr eom . ` ,ICI tleLBtarr<16ave Section-3 orker-Defi nit oii ... ,.:, ;A;low or,ve to incoi e'resi ent the:worke 's:°iric me::for:il e. revi us"or.annuali d cateii ar .year is-below the iti ome lim t;es ablished by L CfD; :p ' : . Employedgby';a S,ection;3 b isines :Eoncexn,or A .,. aiffl%Bui�c��pai:�icipant: TargetedSeetio :S Worltei De iit ia,`f orA'"ublic'iorisin 1 :I +'.. Einployei by a Section. 3 bus ness``eoneeri O ;, y m ets or, lten; ed at[east`.ane o but the, ast fi,.ve; .ears• o' , resident of blic housin >or : . • ; - q, ,A,resident of other public ltausi ;projects or'S'ection.''8-assisted housing,,art`. .. .. .. ....., ,., ..:.v :.�'�oiithBuil��i;Participatit.`�� ... _ • .... . , _ . _.. . . :Ta'rgeted:Sect on 3::Worker'Def to tioa.:(fo pausing nd co muni level' merit}; - : . ...., .itmployed'bj% 3 bhsiiiess`cvnceiii;:or •: _',Currently meets.or when,hired met,at least..one of:the follow ng categories.asdocumented:. it in ; the:past five years:.. } o Livii :within iiie service"area.or=Elie<ne .,i orhoodof the=pro3 c,as iefi ed rn 24.: Part: ' a, F1 YoutiBiixld Participant,• Appendix D: City of Huntington Beach Section 3 Business Concern Certification for Contracting Form [This page left intentionally blank.] ......... .. . . ' u. yam•;: i.' .. ... ::- _. .,... egtoix ne rw er tcattoi:::_ .. • C(QIYGi�I'[tI8.1 Enter::t '"ollowin >m o 'oil select cri er,:........ ".... ,. P..� �.. ..,.,., � t�txiatz ;arid;- tIze- `a':thrit:a �t""ies�� e��r Business:Con a status ..PF �tqur business' Sf�ci� �::- a Bus ftvtl ,,. , .. • CA TER Eiji 1'ERPRISES:GROIJI tVlC , .PA E:sTRE . Naxtte'.ofB'ustness: . • :-i : " 28. C E::::LA CRESTI ,/k/EA AiHE1 °:CA 9'2$06 .Address ;xsiztess , � ,. - .... , , . ,. .� . ,. .. .. .. .. .... - .. AFame•of ems' :<, t? YR KJFS F4 1 �� ' mess a►�ine�' • , w. . Email:�S;ddress�of Bu�lness:fJiwner~.. ...'OPPgRe.„,... , 94,Q JO- .... .........:...... j3 Ptreferi >Cont ct'fitfr �ttt n'•• Sama.as SbQve • ". '... .....:.. .'...:<a -. S7fP`referred Coma ::.:....-:., ,;. . ..,,... :.". .. .� .. . .... ... . _.. . . ... .. ".. „ phone I `umber".Q 'referred.Contact 4x. e of l siit fis elect from:the. oRow n o ion , "Z S, COrpOtat On artnerS .. C!So ie rsl�7 ":CQ;Joint nture Y ervlees ,,:,::1ACGounrin :. C]:64 4,hitecture liat l? %ri ,.w: _ ief'.1t asQ o:Ca.Per y Q; 'onsultijng L l en ofiftori t1 a trtealy g neerzn General:Con" for-.H °AC [1 %T'' uaf . .Q ns on atsiton . .cfs. 4apm 'C7y1r;ead>�azazii°.Gon>r 1�' ,. " _. .. ;C(lwlazntettance, .. . . Ci pat tzzt : >tfirall::�Plum to : -;°.. :t7s'.,oN 1'`'` l� o ng S.tee1 '$e[ecfi.,frortt ONEx**1o11,0*i4 0jree a00, ����i���.iw� ". Mites:�.�tCl�.. O At=east.S1%.oflhe�'business ais !'..and',c.n <11'e."d l_"'':Io is-.or yve law-i'ncotne: ..arsons' refer tom; in ' e' utdelines on:: a of this:Cer€ifcatten.; 17.At:least51%o of ,business is owned and controlled by;current: ublic housin residents.or residents • wf ra er �rtl: l"ire iri= ectionr$ ass'stted:lotsu ' D Over TS°�of'tfie.'labor hours ` o a f cr b s,n `'ve:.;:b io e ge�f,rtn esso �itr� r;tl�r� �mii�f.�jieriad.se;pegrt� :: , _ ,b'y Section. workers .refer to denitxons.on a���o1''tl�s.CerC%ficativ�, . . . .. ...... y _ ;. E ,v Section 3 3usin`e�s;Gantern Certification � � fr�r;�an�acting�`For�ri r J {Confid ntlal1 • • : . . .. :_:: Bi1S111esgftisiceF*,, !"!riatl0II ... ... . . I affirm Ftti4i ..e'at?ove sta emet ts:ware true." n ple e„ th.,, �� m aizd�ai+ectM"f4'�z�;best:ri#�:rri�"�k�� t�`,e.as�i�.�� +�€�I uncle stance.tflat:businesses who:mi re._r seritro tii..` es.as�'5"e'etfon'3`busizzess-comcern's:.:a dt` ort fuise.-": ::Information,to.0 at;',f tmaton " ac ;:may t`iav " ei`r'c r ':e,, . ... . . . . ... . ... ....�,: ,� kareed£ratia.,'w,,.,."... �:th . .n> ts t ririiia��d as-d+�fatilt;acl��,be ongpang4nrd':fut4re,.considerations:for cgatractm rt nines;I her' certif. , irides exalt y ;f- `that: the.tnila In ,Informatlon,Iscorre t { ,e.;to eat%:f �rai�edge s i nt Name.4COREY R KLRSCHNER--CEO . __ „_.C*071. -10. ex ires:witu i.O.ii ons hs.0.-itie ,,, , o fsz ,_LIT£ . ,. ,,-. . , i --,-- ' -- -.,,.."" . SI�i:c't� Xitforrriaxion re ardiing$ cti n 33;Busixesss'Concerns-can be'fou id'at.` 4 CER:Part 75:$ 060:�!I1�II:ltR:iTIi4E%iSE;o , . . Is the';busmess a�a'.Sect on Business=Conceran,'based on-:theircert fieation` ':.Q Ye r.40 14.6.:.'. , K, Fes,yy. ,. mow' r : secxiQnu3 Bu� e' Ca�c�r,n•::00R4Y a . . a dttB4ii�iAg -Farm F 1 s • S'eC1�IOi13.�n04n0 Limits��i:��lib�l�y.�u �etes; - The worker.''=s.inco a must.be'at:or below the,ati*44t° r©vided-below£o .. regardless ofactual household s e ' • '- ' • ,.; �: ;:�. �.,.�$��� ..�_-� Via' z-t��w-�'.. c. t.• ,• a` 'Ii�� w a7 ..air-"5" � �3s�!i ';r ' r. . ,.(O-3:Qp4 - fsSanta,Ana--:Anaheim.=: < - =yTry 04**4M0ra'F10 ea ' ::Low•Income" •�'odete:arid;Abaiv�e:. .. , Section 3. orker;.Defin fioir -.:-:!. . .. A.:kw:O.ve Iow income resident .the worker's:uicome�f'or;t e evtops:car.annualized calendarr ye u . ,is t�cfaw tfie�incointi�:it es#:abTis . ': ..;Em to ed b" a,S'ectititi:3,bus ness..conc.rd t?or., _ etnr -, Y .". • ,. ... „ , ._.: . . . .... . :A.�Y'QnthBur� acfiiei axit , ..P . . :Ta'igetet eciC�a 6 .' n;:3'vaii�l�er Definition ( o. F pubtyc liacisiag�: ,.'- - :•. £mp'oyed'by a Section":3�:business concet ;of : •- . . -• Currentl; beets,.or whesi lii'e d:.me :at least'one'o�` `e .oll ..r i ,., e_..:_-.:,::is-,;.... - ,. . . �'<.... .. ,,:. .r re ty ...� f t�h i`o1 ovvtng�ategartes as-docr►r1en#ed r�rth4n • ' ,.,• : the past five years: : : - . ' : . , • o ,_A residento£p bhe,houscng; ar.: ' :-,.. : . si •' , , : ' :o. : residentofothepubli 'huin :rojesoSeciona-assdhousin-.o • . . "-. . o •'A•Y'Qtutlilutld'Participant:, ... .... . . -:-',Tar. tedz Seet on.'3`Worker Definition(for h us n arid:commurni".:d vve1 a�-pmerit) ..: - Emptoyed by,a Section'3".business"co icerir;or _.Current]: , n et's;orxwhen._hire+d•me,at"least�:one'of"the:follo ifik. ate'ories as-:docunie"te� "i hjn . • the :five: .ears t - rt th „ " o:..'Livin ,wathrn.the;St-1 ce area"or• e.ne. • 'borho�d.of the p;o ee ;as:defined: ii.Z'4:CFR`:Part o A;.Yo:iiti Bui.d Participant. ...: ..... . .. ;p�,3 Appendix E: HUD Section 3 Affidavit [This page left intentionally blank.] VD-Section:3 Affidavit Mu ..be:com leted. ' :the; °contractor;anti subthttted a it, `l id:doa me t tie: .... " .. Yours atm e 10)0WW,d sates t at yoir„have a ed a co`.-'°caf:tfte,CitYt ` n Beach"s S ion 3a..:::. • tabor Coo tf ce Ftar ;an i` :uidelines • ,. .'..:. :...._ .. : '�a:•thy tltl[le• ,,,,,,,� _.. .. ......, ., . ..,,.- ,:. ... .... ......... fir h++�+' __.... - - fQft�erort�r�th�nzeci .,.. . . . tkgeat`vf .ipanyrxrttam ) signature.: ate". ' trtE�'1vuRBiRAMP INSTALLATION.,.. ::':::..,. 'CA:G iT., ':ENTERPRISES:GRC UP, I ct,,P0A;;PAVEIVIENT RERA6,GOMP 1, ` .............. • , Telephone Number,. :"'BIDS@PAVEREI3A8CO C M y`^ • :ems •.R b'^'.rso „ Appendix F: Section 3 Worker and Targeted Section 3 Worker Outreach Log [This page left intentionally blank.] i . ` F h1GI: ILL BE:PROVIDEDR UPOf L'OW B T *' " , 4 ;�.;� • Section a`Worker,and.'Targeted Section 1 Worker i Thisf orii iis:pro,vided,as;artoot to Contractors tci.'record good-faith e€.forts�n contactirig•and;t utreacfiin to " =Section; ;and;Targe Section 3 ' corkers " Pi oject Nam,;: F x a-g . . .!q" ,may,,.,s» . - elTi�ice= Coax:'-�iu: A;�n.� . ... ... ... ���.�� "Y. .���-� :;, �� t"o�;., _ , MPQit.:���... . m'Riesi�ts�.ci�„t�,iti�e�c�;b'_. irxample:•' ., Example `0*file:: .. •Exam • .... . .. . . .... - .. -7/1/21 �ty"o,�', �'irrail see. ��I�1.I�.3=� :�'1iar1"es` ;5�'vlre?i�;t3z=�1tr�I�a%ac>✓• egarel`rrig; I is 30�M Hun1mgtott• •• -aftacned) 45b;7 ',Kotvac. the need}C hiz a:lino'r oofers W 0 ';each: - Sec�on>3 qual sas-Sectior 3'W'arkerr.Mr.: .. • . . .Coordinator. - Kovac'provrded 1contzr"ctsrfor. oe..HBpersonstiv t roo, exieirce: Called' aih:per irts:rrrotift.ilwin . • .. ' .:af joh'_oppartim and'serii them, t - yiib c2pplicax'irras:. • • Appendix G: Section 3 Business Outreach Log [This page left intentionally blank.] *!0E0-.RIVIMILL BE'PROVIDED UPON:LO11tilk:BJDo . . } 1' .-,u} 'Section'3.Btusiness Concer-f, • This fo is r vided;as':a:toolto,Gontractor tcli record diod fa.th:,.efforts:in contacting„••and;autreachirrg ta; $ ctioi 3:Business;, asieertis: , (om ian ! +Tame:. .:. . . s, _ ,s> :."...., ...._ ,- "Liei„&.4 ?i :.�,r,�: �Ar4ti a-,,,t; s4:4:Tr:r. ,,.M-r.,,,. .• ,n...._:75 x;.,, -Aill.�, ', R :.„:„ r x`:>-„i _ ...F.s.n ',a 3-'1'. 4: : '':{' - , "ICY;: .:s�.�- :.1 i ;:iyKsa 'rv'.rsi� �,3";:» '�.�`";F. �F?,- ':'F_. 'i;;..�.... .,^i,: ., •ju-.•=� °"y2ppz�,_ n:Yr, ry�r{.� j�,..",^,._. :. y��}.`.:''s'��::i;. ��!s y�� '�1Q'y1 .ytrea �s� ;r.'.y+b: { 2 :1' N ita. '4.;.:. 'iru. .00f-r. .,4::.L.�er$7.0tita,.'r`�.:`£��,,..,,42 �i'r1ks,li1 Y.tregel!,...- ik. .Exam te: : rant lea . . '.E.xampler Bxampre Ex frple _Example ... r Emnait see:,.. Io in c :°John Daej. grail'vet; ser7t:to:Johri'L7`oe •1`.t::3flAlf ,Cvi�txtrdrrrg .Tarlac, ;001,.racf ri 01#2:er: eortlrrtcti?r-:asktit or..-.them. G6. ....: participa! nqu seruice-ezpexerre� ��FnLA sett me.:0Itstrtg;'a,f`fheir cvrsi,�efed . . . ,projects,.This.contraclor'tf i iks . thy: maygirtrlr Was'a�$ectfori=3 • - b'tYslriesr' ,.onc0*'#e".xvig.40.W.d* , 4 1'ieztas� riuz'tectiii t ' , Appendix H: HUD Section 3 Compliance Certification [This page left intentionally blank.] , ., .. ........, _. . . ....., .. . ..... „...., . . , . , , --'4',1,-,.;,2-4,-z-,...;ii::.?..:;...--:• . . . . . .., . :•4,'-i - ''' 11111Y.Se4tios.':3C:O.n.tiiliance.Certai- alioirt. . . , ,,,„.:„.=_:::_ ,.. e-.4...I. •• ..... •. "' ,• • , . ........ ... . - :........-.... •••• , ... .... .. ,...„. ,. • ',. : '•:C•-•% .6',41:W''°.;..:P•ik''' -'',:!71•,`,Pif:TT;V;;;`,,,!!,.-: . ::, •'•••77:*'''' - .. ' •'. - - .,.-,.• :,-, -.40' --'• ,.: - Oiliritklii*:04i:A00,$*100,',.j,,'Ozi'pitiii*i•04,40000::iptokt*..44:04:*;c:,•ptiih :0 **44-411.*.0.0ffiti.444rs'- ' _ #00..*is***6-,OfNOt4-tO• i'Aeoch: .. i I, , . • The coniracf,fortlikintc#1011;4nctudc`.th :ftilliroii)*,014*-.0.6feirOzfla,ttst4:14UPSibii ',•.01*ek ... . • ..-2 - • •, . . ., . :.,A:, :•The'.14folVto be riot:tame&ur*r:iiiiv,:;000.4de is subject,to,:i40 ieqy'j*ma4'000atkih:;:,1:.'pf.'"4'ft'o'tiOrioa$'(tilid,if. ,.. Developments Act tifi#6ki*: n44..11.CJA:C, Viol ti'($eafl6h::ji)f'..a,i,iiitende..4.-1*,the*.ii6zi,' ,#:itiiill.Rule on. '$ip,iiaitii‘i'49.;;4040..;The iii*ii*Of Sectioni,4 iiiiiii4u.r.e Oiiie:*honOrDpp9iiiihhi'di;•mo..**?.(ittifitlY.employment . 4iiitiiaiiii440.iiir*ttit;Ylit04.iiiaactPro14,0igo:Ncei*b : caiiiinl;iiffilttot*Orif*: ±00:tr"4aible;;*•d*ti...4: • to low-income Ogsailk•pdititiiiiiVO0O4#4,46.•••#.0,ivAii4rit*ota.j4;*sistaii!O for housing or are rOtdOit4 of Ow ,. .' ,, • ,p,r0iiia.,iie*Oniiiii4ni0••ih!,•-'w.hi*.the.feclii.4'.assistance,ii'.**fit..,,Dinagiht",*iith 24:.t: Fg:::P.aiii-75':;:iiiii,eitY,: i.t Riiriiiiiitaillea0z0altr4alit.t,ilm:iriterii*l4ii ,ai. oti'Oac:esi.ith40:, oilii4a6*.;iftei'ikitifk4flizihJs'i.*O.fikott"ooth' tiori.:-that ihec:,,Con.Oatioe,„114k.b.*,tiiini&iitiolaiiii4".0'ffie gittrareI,FegOlOitin§:::11*:.0itAitill u4ii-ieVievi•pOk :p0if"igniii0ci;.,prootlogo**41oriiOio,104m,:claptinirtiii,g.clinitatt awards . - - : •• : ..„.„. •.„ ., •. . .. :.0,- < .11*,p07-,cg.-,toi,-ifi)'4 contract: ;400.,.i.oqiligiAY with'11P01440140411.4,0 1.4‘,,OPit,, ,,art'75€.VOOki.0.00*Rtoctio s... . . ... *:'01d0-00iiii4ii.',e*iittan:Otilii$;endae,f;:.th5ii:oti14,0::thf.1 Ohti*:00(k.that 04,:*'hili$041.0 contractual, .. i*•41i0,*ii4diii•etit'...0)it 'd0i:iiii*:-010i'.fi,64 complying**iigkii(',,t5:!-00,14i0it,',- . . ..,.„ ,.. .• ....,. .. .. .; •C:.'O.e ontrator agrees ic(18 .6.4:t44***-bri4#14tiO*01;000$0444i*O*otkdts;-withY.*thjotk'the.:00tr4447kfia:,14; -001100tv*btilt4iniOki4gfg****T.400.:0140is*Akt it 44k440.04.:*0:44.;11i..tilb,0 ofgao#0ioo:.0.,wotiot4, •, !001:00otatN*-,,Of*00201140.0,e,$.'00iki..11.0..01... .,:::11.402.4:ti.)::.4.50,c...**q'J014.11ts.g'ill.4.:.will.P4§;•',:t.0.1Ii0i-Of:0101::04010'''P:'• 00004941.0404'.0ft1**A'Ai *.ii00'..44**00,0i***0.0400,foe*iiii*4ikt employment *",t44:ii‘iio:,.':'tfLO.,ij 6ii0iai41t Pii040itti-•:Itia&':iiiti;loeati'&.1'6:tiho'0iao:iitij',takfiieappiteadOiiitoi:0.toOkStit---etiE •. . , .. , .,... „ .. , . • Ps, -7110:00.t404#4004;f07i.00410;;#14..'-§,04tiott4,• 1*•*•1*:0064410Eigt40.t,[00*t SO.:700.O1011000,-*W.040100,60s*, . • . . ,Z.4Cfg.?Act7404**.P01:4,t0W400.iiif..4.*74,,:tiSiii.000.0*i044i,Aiiiitif4(ga614•0040:4it 0.0:.4040of:40t or in 3'f -likkik:80011i' .6144*,..iiti.4.41.k*difietiAt'*:WOOPOck(i'lti ii.of4tiOA:citlf*t411::***j.ii-:'*:•.01::'Pitt 7$::The • • ttiiitniefait:will not subcontract With any •subcontractor'where the contractor has notice or.k4*)0100. 4at 1110" ... .i4):icotti'klh4'004',...0*,4:1ij9..*1,okcitijiii'4iii.f4ftOi!' ''j* t 0..P*0*15 • . . . • . . . - ... . . . -',1 'T:.40,0004c4*.'-:)Wit.*ii0:*0.****-40.t.#*09350110.*#010.,:.:,:444#4.-„:4#1.0:14.0.0400.4.3.1.17.4:Ar0...A11041(qgftdr.: l:*4-.-00tiaf otiof§..$4)0*J?"..40'..074iO1-4*'0040; is 4400Lii0i.414,0.5:-*kg00004::01iot-.14;*.ih*q*#100:-*-' ...'.. 00001*444:,0044t('74.04.Wo:,0*09) #04;;Oi50114ilitiO4.**-Alt004 8-,or -not.:'MO to circumvent : . i- ;-**74007,-`0-:Off0f40,0440:44k!PF-0-04(7$-•::. • . :. . , -F- '11107,OttitiOtf,Oil.01‘066-',11-14.. .:11aii'. 60•04)1Wie.0:6.ii01.4.6jUitiiiii011.601.1jt.q4egOki**1.;t0tVPait,7S-',Voift :' • " .i***,-)8"00:60-1-.0iiii 014tqc1•••174.44tion. .',1*--',ib341t;-;;itiiiii.;dtoritr.44..ior .,,a4d;„of tizio.oflter.coti,#*Iits;1"On',tt*.0 i0 , ) • I iii'..4,, ,ti6::.fiiiitii‘iitik's•co::::'6 ..,.:Iii :oits••,),--.a.„'truiiiiiiiiii ;Boi4ti.it6;;.'Ohtie:,,.:eaiiiipitleie4','.iiieloairig.-,to-sOliataiv.or, ... • 'ii..,,j,t"hhold,i4i.if`a.00i0,0*.j)41i4eiiii -, „. . .....„ . „ . . '''...4„titO*40ff,:040,0iiiii.e.hdliii,t the company eai,fikitiotl„i'41*.i.,:i0.0iiii,i(;•ii44nici:i0i40i4id,,itikiiiiiiiii:4. . . of 1!*00.4:0044, 5.00t160:4**L010.iii0:1- . .. ..„.. •. ..,. ., ... ... • -., • • - - , .. , ,• ,-• ttikEYIR-ictikkilriER iiffif624 ":•$igt144.0.,.-----..--.- — - -- . . . ,„ .. .,...,.. _........„• . -,:•Fiti•O{N•4*;• Date •:4",k1:4Ek:ENTERPRISESORQU,R,:114C-.:• .,. ., ... . -,....,, . CEO' ,t)BA P'1.1NE.MENTAERA0.006APANY. ::,• . - Tittdi'(0.:triaei-oeittithofit4Agerit)" •g.00p.aq:Narae.: :-':- . f,% :.' '' •••' ' ':":"..'''4''''':- ''..;''' 'If''''....*""; .. 1.• • .'.0g40.0..;.V??'..d0gS.I.A'AV.t.;Oitk.Otititvt.Cik0280•0--; ..„ .„, .,:.......,, .. . , •. . ,,,z,,,,,,,,;, : . ,,,, ,- ,.,,.. ,-s-, !: ••..•--.-•', ' - - "--- -- --. ,C3cy, ...- s.tptg.,•. .4j6-.6;46,. •-•..e''''‘.7:*".;,,,.*.&.'t.' ' - - :.,'.C:7,,-- ;', . .,, . . .,. .. . -•;;:,,>;;., ',-„, ,,j.,.,,,,,,,..:,.,., . . ..*.... ., '..„ , . , . , Appendix I: Section 3 Cumulative Compliance Report [This page left intentionally blank.] � k7ft�Y� 1>>k �ir zits' .-4 L./ 4E�IVi:V1/iLL �' -:P�QU!'DE l�ON LO�+�/ �[ • w : eeton 3. tiv I • �y -u ina�x�a �: =orn� a.>ace. �� : . " Indicate ireportingperiod :' ,£3 Monthly .. . ,. liivaioc . 12,Pro eet,Com"letion: sei� ari , .. an ear Date.'of ProJ P ect Com-legion " " _ Business Contact i fot oration . . Contractor Business Name., .ContactHl a " " : `.Phone,Nunibei S"treet : r •.. dip. Ema"t" :- Project Lnfar nafio r .. ;Proiect'l' ame,and,Desomptiori -- . ork ?roject Start Da Work7Project Enii Date'` This=form should be::corn feted,b:`:all.".vendors cc nh actors and service. ici, ."filers wli"• . a."e:a;contract wi tite City,ofHuntmgtan�-$eacttthatis •subject to Section 3requirements et'.2`4"CPR,,,,,5 Com,nlete=thin q form.rii its enttietv;;and attach: the followitia,supporting docum+entatioiii Section.. :-/?ort ei and; ,: Ta eted: :Sect on ;3. ° .trorkei t:..Certif e:ition. tOr mist''';teayroll- Titforma£tion .s. r�tin labor:'hour . . ... .. ... .. benchmark'data-";certification.thatyou.followed:pz de"•t`•of`li rin' priority,:e hence of uali'•ativ- :efforts:.mad'+%-'com :with:Section 3 an t:oth•ersu supporting,:documents.as.a xli -e. �Y PP g .�!P.....�1? : Yau mad-:attach ra:.;te ter.to t tis,r:., ;ort:.if needed to tb tl er state;: our'effa s aeh e e `eots or: "k stacles eneou •nteredY - Submit;this;form:;on":the:•i'5 of:eac :. onth for;the previous::,:month. and•:at eomptetign of., .our,work.. ..-_'?.-:.: '::. . uestions an assistance with requirements and • reporting;"can:;be,sent toy.tho City of HuntingtonB'eacia's Section 3 Coordinator.• harles ICovac, Crtty of"Huntington Beach., 20Q:U: lyl.`am Street, $�`- :,..„..., ' '- . HHuntin ton Beach` C;4 92648.or_by email at Charles.I osac(i1surfci.ty-lib orb" i. 3. G'E•lrtE.RAL . t11 IANiCF ....D DEIi'G .. .�1'+i : Section.: ,•'of the ;Hou" .'and.,Urban Deve1 ent": ;ct'o•f :l'9f8 :codi ed; a 2 . t:7l" P . Oo t ".l i• J'.SAC,. 1. :arid:. ." hnpie rented. at 4 CPR"` Part.'75 'hereinafter,. '"Section 3",. as -amended ;requires. ;that ecorfonxrc- . opportunities,most}zixxi'ortant1y`em to *ern> nerated::b y certain USwDe•artrnent ofHousin` ana:U.,r - T.:: ':::;'.';';'',-1.:-.''1'1 Develo•menu("HUD" f1nancial-assistance s'-all',` i-p . .., �.•.... ....•.. ,) . .: _ 1(-7 =liiw::and::w�,. r::la ' nroiaae : tso'ris�� - �. { $ec��o>a.:�.+�u:: .Igt :e.�'oit�;`;lia��a' .R:eport. >tticularliy-those vyl o are:re4.,i0ts.:af.gaverrirrient, s i*.11ce fotr hour ilg,,ar-residents •tithe,comrnUn tX -pa • at whtch,the federal as$btance;s spent.. - , ' .Seellon 3,_Workermeans:: ' Ant worker who currently fits or~when�'hired.witliin the ast�ive ears:fit.at:=least.one of:then tbllowii ,categories,as docurgieiitecl::': . I::;,'Th eworker's income for°the;: �:us'.or annualized cal"esadaryear is;below,'the`irir4tog iit dished- li} H iD::(Notes;Iincome i er irnl s eon�idered fr the vwork yaiid itot based oti l�useholct�, 2, 'I'iterworker is employedby: - ,'�•�. .,.. , ". " , ;a'Section 3 b cit,�' :3:; :The:worker.isz.a'Youtl Bulld:participant_ ' ' mess.cor�ce" • • A Targeted,Set oon 3:Wat*1l r'fo.r housing�and cr mmuni development'fn'air"eza1:assia`tanee.'means .. . :A:Section 3 Worker as defined in 24-CFR Part 7,5 21,,as may beeainended:from time.to times.and:means:4 , :worker~::documented�fhrough.self-eeirt fication or;ottier;meanskace': table=toHUD;who,:is:," . C:,• ;A workere nployetl=:by a-SectIon 3.Bus ii$-.0Concern: or=' 2-. A worker who currentl; fits;oor:.::when:hired;ft at least one'a1lheFtbtlQwfii rate..or as documented; . . within tl e::.past five.year.. , :a. :Cuing �itiiii*.tlie service area o rtl e; ieighborhood;'of the;uraject*,:as:def ned in.§:7"5:.5;•or . b: rA 'outlBuild par.:ticipairt , 'e tztart..3.Coordin ir`•or;willp:•r�ov k i thOr z fiance 0 *service area oi.q.b:nei 'brirlioad .thep p ect= der. speck project.. . . : . , ,.' 1, •I25=""erceat:or ,more oftine:`total number.;,of labor hours-worked`b a[l WQr ot..8,on,the• �ro"ect a e See n. , ...... :.... 31 orkers;and . ' 2.. 5:percent or more-;of.tl e total number•of labor•.hours worked by all:waxl•teraon'the: 'iroject are.Targeted. AU"D:.INCOME L1 rTs . . .. . . Lowe and:very'lo -income limits,-are defined::in.Section-,.3.h' `2) 'of';ti e,`Rohs' :'Aet Of`I!# and< �.��( ); . . 3:7 are :determined-annually-byfiUD Oeseti ni"ts✓aretypically established at80 percentArid SO,petceiitoftEiearea medianD. 8.iiidMdual Income,.Most.:recent.H:U ID income•limn may be obtained froirt eDRG Income Limits: . ., .. .. .....:;:F. '. z o1z:sa,ia.�a A0dheiM :.inc;:CA`HTiIiA1letrO.F1V1R Airea ' .e6iiii.. Q%. itiif e niiaiii<Pessou n,°Na>inure 47 i;a ' ° a��'R 'tl7art$ Q �6*-if OI%':C c iiiie`l i'i 'oi°r=Pei _ .t____. . , ,M re than Emplt ment:.and"tra ning:opporti pities createdd by housing..and common :;`development.pra'ramohalt. be gi,iioc.to$ectioiVIWa` ers MiliefOltrAiiiig order of piton ' 1. Sect on 3 Wortters residingf uttl iii fihe s ervice area:orthe°.neighborh ood of the protect,ar�d i 2i Patiadipants to YouthSutld`programs - - ' • • , • Section•3, iC:umulativ�e=Compliance Report„ • • � FQRM.WEL. :Er PROVIDEL UPON LOW B:1D*** -- COM PLIAN'C.E ;RSA:PORT` Part`I:Workfor omposition , i;.'-;J;E t tits ...1+: . ' L :... . pppp •er o e t oii �,,..' o,��:`�'":�.... ,.;L�. .��....� `� t�l.ii�nitbe�-ii�;`pa�etie�:=F-�', , . . ..,. ;....,�. _�.�a+ '�.iqr: <�,,,��iers-�ba°: �i• tl'��°.�t =°�°• �'�`e�iii��-.�`���eic� l�ii:.. ,�� • .._ ' ...y �p(f�^ .,':?':<C , f art I Laboir Hour Be>�chmurlfs;.(2 "�:;anal'a� GIs),: ... Report�labor hours worked on this Project broken down:by AL ,Workers,Section=3 Worker$;:-0 l Tar-:eted ZSeciioo 3 ,pdkecs; : . a } " • .rcHnro ote= �E ;:' $ =1i " emsc sLa , onh : � '� . ... ait t � - fj� l �3��ke' ��. ``:moo e�; � =>��.� orke :: �: _` : o e ,�_ 4 i s ` < "me�tiiespp ��ii ixhai' ra iti ,stin ;h6 ? '�.i.c7us . 41o.aw- , � k b- ,' „'�� ` �,._s.��-.n. � : ,:vN ., '. kedl thero Ct�- .. . ' X]Te''chili etalith Pt t .2': r, :,, : d , ., • : • • • 'Attack C ri ied Pay olt0�:to support the;data%prouid*d`i this•section • Part,IlL ew Hire Data Did,you iire;-Section 3>' orkers and/or`:TargetC4Section>;3 Workers,in relations do t1jis':contract`: Dd you'follow the order of hirin riori 'wheri,,ilti in `new':iworkers` " Qe ( Tv Lis•t all;new bit•es• m_relation'ta t its c ontract,`I:("repor ting.more'new hiraes�thaii abie't+o`list herex c reate, ''..:an excle!ti rreadsheet with thesame columns ,use;that.instead. ' - , • • , raj m�i : ` c#i%.ri 3 Cumulative Cr >FnpauEe Report • a - c *"*FORM WILL BE P.ROVIDE:D UPON Law BI,D**x`` .. • ." ' • :i :.'a- -=Total• :: ,:.' �=' i.'�'4cbitli ':" ;�...-:. _ �.• utrs o Ta� cad.:.. 't�ia - - -1�c�,,,�ir� axe;:- P+�si4itru.:' t�.. ..L'�;�'Ra�i`��'•�°o�k�d-: ..�I�3t+�::�;r;::�`nri�-lil►,a� .:G"eaicYermw,,,"S�-'t?4`tail��;='«l�'aao 't .. . • • ' Attacl%.docuir ents�support'ing tlie:'data provided in the.tables..above and.:ct eck:the boxed belowas.a- "licable. . . .0 Section:3<Worker:..Certifeatian Forms for atl'1 ..ew Hires(categorized.,by:Sectio i 3 Worker and eted Section.3:Vfrorker) Cl Supporting,documents of efforts iiiades'to hire n.;the order'of"hiring-prioriity..., to, list-o: can lydates who ' :.applied Gary of Huntingtoin Beach referral ltst;;etc..: - Q:Other documents s•ec%:.;, ... - :." .. . . a :p �. htlit•<W..� ,ubcoti'tracto .. i� you:;have any subcontractors who performed;work i n:this,:contiacc ,(O Yes: . :n(�No - " -.If ?es,com .the plete, table below and atkach this.'samr e epoi form for:ea h:of the:;subc©ntractors to identify ;their Hiring and laticir hturs .rY p�;F„,,. .i:i" �+C�Ci;tifi�ca", n. yY ! . . :q g�+ Y,-z.i j�.�N�4L�.: _.N7.17A S "i7" S�. ,Yg .-'--Sa6coxxE•'L'SiC'tOtrtg$xL1'li. �.... tit' z.<:�xxxQxtxxt t'�Jt:B€t B�C xxd.,,3 • <,,r., ion 3, umula v a i %a c. .Report; ., -.wn _ . wMw Part\ 4 :tialifiati i Ef a�ii s 2€, Pa :t'S Check'the'boxes apply ly to demonstrate your good;faith effnets:'to sa t s,= your'secti n a oblfgaf ousv • 0 En'.. ed iii;outreach efforts°tci erieratte.uol%a}'�}"'�C Cants:wha are Ta efed=Section o"keys 'includina . iioti ,tn <'Fiuntm n eae ,s Section:3•Coi cdinattiti =stiii cab o" enin' ssat`the`ob site, orti n t . Portal'r°social:medlia'"a g es,coritac i Resident Adv �.,� Couneils and.otherplatftarn*, ❑ Contacted'agenciesadminist rrtig„Orange:Cou ty';4iithB ii d'P?rogz i ,:aitd r'iiii stiiagtbeitassistan;ce! in crui n g-OangeC on • Yo„uh yiitdPogram rcipa rds or tc arngsuPP o e ; drn nen t poition . t iQ Consulted: t .statead loal nees adn iseigtaittgprogra .suchastose funded rough: s ; • t orfoceIvesrert Act uneniponiei compensation ptgram conriamy;oganizaon ad:ake : fficasor organizations to asist witttairiiiig andrcruitiri Section3'Workers-andTargetedSetio 3 Wai*ers s:0 3Held,job:fairs; .Qt=Provi led Or cotuiected Section.3-W rkers and geted Section 3 ? orkers,witl.;assistance in reel iii : a :'i'arg ; errtpl yment; inc[uding,,. drafting :,resumes; aring' for'`;intervieWs, 'and;-fndin `obi o poiiunitie • connecting rests a s,tci=3 Vi$45.0.* c0• o zit sear% _. " ovided or referred ectiort 3 Workers fo i iw ces s,:110cOng Wor readu es's:and::reteniron :e: *or readiness:a uitie intern iew'dYot IngttestTfepp` s,tra is or atigii c` lcicare o ;Assisted Section 3 Workersc-to obtain financial l literac trainiri and/or'coaching • • Engaged iin outreach efforts to,identify and secure bids rront.Section 3 Business Concerns. • • CI.:Pro'ided tee}nical ass stanceto ltel -Section 3 :usroes's Concerns,und3erstantl.an bid'on';caiatraets. ;CI Divided..eontracts3lnto smaller cii s;tc'facil Late "'artier anon to `Section 3 "usitiess-:t i ii s: .. , .. .. - �=:Rem . Q P:.rovided.'boudi assistancey -ties- or ottiereffo ts'to s 'art viral..h *oi Section Contcerns.. S; USine�5 El Proiiioted•use;';of`S'ectiiiil:3 :Busuiess Registries designed :to ;create o. .ortun ties for Section 3, disadvantaged and;sinall�bus 0:,4i st • p•rt b t'N."tom nd,CEi!iimiit iit5t'.. , ,. .a ,. �!. ;�.:- ,' (ff iae�iei�a:a�Gritiiinsl`sh�ets�l. .. PL�S�:SEE;l'HE;Ai'l'AO E Qd::FI�l;TFi`..EF:FtJR . ; ...By s gning:below,'L.hereb certiify:and3ethre rider penalty of perjuryunde`r.thei"aws ofttie UnitedStates nd the<Stite. "of'Cahforma that the�information;provided.an'ttins form,as'weU'!�as;all documentation provided in sui)Or,i..;tl erecif;arc 'i -tri es sits!eurre:4 and:that t am;.ai ithari'zeid•:on:Fief ofth Compaln 'to.make'tins.cer ificat on:Furthermore:`t eerfi that[,will maintain this documentation for tire time,period''requlred tor,.'record retemtmzi i paccordance;,igt.`,applicable" i program`reg!iriatiunso'ishith ahsenc+eofappii"cablepi.4**.regulations,:in,accordance-with2CFRpart2DQ::CWill�make these•records'available totbe.City of`Htintington Beach�aad/br,HUD upon request. . -o . deg..a: re Nam &Title - ' Dzate • pg . Et PAVE ME 9T 11,7 EHA''• • . COMPANYPP REFERENCES ":Ct lEN.T-:Cl t'F'SAN BERNARDfNO-.290,.NORTH D:STREET SA ER : RDI 24 PROJECT:;PAVEMENT-REH SIUTA-TION:ATFOURTEEN;LO.CATfO '#134.6$` '.DESCRIPTI.ON OF'WORtK-'CONS7;RUCf1.ON OF:pCC"CURB.8erG ER;-511:1;EV ALIC CROSS-GUTTER • DRI(E1lt�AY�,:CURB D IN A+C E S RAi\P W.IT:H TIN PLC UNCATEI): OMES� :'PERIOD;OF:PERFORMANCE-MAY-OC`1 2022 • COS}`iDF'BrDOE �5 WOR .,$�; ,917 �pl�lTl�Ci r�RC1�+11V�kt�liE.TE5"Cf71!`QF'SAI�!'BERf'�}l.�Ri�(CV:O.P,'UBLIC�IV�RKS `MSPECI'�1R 9�� ,384:=5p1�(l ;CO tI'ACT MATIC -CORPORATION PRIME': ONTRACTOR ON T EPRaJEcr GEORGE:FON •11 LE' (909}4.241655 , - .CElENTr.COUN,T:Y OF filth=RSUiE-4060::E OUNTY"CU CLE. R 'RI:UEi # .E C 92503 PROiECr.'SIIJRRY;SEAL„AND:CURB�RAAA AGCES5I8ILIN,P'R JECC DIS RICr1 .. DESCRIPTION OF WORE�::'hCONSTRUCflONOF`PCCCURWR 1M S,CURB .Gt} TE# SPAT S REL:. ►ER OD OF P„ERFORMANN10E APRtIL:2023'. _ w COST-OF- ... :CONTACf� MEHRAN SANATI(SSI)2S5-2%762rP ECr �GINEER cl r OFFSAN BERNARDIr i . , <. gg r AVE • G , R�C T h�. r < r..e 289,a;E.;LA:CRESr .RAVE,Ai�tAHF_IM:GA-9280 • 3. CUENT- CITY OF DESERT HOT SPRINGS-11999 PALM DRIVE,DESERT HOT SPRINGS,CA 92240 PROJECT- ATP CYCLE 5-PALM DRIVE NORTH-PHASE 1 DESCRIPTION OF WORK- CONSTRUCTION OF PCC CROSS-GUTTER&SPANDREL,CURB&GUTTER,.ADA RAMPS AND SIDEWALK. ) PERIOD OF PERFORMANCE-JAN 2023 _ r COST OF BIDDER'S WORK-$908,262 CONTACT: JILLEEN FERRIS(760)329-6411 EXT.220,PUBUC WORKS DIRECTOR,INSPECTOR 4. CLIENT- COUNTY OF LOS ANGELES-500 W.TEMPLE ST.,LOS ANGELES,CA 90012 PROJECT- CASTAIC ROAD AT RIDGE ROUTE ROAD#TDS0001703 DESCRIPTION OF WORK- CONSTRUCTION OF PCC CURB&GUTTER,SIDEWALK,CROSS-GUTTER, DRIVEWAY,CURS DRAIN,ACCESS RAMPS WITH CAST IN PLACE TRUNCATED DOMES. PERIOD OF PERFORMANCE-APRIL 2023 COST OF BIDDER'S-WORK-$420,000 CONTACT: CINDY SCHEEBKE(626)228-9033,LEAD INSPECTOR ( 5. CLIENT- CITY OF SAN FERNANDO-.117 MACNEIL STREET,SAN FERNANDO,CA 92340 PROJECT- FY 2022-23 PHASE 2,ANNUAL STREET RESURFACING PROJECT#7619 DCSCRIP f1ON-OF-WORK C-ONSTRUeTION-OF-PCC-CURB`&-GurrER. PERIOD OF PERFORMANCE-MARCH 2023 COST OF BIDDER'S WORK-$95,800 CONTACT: ALI ZALGHOUT(480)242-4457,CITY CONSULTANT 6. CLIENT- TEMPLE CITY-9701 LAS TUNAS DRIVE,TEMPLE CITY,CA 91780 " PAVEMENT REHAB COMPANY 2890 E.LA CRESTA AVE.ANAHEIM,CA .92806-OFFICE:(714)238-1444-FAX:(714)333-4844 PROJECT- FY 2021-22 PAVEMENT REHABILITATION PROJECT#P-19-07 DESCRIPTION OF WORK- CONSTRUCTION OF PCC CURB&GUTTER AND SIDEWALK. PERIOD OF PERFORMANCE-NOVEMBER 2022 COST OF BIDDER'S WORK-$69,000 CONTACT:. FURKAN CETINKALE(951)534-8983,CITY CONSULTANT 7. CLIENT-TOWN OF YUCCA VALLEY-57090 TWENTYNINE PALMS HWY,YUCCA VALLEY,CA 92284 PROJECT- TOWNWIDE CRACK SEAL PROJECT#7037-2020 DESCRIPTION OF WORK- CRACK SEAL,LARGE CRACK REPAIR AND BUMP GRINDING PERIOD OF PERFORMANCE- JUNE 2020 COST OF BIDDER'S WORK- $550,000 CONTACT: ARMANDO BALDIZZONE-PUBLIC WORKS DIRECTOR(760)369-6579 X307 F ) PAVEMENT"REHAB.COMPANY _2890 E.LA CRESTA AVE,ANAHEIM,CA 928Q6-OFFICE:(714)238-1444-FAX:(714)333-4844 • : PAVEMENT . :-:,i ii 4 REHAB • - ' ' • • COMPANY PA{N'Y :.'.. CARTER;ENTi:!'>'PR GROUP INC . DRA PAVEMENT.REH`t S:•,COMPANY " • ':, • • ' LICENSE# •1Os1374 DIR#t`;30O0O tS23 ' ., . . ' .. UNANIMOUS W RI TEN; ONSENT OP ; ; :1'f#8tl.4ft0<;t)FOt0.0fC1ttS.f3F .: " • CARTER ENT[iti?RiSES:GROUP�INC.. . ... DBA PA tEME REHAB'. OMPA1 Y -..' .. _. . :. fa ration}:: - Ca�i�0rr'!i3 iCt3'r�q _ . : .: .- :. >ALigusfi Zi9' -2fl24 :The underslg nedi'director,,:cgnstlttttipgte.entire 404 of directors"(he'tBoard°"sof'Carter Enterprises Group,lii'c..ptir Pavement l ehab Company,aCairforra corporations.(the''Corporation"),hereby takes `tihe-following actfoils,adoptsthxe-'following resolutions;vand transacts-thie.fOrd.w1ng.'business,:by wr tien: � r consent Withou0 meeting;-as.of;the date above v nt€en„pursuant,to Section:307(t jsof the General Corporation.Law�ofthie State�of`California and;,tt e.Co`rpo atio is.Bylawss : Approval of Loan;Tiansacfinns. - WHEREAS.di*Itirsch neris current the>'Co oratiii ": . #Y• .• rli ecClt ",C7tf'tce ay:. . -,:: ;,lftrsdineris the'Vice,President,:Seecretary;and:Treasurer:-'ithi=Officers.:_)bd with autfrorsity.to,enter - iiita=contracts;on eitaifofthe Corpo"ratiok : . :.. WHEREAS.the.Corporation non=governme ital projects' "" „ p p" , goys WHERE tS::attercareful;consideratiotr.if*Board has.d'ete'rmined:tl atthe;terms'and condititiits';" of the proposed;project>in`tide.foo-,6ftiic:bid:attached hereto as.Pchibit'A:'(the"l?toject":x-are:Justand. eguitabie and fairas.fo the Corparati+on;and'that it rs rn'the best interests::of the>Corporation and its stockholder:to submit;file:bio-and co npletethe.Proje subject tc the:.ter s:agree+ upon:by ttie pa nes: .. NOW;THEREFORE,BE.Fr RESOLVED,,thee:Board on behalf of"the Corporation:hereby'approves'. and�.ratif es�;the Project its all:respects„and herebyauthpnze:',and directthe:Co;'oratloit to negotiate. executerdelIverand'.peeti:iti:.the:terms,ofall>documeiits,.required:inconnecti riwith,title:Project, together:.with;susch changes�thei'eto.;as�may°.be:approved by the,Officer.'executing>the same on..behalf;of.:: ' .theCorporati©n(pursuant tortiteuthorization provided herein},such.approval of the Offcer to be .. • , :-- conclusively evide icad by;"tts4;executionandridel[uery-;of sarpe.: -. RESOLVED FUERTHER,.that:the Off cermay,execute�anddeliirerany anti all"agreem"'entsand'any. , and`all"otherdocumentEandinstruments;'and:take,"sueh.fu'rther'action"s as may be'necessary`or' apprapriate;forthe;finaricing ofthe:Corporation < :':299QE;La:CrestaAve:;Anahiei n::CAG92806C 7 4.238.1444 ; • • • J" x � � � , " - • REHAB• , q{ CC7'vt r-k rWY , RES`LVEDi- i Q � �THEf�ir't�tHt'thert5�cer�s}anY=l�et±�a�-autfinrize+d;:i�i� .>..:. .. ._..,, ....,,. . . .< .. tt�c�,arici�ei�rp`a�rere ;�Ca� . exe e;a�d.de ex ny a:d aI1 agreements andan_y°an alt.othei documents,and nstrume ;an ,take such< fter a ctior as gay° a r[ cessai or<"ap rq rrat rfir:the c rise{tirr►a5aii=ii tt a Project °an ster'3e es- Uay! ; a oC�e . x eria`': isrrheotha C o ratiari,,is iO4a tf• �ored�RESOL1eb•,FRTH tf •thOffc tt .er : er ' ibie -"fe T F, dton eeecuteanddeiiuetytotha ea . , stdireedarem ereeC i - stumentsas s be n. . uee d anddalldocutitent ;wth:res;ectLahe.-,P ojecaniofeinr .. t , .r ,,,ii uh ridfimt mtimeta oeaten .h ` fficr`06,CiehifoftfheCorpo a.,,t:s zo -, . .:, .0htpmeitsame is.s_rY RES€lLVi FUJ T iER tbatthe autfron `;i e'"..hereitn.der'shaii fbe deemed tro a data act aut orrzecF>her nos "erfo•rmed r or ttie' "`sa' ?of a•,is'' "d)�y ...,.�...:.?�. :a.:b,. t c��are tiene 'i�atf' , r.. artcf.affirmed..:. ......:........... .: file Secreta y of ttie=Co:`yaratt rr:i5;d recce f'tto fte"fihte ori::'r ia1`. :t: ry e�te�u �:Coiseit wt#Ti:the m�rtutes of rocee idgs oft(te;Co'�oratioii R „ CSignature;page futfowsj' • • zasirE •ia:eaesta=P e,a raheimiCty-9zaos:'o:?14=z38=s4g4' -. PAVEMENT :- - CQ'.t PAN • CA#RTER"ENi'*ERPRISESGROUP INC:. . OBA`PAVEl11[EiuT REI%A COMPt NY. . . ...:.. L`.•ICEN"SE#2051374 DfR#10QQ06'48;2 " f1i:;UUt'I;NESa W!iERE4 ,the'undei i&pe t oe-,eiceciit;ea tt�.i :tUnan irlti:"uswWri€tea,.Cansent'ditlie Board of Directors:as:ofthe da&e:first abatie wrltteif ,- •Gh►e'Eicecuitve;Of#ieec - v:. , " 1l , : Aiitii riy.3teei:' ' • • • 5 e: 5 < ., :; �i"rcltard'CIe,Vas"" ... , E ' ViceiAce" -eaitary'Xfcasiirer a. • • - �890;E"[a-Ges kJ.e :Artatieicts,G1928©G @ 77+ Z3&A4, •• r , CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E La Cresta Ave. Anaheim,CA 92806 Tel:(714)238-1444 Fax:(000)000-0000 Outreach Invitation Proofs Project Name: ZONE 2 CURB RAMP INSTALLATION Contract/Bid #: CC NO. 1811 Awarding Agency: CITY OF HUNTINGTON BEACH Log details •This document contains a single copy of the bid invitation emailed to each company with an email address listed on their certification.The same email was sent to ail companies, which is why we have provided the single email proof. •This document contains a copy of each fax notice sent to solicited companies with a fax number listed on their certification. Email'Proof ...„,Sidifettlinetcr Bid Invite:];ZONE 2:Ct1Ft8=RAMP INSTALLATION.` -Reply'Tq.:Eniaif'BIDS(a PAVEREHABCO COM ... 'x•.:'.r'9 xs,...,.n+..:'..:�t ..:,..;.,.J.a.,..... ..<....:._ ` F`t ;.a•...•.,.a...i.. ,.w,4o�:i..'> . .. .. ,.&^: ,.... eq„4:o:r•.•y.. a., ✓ r ,.,. K � it ..<..•<.,,>.., rr�a`.i..n i "r i W � :v a:.,.r.. � , { :. . .p.. 4e < X> < d?..<i,.• ..-fix.. .e rf t 3, /e :.. r.. .. .? d ': =` :4c1-: �. i :...._ hv , ,,, ";C TE E 'TERPRISE GROUPNC•DBAPAVEMENT EHA , ;•• x `•< . s . • ' . , ,.r^�:. <�.•��';,=a "�!<T . .utg," :a "?' ;:•,y' : :� , � '�Ept�, - fi� r '¢. CONIPAN s;seekrgr uii 1I3BE '!Secfsd 3nclip itesya?to6ic x,` _. , . . .,�y ^ 2::n�-�:6:- .s �y.>. ;r.. .,�>,w:y"��S:n. .A� _ .� _ .,�< ^ 's:: ' .. ..<: >� > ,N� . :': ^ .!„. ,-. a a r: 1,K ; ? � .�,. '..,. .,,. - „ `r � . :-. et. ";.i:..,,a :X n_`<:z'":4>,. - • ,.vA ,'::Vz��,. ..Y.. M _. ? :4eG, ��.,"„ -. .. y-, . rv� m^ . _/� vNr" ,..ay.. na ,...r ,.- 3: , ,.natv"-.` .n. , . \.„<,y4 •<:f'.:'. ' , . . . • , :?•? .x `;=,::amiw ;'sue.-' r a" <a . . ....^ .... .._..... ... .. .., .. .,. . .a. . . 3"A.; `PROJE'CT•NAME ZONE 2 CURB RAMP INSTALLATION ' • • ; _yr_ ,;BID.DUlE DATE I1( 024 (local b%n - -.. ;_�•-. `AWARDING AGENCY/-OWNER.-CITY OF HtJN I NGTO W BE CH --4- PROJECT LOCATION,HUNTINGTON EACH- LOS ANGELES.'G - ;;- °1 t: ,- _:; TRAFFIC CONTROL .^•,-< ' ',TRUCKING .. •. . . . . f..:. i4ULt1Ci ti' 's 'SPPt . . . . . . :.< PLANS-AND SPECS WILL BE MADE;AVAILABLE-UPON;;REQUE$^T; VIA EMAIL TO •_. , w ; <`: '7 BIDS@PAVEREHABCQCO144: G Ifinterested,contact: ;^'•.a-:.v.,. l.IM-'.'FITZPATRICK • .. .. ... ,.._ .. %:>.....GARTERS:E)`fi'EaPRISES'GROl1F i[�tC.;fJBA:Pi4/EMEN RE B COiU1RAi`�11"iG . , ... . . _, ,7 ^ T .P.(T14.238-1444' , ^ ; f Fax 0)00);000=0000 . - .. BIDS@PAVEREHABCO:CO } ': , .rro,.<..:.: .a, .;. „ ^.p, y,;....0,3,�..� .:. .. �+.Ys:. :q ... �... •-. •,<io,,.a, �.., ., r -....., .. ..L�.._ ( ,< :,,. . ?`.•ss^xT.r ,7Cp":�:j. ;r r:<t;,. ..< 5.., ,<�r<:^e �. tea... <,�. ...;' �� :.<•. :. ra .,t,.. •..:rn'c- .•-�r''" ' �•>;�s;.�;v�s7t' �S","sr. 1- .?'i„'�... /, .r,..... .^.,.,^r< .. :.•<.,..9,.,. ... , �'F:".'r 1`s ten.rrr:r�,Y r`•:�'Y�r's>.,:••-\.�.>;:�sv::� E�- :.:�.,..^.' • ....: .F.,., �...•..sz,(nr,...:5 y•. �•�7.�,.,, .. '�. , ....,.x., .,. �,-., aah.,;�'r�., :�i`:a;<';' :w,. .•,*;o<.x" 'lrc;*..w•-- 33 n.n ......--.,5"....},>. ...,.-.�.:f`�.x<:.r.,-.<.._-,< za:r•SCw .. ,ti.:<. .'G "d`. ,>.....a ,.>..,•£�::: ,.r ,. .x'..w+. aa ....,i':�.na., , .. ^„ ._... W, , • ... This email was sent via the DaEGoodFaith.com outreach platform.'fo learn more about why you received this bid invitation emoil.visit OES EGood Fatt h.comiwhy, INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: 3P Construction, Inc. PAVEMENT REHAB COMPANY Tel: (909)569-9197 2890 E. La Cresta Ave. Fax:()- Anaheim, CA 92806 Tel: (714)238-1444 Fax:(000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES,CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3104578-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ] Interested, but we would like more information.Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:03 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,M/WBE,DVBE, SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.corn. Learn more about why you received this invitation at DBEGoodFafth.com/why INVITATION TO BID FROM:CARTER ENTERPRISES GROUP INC DBA TO:ACTION ENTERPRISES PAVEMENT REHAB COMPANY Tel: (562)591-8880 2890 E. La Crests Ave. Fax: (562)218-5637 Anaheim, CA 92806 Tel:(714)238-1444 Fax: (000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES,CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3104568-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ] Interested, but we would like more information. Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:04 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO:AMA TRAFFIC LOOPS, INC. PAVEMENT REHAB COMPANY Tel: (909)287-3027 2890 E. La Cresta Ave. Fax: ()- Anaheim, CA 92806 Tel: (714)238-1444 Fax: (000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY Is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID I PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES,CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3104579-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ]Interested, but we would like more information. Please contact us at • • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:03 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,M/WBE DVBE, SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this Invitation at DBEGoodFaith.com/why INVITATION TO BID FROM:CARTER ENTERPRISES GROUP INC DBA TO: BLANCO CONSTRUCTION PAVEMENT REHAB COMPANY Tel: (951)250-6692 2890 E. La Cresta Ave. Fax: (951)602-2050 Anaheim, CA 92806 Tel: (714)238-1444 Fax: (000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME: TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES,CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY , ONLINE Visit dbegoodfaith.comIrespond and enter Solicitation ID 3104580-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No, we are not interested. [ ]Interested,but we would like more information. Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:03 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,MANSE DVBE, SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFalth.comMrhy INVITATION TO BID FROM:CARTER ENTERPRISES GROUP INC DBA TO: CAT TRACKING INC. PAVEMENT REHAB COMPANY Tel: (714)682-1494 2890 E. La Cresta Ave. Fax: (714)682-1491 Anaheim, CA 92806 Tel: (714)238-1444 Fax:(000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID!PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES, CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3104581-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ] Interested,but we would like more information.Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:03 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,M,WBa DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.comMrhy INVITATION TO BID FROM:CARTER ENTERPRISES GROUP INC DBA TO: COUGARS CONSTRUCTION SERVICES PAVEMENT REHAB COMPANY COMPANY 2890 E. La Cresta Ave. Tel: (323)601-1514 Anaheim, CA 92806 Fax:()- Tel:(714)238-1444 Fax: (000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY Is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES, CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONUNE Visit dbegoodfaith.com/respond and enter Solicitation ID 3104582-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ] Interested, but we would like more Information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at• 11/07/2024 04:09:03 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, MM/BE DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: DIAMOND EDUCATION INC PAVEMENT REHAB COMPANY Tel: (562)822-2049 2890 E. La Cresta Ave. Fax:()- Anaheim, CA 92806 Tel: (714)238-1444 Fax:(000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME: TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT U CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES, CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodfalth.com/respond and enter Solicitation ID 3104569-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ]Interested, but we would like more information.Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:04 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,M/WBE;DVBE, SBE,and other subcontracting and supplieropportunities at DBEGoodFaith.com. Learn more about why you received this Invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: FFKM ENGINEERING CONSTRUCTION, INC. PAVEMENT REHAB COMPANY Tel: (626)345-4225 2890 E. La Crests Ave. Fax:(661)554-0114 Anaheim, CA 92806 Tel:(714)238-1444 Fax:(000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME: TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID 1 PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES, CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3104570-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ]Interested, but we would like more information. Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:04 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,M/WBE,DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this Invitation at DBEGoodFaith.comilivhy INVITATION TO BID FROM:CARTER ENTERPRISES GROUP INC DBA TO: FULL TRAFFIC MAINTENANCE, INC. PAVEMENT REHAB COMPANY Tel: (951)520-9990 2890 E. La Cresta Ave. Fax: (951)520-9980 Anaheim, CA 92806 Tel:(714)238-1444 Fax: (000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES, CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3104583-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ]Interested, but we would like more information. Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:03 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,M/WBE DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.comlwhy INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: Genuine Engineering Inc PAVEMENT REHAB COMPANY Tel: (951)674-5000 2890 E. La Cresta Ave. Fax: (951)674-5020 Anaheim, CA 92806 Tel: (714)238-1444 Fax: (000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES, CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.comirespond and enter Solicitation ID 3104584-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ] No,we are not interested. [ ] Interested,but we would like more information. Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:03 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,MAYBE,DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.comiwhy INVITATION TO BID FROM:CARTER ENTERPRISES GROUP INC DBA TO: GLOBAL ROAD SEALING, INC PAVEMENT REHAB COMPANY Tel: (714)893-0845 2890 E.La Crests Ave. Fax: (714)893-0945 Anaheim, CA 92806 Tel: (714)238-1444 Fax: (000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY Is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES,CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3104571-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ] No,we are not interested. [ ] Interested,but we would like more information.Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:02 pm Pacific through the DBEGoodFaith.com outreach platform. Fmd other DBE,MIWBI«DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFalth.comlwhy INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: HIGH-LIGHT ELECTRIC, INC. PAVEMENT REHAB COMPANY Tel: (951)352-9646 2890 E. La Crests Ave. Fax: (951)352-5595 Anaheim, CA 92806 Tel:(714)238-1444 Fax: (000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY Is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID!PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES, CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respon4 and enter Solicitation ID 3104585-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ] Interested,but we would like more information. Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:03 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,M/WBg DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this Invitation at DBEGoodFa/th.comMchy INVITATION TO BID FROM:CARTER ENTERPRISES GROUP INC DBA TO: 4DESIGN 6A4ND ENGINEERING PAVEMENT REHAB COMPANY ( ) 3 2890 E.La Crests Ave. Fax: () Anaheim, CA 92806 Tel: (714)238-1444 Fax:(000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH • PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES,CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/cespond and enter Solicitation ID 3104586-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ]Interested, but we would like more information. Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:03 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,MN./BE DVBE, SBE,and other subcontracting and supplier oppo►tunr7ies at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFalth.com/why INVITATION TO BID FROM:CARTER ENTERPRISES GROUP INC DBA TO: Landscape Support Services, Inc, PAVEMENT REHAB COMPANY Tel: (818)475-0680 2890 E.La Cresta Ave. Fax: (661)554-0109 Anaheim, CA 92806 Tel:(714)238-1444 Fax: (000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK • CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 1.1/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES,CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.comlrespono1 and enter Solicitation ID 3104572-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ] Interested, but we would like more information.Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:02 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,M/WBE DVBE SBE and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.cornwhy INVITATION TO BID FROM:CARTER ENTERPRISES GROUP INC DBA TO: National Storm Water Agency-Rizzuto SWPPP PAVEMENT REHAB COMPANY Services 2890 E. La Cresta Ave. Tel: (805)598-0799 Anaheim, CA 92806 Fax: ()- Tel:(714)238-1444 Fax:(000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME: TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID I PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES,CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visitdbegoodfaith.com/respond and enter Solicitation ID 3104587-62284 • BY FAX Fax back this invitation with your response to:(000)000-0000 [ I Yes,we will send a fax quote by the bid date. [ I No,we are not interested. [ I Interested, but we would like more information.Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/0712024 04:09:03 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,M/WBE,DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this Invitation at DBEGoodFaith.comhvhy INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: PTM General Engineering Services, Inc. PAVEMENT REHAB COMPANY Tel: (951)710-1000 2890 E.La Cresta Ave. Fax:(951)710-1006 Anaheim, CA 92806 Tel:(714)238-1444 Fax:(000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES, CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodfalth.com/respond and enter Solicitation ID 3104588-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ] Interested, but we would like more information.Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:03 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,M/M/Bl;DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this Invitation at DBEGoodFalth.comMrhy INVITATION TO BID FROM:CARTER ENTERPRISES GROUP INC DBA TO: R&T EXPRESS LLC PAVEMENT REHAB COMPANY Tel: (310)626-0193 2890 E.La Cresta Ave. Fax: ()- Anaheim, CA 92806 Tel: (714)238-1444 Fax(000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID I PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES,CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. - HOW TO REPLY ONLINE Visit dbegoodfaith.comhrespond and enter Solicitation ID 3104573-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ]Interested,but we would like more information.Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:02 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,MIWBg DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: RE CHAFFEE CONSTRUCTION INC PAVEMENT REHAB COMPANY Tel: (760)249-8068 2890 E. La Crests Ave. Fax: ()- Anaheim, CA 92806 Tel: (714)238-1444 Fax: (000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME: TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 • AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES,CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONUNE Visit dbegoodfaith.com/respond and enter Solicitation ID 3104589-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ]Interested, but we would like more information. Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:03 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,MM/BE,DVBE,SEE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this Invitation at DBEGoodFalth.convWhy INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: REYNA'S ENGINEERING INC PAVEMENT REHAB COMPANY Tel: (951)616-4332 2890 E. La Crests Ave. Fax: (951)824-7504 Anaheim,CA 92806 Tel: (714)238-1444 Fax: (000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID!PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES,CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/responct and enter Solicitation ID 3104574-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ I Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:02 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,M/WBE,DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this Invitation at DBEGoodFaith.com/why INVITATION TO BID FROM:CARTER ENTERPRISES GROUP INC DBA TO: Rogue Electric PAVEMENT REHAB COMPANY Tel: (909)720-6830 2890 E. La Cresta Ave. Fax:(951)672-2599 Anaheim, CA 92806 Tel: (714)238-1444 Fax: (000)000-0000 BIDS©PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID I PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES, CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodiaith.com/respond and enter Solicitation ID 3104590-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ] Interested, but we would like more information.Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at _ 11/07/2024 04:09:03 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,MM/BE,DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this Invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: RUAV PRO Drone, Erosion and Sediment LLC PAVEMENT REHAB COMPANY Tel: (951)423-0132 2890 E. La Crests Ave. Fax:()- Anaheim, CA 92806 Tel: (714)238-1444 Fax: (000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME: TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY Is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES, CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.comhespond and enter Solicitation ID 3104591-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ]Interested,but we would like more information.Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:03 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,M/WBE,DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.comAvhy INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: Safeway Sign Company PAVEMENT REHAB COMPANY Tel: (805)451-6246 2890 E. La Cresta Ave. Fax: (760)246-5512 Anaheim, CA 92806 Tel: (714)238-1444 Fax: (000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME: TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID I PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES, CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3104592-62284 BY FAX Fax back this invitation with your response to: (000)000-0000 [ ]Yes,we will send a fax quote by the bid date. ( ]No,we are not interested. [ ] Interested,but we would like more information. Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:03 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,M/WBE,DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this Invitation at DBEGoodFa/th.cornwhy INVITATION TO BID FROM:CARTER ENTERPRISES GROUP INC DBA TO: SANTA CLARITA VALLEY ELECTRIC PAVEMENT REHAB COMPANY Tel: (661)775-3946 2890 E. La Cresta Ave. Fax:(661)775-1535 Anaheim, CA 92806 Tel: (714)238-1444 Fax: (000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES, CA { TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbagoodfaith.comlreapond and enter Solicitation ID 3104575-62284 BY FAX Fax back this invitation with your response to: (000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ]Interested, but we would like more information.Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:02 pm Padfic through the DBEGoodFaith.com outreach platform. Find other DBE,M/WBE,DVBE sae and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this Invitation at DBEGoodFaith.comMfiy INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: Segu Incorporated PAVEMENT REHAB COMPANY Tel: (909)276-5582 2890 E. La Cresta Ave. Fax:(888)839-9857 Anaheim, CA 92806 Tel:(714)238-1444 Fax: (000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES, CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodfalth.com/respond and enter Solicitation ID 3104593-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ] Interested,but we would like more information. Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:04 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,M/WBE DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.comMrhy INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO:SWPPP CAL, LLC PAVEMENT REHAB COMPANY Tel: (805)990-2203 2890 E. La Cresta Ave. Fax: ()- Anaheim, CA 92806 Tel: (714)238-1444 Fax: (000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME: TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES,CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3104594-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ]Interested, but we would like more information. Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:04 pm Pacific through the DBEGaodFaith.com outreach platform. Find other DBE.M/WBE;DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: Tesoro Contractors Inc. PAVEMENT REHAB COMPANY Tel: (323)513-6641 2890 E. La Cresta Ave. Fax: ()- Anaheim, CA 92806 Tel: (714)238-1444 Fax: (000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME: TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES, CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONUNE Visit dbegoodfaith.com/respand and enter Solicitation ID 3104595-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ]Interested,but we would like more information. Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:04 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE.M'WBE,DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this Invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO:Traffic Loops Crackfilling, Inc. PAVEMENT REHAB COMPANY Tel: (714)520-4026 2890 E. La Cresta Ave. Fax: (714)520-4027 Anaheim, CA 92806 Tel: (714)238-1444 Fax:(000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES, CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. • HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3104596-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ] Interested, but we would like more information. Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:04 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,M/WBE,DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. . Learn more about why you received this Invitation at DBEGoodFaith.com/Why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: V A P CONSTRUCTION INC. PAVEMENT REHAB COMPANY Tel: (714)253-3270 2890 E. La Crests Ave. Fax: (714)551-9420 Anaheim, CA 92806 Tel: (714)238-1444 Fax:(000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES, CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3104576-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ] Interested, but we would like more information. Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:02 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,MIWBE,DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/Why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO:VELARDE CONCRETE CONSTRUCTION INC PAVEMENT REHAB COMPANY Tel: (818)898-2300 2890 E. La Cresta Ave. Fax: (818)898-2330 Anaheim, CA•92806 Tel: (714)238-1444 Fax:(000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES, CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONUNE Visit dbegoodfaith.com/respond and enter Solicitation ID 3104577-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ J Yes,we will send a fax quote by the bid date. [ I No,we are not interested. [ J Interested, but we would like more information. Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:02 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,M/WBE, DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFalth.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: VT Electric, Inc PAVEMENT REHAB COMPANY Tel: (909)985-1755 2890 E. La Cresta Ave. Fax: (909)985-8186 Anaheim, CA 92806 Tel: (714)238-1444 Fax:(000)000-0000 BIDS@PAVEREHABCO.COM CONTACT NAME:TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified DBEs,Section 3 PROJECT NAME ZONE 2 CURB RAMP INSTALLATION BID DUE DATE 11/08/2024 at 10:00 BID/PROJECT# CC NO. 1811 AGENCY NAME CITY OF HUNTINGTON BEACH PROJECT LOCATION HUNTINGTON BEACH, LOS ANGELES, CA TRAFFIC CONTROL TRUCKING HAULING SWPPP PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEREHABCO.COM. HOW TO REPLY ONUNE Visit dbegoodfaith.com/respond and enter Solicitation ID 3104597-62284 BY FAX Fax back this invitation with your response to:(000)000-0000 [ ]Yes,we will send a fax quote by the bid date. [ ]No,we are not interested. [ ] Interested,but we would like more information. Please contact us at • BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEREHABCO.COM This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 11/07/2024 04:09:04 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE,M/WBE,DVBE,SBE,and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2880 E.La Create Ave. Anaheim,CA 92806 Tel:(714)238-1444 Fax:(000)000-0000 Email & Fax Solicitation Log Project Name: ZONE 2 CURB RAMP INSTALLATION Contract/Bid #: CC NO. 1811 Awarding Agency: CITY OF HUNTINGTON BEACH Log Details •All emails and faxes were sent and tracked through DBEGoodFaith.com's automated solicitation and logging system. •The solicitation system makes up to 5 attempts to successfully delivery a fax as long as a human does not answer the call.If a human answers the call,only 1 attempt is made. •The solicitation system attempts to successfully deliver emails until the response from the recipient's email server requests that no other attempts be made. Company Fax Send Date Email Send Date &Delivery Status &Delivery Status 3P Construction,Inc. n/a 11/07/2024 28782 Goetz Rd 04:12 pm PST Menlfee,CA 92587 Bounced Tel:9095699197 Fax:None Listed estimating@3pconstcom Cert:DBE ACTION ENTERPRISES 11/07/2024 11/07/2024 2150 COWLES STREET 04:10 pm PST 04:12 pm PST LONG BEACH,CA 90813 Successful Bounced Tel:5625918880 Fax:5622185637 actIontruckingent@yahoo.com Cert:DBE AMA TRAFFIC LOOPS,INC. n/a 11/07/2024 5954 CARTER CT 04:12 pm PST CHINO,CA 91710 Delivered Tel:9092873027 Fax:None Listed amatraffidoops@gmail.com Cert:DBE BLANCO CONSTRUCTION 11/07/2024 11/07/2024 19320 Dallas Ave. 04:10 pm PST 04:12 pm PST Riverside,CA 92508 Successful Delivered Tel:9512506692 Fax:9516022050 Iawym2004@aol.com Cert:DBE CAT TRACKING INC. 11/07/2024 11/07/2024 17 COMMERCIAL AVE 04:23 pm PST 04:12 pm PST RIVERSIDE,CA to2507 Failed Delivered Tel:7146821494 Fax:7146821491 pam@cattrackinglnc.com Cert:DBE Page II Solicitation Log-ZONE 2 CURB RAMP INSTALLATI' COUGARS CONSTRUCTION SERVICES COMPANY n/a 11/07/2024 2100 East Howell Avenue,Ste.208 04:12 pm PST Anaheim,CA 92806 Delivered Tel:3238011514 Fax:None Usted kmergen@cougarsconstruction.com Cart:DBE DIAMOND EDUCATION INC n/a 11/07/2024 5914 GAVIOTA AVE 04:12 pm PST LONG BEACH,CA 90805 Delivered Tel:5628222049 Fax:None Usted biackstartra nsportation l©gmaU.com Cart:DBE FFKM ENGINEERING CONSTRUCTION,INC. 11/07/2024 11/07/2024 28462 CAMINO DEL ARTE DR 04:09 pm PST 04:12 pm PST VALENCIA,CA 91354 Successful Delivered Tel:6263454225 Fax:6615540114 frew.kotisso@ftkmengineering.com Cert:DBE FULL TRAFFIC MAINTENANCE,INC. 11/07/2024 11/07/2024 217 LEWIS COURT 04:10 pm PST 04:12 pm PST CORONA,CA 92882 Successful Delivered Tel:9515209990 Fax:9615209980 sammysalgado(a3sbcglobel.net Cert:DBE Genuine Engineering Inc 11/07/2024 11/07/2024 13306 Indian Bow Cir 04:10 pm PST 04:12 pm PST Corona,CA 92883 Successful Delivered Tel:9516745000 Fax:9516745020 info@genuineinc.net Cert:DBE Page III Solicitation Log-ZONE 2 CURB RAMP INSTALLATI GLOBAL ROAD SEALING,INC 11/07/2024 11/07/2024 10832 DOROTHY AVE 04:16 pm PST 04:12 pin PST GARDEN GROVE,CA 92843 Failed Delivered Tel:7148930845 Fax 7148930945 jennydinh@globatroadsealing.com Cert DBE HIGH-UGHT ELECTRIC,INC. 11/07/2024 11/07/2024 1460 E.COOLEY DR,SUITE 100 04:10 pm PST 04:12 pm PST COLTON,CA 92324 Successful Delivered Tel:9513529646 Fax:9513525595 erwin.mendoza@hlelndusa.com Cert:DBE JCI DESIGN AND ENGINEERING n/a 11/07/2024 3664 HOWARD AVE 04:12 pm PST LOS AUMITOS,CA 90720 Delivered Tel:7147432364 Fax:None Listed Johnjche@yahoo.com Cert:DBE Landscape Support Services,Inc, 11/07/2024 11/07/2024 12610 Saticoy Street S. 04:10 pm PST 04:12 pm PST North Hollywood,CA 91605 Successful Delivered Tel:8184750680 Fax:8615540109 sstunn@Isscorp.com Cart:DBE National Storm Water Agency-Rizzuto SWPPP n/a 11/07/2024 Services 04:12 pm PST 2201 E Lambert Rd Delivered La Habra,CA 90631 Tel:8055980799 Fax:None Listed rizzutoswppp@gmail.com Cert:DBE Page IV Solicitation Log-ZONE 2 CURB RAMP INSTALLATIi PTM General Engineering Services,Inc. 11/07/2024 11107/2024 5942 Acorn St. 04:26 pm PST 04:12 pm PST Riverside,CA 92504 Failed Delivered Tel:9517101000 Fax:9517101006 elizabeth©ptm-eng.com Cert:DBE R&T EXPRESS LLC n/a 11/07/2024 4540 ORANGE AVE 107 04:12 pm PST LONG BEACH,CA 90807 Delivered Tel:3106260193 Fax:None Usted ronlaker50@aol.com Cert:DBE RE CHAFFEE CONSTRUCTION INC n/a 11/07/2024 6001 Park Drive 04:12 pm PST Wrightwood,CA 92397 Delivered Tel:7602498068 Fax:None Listed Jessica@rechaffee.com Cert:DBE • REYNA'S ENGINEERING INC 11/07/2024 11/07/2024 3310 GRAND AVE 04:15 pm PST 04:12 pm PST SAN MARCOS,CA 92078 Failed Delivered Tel:9516164332 Fax:9518247504 loleelevi@yahoo.com Cert:DBE Rogue Electric 11/07/2024 11/07/2024 29094 JAMESONITE Cir 04:22 pm PST 04:12 pm PST Menifee,CA 92584 Failed Delivered Tel:9097206830 Fax:9516722599 ecooper©rogueelectric.net Cert:DBE Page V Solicitation Log-ZONE 2 CURB RAMP INSTALLATI' RUAV PRO Drone,Erosion and Sediment LLC n/a 11/07/2024 2108 N St,STE N 04:12 pm PST Sacramento,CA 95816 Delivered Tel:9514230132 Fax:None Listed ringsuavproviderllc@gmall.com Cart:DBE Safeway Sign Company 11/07/2024 11/07/2024 9875 YUCCA ROAD 04:26 pm PST 04:12 pm PST ADELANTO,CA 92301 Failed Delivered Tel:8054516246 Fax:7602485512 ap©safewaysign.com Cert:DBE SANTA CLARITA VALLEY ELECTRIC 11/07/2024 11/07/2024 24573 EBELDEN AVE 04:26 pm PST 04:12 pm PST SANTA CLARITA,CA 91321 Failed Delivered Tel:6617753946 Fax:6617751535 ryanmcalister@sbcglobal.net Cert:DBE Segu Incorporated 11/07/2024 11/07/2024 11017 Persimmon Lane 04:09 pm PST 04:12 pm PST FONTANA,CA 92337 Successful Delivered Tel:9092765582 Fax:8888399857 seguna.jose@qualitytrafficcontrols.com Cart:DBE SWPPP CAL,LLC n/a 11/07/2024 3205 Old Conejo Road,Suite 200 04:12 pm PST Thousand Oaks,CA 91320 Delivered Tel:9059902203 Fax:None Listed blancah@swpppcal.com Cert:DBE Page VI Solicitation Log-ZONE 2 CURB RAMP INSTALLATI' Tesoro Contractors Inc. n/a 11/07/2024 9600 Kauffman Ave 04:12 pm PST South Gate,CA 90280 Delivered Tel:3235136641 Fax:None Listed luls@tesoromail.com Cart:DBE Traffic Loops Crackfilling,Inc. 11/07/2024 11/07/2024 1915 W BALL RD. 04:10 pm PST 04:12 pm PST ANAHEIM,CA 92804 Successful Delivered Tel:7145204026 Fax:7145204027 admin@traff idoops.net Cart:DBE V A P CONSTRUCTION INC. 11/07/2024 11/07/2024 15705 Birchwood St 04:10 pm PST 04:12 pm PST LA MIRADA,CA 90638 Successful Delivered Tel:7142533270 Fax:7145519420 arvind@vapci.com Cert:DBE VELARDE CONCRETE CONSTRUCTION INC 11/07/2024 11/07/2024 523 S BRAND BLVD#201 04:10 pm PST 04:12 pm PST SAN FERNANDO,CA 91340 Successful Delivered Tel:8188982300 Fax:8188982330 maria@velardeconcreteinc.com Cart:DBE VT Electric,Inc 11/07/2024 11/07/2024 10825 VERNON AVE 04:09 pm PST 04:12 pm PST ONTARIO,CA 91762 Successful Bounced Tel:9099851755 Fax:9099858186 tony@vtelectric.net Cert:DBE Page VII Solicitation Log-ZONE 2 CURB RAMP INSTALLATI, CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E.La Crests Ave. Anaheim,CA 92806 Tel:(714)238-1444 Fax:(000)000-0000 Ad Proofs Project Name: ZONE 2 CURB RAMP INSTALLATION Contract/Bid #: CC NO. 1811 Awarding Agency: CITY OF HUNTINGTON BEACH , . . . . . . Focus..,41-tititrial Ad - .r,o4ircotii...*Pp5,-,:gooFoto..o.p.EgooFolitiotoy ., . • . • , . . .. .. ,,,, . . .. ‘rioiiptieil'o*-11102624,b t040i.d4 01*tk.iPo'' .. E*ii.Cre4bii *ficiffiZO.Y.V.;':.1,1ii.$0.59::p0A pi;a9ig:o.:. ... „ . • : me#00tletiftoitioii*4.007t0;431t3§QP.A.:VgIRPIAficcXOPM . • . . , , . , .. - Ptiiiiisiii4.4.(0itto,4:1/31begaddf.61.0%06**0;•.ph09460.i.VeFia.:+#0.6 0.0id .--6220,4, . . . • ' . .. . ,,,. ..-''''"..-.1„•••• .... ,,.,. „: „,...„. ._ - • ,,,, • -:,3.„. ..-'• ;'..,...1„ 1•. . . . • " • .•'•;'•n't7,,-7 ,.-•'•':: ••,,!':'-2``.?••1 . , .' .. . .. . . . . • ..IN,F.,11-!,14:-in.:.•Vagr.tpt,,.."Amj-zgfig•Mok21,W• iifsriVi.A,Tit.,c74:1;:i•:•;,,Ait.,,LtY,(tIPP,Olejiatibr't.ileatrit ,„Witrlatectii.* .V55;a#4 . . p;i:44;4A,,,,,,k,716(:.•••,i-eb,--F.,,,t te-; -. "- 't-srdosjit'-.. -, '-''''''-' ' i " -e- '• '• • ''''''' tk.Ife,4-, -4-t-i, - ' roA ' 4 -4.;.:•i'4V.4-Ttf16 :.7:t,v,.,..=tsv:„aF,:!-,7t,&".;i'smiis,,:m,-.4.:,,a*z.g;.f.,„„gitiFztr§-bo:F:AF.&..u.zt.V-ms%,.Rat,u1ctT-zi-m-FlzzgzE,..:.g7z:',n'gf45s7g--,-s:.i , - . - ., . . . is seeking qualified DBEs, Section 3 . . Pipjejailkidorii gC)NOOUREV,041.0114STALLATIO14.; • , - - . . iFttetilli164.4altripW3flikklY9Z-ef,4041 .. . i,:a44,144Atielfrigg414-1.10egti. : ' ' . . . . . . . '.. 101,C:E:Iiii4it, . . . , .. . „ . • • : reiii0eic6t,itaAiFiaeir co NC.4,1,811 - .. . . . . . . 711)11:Flt4P4i*g* . . . . i •, . . . . .. . , ,,-Awmdift,g,iA9griq, . PIdlecititialitor ' . I :ftrrY134.04N,1:040Torst.BOArelii IIMTITZPAT.RICK 1 . 1 • - . .fitiNTINeditiii BEACH,LeA;ANdELEt.tounly.idA, I 01:4.-2*1444 . .,. -• . . „ .. , 14./0112P44 at.104q - . , , , - . „ „. . . . 009Y ape:411K . .. . . . . .. .- .. „ .. pit.4060.0§4; . .. . . ... liwoto..00frittoL 280*P. .4,* 0:!*,:Mli,,, . . . , . , 10101d1,40, . , ., , .„„ , . - i ,,AoahellniCA,92,806. , . , . . • . , . . kfAP000 I :. ' ' „ . , . „ . , ....,. ' - . - - •. ,.. ..„ . . . ... :. ,°""" -.. . ' - ' . . : I r,.'.';`:::::i:-..i.:'''''.'::::::;-:.'1,:--:•.' ',.:..-:::ii::'--;.:''•,',:',•. 1 . - :' Se6d.M. s.page , fi*AN$A0,13;5.13g0A644402-0*110:AVAlk*BLE:::,(1.004.',,i§000gi,-"rtf.14 Am.€94...••. 1441P-4040,4HARci.: 09.0. ' , . . ,.... . . . r. ._ . . • . , „, . .. .. . . . . . . . . .. ,. . . . . . . .. . . . • • . . . . .„ .. , . .. . . , .. . . . . . • ' „ . . , . • . - ' . , . . . . . . . . . . . ,. . . . . . .. . , ., .. . .. . . . . . . , . . .. ,.. , _ .„ .„ .. . ' . . .. ....,....... .,.. . . . , .: "•••,•... ........-.. . ......... "-- K-V-ftifi pil itgiadi:!„ivx.E.6 ,illiS:16,,;',,a-AlittivAiektlegagaatii1A,A-t,r, !0 Free DBE Resources t, ... „.. :I:T.:. •,' esomr..........s.,...40.^...v.usla t:' California DBE Program , . • , ,- . ,r. , Procurement, Capital Access, & , .. 1.• - '4...;,.;=.''''-'4,--.-..--..•-7,-- - .-:"".';'7.'..".......---7.---,7'7'7'7.,:-....,;., ''..7."7.7.-"7. 7.7,,'''.';'''!"t'','< I,' • .:. ,... . ... Surety Bond Assistance . .. , . .. .. ,, f.Sdri,'FtendstoftEE,TittOreqf „ . . • , • ' -- ,• -........-- - -..-.' : -... - . •:'. ...-,..- ' '• ‘• - ' •'• -' ,-',• • 1, '• ,,:sari..Dregd;:.SLBE Program . _ .. ;‘,.-„,,,,,....4,•:.;,,,,:„,,,,,,T0,,,-..1,,,,,;,,,,,,poq.,,..,,. .,,,,;,,,,7,,,q,,-,,,,, ,,,,,,,,,,,',,v,-..a, „,•:0--,..,.:,..,,-....,5,-$,I....-&il . • . • . , ,.•,,0,-0,:k.:.,2,,,,-,i,-,A,A-..:..?.?..,,,:,,5„-,,,,,?,,em-,-,:',,,,,,:..:.-.„wi.,-",...,,,:,,,,,, ‹,.....;.!„-:',,•-••••,..,..„!;,,,-;•,,,,,,,,i,,-,%,,, . ,. , . . • ... -„, ',-,,,-;,.,,,q-t---,------..-.i,..-..- :..---- •-;„- ...'.:, .-.., ::`,• ' , '.,•••,....--,-. ' ,,,„-..: ,,Ii".„4,„;:,,,,''',.,,,,,r7.4...;1 .,,,:•,,,,,..e.':',,..;)..i,",:',;`52...Y.:'z.,.;;;';','T'A'b,;,','..-,?-',-.7;,',...i.:;,,,,,:;i''',.4......14:77,,Y,t4, 4,i`. • ' . , Bay Area Rapid Transit MEE,,;11,V,SE.7.(EOPP)iFirdgranl' :• - - '' ‘"I,:•'‘''&1"•'sii""iiiioliaa'4/6""-aCkeit ii;StiffiAeriIi-.4',"/::*",... „ . . . .„ .„... . , ,-., ,,,,i,,,,.:,- ..,,,,42.-.,-..„... „„,,,,,,,,,,9,„1,:",,,,.. " '•'-''''''',''."1.'.*".,'''''r.`..'Ar';',"'"'?''.'"'"'''''''''''''''''''''1` Lo ,..Anpetes-CutintYCEIE Program • '' ' -‘="'''• 4StitaIylleiridAtaratiaidi,7i.entrnitiOhlikiet4,,,lat,'V,v,,4's - . •,. ,'•-•, •,- - .• ••--••,, .--• - ., - -.--- ••- - • •,•- , . - . .--- ! -,,,,,,v,',---:,,,,,,,,,,,,;1-„,.-,,,,,,,!,,N,,,,,•,,-.,..-„,.--,,......„;-,,,,,,,- ,,,,,,,,,m(„ir,,-,,,,,F,,,,,,,,,-,„ :,,.• ,:i', .'''',z,„, . .t,i.t..,.:.-.-, ...,,...-z; ,;...,:•.,,,,,,.. -,--, ....:---4,1,--)..,..,,--.,- ,4-,1.-,-..,,-,-."4.!.-,,,,,,,,4.'",'' ' -,i,',*YP.t;', 0-,: ,',“.':. '''' ::.:.,r,r1CgTOSVZ:,.1'...5,i.,..r,' ..:. '.*":',..t. . ' • ''Alameda County SLEEP Program .• • .• .- . .:. .1-...,..T.,"-„,,,,:-,,,, ,,,w:,,,,,..,,,,,,,;,,,,,v;.,,z,„ ...,,..„,,,,.,,,,,,,-,,,,„,,,,;,-, ,.,,,,,..,e•k.,::,.,',-4,:,?,...:'':,',)4i,z,f z,,,,,:•,.c.;•.1, . ..' . . ..r •A• ',!,, :'-'41'''''''4 - • • .:', .....::"÷-',.',A,.."-.,.-r.-..,--,---.,"•,-;,,,‘‘3t.". ..er,.irf---•--,-;----V..,,,,,,,,,tirp,^••"''''z-'''..;-7---7' :. ;{,%.,5,;,,.. ,,...,WV.4, ,./...,,YA.,,,,,,.. .5,,, • .. -, '. .<-X,,,,.. ';;;V:V,.,,f,::,7.,i.2,,! Learn more y, :-,:::,,,,:,.:,-z,,.,.,...,:,,,,,::;••: " t tilitifitia:tAiiicil[fif d6iiiiibilaitsd'fbii4iiityi.OiCigrern. - ,", ;.:, '.,,s•Vi'-7.-Ri;',,;P:A‘'.'., : ,--..„“,,,,,,,:.,...a,:::3,4,,,,,,,,,,,,,,.. . . , Pr99F010 . ,:: :.•-t-4,..i..•,-,,,,,w,-,,,,,,,,,,,-'“-,-„,-,..,:.&,-,,,,.:.,„„•,,,,,,v7:,,,,,„„, , ,,,,; ..-a",,,--,141:1,4-,,,q, ,... , .,.. , , ,,,,.."•-,..., i.,,,,,,,,,•,- • .,,,,,-, ,,-,•,„,..,,,,.•, , ., :;7,,,Me•''.,;'.....-,.::''',',„.•;,',.,....•:4'.z. .•.'.'<'^.Q.F:.d,i',,i,4'.'z'''.'.'A'•,•-- ;•-'''';',.'i'•••% '•":-• ',.;••',.:, '',.,,,,.,;,..,,,,1• ,•-•• •-• ,•,.. ,. • •''',:'''''''')'•-j,'-r.-t--,'.4 ' '.' 'Y''' '''''' ;C:•.'ClaWiiiiLBFALBE Piit*ani, >'itos.Angeles 0ountytLgEttiVBE Program f.. ".._":: _; Alameda COuntyAlat.node CTC'iLSE/SLSE pipgrttn. .. . . . .. . . . „ - ,- , -,.:--,!-t,,,-,.•-.; -,...,.,.,.,-,F::.,,,. ,--.;.-.,-... -.';,,-,f,-.,:4,i.F.,--fv-,n,---.,:,"---,---.-.---„4--,-z--,,,, . .. .. ,... .„ i,ca&rtila:.SEI,PWPtottgeam - ',• '•• : •• ,..-• "• • • • . , „ , •.. . •, .. ,, . _. , - . -,.., • ..• . .... ' - , ,,-.,,,,:„..... „..,,.,,,-,,-,-,,,,,,,,,••,,f,-::•.-i----,,,,,,,,---/,,,,- --,,,-,•,,,,,..,,i5„,,,,-.---,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, • -,, '. . '• • . _ . . . „ ,,, , - •„ .. . . , I,C..,4111-910r-*PYP .PrqgfaiTi : - .. ••• '..-.• , , ..,. . . . -• -it,,,,:.4...„.,...:,-...,....„,-., ,„.,,,...,..:,...,...........,.....„,...,.....:...-..;;....x44... .4q...“,.,,................,,,„„,,,,,, .:...."-„;:,.„.t„,,,,,...4•,,,,,,...:„. - - . ...• . ... „: " - • , , „ ,.. , , . . - . . . . ':•..i • ., . . . •,. . „ ,, - .. ,„ , . , • . . , „ . . . . , . . . .. .- . . , ...... ... „ . . .. . . . .., „.. . . . .. , „„ • , , _. , . .„- • .„ .. .. • • ' ,, . . . •, • .-. „ •„ . „.• • , . •. ; .. . . _ . .. . _... -• . . , „ . . . . . • -- . • , . . . . .. . . . . ...- „ .•- - ,. „ . , - . ,•. .. . . . . ••. , - • , .. . . . . . „ .„. .. •, , , • , . . . .• „ ... • .. • , , , .• . „ - . •— - . - ,_...- .• .- . . , . . • „ • • . ., . . . . „.. , ......... . . .„ , , "... . . .•-. , , . . , - .. .. .. , • . .., • . . _• ,.-- • ._ ... . .„ „. ..... . , .„ •, ... . „ „ ,• . . . . .,-„ ,,---.... . -.., ,.. 2.. . .. ... . . .• ... • . , .. • ., - . . ..• , „ " • . ..... . .. „ . ,„ -. . .. — . . . _ . ....:. . . , . . . • - . . „ .„ -. „ .. . . • '.-. . „ ..• ,, - , .• .•• „ . . . . , . . , . .. .. . . „ . - .. . • . . „ . , .., .... • - . , . . , . _ . , --•. . .. .„ • . . . . . . . . . , • ' . - „ • . „.„ . . . . , . . • . . . ' . • . , • . . . . . , . . . ,. , . . .. . , • . . . . , . .., . , .. .. ..• .. . • . . . , .. • , . • " • -- . , . .. . - , „ . .. , . .. .. „ . . • . . .- . .-.. . . ,....„. .•. . . . • , .: • -, , . ,, Trade journal:Ad ...... . ...., . -Pilkilla4tIoiti.Otitt..Jb,urnatIOSElburnol.corni , . . -- , , . . ,". . . , P.iibliihed Otit 41,107420"24,ig--02:4(Y:04 PM Pacific .. - . . . . . . ... , , .. . ., . . . . . .... . . . . . . . • Expired 1-11,0f3/2024,',§;''tli59!5S'PM Pacifie ' • .' ' - '• . ,. ... , . . . . .„ - , . . . . . - . . . Ptibliithed,At! . „ ' ". . . . • . . • - ••• - IlItiklidbelautnakciimilindtpc:Ohpatht .,,,:ad-462•28,3&a.,d_j7030ct,tiarl)A=ZONE÷2*.CURS+RAMP+INSTALLATIOW&c-ri i'litie,*GART: . ER:4,ENTERPRISESk ROUP+INO+DBA+PAVEMENT+REHAB4:COMPAN:4 , • —...........-,-1,2.,.....(wasonasaamon.au.........nr..4.-,Ort ....,:enaraticaunuasargowAti?.r., -—• %va2,..h.lasktuidoo..........iaii.,....4<,-..---,--..R.,.. ....,,... ^4..,,,,,,,rfsizar..;4}..ayrs.w.,-.-,t4t4aqi,.,,,,....,,..;;;;...ei...{µ.,......z,..,:;'t.;...i......4. , ' ......,'::::...':.::i......,'..S.'..;,,..t.4..1.'.,:',',;ja'it:,?.'..'.....'''','Z'...,.';....,..-.1'.,,,,L.:'?';•;.,'..... .,,ji..1?..,?..4':...1 ,,,,''':::),':,.7.2Ar7;k::,..<'''''. .4 ,7''y:'.;•'..i...''''.4,i‘e..'..&:• tifi'''''4.4'''''@•''''''IT''''V''' '''''"'''''''s'...:2;''',123',;•;',1;',, .,... ..,!‘• .:..-.:.05' ,,-' . ENTERPRISES ,.*';',...,;..,.....":".::-:, F• ' ;Sy.r,.4F....,1,.:::t•.!1 !CARTER-.` . , . , .. ,. ... "-,,,,,,,,,,,„,,,,,,,, -'. '1'"'"'"-,:c,ve..-.„....,.,,;..,..„„.,.,,.,..,,.,,m,,,,,-,,,,z,,-,,,-,,,;„,,.., ,;:,,,;.;,,,,..,.i,„:,,g,..>„,,i.„,)„.„:,,,,„,,,,i,,,i,,,,,,.,,,,,§.• OR'-.„'.''•'""_O"':'.'•';....',U.,.. -- ,'•P INC--, D.-'-'.-.-.-.--:A P'--A-,,...-V E E,;- N•- "--T . „.„....„-„,:„.„:„ • : ,,,,„,,,,,,,;,, :,....,-,:-...,-.r, •:- COMPANY,•.: r• , , „ '', . . ,, r • ' , '''.•.‘.i.•...,',*:;.:.,,,,,,,,,:., . ''''.',S,,,,,,•..,.., .':'CeP,''... :4::,'''')1k4 !REHAB !•'/W''4,';,:'',n.,,V,,1•'.k, ,....*'• ' I'Pa.,VEi , ,.: .,.'. ' ' . . . " . . . ' " , .. ....,,,4....,;,s,„,,,,,,,,,,...,„,,,,,...,:,-.:(..,;;.:‘,.„;.....A.>kn.14,.-s•.,,,,,,•,'.,.....,";......*..,..,..' ... • • .. -IF',.,‘- --qualified, ,cirri-8. - ,Section"- 3 ,. ''..;;%0,•:,?-f:%,1:•2'-. -ii'??;-:12: :<'fel--;4';',11f.; ,,'..''t.,'.."''' IS•seeKing :.. a:..s k ,, . . .. 0illftkeltdaitilirfaide,::akt.,,, ;‘4; :,,•f,-;'• •- -- ‘.••, - - .. ...- -.-..,,,..i• 'I': ....,. .,-...• -•„.,....w,4,...„-..,„.....=•,,,,„„...-..,,,,,,.,....,..,,,,,,,e.-,,,,,,,,,, ,,,,,,,,r;,,i,ti-iivti:,,%,,i.,.'"'..3., , .... . ,• .„.......,,..,,,:•,,,,:..;,",...,•1,..0‘,...,x .,...,•,•,."...4,•;:;.,,,,,,,..,•,,,....,.., ;•"4.,..1",,q..,Zz . . . •• ,,..,•`,/N-4144::FLE4trA,TRICKT,,,,,,,,,...:,..--...,:"V,4....• ,. , .i>..,A...:',,,,,,,,,,,,,,,.,,-,.-,-,v.,,v'.......,,,.. ..,.....4•:.,,<..,...',/,,..:„..r....,..,,,,..,4.$.,; . . . , , . . , . - . ro ......,,,,,,-.4,,y,„...,„:x.:..,z„,..;„'„.,k,,,,... .ii...,,,,,'..,;;;..,,t....•::,,,,..•,;.7,3;.-=ik.,.,.„.„".,,—....,,....,. . . ,. . '''5'.'4.4.. StirnatQr.W. °,4;'7' ,,>;;'!;•,.'. 1‘.:.,i(.;;;!%.q,,::,.:,/,' 4 .5.. . .. „ • • :,,,i....:„,7.,,,livr.,7.,.,,...:,....t...&.,,,,,,,,.„,,,,,,,..,..."...,,,,,....,..,..s..:„!..i..5,.,t,,,,,,!,,, ,..i.,-:,..:11.;‘,..,'f.p:.3;..., 'f...-••••‘. .`i•-.-",i'•••••••,'...f.,•. .,,:.....:.,::...a.;;;.v......i;........ ',..' ......:'..c.i..*“..,..k:,.:.,•''..:... -.;.,.-..,...g.....;:,4,:4;-.....*;.:-.A.wr.:-. .',;,',....i ' . :•••!..,,,•...•:TIM,;f1TZPATRte•K:T,;-...•.•,,,,...:.,-..1•:••.0,,,,?,,,,,,,„„,,, ZONE•ZeUINSTALLATION RS RAMP •• • . ..' • :::.5i,.1-...,...,,,,i,,;,,,,,:,-,..,.,,,,,,,i-..,?.?„;,,,,,,,,,,, ,,,,,,,,,r....',,,..f.,,,,, ,,,,,?:.,.:,,,,,I,,..,.,...s?,,,,,,,,,,,,,.„,•,,,x.,9.„•,,......?,„.•;..:,.. „•..,,,.........-,...„..........„. ••.. •.; . ,. „.„ • • . • , . .-.,..,z4r,r,,,.534,..:44,4,:q.*::::,x,,•,,,,,' ,.t-,;,,?, :.',-,•,:;•.4:•.,.>:::-.:.'.,:.5•. •,, ,,‘..••-.,,,,,?.,,..:;:41.i' -.. .. ., . . ,, . . . - . -. f:y,„,3,4..:5,.-,s._'. .,,Ke.:F,ik,e,,-‘_.,,,,,,,:t...,,,,,,'-,L14,•?,9:',:.•,,i.-,:;:i- ,4>''F.4-,,.si..,3. ' . • ' , , - vj,I.,',:i.;-,antlacLinrcollation.-;%:7.?.. . .R3.;,,,.:,,,,:f.si-.- • r..-..r.-.. - .,-,1,,,,:s,.?,,.;-;-:•....... t..,-",..,....4. ,,,,,,,,,.',...,-,,,,,i,4:-.?.,F,,,,,,,,,,,.. .:Tic.'"$ Bid/Contractit ,::•,.,v.,>;,,•... ,,--,, ., z.. .....-:...,;•••.-...„...,-,:,.."....t..,..:",-.;,..„,,--,--..,,,,,,,; .....,...-..,••,,,-.,,,,-•-....,...:-,z-...•-. .-•••-,••, •-.-•• --• ,• , . ercista,i,tkvia,..-F•:,... :•,f,z,',`7,rim ',..„, ...;:.....„--•. .. ' '.3' • " '' ' .- ':""•'" ',"""'"...'*.."'"...'7''Zr'":"..*:',!...'"';',' '..,' ,. . ,;.M.. ,.,, . .- CC;( 04 tat I , • . • ....g...; ,:,AtT,., atfeirrN.CA2.80,W,:,•„',,"....v.,.i:',,'.:--,•.',0:i4,•K':121;7: '-,•-•-. -• ,. ,- . , . .• - . ,,,,,,,.....r,...,,,,,*,......,:,...„4.,•„,••••!-",...E.L.,-ts.t.1.:',,,:,;;-J4,v-4--..',..,-,•'•,',..,.,,•.4:•.:.1,.•:,-, - -,•;;;;,?:.,t,,,,,. ....,,,,„?..i.2:.,.: ,...:::•i!.,....!!K4,.!i':i•,,,,,,, .'•, ,,.:',--..L:, - - -:<,.,..;,:,..:•,,,,,..,,,,,,,„•:•<•,,,...,`,;,',-,.4.;,•‘,..,.,;•k.,...t-?... ,...,.,-.‘.--•.wro..,-:,,,•i;.',',,, arefe-oh,grie., ,.n..,-,,,,,,„,.-„R-At:i.,:,,,„•.;.,„Ht,,,,•4„:!',.„.....f-!.... Awandrer.9..Agenet ,...„..;•••.„,,.5;,,::,..,,,,,,,I.,.......4...i..,:„„,..,„,,,,,,...34„ia..,.,..:,.,...,;.,-„•„..„.,...,_,,,i,,,,„,,,,,,„2.„-,„.•,, ,„;,,....,„.",•••,..,,,..............,.-.,,,,.. ,,, ,.,,,,....,,.....,...,,......,,,,,.,..,..,,........,.....,.....,.:.‘......,:.,...,-,,,.....,,,--.;,,,...:-.•-..x.,„:..v....,,,,,,,,,,,,,,, .. ,. ,•••,..•,....„.,:,:!„,.., ,,,:,,,,,.:? •,:,;.,....‘,..:,.,::::,y,:45.,1,.. ,..-...--., ••...- , - . —, -.. • . 1:44) 384.444,,i.i,.:-.:.::.;,,,;!,,',..,*.i,i.,...i ,.,-;,.?mws,:•.:i GITY-OPHUNTINGTON BEACH -.........17g.::,.,..„..•,.„-,•:„.„.,,,,R.„..::4:.:,,, ..i.,...,,,,,,...,;;;,,,,,,,,,,,,,,*,*.f.,-, -, , - .- ------- • i-,:21 . ... . ... .., •.., .. .!V•:,,:„,,,f.-F,“,V?.. /.1'.....:'....:4,.1:.4:..iii.L?...1!.. .. .;':fi'?"..ii:.? ,W1",:: P.f.Oftibt,Lci6atititii: ,'..;,i3;..:t,W.,*-6,,,..,;:,^4,$,,,;:i':-: 4,1:,,,,...-f.-7-r.,?..,...,, i1.,,,t.A.,,,,P.1,4•,..-..,.<...,-.....,,,,,,,,,,,,,..........„...,,,,,....r.,..,.....„,.,...c.,,,,,,.........,„,......,,,,,,,,,,,,,,,,,,..„.....,„,,,,, V1/41.1•ta!".. .UP-U4'.'"?:',..... ..•7:',ii..‘z =..-...,..--,,.,......: ...•,.. ,....:...,,, .„ , ,.. ,, „, . . ::";:''.>:',..:.-'.k.Y,•,....•:',.''.'r- TO,',,:r..,.?;',.';'..,%.*•/Z.2.64:Wl...',!.,,..:r.,.:ne.„el'.'1^; EILINTINGTON•TB5ACKkLOSANGELES CtiOntyi;OA .. . . . . ',0,-,c,k1-.- •,,::::;-, f,..lii,:....z.L4;-,,,i0.--.i.,:":v,,„"..;',"•:i.`,.:',,-'.;:....:4,--':f,„'...a.;;',i--/a.- '':''''- - .."-,' -'''. .----' ' ' .. . . . . ,:',„.icil,;,,,',:;%-.,'",,.4.,,,f.;..1,?2,„:,•*i..;,,,Y,,* :,'",:s2-,0,:„2.P,..,,,,t:i-,:ill:*;.%",,5:.:g8,2•-•-:,Af',....': , . ...... . , . . ,,,,,,-,,.....i.,,s.,;•-•;;:..i..„,...„.?,,,,..:::::-,,,,,,,,,,,,,,,....<„,,,,,,,,,r,v.,,..„,.-„i...,„,,,,....,r.:-...,....;..,,,I....,,,„ . „ . .. , .... .. '' . •• .. ..Z.r.:14...::fA'''..';':.'',..4'{'''''',('''f',g i: ','' .‘, ..'..... .. Bliiladtd - • .- .. .. ,,,,,.,,,......,.,.......„......„,,,..,...,...6,-,,,,,,,,„....„,,,,,,,,„<,....,...„..,...,50.:,:,,,,-..:4,,,..,....,,,,s.,,,,,,,,,..,,,,-,,,,,,,,,..,„.,,,/:,,,'•,,,,.,..k........,.k.,,,,,,, , ..- •. • . 4110812Q24%at 1.0:00 • ,, ,' - . • , . . , .„ - „ .. .. . , , .. ,. . ," ..• , ... • • . ... . . . ,. .. ... - -• . , . , . -• . . . Ota, t-Cie'ta'if , . . ,. .. .. , . • • . . . . . ,„ ,4n..,....,....,........,..:,..,..,.4.::......:...:,,,,.:i„.,4:;,,,,,,..:,...,.,.....,.,,....::-",...-.,,,„,.--;.-,:„..,,........i.:.•:•..-,...,, :,.,„-—. "-:: - • . . . . . •.„ ..,, ..• •..., ••••. . . ,. TRAFFIOOONTROL . , . . . . . . . .• . . . . . , .. . , . • . . .- . TREICKIN,G . „ . • .. . , . . • , . • „ .• ..„ . . . . HAULING . ... :, '-•. - . .. . .... . . . . .„ .. . . . . - . SYYPPP, ' - • . . , . , . . . . . . . - •,. , • ' . , , - • . . , . . ••• , • . . ' ,- . . .. . • , , .... . • - .. PLANSAND',SPEOS WILLS e;MAOEAVAILABLEUPONREOLIESTVA SMAILTO=.1310S@RAVEREHABCO:COM:, . . , .„ . . . • . . „ . . . . . . . .. . . . . . „ . . „ ,. • , . .. , - . . . • . . , . .- .. .. ,. .. . , , . „ • . ,.. .,-,. . -. . . .. . . . . , . . . , . . • • , . . . . . . _ :. .. Linkedln Remember to follow DBEGoodFaith on Unkedin and re-post the bid invitation provided below. This will help you get more eyes on the sub/supplier opportunities available on the project Published On: 11/07/2024®02:42:03 PM Pacific Published At:https:tlwww.linkedin.com/feed/update/um:ll:share:7260421270826033152/ ; • i ' MA Document A310 TM - 2010 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place Carter Enterprises Group,Inc. of business) dba Pavement Rehab Company Swiss Re Corporate Solutions America Insurance Corporation 2890 East La Cresta Avenue 1200 Main St.Suite 800 This document has important legal Anaheim,CA 92806 Kansas City,MO 64105-2478 consequences.Consultation with OIIYIilE1�: an attorney is encouraged with (Name,legal status and address) respect to its completion or modification. City of Huntington Beach 2000 Main Street, Any singular reference to Huntington Beach,CA 92648 Contractor,Surety,Owner or BOND AMOUNT: Ten Percent of the Total Amount Bid(10%) other party shall be considered plural where applicable. PROJECT: (Name,location or address,and Project number, if any) Zone 2 Curb Ramp Installation Project Number,if any:CC No.1811 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 furniched 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%hall 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 1st day of November,2024. Carter Enterp' Group,Inc.dba Pavement Rehab Comooanv • (Principal) • (Seal) itness). Lake (4c -(5i %coofe vi/IGNflt!' • (Title) C •R•Ki tSClot-ter—two "Ns~ „ig,, Swiss Re Corporate Solutions America Insurance Corporation��s���r�iii�° c. ( 09'ORarF e, ) Albert Melendez a SEA01,4 (Title) Ch tiro Roge -in-Fact =d �.•�1973�� �� ssou ••; AIA Doamrent A310'"—2010.Copyright®1983,1970 and 2010 by The American institute of Architects.All rights reserved.WARNING:This Ale 4auil,..no° Init. Document Is protected by U.S.Copyright law and International Treaties.Unauthorized reproduction or distribution of this AlAe Document,or any portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was created on 01/27/2012 07:23:12 under the terms of MA Documents-on-Demand*"order no. 2008307483,and is not for resale.This document is licensed by The American Institute of Architects for one-time use only,and may not be reproduced prior to its completion.oe»mo 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 November 1. 2024 before me, Leslie Rocha, Notary Public Date Here Insert Name and Title of the Officer personally appeared Corey R. Kirschner // Name(,k)of Signer(/) who proved to me on the basis of satisfactory evidence to be the person( whose name(X) is/apre subscribed to the within instrument and acknowledged to me that he/ske/they executed the same in his/her/their authorized capacity(iet),and that by his/her/their signature(tsj on the instrument the person(, or the entity upon behalf of which the person(x) 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. N� r LESLIE ROCHA WITNESS my hand and official seal. S _Y - Notary Public•California z Orange County -'uryq' + Commission 12484949 Signature C4r-A-51--- • 'me, My Comm.Expires Mar 19,2028 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: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑Partner — ❑Limited ❑General ❑Partner — ❑ Limited ❑General ❑Individual ❑Attorney in Fact ❑Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator El Other: ❑ Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 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 NOV 1. 20?4 before me, Melissa A. Lopez,Notary Public Date Here Insert Name and Title of the Officer personally appeared Christina Rogers Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person() whose name(s) is/are subscribed to the within instrument and acknowledged to me that Inishedinor executed the same in /her/ cauthorized capacity(ies), and that by k/her f/ signature(,$)on the instrument the person(;£), or the entity upon behalf of which the person(g) 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. MELISSAA.LOPEZ WITNESS my hand and official s I. 'l' :� Notary PubJc-California =j6 Orange County `= Commission T 2363055 ' My Comm.Expires Jun 28,2025 Signature Signature of 41 Pu Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: - Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑ Partner — ❑Limited ❑ General ❑ Partner — ❑ Limited ❑ General - ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact U Trustee ❑Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: LL�4<✓,4�L�✓4��L`.L\✓L`,L<✓,4''/LvL�G�✓,L�L�.L�✓,G`:<�L�✓4�✓L�G'c/4�✓G�1�4�L�4�✓L�L�:L`:<`.4�`::�G`.G`,tiL�L`.L�✓,G`�<v4��4`.G�d,<�4' ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION("SRCSPIC") WESTPORT INSURANCE CORPORATION("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT SRCSAIC,a corporation duly organized and existing under laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,and SRCSPIC,a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kanas City,Missouri,and WIC,organized under the laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,each does hereby make,constitute and appoint: ERIK JOHANSSON,JENNIFER ANAYA,MELISSA LOPEZ,CHRISTINA ROGERS,ALBERT MELENDEZ MARTHA BARRERAS,JOAQUIN PEREZ,JONATHAN SATIN,VANESSA RAMIREZ,and ZYANYA HERNANDEZ JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of TWO HUNDRED MILLION($200,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18,2011. "RESOLVED,that any two of the President,any Managing Director,any Senior Vice President,any Vice President,the Secretary or any Assistant Secretary be,and each or any of them hereby is,authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attadi therein the seal of the Corporation; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." .•yd;.p�xPOR�r� `.a' � �1'ORt�.,fJ. � yolinet e ` �G F t B �L I:_ a = SEAL _ Janet's,Senior Pine Freida[d tPreidSRCSAIC& r PrcAPreddat r It I SEAL —• •css _ secsPicEsai�yirertddtatd tr• • 1973oE: o- Z y4•SS �. ' `,�• ••-,yisso��� •o/, _tiwry!* w••`"` Naw4,* �"�' GersidJ�ki,Vim PradentofSUCSATC&PimhmdentdSRCSPIC &Vice Pregame of WIC IN WITNESS WHEREOF,SRCSAIC,SRCSPIC,and WIC have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 10 day of NOVEMBER ,20 22 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook ® Westport Insurance Corporation On this 10 day of NOVEMBER ,20 22 before me,a Notary Public personally appeared Erik Janssens,Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Jagrowski,Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. toa1grerLIs>tsnp[oFtdwas: sa tLH.ot o I,Jeffrey Goldberg,the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC,which is still in full fuze a and effect IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 1st day of November 20 24 , Jeffrey Goldberg,Senior Vice President& Assistant Secretary of SRCSAIC and SRCSPIC and WIC r1 r er?rt 6,rou ' -DBE �v�2)(A-exl,-� I2 Flo times''`,ul an t-N fi6n I CI41-C2icit Q\ c -DO Nc37 Cb Y�� � l L1 P�l� 31� �W - b C�cxvri i��l�r�tt'�v� nro 2�t `N arn� ? �-2 Cat 7 • ....Ai �;{�y 'vI ,z,,...., ....„,., „,,,t, . OP ORIGIN ID:FULA (714)632-6699 SHIP DATE:07NOV24 — "` +�° COREY R.KIRSCHNER ACTWGT:1.00 LB ',I ONYX PAVING COMPANY,INC. CAD:790849111NET476011 � 2890 EAST LA CRESTA AVENUE - =• . ANAHEIM,'CA 92806 BILL SENDER • UNITED STATES US ' t �i R .T"t"� TO ATTN: PUBLIC WORKS OFFICE . v Y3 i ox ,!ICITY OF HUNTINGTON BEACH (Q7 = ; fiiel CD l — o IYr •`fit. f"1' K ; 2000 MAIN STREET �, re` -a I,V HUNTINGTON BEACH CA 92648 fl- (714)536-5518 REF: yf" !NV: 8: - Pigoral I P0: • DEPT: - 1ny •,•s*,� III IIIIIIIIIIIIIIIIIIIII II I I I III IIIIIII II II III II I II II IIIII III _ :o_ ' 1I 'I:16 ' r 11111 v Express _ I /:,:2 4,,,i3 Tii . ;• I E 1 I 3 r . n 14). ' a FRI - 08 NOV 8:OOA � Pe ' D ! TRK# FIRST OVERNIGHT �` '} ' 1 7798 1298 1577 3 ;LLB ' i. N �y �,,a • 92648 \ , f. mi , 91 A pvA SNA — PO c:._ ' i., , - .to 7- x } .E o rd,t? RaFiM M ',• �f . p .I lnir ln: fi, A. .'F.,,,�,.; : I r,y¢'. I. Insert shipping -- '°',,, CITY OF -: HUNTINGTON BEACH Lisa Lane Barnes I City Clerk • July 7, 2025 CJ Concrete Construction, Inc. 10142 Shoemaker Ave. Santa Fe Springs, CA 90670 RE: Residential Zone 2 ADA Curb Ramp Project (CC-1811) Enclosed please find your original bid bond for CC No. 1811. Sincerely, • 114:414416Art‘ie'. Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov eweito., G ►s- . • SECTION C PROPOSAL for the construction of ZONE 2 CURB RAMP INSTALLATION from VARIOUS LOCATIONS CC No. 1811 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 25 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 readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. • f • c-i 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 in the amount of 10% which said amount is not less than 10%of the aggregate of the total,bid price, as required by the Notice Inviting ELECTRONIC Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond forl0% ", as the case may be) Any standard Surety Bid Bond form is acceptable. • Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature • { C-2 SECTION C PROJECT BID CURB RAMP PROJECT,CC 1811 BID ITEMS Item , ...... Quantity Unit Unit'Cost Total Cost No (Extension) 1 Mobilization 1 LS $ 10,000.00 10,000.00 2 Prepare Storm Water Pollution Prevention Plan(SWPPP) LS $10,000.00 10,000.00 3 Install&Maintain Construction BMPs 1 LS $1.0 000.00 10,000.00 Construct Curb Access Ramp per Caltrans Std.Plan A88A/A8813 as shown on Curb Ramp Detail 1 in Appendix 4 H of Specifications (Item includes all appurtenances,curb &gutter,depressed curb,sawcut,sidewalk,domes; 7 retaining curb,slot pave,etc.) EA $11,000.00 77,000.00 Horizontal Curb Cut Curb Access Ramp per Caltrans Std. Plan A88A/A888 using horizontal curb cutting machine as shown on Curb Ramp Detail 2 in Appendix H of " Specifications (Item includes ail appurtenances,curb& gutter,depressed curb,sawcut,sidewalk,domes,retaining curb,etc.) 15 EA $10,500.00 157,500.00 Install 4"PVC Sleeve for Street Assembly Sign per City of HB Std.Plan 401 3 EA $ 1 000.00 3 000.00 Remove and replace existing sidewalk per City of HB Std. 7 Plan 207 at locations adjacent to ramp.(Item includes all 1000 appurtenances,sawcut) SF $75.00 25.,000.80 Remove and replaces existing 8°-12"Curb and Gutter per 8 HB Std. Plan 205(Item includes all appurtenances, sawcut,slot pave,etc.). 200 LF $ 90.00 18,000.00 $ 310,500.00 SUB-TOTAL BID AMOUNT IN WORDS: THREE HUNDRED TEN THOUSAND FIVE HUNDRED DOLLARS AND ZERO CENTS C-2.1 SECTION C PROJECT BID CURB RAMP PROJECT, CC 1811 Note: All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. In addition, the City reserves the right to include or remove Bid Schedule B in the award of the contract. • • C-2.2 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 Nanre and Address of State crass DIR PWC Dollar % of Item(s)• • Subcontractor License Re istratloei# t; Amount Contract • Number CASE LAND SURVEY • ALL 614 N ECKHOFF ST L5411 100 000 1533 9,000.00 ORANGE,CA 92868 Professional Curb Cut 5 5320 Capella Ct, 840095 100 005 5822 157,000.00 Jurupa Valley,CA 91752 , • 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 1 NONCOLLUSION AFFIDAVIT • • TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID • 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 onl 1/6/24,at LOS ANGELES ,CA • Date City Stale • JOHN C. SARNO , being first duly sworn, deposes and says that he or she is PRESIDENT ofCJ CONCRETE CONSTRUCTION, INCthe 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 1 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. CJ CONCRETE CONSTRUCTION, INC. Name of Bidder S' n re of Bidder 10142 SHOEMAKER AVE, SANTA FE, CA 90670 Address of Bidder • ql • • d, E C-4 • • 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 ZONE 2 CURB RAMP INSTALLATION, (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 petforvred 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. CJ CONCRETE CONSTRUCTION, INC. Contractor JOHN C. SARNO By PRESIDENT Title Date: NOVEMBER 06, 2024 C-5 DISQUALIFICATION QUESTIONNAIRE • • In accordance with Government Code Section I0162,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 0 No • If the answer is yes,explain.the circumstances in the space provided. • E(fE. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. F _ 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. .• • CJ CONCRETE CONSTRUCTION, INC. Contractor • • JOHN C. SARNO . PRESIDENT Title Date: NOVEMBER 6, 2024 • • • • • { • _= f� i 'µa C_7 ---'i ='a BIDDER'S INFORMATION • BIDDER certifies that the following information is true and correct: CJ CONCRETE CONSTRUCTION, INC. - Bidder Name 10142 SHOEMAKER AVE. Business Address • SANTA FE SPRINGS CA 90670 • City, State Zip • ( 562 ) 777-2222 JENIFER@CJINC.BIZ Telephone Number Email Address 720989 - A State Contractor's License No. and Class 04/08/1996 Original Date Issued • 04/30/2026 Expiration Date HECTOR The work site was inspected by HERNANDEZ of our office on NOVEMBER 6,20124 The following are persons, firms,and corporations having a principal interest in this proposal: PRESIDENT-JOHN C. SARNO • 1 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, i financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. CJ CONCRETE CONSTRUCTION, INC. Company Name Signature of Bidder ... xL JOHN C. SARNO Printed or Typed Signature C-8 . NOTARY CERTIFICATE • Subscribed and sworn to before me this 6 day of NOVEMBER,2024 . A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness,accuracy,or validity of that document. State of CALIFORNIA • ) County of LOS ANGELES ) On 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 myhandand official seal. RACHELA.JIMENE2 Notary Public•California Los Angeles County Commission#2497267 111 r• My Comm.Expires Aug 11,2428 Signature 4.- r Si: otary Public (PLACE NOTARY SEAL ABOVE) pqC C-9 • Bidder's Project History • For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of{Describe specific work and experience necessary for project. For example, "Sanitary sewer Iine installation of at least of 1,000 of 8-inch and greater in public right-of-way. Sanitary sewer lift stations of similar size, project work within public streets,an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. • 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 SANTA ANA -20 CIVIC CENTER PLAZA, SANTA ANA, CA 92701 Name and Address of Public Agency Name and Telephone No. of Project Manager: DANNY SWAIN 3,700,000.00 REPLACEMENT OF DAMAGE & DETERIORATED CONCRETE DEC2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2, CITY OF MONTEBELLO- 1600 W BEVERLY BLVD, MONTEBELLO, CA 90640 • Name and Address of Public Agency Name and Telephone No. of Project Manager: LUDWIG SMEETS - (714)533-3050 1,208,926.00 CONCRETE REPAIRS AROUND THE CITY 10/26/2022 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3, CITY OF NORWALK - 12700 NORWALK BLVD., NORWALK, CA 90650 Name and Address of Public Agency Name and Telephone No.of Project Manager: DAMIAN ROSALES - (562)929-5527 1,213,987.00 LOCAL STREET REHABILITATION 10/05/2023 • Contract Amount Type of Work Date Completed Provide additional project description to show similar work: • c-to • Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager,and Superintendent. For each of these critical positions,please list at least three projects for which • the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. • I. HECTOR HERNANDEZ Name of proposed Project Manager Telephone No. of proposed Project Manager: (562)244-1750 CITYWIDE ANNUAL CONCRETE 2,417,500.00 12/31/2023 Project Name&Contract Amount Type of Work Date Completed LOCAL STREET REHABILITATION 1,213,987.00 10/05/2023 Project Name&Contract Amount Type of Work Date Completed CONCRETE REPAIRS 1,208,926.00 10/26/2022 Project Name&Contract Amount Type of Work Date Completed 2. HECTOR HERNANDEZ Name of proposed Superintendent Telephone No. of proposed Superintendent: (562)244-1750 CITYWIDE ANNUAL CONCRETE 2,417,500.00 12/31/2023 Project Name&Contract Amount Type of Work Date Completed LOCAL STREET REHABILITATION 1,213,987.00 - 10/05/2023 Project Name&Contract Amount Type of Work Date Completed CONCRETE REPAIRS 1,208,926.00 10/26/2022 Project Name&Contract Amount Type of Work Date Completed ( { c-11 • • 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://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf • DIR's Contractor Registration Link—Call (844) 522-6734 https://efi l ing.dir.ca.gov/P W CR/ActionServlet?action=displayPW CRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.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. • CJ CONCRETE CONSTRUCTION, INC. Contractor JOHN C. SARNO JENIFER@CJINC.BIZ Email • PRESIDENT • Title • Date: 11/06/2024 • PWC Registration#: 100 000 2154 • C-I2 BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AMMENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations, Part 135* • Economic Opportunities for Low and Very Low-Income Persons The bidder, under penalty of perjury,certifies that except as noted below,any person associated therewith in the capacity of owner, partner,director,officer,or manager(initial the applicable • selections): Will ensure that 10%of all new hires as a result of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968;or Will hire no new employees in conjunction with • this project. Will award 10%of its sub-contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. Contractor: CJ CONCRETE CONSTRUCTION, INC. Contact Person: JOHN C. SARNO Contact Phone: (562)777-2222 Signed: Date: 11/06/2024 *Note: The above certification is required by the Department of Housing and Urban Development • (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub- contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992(HUD). Previous non-compliance with Section 3 could result in disqualification. C-13 • • EXI-IIBIT A • DISADVANTAGED BUSINESS ENTERPRISE (DBE) This Project is subject to Part 200.321,Title 2, Code of Federal Regulations entitled "Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms." The Regulations in their entirety are incorporated herein by this reference. • • It is the policy of the City that disadvantaged business enterprises (DBEs), as defined in • Part 200.321, Title 2 CFR, shall be encouraged to participate in the performance of Contracts financed in whole or in part with federal funds.The Contractor should ensure that DBEs,as defined in Part 200.321, Title 2 CFR, have the opportunity to participate in the performance of this Contract and shall take all necessary and reasonable steps,as set forth in Part 200.321,Title 2 CFR, for this assurance.The Contractor shall not discriminate on the basis of race,color,national origin, or sex in the award and performance of subcontracts. Failure to carry out the requirements of this paragraph shall constitute a breach of Contract and may result in termination of this Contract or • other remedy the City may deem appropriate. Bidders shall be fully informed respecting the requirements of the Regulations and are urged to obtain DBE participation in this project, although there is no specific goal for DBE participation. t - 1 • 1 C-14 EXHIBIT B DBE INFORMATION—GOOD FAITH EFFORTS Federal-aid Project No. CC No. 1811 Bid Opening Date 11/08/2024 The City of Huntington Beach established a Disadvantaged Business Enterprise(DBE)goal of 0% for this Project. The information provided herein shows that a good faith effort was made. Lowest,second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts. Bidders should submit the following information even if the "Local • • Agency Bidder DBE Commitment"form indicates that the bidder has met the DBE goal.This will protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening,or the bidder made a mathematical error. Submittal of only the"Local Agency Bidder DBE Commitment"form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement SEE ATTACHED SHEET B. The names and dates of written notices sent to certified DBEs soliciting bids for this Project • and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested(please attach copies of solicitations,telephone records,fax confirmations,etc.): Names of DBEs Solicited Date of Initial Follow Up Methods Solicitation and Dates • SEE ATTACHED SHEET C-IS C. The items of work which the bidder made available to DBE firms including, where appropriate,any breaking down of the contract work items(including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms. Items of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items ($) of (Y/N) Contract SEE ATTACHED SHEET D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of • quotes from the firms involved),and the price difference for each DBE if the selected firm isnotaDBE: • Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's • rejection of the DBEs: SEE ATTACHED SHEET Names, addresses and phone numbers of firms selected for the work above: SEE ATTACHED SHEET E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs: SEE ATTACHED SHEET • • C-16 F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, • materials or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: SEE ATTACHED SHEET • G. The names of agencies, organizations•or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received,i.e., lists, Internet page download,etc.): • Name of Agency/Organization Method/Date of Contact Results SEE ATTACHED SHEET • H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): SEE ATTACHED SHEET NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. C-17 Nri\--Iy-I-Von beach . C s--il _DBE/MBE/WBE Directory CCA Company-Name Phone`- ,Address `. NAICS Code 14 Trimming Land Company, (323)569-4498 10513 Dolores Avenue 561730 Inc. South Gate,CA 90280 140 fsW6( 41 Vanir Construction (916)575-8888 4540 Duckhom Dr,#300 541611 Management,Inc. Sacramento,CA 958343 14-1- lh Cate/ 93 George Jue (562)634-8180 8140 E.Rosecrans Ave. 332312/332323 Manufacturing Company, Paramount,CA 90723 No gjl l Inc. 125 International (818)892-9341 13432 Wentworth Street 561730 Environmental Arleta,CA 91331 - Corporation 9V 1 6v&tttt in") 130 Sand Materials& (661)252-4735 17524 Sierra Highway 212311 /212321 / Aggregate Sales,Inc. Santa Clarita,CA 91351 423320/425120/ wipc 484220/488510 0 S VOA, 132 Neiman Studio (310)925-2669 233 S.Barrington Ave, 541410 #314 Los Angeles,CA MOT4h SG(7pQ1 90049 163 UGE&ECS,Inc. (213)625-1016 550 N.Figueroa St.Unit 541330/541620/ 6036 Los Angeles,CA 541 690/562910 90012 WO A SVAleAl 171 Ralph E.Hernandez (909)591-0871 2130 Scenic Ridge Dr. 484110 ,�������� Trucking,Inc. Chino Hills,CA 91709 - 4.c,J {1V)Viee0e4 186 R&R Masonry,Inc. (818)985-1635 5337 Cahuenga Blvd,A-E 238140 North Hollywood,CA 91601 1 i0T B i r Ifs 195 Ted Tokio Tanaka (310)484-1800 11307 S.Hindry Ave.Suite 541310 rJ Architect C Los Angeles,CA 90045 I( Archilecli ree4 ci 199 KH Consulting Group (310)203-5417 1901 Avenue of the Stars, 541611 /541612/ Suite 200 Los Angeles,CA 541 613/541614/611430 90067 ro 6v SUV2f 238 Felix Electrical and (323)295-2680 5302 S.St.Andrews Place 238210 Construction Service Los Angeles,CA 90062 no QIWJW #( 242 PMA Consultants,LLC 313-963-8863 200 Pine Ave,Suite 502 541330/541611/541990 Long Beach,CA 90802 1\01—Aeed 249 D R Consultants& (213)687-1130 915 Wilshire Boulevard 541330/541618 Designers,Inc. Suite 1725 Los Angeles,CA 90017 NOT O IWI 260 J.Torres Company (661)832-2635 P.O.Box 41105 Bakersfield, 484110/561210/ CA 93384 562111 /562119/ 562211 /562212/ 562213/562219/ 562910/562920/562998 - 316 Oralia Michel 323.202.4858 6300 Wilshire Blvd.Ste. 541 613/541 820 N lA 1415 Los Angeles,CA 90048 326 Lee&Ro,Inc. (626)912-3391 1199 S.Fullerton Rd. City 541330 of Industry,CA 91748 341 Cali USA Acoustics,Inc. (805)376-9300 1111 Rancho Conejo Blvd, 238310 Suite 501 Thousand Oaks, CA 91320 369 Kennard Design Group, (213)237-0579 10061 Riverside Dr#911 541310 Inc. Toulca Lake,CA 91602 373 Reynaud E.Moore& (323)735-2203 4602 Northridge Drive Los 541611 /541618 Associates,Inc. Angeles,CA 90043 Iluvi-h et) in Prolvi - Cool- 1- . J„v=.c t;a , : y??... =A w z=;- ',,„ ,. - -'=: ....s_ ,'=' ,„„..„ :j_. -m-.,, ->a'�-r .--„,.„. �. .J�__,_,... , iC'�G t�.s! .�..JI�. �1: of ,:- �,t Iry. `,.�� r fi _ .. �.w.-, :u =r ^. > ..._ ......,».�.. .._>.-,.{.....->.Y?... .,.. ^^. ...^.. ... .. -� ....^... .:.:. �ma 1 ill`:'-,..u' _ _ :.^>>.R.,.-..,.-,.:-..-.n<r - n...:..... .............:n...-.::.�....:_>........:...v..........,.... .......-,.�.`�--''�:w—^��.: �i-.�:.3:^.: ...:.-..,.:'i.:".,._-......:r.aac-::"� -i+�z,._"-_',_•,•:ri'-'_c .�Kai�^�Lw« and Associates,Inc. Los Angeles,CA 90036 933 Aegir Systems,Inc. (805)648-2660 2151 Alessandro Drive 541330 , Suite 211 Ventura,CA N)0 at'1StOr 93001 947 THE LA GRANT GROUP (323)469-8680 633 W. 5th Street,48th 541613/541810/541820 INC x225 Floor Los Angeles,CA 90017-2005 964 Ninyo&Moore (949)753-7070 475 Goddard 200 Irvine,CA 541330/541380/ 92618 541620/562910 NOt lVlSIAr, 1025 Office Supplies Co. (818)848-8990 1317 S.Flower St. 42412 Burbank,CA 91502 14O ' ?GtL 1035 PRWT Services,Inc. (215)569-8810 1835 Market Street Suite 51 821 0/541 51 1 800 Philadelphia,PA 19103 1096 E.Tseng and Associates (818)889-7287 30023 W.Rainbow Crest Dr 541620 Agoura Hills CA 91301 I Vt 'C/CP6' 1215 Gardenswartz&Rowe (310)823-2466 12658 W.Washington Blvd. 541618 ��/ • #105 Los Angeles,CA Ni- (VI. S 90066 • • 1235 Lumas Air,Inc. (323)565-2565 8114 S.Vermont Ave. Los 238220 Angeles,CA 90044 1 1246 J&M La oration, (661)872-7039 1640 James Road 115112/221310/561730 Bakersfield,CA 93308 NOt1Vi S(,b1 1269 C&S Trucking,Inc. (818)360-1597 18039 Chatstworth St, 484220 • #3454 Granada Hills,CA ' 91394 1292 Lemus Medical Center (323)260-7900 5020 E.Washington Blvd. 622110 City of Commerce,CA ' No GIh.SN 90040 1301 Kelar Corporation (310)827-1200 5777 W.Century Blvd., 541 511 /541 512/ Suite 1575 Los Angeles,CA 541 51 3/541 519 Md‘lYISVei( 90045 1 1339 Traffic Control (714)447-6077 2687 Saturn Street Brea, 541330 Engineering,Inc. CA 92821 VO IV1 500pe-' 1340 Highland 1154 Enterprises (323)264-1800 3525 E. 16th Street, Los 332322 Angeles,CA 90023 1341 Ace Engineering,Inc. (909)392-4600 1880 Wright St. La Verne, 237310 �p CA 91750 In0 �1 ' . 1368 RBB Architects,Inc. (310)473-3555 10980 Wilshire Blvd., Los 541310 Angeles,CA 90028 1381 JAK Networks Unlimited (562)427-3761 2980 Cedar Ave. Long 541611 /611430 Beach,CA 90806 1415 American International (213)487-5095 3596 Beverly Blvd., Los 518210/S7374 Data Entry Services,Inc. x206 Angeles CA 90004 1419 E.K.Consulting Services (310)809-8295 4622 Cadison St. Torrance, 541511/541512 • CA 90503 NO CD `-" c 1429 Connie Jo's Services (888)527-4380 1910 86442 Ramar Rd., Bullhead, 561730 �l( 1 Unlimited AZ it 1432 Calpower Engineering,Inc. (626)963-7583 2060 E Route 66,Ste. 103 541330 l Glendora,CA 91740-4691 AO ' 4 f "` 1433 Ming Yang Yeh& (626)449-9886 131 W.Green Street 541330 Associates, Inc. Pasadena,CA 91105 1455 CS3:Computing Services (310)337-3013 5777 W.Century Blvd.Ste. 327910/518210/ Support Solutions,Inc. 1185 Lcs Angeles,CA 541511 /541512/ 90045=f 541 51 9/541 690/ IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature(given and surname)of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP, SIGN HERE: (1)Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail f . C-18 IF A CORPORATION, SIGN HERE: (I) Name under which business is conducted CJ CONCRETE CONSTRUCTION, INC. (2) r '- ( ignature) PR (DENT (Title) Impress Corporate Seal here i (3) Incorporated under the laws of the State of CALIFORNIA (4) Place of Business 10142 SHOEMAKER AVE (Street and Number) City and State SANTA FE SPRINGS, CA (5) Zip Code 90670 Telephone No. 562-777-222 (6) E-Mail JENIFER@CJINC.BIZ NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED { C-l9 "T f .; ,•i; • :.;•• ,. ,• ..• Iff00 . :I. 04ifortNIA,.A.t*S004:00:001... t _,.,,, , : . ,. . , . - . . ... . ... . . . , .. . . . . „.. ...... .. ......... . ........ .. " . . .. . . , .., „ -. „ . .. .,,, ___ .. . . .. _....,... . ,... .. .., ......, .. .„,.,.. „....., .: . . . . . .. ....,. .... . . .. . „ . .. .. . „ . ....... ....... , . _ ., , ., .. .. .. ,.„ ....„ . . . ... .. ,. .„... '4endiarypubireor other officer campktfOthtstettificate.veriffes-otlytheidentitwof the indWicktaLwtiasiOn-edthadocument ., . „... .,.. . ..„ , ., ... ......., to`•*piOrthis:50iiicaie:.15:0010,. nct 9(#10.,:t911)411ess.,4.9N.r4cY;PrY4106tP6114495TTPO, , .... . .... . .,. . . .W4‘of:0.011fcirtiO,.. .• . . County of ''' ... . , . On wr i ,,..lp2,,....x.,, ..., ii f .... . beiby.61t16, g44/70-1....,,,xhimee4.A....ifoikr .:iptieli6 ...,„ • ' P.:.4•0! , .•, . . He A.1.001 N:40,70./0:ckTiff4'Pirkg'Off14'er „ . . .... . •. •I 0.00.0.01i(Y.tt;!0.00.(0.0..... ,gebn• 6;lokito • . , . . . .. . Notiem_o : 040. •. . ... . . .. .. .. „ . . . . .. ., . . „ .. „ .. .. . _ .. .. . . .. . „.. . . .. Mitifprod'fit),:.iii4-siii the tiat§..or§At-fsfictoo.'0iirdoii610:b6itidi:iersbtiO)Sittoge:_airiete).iO4ii.. t.ib44itibed to the within instrument arid Ackncir*aggsftivme#16tfliekii00*exetIt44 the*aille'in,tilsiiier :.. 4oriteii.capadiy#44...:ariiffhat by iiiehlii44.1ki4ndtur.04on:thefritirtimerifihe;'Orsovitraritie.-entity • .: --!:1 • .. - upon behalf of.iAihketilh0:-P010.04441cWgi'eX040.00:01!.kshrd.P.iiP • :.•••..:.. ' '',.-f„,'t -:e-'',"r'-ff,-.e'i'1''-a'„',-7-..,7.--o'-*f.. ' ' 'i ra:t0'4,0'0--.-:'.-.-I, • --. . I.....'........„.,••..,.;...,t,,,...„...P.....g......K.,_,•„.,.Y,.....,;'.0...•F.-..P....E,..R-.....)•,L,-IR•.Y.,;...,o1.,..,0 d..._e.i-..,r•.,. e laws of te•Stae•ofCallforna•thatthe,fregotng , 4 iAtrnk paragraph and correct -tf Noiiotainc : . . . , : . . . • •.:Pflitoskipkir.y9746.7.,,.-....,:i -' - XMINE5Sjiji0i*iOni,Offfd41 seat • ',', - - Tuas?....':* 11 #41M02,A: .!:, . . . . 1 .. . i . . . . , . . t • , .1:2 ;: 7 1, ,, ,' ••'i; . .1..•: ...• 0, .,.......0 O.d.. ...,„ . 0:. o.. --- - •. .- -- ,-.•.-•.7.tt ....-..v.„,P-.„:...••••Y• ..„...:...4.-.,..., ,„•.,...4..,.qF1450$0 *qeifil/0ft0 •Appi 4N1/4POP ..... ..... „... .. .. •, OPTIONAL . . iiptetkifo thowirptitiotokeein ikoe:4**Iticitt61 ille.d0.00/7/70".toil • !:! ••. • 'ffii0;1.060.000.00.06.1*.)Oftfilketi:i4Y011010114;00..0.00/..,0014. _ • • : . •••.. I DO-#40.00rik;#44000*Di.00iititeitt . . 1 • ! Title or Type of ii6tu..-el.- fa- • - - I 06 du hi 0 h cdai4:;. i :- 1: :‘;'. •.: . , 1:,100**df-04 it .••. . . .. . ), ftii.00)tjthor pipd-Notho'fit,4s$ove...110..,....0fillee ?"SilllOtS, .. ...... . . V . ' C#0.W1107*,CtAiii,i44V: '.. :146041.4.. .,••., p er 401w.., OMn C leV...,:. .. $00q4\toi* tpeioi*•0fit' • . . . . ....i.•. ...:: ..,......,, ..Title(s) •4TeVithent- 1:11.cik6t4ofkeifitl4t*. ... • ' . ' •Pai(itee.- d!,Poilte0:•0,G4001* -0 Paii.r*- 4'Limiteda Ow.tqrat • .. r• - cr,..„.0.00100.0 .P NO(0,01iTF.44 a Individual 0'Attoritlos00*.dt .• . . „ . . . Pitt9§100:( .t1 Guardian or Et tkuit40 1;ri0400(60.:(*4400:Now ••,! ••• 1: ; P.,*1e-,; t3.Oth 1,1. • ! Signer is.130.14,00i.fr4 - . ... : . Si*:0111*a0iIrt'..0.ri*ig . . . . .. . . • . . • , . . . . , . . . .. . . . . . ., .: -.,.,0304,!.:00,,fmitry..,,,,,v1.-,tvr t.!•.,....,A41'3,4,NVI-T:18/#61§; :cia,:zs.,r;ii,t1 :4;n, . . iitti;,- 00 zmph:41: ,141-4;q:• - .•• „ ... .-• 29000trrifriOt NOtiiii,9 14/k100.6 . ... . •• ,.. . : . . ..•• 11 . . • .,. . ... .. „ . .. , i• . .. I ;'; .. .. . ._ -.• ,;,"..2";. Ll• , ,,• List below names of president,vice president,secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners and managing partners: JOHN C. SARNO PRESIDENT �p JOHN C. SARNO VICE PRESIDENT JOHN C. SARNO SECRETARY gE C-20 • • EXHIBIT C LOCAL AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LocALAGENcv:CITY OF HUNTINGTON BEACH LOCATION: HUNTINGTON BEACH PROJECT DESCRIPTION: ZONE 2 CURB RAMPS TOTAL CONTRACT AMOUNT:$ BID DATE: NOVEMBER 08, 2024 BIDDER'S NAME: CJ CONCRETE CONSTRUCTION, INC. CONTRACT DBE GOAL: N/A CONTRACT ITEM OF WORK AND DESCRIPTION DBE CERT NO. NAME OF EACH DBEDOLLAR AMOUNT ITEM NO. OR SERVICES TO BEAND EXPIRATION (Must be certified on the date bidSDBE SUBCONTRACTED OR MATERIALS DATE are opened-include DBE address TO BE PROVIDED(or contracted if the and phone number) bidder is a DBE) SURVEYING N/A N/A N/A For Local Agency to Complete: Total Claimed DBE $ 0.00 Local Agency Contract Number: Participation Federal-aid Project Number: 0.0 Federal Share: Contract Award Date: Local Agency certifies that all DBE certifications have been verified and information is complete and accurate. ignature of Bidder 11 06 202 562-777-2222 to (Area Code)Tel.No. Print Name Signature Date JOHN C. SARNO Local Agency Representative Person to Contact (Please Type or Print) (Area Code)Telephone Number: Local Agency Bidder DBE Commitment(Construction Contracts) (Rev 6l26109) C-2I PLEASE NOTE: This information may be submitted with your bid.If it is not,and you are the apparent low bidder or the second or third low bidder,it must be submitted and received as specified in the Special Provisions. Failure to submit the required DBE commitment will • be grounds for finding the bid nonresponsive • The form requires specific information regarding the construction contract: Local Agency, Location, Project Description, Total Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs.Prime contractors shall indicate all work to be performed by DBEs including, if the prime is a DBE, work performed by its own forces, if a DBE. The DBE shall provide a certification number to the Contractor and expiration date. Enter the DBE prime's and subcontractors' certification numbers.The form has a column for - the Names of DBE contractors to perform the work (who must be certified on the date bids are opened and include the DBE address and phone number). IMPORTANT: Identify all DBE firms participating in the project regardless of tier.Names of the First-Tier DBE Subcontractors and their respective item(s) of work listed should be consistent, • where applicable,with the names and items of work in the"List of Subcontractors"submitted with your bid. There is a column for the DBE participation dollar amount. Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If 100%of item is not to be performed or furnished by the DBE,describe exact portion of time to be performed or furnished by the DBE.) See Section "Disadvantaged • Business Enterprise(DBE),"of the Special Provisions(construction contracts),to determine how to count the participation of DBE firms. • Exhibit 15-G must be signed and dated by the person bidding. Also list a phone number in the space provided and print the name of the person to contact. Local agencies should complete the Local Agency Contract Award,Federal-aid Project Number, Federal Share,Contract Award Date fields and verify that all information is complete and accurate before signing and filing. • • C-22 EXHIBIT D • EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION • The bidder CJ CONCRETE CONSTRUCTION, INC [proposed subcontractor ,] hereby certifies that he/she/it has X , has not ,participated in a previous contract or subcontract subject to the Equal Opportunity clauses,as required by Executive Orders 10925, 11114,or 11246,and that, where required, he/she/it has filed with the Joint Reporting Committee,the Director of the Office of Federal Contract Compliance,a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor(41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently,Standard Form 100(EEO-1) is the only report required by the Executive Orders or their implementing regulations. (eeoc.gov/employers/eeolsurvey/index.cfin) • Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless'such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Signature: Date: 11/06/2024 Print Name: J HN C. SARNO Title: PRESIDENT • C-23 EXHIBIT E NONCOLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Zone 2 Curb Ramp Installation To the City of Huntington Beach In conformance with Title 23 United States Code Section 112 and California Public Contract Code 7106 the bidder declares that the bid is not made in the interest of,or on 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 of the bidder or any other bidder, or to fix any overhead,profit,or cost element of the bid price,or of 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, any fee to any corporation,partnership,company association; organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above Noncollusion Affidavit is part of the Bidder's Proposal. By signing the Proposal,the Bidder has also signed this Noncollusion Affidavit. Bidders are cautioned that making a false Certification may subject the Bidder to criminal prosecution. Signature: Date: 1 1/06/2024 Print Name: J HN C. SARNO • Title: PRESIDENT C-24 • EXHIBIT F • DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS,PART 29 The Bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated with Bidder in the capacity of owner,partner,director,officer,manager: • • is not currently under suspension,debarment,voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred,voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted,or had a civil judgment rendered against him/her • by a court of competent jurisdiction in any matter involving fraud or official misconduct • within the past 3 years. If there are any exceptions to this certification,insert the exceptions in the following space. • • Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility.For any exception noted above, indicate below to whom it applies,initiating • agency,and dates of action. Note: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Signature: Date: 11/06/2024 • Print Name: J HN C. SARNO Title: PRESIDENT • • • C-25 EXHIBIT G • NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal,to the best of his or her knowledge and belief,that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or • employee of any Federal agency, a Member of Congress, an officer or employee of • Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Signature: Date: 11/06/2024 Print Name: J HN C. SARNO Title: PRESIDENT C-26 EXHIBIT H DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: I-1 a.contract ©a.bid/offer/application IS a.initial b.grant b.initial award b.material change c.cooperative agreement c.post-award d.loan For Material Change Only: a.loan guarantee year quarter f.loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No.4 is Subawardee, Enter Name and Address of Prime: Prime Subawardee • Tier ,if known Congressional District,if known Congressional District,if know% 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number,if applicable • 8. Federal Action Number,if known: 9. Award Amount,if known: 10. a.Name and Address of Lobby Entity b. Individuals Performing Services (including (If individual,last name,first name,MI) address if different from No.10a) (last name,first name,NH) (attach Continuation Sheet(s)if necessary) 11. Amount of Payment(check all that apply) 13. Type of Payment(check all that apply) S _ 0 Actual ❑planned a.retainer b.one-lime fee 12. Form of Payment(check all that apply): c.commission Ha.cash d.contingent fee b.in-kind; specify: nature e deferred value f.other,specify 14. Brief Description of Services Performed or to be performed and Date(s)of Service,including officer(s),cmployee(s),or member(s)contacted,for Payment,Indicated in Item 11: (attach Continuation Sheet(s)if necessary) IS. Continuation Shcet(s)attached: Yes D No 0 16. Information requested through this form is authorized by Title 31 U.S.C.Section 1352.This disclosure of lobbying reliance Signature: was placed by the tier above when his transaction was made or �`(``- entered into.This disclosure is required pursuant to 31 U.S.C. Print Name: V vY 1\ C. D 1352. This intonation will be reported to Congress semiannually and will be available for public inspection.Any Title: person who fails to file the required disclosure shall be subject r 1���- „,7 9 to a civil penalty of not less than S10,000 and not more than Telephone No.:�S 2) LL Date: _4_ S100,000 for each such failure. • Authorized for Local Reproduction Federal Use Only: Standard Form-LLL Standard Form LLL Rev.09-12-97 C-27 INSTRUCTIONS FOR COMPLETION OF EXHIBIT H, • DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an • employee of a Member of Congress in connection with a covered Federal action, Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1) Identify the type of covered Federal action for which lobbying activity is and/or has been • secured to influence,the outcome of a covered Federal action. • • 2) Identify the status of the covered Federal action. 3) Identify the appropriate classification of this report. If this is a follow-up report caused by a • material change to the information previously reported, enter the year and quarter in which • • the change occurred. Enter the date of the last,previously submitted report by this reporting entity for this covered Federal action. 4) Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. 5) If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address,city,state and zip code of the prime Federal recipient.Include Congressional District, if known. 6) Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation,United States Coast Guard. 7) Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8) Enter the most •appropriate Federal identifying number available for The Federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes,e.g., "RFP-DE-90-001." • 9) For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10)(a)Enter the full name,address,city,state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. • (b) Enter the full names of the individual(s) performing services and include full address if different from 10(a). Enter Last Name,First Name and Middle Initial(Ml). 11)Enter the amount of compensation paid or reasonably expected to be paid by the reporting • entity(item 4)to the lobbying entity (item 10). Indicate whether the payment has been made • (actual) or will be made (planned). Check all boxes that apply. If this is a material change report,enter the cumulative amount of payment made or planned to be made. C-28 • 12)Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. • 13)Check the appropriate box(es). Check all boxes that apply. If other,specify nature. • 14)Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15)Check whether or not a continuation sheet(s) is attached. 16)The certifying official shall sign and date the form,print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per • response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project(0348-0046),Washington,D.C. 20503. By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5,Title 2 of the California Administrative Code). C-29 EXHIBIT I FEDERAL LOBBYING RESTRICTIONS Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier subrecipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract,the making of any Federal grant or loan,or the entering into of any cooperative agreement. If any funds other than Federal funds have been paid for the same purposes in connection with this • Federal-aid contract,the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents. • A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal. Standard Form - LLL, "Disclosure of Lobbying Activities," with instructions for completion of the Standard Form is also included in the Proposal. Signing the Proposal shall constitute signature of the Certification. The above referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,000. All disclosure ,forms, but not certifications,shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed • by the Contractor,subcontractors and any lower-tier contractors. An event that materially affects • the accuracy of the information reported includes: 1) A cumulative increase if$25,000 or more in the amount paid or expected to be paid for • influencing or attempting to influence a covered Federal action; or 2) A change in the person(s)or individual(s) influencing or attempting to influence a covered Federal action;or 3) A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to influence a covered Federal Action. • C-30 • • THE AMERICAN INSTITUTE OF ARCHITECTS • iinqty AIA Document A310 Bid Bond • • KNOW ALL MEN BY THESE PRESENTS, that we CJ Concrete Construction, Inc. 10142 Shoemaker Ave,Santa Fe Springs,CA 90670 (Here Insert full name and address or legal title of • Contractor) as Principal, hereinafter called the Principal, and Merchants Bonding Company(Mutual) P 0 Box 14498, Des Moines, IA 50306 (Here insert full name and addressor legal title of Surety) a corporation duly organized under the laws of the State of Iowa as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach 2000 Main St Huntington Beach, CA 92648 (Here Insert full name and address or legal title of Owner) as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid(10%) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS, the Principal has submitted a bid for Zone 2 Curb Ramp Installation (Here insert full name,address and description of project NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid,and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material • furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee 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. Signed and sealed this 6th day of November 2024 • CJ Concrete Construction, Inc. (Witness) B (Title) al) j�,Q� (Seal) n c �u kenC) 1'r l ( tl'e) Merchants Bonding Company(Mutual) Q9a4teOulitaty' (S (Seal) (Title) • Ted H Rarrick / Attorney-in-Fact , AIA DOCUMENT A310•BID BOND•AIA®•FEBRUARY 1970 ED•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of l I rf OrrAi a } County of \ US Ije I'es } On I I , -1 ig-4 before me, FrACIT.,1 -Je Ir1cflez- N�r/ J7u JG ( insert name and title of die officer) personally appeared JOhYJ G 5G U'11Q who proved to me on the basis of satisfactory evidence to be the personfs)-whose name{ isJae subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hisAlienthertr authorized capacitp{ies)rand that by his/.l4er heirsignature(s)-on the instrument the person. s4 or the entity upon behalf of which the persois}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. �•. RACHEL A.JIMENEZ WITNESS my hand and official seal. ` Notary Public•California ' • � ; 7, Los Angeles County F. =s• Commission N 2497267 My Comm.Expires Aug 11,2028 N• ary ` (Notary Public Seal) ♦ ♦ ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed,should be completed and attached to the document.Acknowledgments from other states may be completed for documents being sent to that state so long e _r .n ' as the wording does not require the California notary to violate California notary (Title or description of attached document) • State and County information must be the State and County where the document signer(s)personally appeared before the notary public for acknowledgment. (Tltle or description of attached document continued) • Date of notarization must be the date that the signer(s)personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages I Document Date I I l0;2-9' commission followed by a comma and then your title(notary public). • Print the name(s) of document signer(s)who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. he/she/they—is/era)or circling the correct forms.Failure to correctly indicate this ❑ Individual (s) information may lead to rejection of document recording. Corporaate�IOffi_cer • The notary seal impression must be clear and photographically reproducible. frcJI l�1 Ci Impression must not cover text or lines.If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney-in-Fact + Additional information is not required but could help to ensure this p Trustee(s) acknowledgment is not misused or attached to a different document. ❑ • Indicate title or type of attached document,number of pages and date. Other • Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). 2015 Version www.NotaryClasses.com 800-873-9865 • Securely attach this document to the signed document with a staple. State of Arizona County of Maricopa On this 6th day November 2024 , before me personally appeared Ted H Renick personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the foregoing instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity on behalf of which the person(s)acted, executed the instrument. Jennifer Castillo Notary Public ARIZONA fy:Tie x MARICOPA COUNTY By` Commission No.603879 My Commission Expires May 16,2025 Jen ••er stlllo My Commission Expires: May 16, 2025 MERCHANT1S►� • BONDING COMPANY., POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the • "Companies")do hereby make,constitute and appoint,individually, Brandon McKee;Brian R Sawyer;Chrystal Hedges;David J McKee;Jennifer Castillo;Joseph A Clarken III;Melanie Ankeney;Patrick R Hedges; Ted H Rarrick their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and amended August 14,2015 and April 27,2024 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015 and amended on April 27,2024. 'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship o bligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- _ Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 29th day of July '2024 • ......�•..'•••, •*. •, MERCHANTS BONDING COMPANY(MUTUAL) ••• 11Unu •••• ,••Q�11�.:CQ, `• MERCHANTS NATIONAL BONDING,INC. • �:(LPQ/�';'G'L es Q•• PO ••. d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY 1..C; q> /4 - / �.Z. :c? /�,�.9�.� 14C :p: •_, tee; • . 2003 :,o y. 1933 c: By '.q . °. �� ; President STATE OF IOWA •O••..........•tr p•• • .....•. COUNTY OF DALLAS ss. On this 2gth day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. coAt Penni Miller z �� G Commission Number 787952 • .•�•i. • My Commission Expires IOWA January 20,2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 6th day of November ,2024 . 407•0.103 014%70% •!reP:41ii"/4.4.4.• COS‘f/LI �_'• 2003 * • 1033 ti ' Secretary . ' :1 BIDDER: R , . CJ Concrete Construction, Inc. 10142 Shoemaker Ave. t F ,I. { Santa Fe Springs, CA 90670 -2ity of Huntington Beach q71 t,•, aublic Works Engineering 8 DO Box 190 Y L000 Main Street ~' Huntington Beach,CA 92648-2702 I OFFICIAL . . BID SECURITY - DO NOT OPEN .._ Project Name: Zone 2 Curb Ramp Installation % & CC #: 1811 Bid Opening Date: November 8, 2024 at 10:00 AM. , i t f CITY OF u: =« ' HUNTINGTON BEACH Lisa Lane Barnes I City Clerk • July 7, 2025 CT&T Concrete Paving, Inc. 324 S. Diamond Bar Blvd. PMB 275 Diamond Bar, CA 91765 RE: Residential Zone 2 ADA Curb Ramp Project (CC-1811) Enclosed please find your original bid bond for CC No. 1811. Sincerely, 114:atI4tt 1 Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov Ckw0.0,1r-e.) (....?(Avvv6. 1re • SECTION C PROPOSAL for the construction of ZONE 2 CURB RAMP INSTALLATION from VARIOUS LOCATIONS CC No. 1811 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 25 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 readvertise the project. In the case of discrepancies in tht 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% of Bid which said amount is not less than 10%of the aggregate of the total bid price, 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: Addenda No. Date Received Bidder's Signature vuti • C-2 SECTION C PROJECT BID CURB RAMP PROJECT,CC 1811 BID ITEMS _ - ..giv_vgl'atiMeal.WW4VZs*,?,eVeweVranfeiVaitli4= r'§t-TW?: Ttri*tpwrot,F,,D 7e•‹, kv.c Mobilization 1 LS $ 6 g2- 36 5532. 2 Prepare Storm Water Pollution Prevention Plan(SWPPP) 1 LS $ Z2,00 2,zo D . . 3 Install&Maintain Construction BMPs 1 LS $ 940 it40 . Construct Curb Access Ramp per Caltrans Std.Plan A88AJA8813 as shown on Curb Ramp Detail 1 in Appendix 4 H of Specifications (Item includes all appurtenances,curb &gutter, depressed curb,sawcut,sidewalk,domes, 7 retaining curb, slot pave,etc.) EA $ /352 51, t-RD4 1 Horizontal Curb Cut Curb Access Ramp per Caltrans Std. Plan A88A/A8813 using horizontal curb cutting machine as shown on Curb Ramp Detail 2 in Appendix H of 5 Specifications (Item includes all appurtenances, curb& gutter,depressed curb,sawcut,sidewalk, domes, retaining S'E curb,etc.) 15 EA $ 73-3 115 g Install 4"PVC Sleeve for Street Assembly Sign per City of HB Std.Plan 401 3 EA $ 13 ZZci • Remove and replace existing sidewalk per City of HB Std. 7 Plan 207 at locations adjacent to ramp.(Item includes all 1000 appurtenances,sawcut) SF $ I 3.71 /3 17410 Remove and replaces existing 8%12"Curb and Gutter per 8 HB Std. Plan 205(item includes all appurtenances, sawcut, slot pave,etc.). 200 LF $ 75 /5,0770 $ 20°1 317, 6-0 • SUB-TOTAL BID AMOUNT IN WORDS: -rt, 1) HuK.644feet c.,„At Nvi-teci-cde geAre4,4-e-0--P‘-, Dv Ii CO'S C-2.1 • SECTION C PROJECT BID CURB RAMP PROJECT,CC 1811 Note: All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. In addition, the City reserves the right to include or remove Bid Schedule B in the award of the contract. • C-2.2 • 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 of State Class DIR PW C Dollar % of Item(s) Subcontractor License Registration# Amount Contract _--r Number C3i1 p�7 t Cunvelm AJIA /' Of' �1Yrz ( ram L513133 t-5 /OOOl1U_3PT?) (v, Iva 31 • • 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 I declare under penalty of perjury under the laws of the State of California that the foregoma is • true and correct and that this declaration is executed on11/7/24. at Pomona , CA Date City State Jose Carvajal , being first duly sworn, deposes and says that he or she is President of CT&T Concrete Paving 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 orsham bid. • CT&T Concrete Paving Inc. • Name of Bidder • Signature of udder 324 S. Diamond Bar Blvd, PMB 275, • Diamond Bar, CA 91765 Address of Bidder • C-4 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 ZONE 2 CURB RAMP INSTALLATION, (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 lvith 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. CT&T Concrete Paving inc. Contractor • President Title Date: 11/7/24 • C-S • 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 IS 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. CT&T Concrete Paving Inc. Contractor i�/ By President • Title Date: 11/7/24 • C-7 • BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: CT&T Concrete Paving Inc. • Bidder Name 324 S. Diamond Bar Blvd, PMB 275 , • Business Address Diamond Bar, CA 91765 City, State Zip ( 909 )629-8000 iose.cttincagmail.com Telephone Number Email Address 875627, Class A, C8, C12 State Contractor's License No. and Class • 04/05/2006 • Original Date Issued 04/30/2026 Expiration Date The work site was inspected by Jose Carvajal of our office on November 7 ,2024. 'The following are persons,firms, and corporations having a principal interest in this proposal: CT&T Concrete Paving Inc. • Jose Carvajal, President& Secretary Jackie Carvajal, 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. CT&T Concrete Pa ' g Inc. Compa y J3/ 'Signature of Bidder Jose Carvajal • Printed or Typed Signature C-ge8 /4 '44 n... Ili- 7 2°27 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 -1 wt-nO +.. n +._v.nv.c cc N- w• n-...i.P t Y+.+'v+v.,lw,w r..v., u.M n.v.bv.<,rCwY•.Y.s...� .-b u.v ws nb� v b:"!"+: nY nYn,b A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. . State of California County of Los Angeles on 1/ ?•20 before me, Ricardo Munoz : Notary Public Date /! - ere Insert Name and Title of the Officer Personally appeared. JtSt. G rcf-vef I Cl 1 Namm(s}OfSigner 'T who proved to me on the basis of satisfactory eviden to be the perso whose name s re subscribed to the within instr ment and cknowled ed to me that Wshe/they executed the same in ' /her/their authorized capaci ' s,and that by i g her/their signatur on the instrument the personr the entity upon behalf of which the person(e ded,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 an o cial se V RICARDO MUNOZ I` Signature f4'�� a COMM.N 2405130 ¶ ;1:,� `1J NOTos ANGELIC-CAO12Fr Signature of Notary Public '' My Comm Eopues JUNE 18.2026 I. • Place Notary Seal Above _r----- -----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 J)/I ZS 5- / on Document Date I I r•• �2+ 1 Number of Pages Signer(s)Other Than Named Above Capacity(ies)Claimed by Signer(s) Signer's Name Signer's Name Corporate Officer—Title(s) ❑Corporate Officer—Title(s) ❑Partne Limited ❑General ❑Partner eneral ❑Individual rney in Fact n ividual ❑Attorney in Fact ❑Trustee ❑Guardia ervator ❑Trustee Guardian or Conservator r Other Signer Is Representing Signer Is Repre Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of{Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Sanitary sewer lift stations of similar size, project work within public streets,an area containing highjround water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. .fisted 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 Laguna Hills, 24035 El Toro Road, Laguna Hills, CA 92653 Name and.Address of Public Agency • Name and Telephone No. of Project Manager: Joe Ames, 949-707-2655 . $607,850.00 Citywide Sidewalk & Concrete Construction Project 05/08/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Removal and replacmeent of existing sidewalk, curb & retaining wall 2. City of Rancho Santa Margarita, 22112 El Paseo, Rancho Santa Margarita, CA 92866 Name and Address of Public Agency Name and Telephone No.of Project Manager: Wilson Leung, 949-635-1800, ext. 6506 . $128,199.75 ADA Curb Ramp Installation (CDBG) 1/19/24 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Removal and replacement of ADA Curb Ramps at various locations 3. City of Ontario, 303 E. B St, Ontario, CA 91764 Name and Address of Public Agency Name and Telephone No. of Project Manager: Daniel Leon, 909-395-2632 $175,000.00 CDBG ADA Concrete Ramps Construction 10/9/2023 • Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Remove and replace ADA Curb Ramps at various locations c-la Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1, Richard Ramos Name of proposed Project Manager Telephone No. of proposed Project Manager: 909-957-6717 Foothill Blvd Pavement Rehabilitation Project-Phase 1/1$1,796,307.30//Concrete Rehab Project/I 06/19/2024 Project Name&Contract Amount Type of Work Date Completed Concrete Improvements Project//$1,571,233.00//Citywide Concrete Maintenance Project//$12/1/23 Project Name&Contract Amount Type of Work Date Completed CDBG Area 3 Curb Ramp Construction//$164,494.00//R&R ADA Curb Ramps//10/9/2023 Project Name&Contract Amount Type of Work Date Completed 2. Oswaldo Deanda Name of proposed Superintendent Telephone No. of proposed Superintendent: 909-706-5506 Foothill Blvd Pavement Rehabilitation Project-Phase 1 11$1,796,307.30//Concrete Rehab Project/I 08/19/2024 Project Name& Contract Amount Type of Work Date Completed ' • Concrete Improvements Project//$1,571,233.00//Citywide Concrete Maintenance Project//$12/1/23 Project Name& Contract Amount Type of Work Date Completed CDBG Area 3 Curb Ramp Construction//$164,494,001/R&R ADA Curb Ramps//1019/2023 Project Name&Contract Amount • Type of Work Date Completed c-i l 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 Contracto:r 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:/Avww.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6,30.14.pdf • DIR's Contractor Registration Link—Call (844) 522-6734 https://efiling.dir.ca.gov/P WCR/ActionServlet?action=displayP WCRegistrationForm DIR's Contractor Registration searchable database: • https://efiling.dir.ca.goviP WCR/Search.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. CT&T Concrete Paving Inc. Contractor �BY jose.cttinc@gmail.com Email President Title Date: 11/7/2024 PWC Registration #: 1000025154 C-12 BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AMMENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations, Part 135* • Economic Opportunities for Low and Very Low-Income Persons • The bidder,under penalty of perjury,certifies that except as noted below,any person associated . therewith in the capacity of owner,partner,director, officer, or manager(initial the applicable • selections): Will ensure that 10%of all new hires as a result • of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968;or Will hire no new employees in conjunction with this project. Will award 10%of its sub-contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. Contractor: CT&T Concrete Paving Inc. • Contact Person: Jose Carvaja Contact Phone: 908)2 Signed: l Date: 1 / / 024 *Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub- contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act,as amended in 1992(HUD). Previous non-compliance with Section 3 could result in disqualification. C-13 EXHIBIT A DISADVANTAGED BUSINESS ENTERPRISE(DBE) This Project is subject to Part 200.321,Title 2, Code of Federal Regulations entitled "Contracting • with Small and Minority Businesses, Vvromen's Business Enterprises, and Labor Surplus Area Firms." The Regulations in their entirety are incorporated herein by this reference. It is the policy of the City that disadvantaged business enterprises (DBEs), as defined in Part 200.321, Tide 2 CFR shall be encouraged to participate in the performance of Contracts financed in whole or in part with federal funds.The Contractor should ensure that DBEs,as defined in Part 200.321, Title 2 CFR, have the opportunity to participate in the performance of this • Contract and shall take all necessary and reasonable steps,as set forth in Part 200.321,Title 2 CFR, for this assurance.The Contractor shall not discriminate on the basis of race,color,national origin, or sex in the award and performance of subcontracts. Failure to carry out the requirements of this paragraph shall constitute a breach of Contract and may result in termination of this Contract or other remedy the City may deem appropriate. Bidders shall be fully informed respecting the requirements of the Regulations and are urged to obtain DBE participation in this project, although there is no specific goal for DBE participation. • C-14 EXHIBIT B DBE INFORMATION—GOOD FAITH EFFORTS Federal-aid Project No. CC-1811 Bid Opening Date 11/8/2024 The City of Huntington Beach established a Disadvantaged Business Enterprise(DBE) goal of 0% for this Project. The information provided herein shows that a good faith effort was made. Lowest,second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts. Bidders should submit the following information even if the "Local Agency Bidder DBE Commitment" form indicates that the bidder has met the DBE goal.This will protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. Submittal of only the'`Local Agency Bidder DBE Commitment"form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of • publication): Publications Dates of Advertisement DBE Goodfaith • 11 i7/7024 B. The names and dates of written notices sent to certified DBEs soliciting bids for this Project . and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested(please attach copies of solicitations,telephone records, fax confirmations,etc.): Names of DBEs Solicited Date of Initial Follow Up Methods • Solicitation and Dates • C-15 • C. The items of work which the bidder made available to DBE firms including, where appropriate,any breaking down of the contract work items(including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms. Items of Work Bidder Normally Breakdown of Amount Percentage• Performs Item Items ($) of (Y/N) Contract Prepare SWPPP N N Construct Access Ramp y Y R&R $ idewalk Y Y RRR (,urh R Guttir Y Y Surveying N N D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved),and the price difference for each DBE if the selected fine is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: • Names,addresses and phone numbers of firms selected for the work above: • E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs: Assistance in obtaining bondingtlines of credit, insurance, and information related to the plans and specs advertised to interested DBEs. Direct link to City of Huntington Beach planetbids also made available. • • C-16 F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: Assistance in obtaining necessary equipment. supplies, materials, or related services advertised to interested DBEs. • G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received,i.e.,lists. Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Results • H. Any additional data to support a demonstration of good faith efforts(use additional sheets if necessary): • NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. • • C-17 CT&T Concrete Paving Inc. 324 S.Diamond Bar Blvd,PMB 275 Diamond Bar,CA 91765 Tel:(909)629-8000 Fax:(909)629-8001 Ad Proofs Project Name: Zone 2 Curb Ramps Contract/Bid #: CC-1811 Awarding Agency: City of Huntington Beach Focus ..Journal Ad publication;:.p.op4copaith:(DEiEDocidPaith:com) Published On:11/07/2024,0 01-025-4 PM Pacific Expired Ott. itd0/210Z4,4:11',.58:59 PM Pacific Message NOtiffOitiOne Dent To losoctfinegomajt40#1 'FisbliSts,extAt hitps://ObegoodfalikOceliilern.P4PiteM Wpe=ads&aili .. .' ',• - •.••%.- ," ,; „••:•• • • • •-• • -•-• • . • •• ..° is seeking qualified DBEs . . . . prbiot.Nhrtig Zone 2',Curb Ramps Get in.Touch •!! 0101:001,11ra4.4 , 'Outre,ahoardinaior •• .•••• .CC-1011 ..lose Carvajal Awarcig.Agency 1Tejecillo.ne. City a:Huntington:Begot t0,09)62:940041 :PrOject.toce.tion I Fax Huntington Beach,Orange,CoOntt,C.4 i00462.44001 Bit 1 Date c!`i.dres.. 14/0812024 at.tO0O t 3241:Diamond Bar Blvd,PMB 275 Firptecf botails Diamond:flairiCA 01705• Ont.tecerete Paving,MC.is seeking quotes from all qualified subcontractors and suppliers,Including certified:080 firms.,All bid items are „ • . '.! openterbId 1.901011101tetne.OfWetkiVOkalV Perforated 4y,:cret Concrete '••• Send Msage Paving,',Inc.PortiertSof Wiairfor-the project include but are net limited to ".• -" -• .•— following items of work: Prepare and Implement StiliPlif Install and Maintain shown on DOrti ROrnp, OttitaiUt•tierkontal Curb Cut Curb Access Ramp per Caltrans Std.Plan A88A1A888 using'0040 041..‘,0040Atting Inachine,instalie Sleeve Reinct:veanARoplatt*PCC:Sidewalic.Remove and Replace Curb:&qntter QuotationSivili be'broken thy‘mi ihtà,ecimparable.packagesosreasonably • neS00$0/•.•CIAT Concrete Paving,inc.will Work with interested Subcotitt.H.tors.to identify opportunities to'breakdown items into economically feasible,.packages to encourage the participation of DBE contOectOirelVtalders. Plans:and-specs are.available for download ofttitoCity ofillitnfingion Beach :Planeti3ide Portal cattosd/Vendor*pleneibids.coicripc,rtitilf#40/00.Tho:: detail/027041.Plans and specs are reVievrat our office or sent electronically upon tequest.Allbids can be faked to(900),020,004 or emailed to blitintegettormoretepavingidoM. tt&T ContraterOaviag„Ine.ie ott Equal Opportunity Employer,accepting proposals from regardless of race,color,creed,, sex,••or national origin..We'Intend t°negotiate In good faithWithiait qualified Subcontractors and suppliers for project partieipation.100%Performance and Payment Ronda;may be required for bill amount of subcontract prise, Please contact us if you,need assistance Obtaining bondinwinsuranck equipment,supplies,,and/or materials or this project.Subcontractors must possess an active contractor's license,,insurance,and workers ' compensation coverage meeting requirement*set forth in the contract documents. . All quotes shall:be in accordance With project plans specifications and. valitifortiOentire feflgth.Of the contract . . . Page IL Ad Proofs-Zone 2 Curb Rames_ • I 'C'er'tlficatLOori4&:Assistance ' Free OBE Resources Califon-4a DBE Program: ! Procurement, Capital Access, & . :j:..:.....:.....:.M ................... .. :............ Surety Bond Assistance San Francisced,SE Program .t• ,d San Diego SLBE: ram . . `Gh_ ..$.GYe aetmenCsot;Trans Matto - - Bay Area Rapid Transit C tBE,WEE:(EOPP.S Program suppa,'i�ted:Southwest:Reg on;SBfl C helpsC w' • 1?°� procuremerTt�Capi�`allAece4s,fand�` z� Los Angeles County CBE Program t •Surety1Bond:Assistance<-:aitd mucl more-at,.:•F, . . .. . ......... . ". no-.cost:. Alarrteda'CauntyS"LEB Program r- — - .Calltom a?Supplier C!earinghpuse Diversity.Program: Program_ j 4, .,w3ama._.w.- ,.,¢a vs.»-,mow.-.,.-.n.,..c, w+m..,=..•.,.•.., J Qakiand LB.E/S,LBE Program LosAAngeles County SLBE'&DYf3E Program Alameda County Alamede'CTC LBEJSt.S Program Gaiifomia SB PW:pragrarn: California DVBE Program 4. • • Trade Journal Ad Publication:DBE Journal(DBEJoumal.com) Published On: 11/07/2024 @ 01:02:53 PM Pacific Expired On:11/08/2024 @ 11:59:59 PM Pacific Published At: http://dbejoumai.com/index.php?show ad=62280&ad_project name=Zone+2+Curb+Ramps&co_name=CT%26T+Concrete+paving +Inc.+ Outreach Coordinator CT&T Concrete Paving Inc. Jose Carvajal is seeking qualified DBEs Contact Information 324 S.Diamond Bar Blvd,PMB 275 Project Name Diamond Bar,CA 91765 Zone 2 Curb Ramps Telephone (909)629-8000 Bid/Contract# CC-1811 Fax (909)629-8001 Awarding Agency City of Huntington Beach Project Location Huntington Beach,Orange County,CA Bid Date 11/08/2024 at 10:00 Project Details CT&T Concrete Paving,Inc.Is seeking quotes from all qualified subcontractors and suppliers,including certified DBE firms.All bid items are open for bid, including items of work typically performed by CT&T Concrete Paving, Inc. Portions of work for the project Include but are not limited to the following items of work: Prepare and Implement SWPPP,Install and Maintain BMPs,Construct Curb Access Ramp per Caltrans Std.Plan A88A/A888 as shown on Curb Ramp Detail 1,Horizontal Curb Cut Curb Access Ramp per Caltrans Std.Plan A88A/A888 using horizontal curb cutting machine, Install 4"PVC Sleeve, Remove and Replace PCC Sidewalk,Remove and Replace Curb&Gutter Quotations will be broken down into comparable packages as reasonably necessary.CT&T Concrete Paving,Inc.will work with interested subcontractors to identify opportunities to break down items Into economically feasible packages to encourage the participation of DBE contractors/vendors. Plans and specs are available for download on the City of Huntington Beach Planetbids Portal(https://vendors.planetbids.com/portal/15340/bo/bo- detail/122754).Plans and specs are also available for review at our office or sent electronically upon request.All bids can be faxed to(909)629-8001 or emailed to bidinfo@cttconcretepaving.com. CT&T Concrete Paving,Inc.Is an Equal Opportunity Employer,accepting proposals from all subcontractors/suppliers regardless of race,color,creed, sex,or national origin.We intend to negotiate in good faith with ail qualified subcontractors and suppliers for project participation.100%Performance and Payment Bonds may be required for full amount of subcontract price.Please contact us if you need assistance obtaining bonding,insurance,equipment, supplies,and/or materials or this project.Subcontractors must possess an active contractor's license,insurance,and workers compensation coverage c.no ry ., meeting all requirements set forth in the contract documents. All quotes shall be in accordance with project plans,specifications,and valid for the entire length of the contract. Pane V Linkedln Remember to follow DBEGoodFaith on Linkedln and re-post the bid invitation provided below. This will help you get more eyes on the sub/supplier opportunities available on the project. Published On:12/31/1969 @ 04:00:00 PM Pacific Published At:Tweet not posted yet.Please check back soon for post confirmation. Page VI Ad Proofs-Zone 2 Curb Ramps... IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted N/A (2) Signature(given and surname)of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted N/A • (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) • (3) Place of Business (Street and Number) City.and State (4) Zip Code Telephone No. (5) E-Mail C-18 • 117 A CORPORATION, SIGN HERE: (1)Name under which business is conducted CT&T Concrete Paving Inc. (2) v President (Title) Impress Corporate Seal here _ (3) Incorporated under the laws of the State of California (4) Place of Business 324 S. Diamond Bar Blvd, PMB 275 (Street and Number) City and State Diamond Bar, CA (S) Zip Code 91765 Telephone No. 909-629-8000 (6) E-Mail iose.cttincAgmail.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED C-I9 50G ,L4- 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 Los Angeles ) on //-7.2 2 / before me, Ricardo Munoz : Notary Public Doe - Here Insert Name and Title of the Officer appeared. YDS Z `p (_O(\(ci� Nam�e(s�df Signer(5)--- ------ who proved to me on the basis of satisfactory evidenK to be the perso whose name s re subscribed to the within instr ment and acknowledged to me that fn�/she/they executed the same in ' /her/their authorized capaci s,and that by 1/her/their signatur on the instrument the personr the entity upon behalf of which the person( ted,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 an• 0 7cial s al. ` ..•: `-:=;;: RICARDO MUNOZ I. Signature c:.+/Lm.; ;! COMM.8 2405139 u+ / 0!T ; e ;!NOTARY PUBLIC-CALIFORNIA o Signature of Notary Public Q•"".-'. LOS ANGI:Lc.S COUNTY i. 'O.~"' My Comm Expues JUNE 18.2026 • 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 `/q]QC-1'1-kei usPIA-•.W Cory(it 4,4-iuv% I 1 Document Date )' 242 Number of Pages f Signer(s)Other Than Named Above Capacity(ies)Claimed by Signer(s) Signer's Name Signer's Name Corporate Officer—Title(s) ❑Corporate Officer—Title(s) ❑Partne Limited 0 General ❑Partner eneral ❑Individual rney in Fact n ividual ❑Attorney in Fact ❑Trustee ❑Guardia ervator ❑Trustee Guardian or Conservator r Other Signer Is Representing Signer Is Repre • "c..sc,.e�."`„ cr4cr4c. c.�rc�cc �c .:acme .rce�rs1..e."N`.eWV•Vr.,=ewe. =VIKAP,.r r�.�c�erra�nr'xea.eu." tr•C le et+e-rtetrel List below names of president,vice president,secretary and assistant secretary,if a corporation;if a partnership, list names of all general partners and managing partners: Jose Carvajal, President& Secretary Jackie Carvajal, Treasurer • C-20 EXHIBIT C LOCAL AGENCY BIDDER DBE COMMITMENT(CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENCY: City of Huntington Beach LOCATION: Huntington Beach, CA PROJECTDrSCRlPTION: Zone 2 Curb Ramps TOTAL CONTRACT AMOUNT:$ 2/0q 31-I-" BID DATE: 11/8/2024 BIDDER'S NAME: CT&T Concrete Paving Inc. CONTRACT DBE GOAL: 0% CONTRACT (ITEM OF WORK AND DESCRIPTIONDBE CERT NO. NAME OF EACH DBEDOLLAR AMOUNT ITEM NO. �I R SERVICES TO BEAND EXPIRATION (Must be certified on the date bidsDBE • Si UBCONTRACTED OR MATERIALS DATE are opened-include DBE address 7O BE PROVIDED(or contracted if the and phone number) bidder is a DBE) For Local Agency to Complete: Total Claimed DBE $ L Local Agency Contract Number: Participation Federal-aid Project Number. o Federal Share: Contract Award Date: Local Agency certifies that all DBE certifications have been verified and � ,/ information is complete and accurate. • r_ atu of rd 11/8/2024 909-629-8000 Date (Area Code)Tel.No. PrintName Signature Date Jose Carry ajal Local Agency Representuive Person to Contact (Please Type or Print) (Area Code)Telephone Number: Local Agency Bidder DBE Commitment(Construction Countess) (Rev d;2(/09) C-21 • PLEASE NOTE: This information may be submitted with your bid.If it is not,and you are the apparent low bidder or the second or third low bidder,it must be submitted and received as specified in the Special Provisions. Failure to submit the required DBE commitment will be grounds for finding the bid nonresponsive The form requires specific information regarding the construction contract: Local Agency, • Location, Project Description, Total Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs.Prime contractors shall indicate all work to be performed by DBEs including, if the prime is a DBE, work performed by its own forces, if a DBE. The DBE shall provide a certification number to the Contractor and expiration date. Enter the DBE prime's and subcontractors' certification numbers.The form has a column for the Names of DBE contractors to perform the work (who must be certified on the date bids are opened and include the DBE address and phone number). IMPORTANT: Identify all DBE firms participating in the project regardless of tier.Names of the First-Tier DBE Subcontractors and their respective item(s) of work listed should be consistent, where applicable,with the names and items of work in the"List of Subcontractors"submitted with your bid. There is a column for the DBE participation dollar amount. Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If 100%of item is not to be performed or furnished by the DBE,describe exact portion of time to be performed or furnished by the DBE.) See Section "Disadvantaged Business Enterprise (DBE),"of the Special Provisions (construction contracts), to determine how to count the participation of DBE firms. Exhibit 15-G must be signed and dated by the person bidding. Also list a phone number in the space provided and print the name of the person to contact. Local agencies should complete the Local Agency Contract Award,Federal-aid Project Number, . • Federal Share,Contract Award Date fields and verify that all information is complete and accurate • before signing and filing. C-22 • EXHIBIT D EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder CT&T Concrete Paving Inc. [proposed subcontractor ,]hereby certifies that he/she/it has X ,has not .participated in a previous contract or subcontract subject to the Equal Opportunity clauses, as required by Executive Orders 10925, 11114,or 11246,and that,where required,he/she/it has filed with the Joint Reporting Committee,the Director of the Office of Federal Contract Compliance,a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of - the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently, Standard Form 100(EEO-1)is the only report required by the Executive Orders or their implementing regulations. (eeoc.gov/employers/eeolsurvey/index.ctin) Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Signature: ./ Date: 11/7/2024 ..7 / Print Name: Jose Carvajal Title: President • • • C-23 EXHIBIT E NONCOLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Zone 2 Curb Ramp Installation To the City of Huntington Beach In conformance with Title 23 United.States Code Section 1.12 and California Public,Contract Code 7106 the bidder declares that the bid is not made in the interest of;or on 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 of the bidder or any other bidder, or to fix any overhead,profit,or cost element of the bid price,or of 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, any fee to any corporation,partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above Noncollusion Affidavit is part of the Bidder's Proposal. By signing the Proposal,the Bidder has also signed this Noncollusion Affidavit. Bidders are cautioned that making a false Certification may subject the Bidder to criminal prosecution. • Signature: �� /1 Date: 11/8/2024 Print Name:_ Jose Carvajal Title: President C-24 EXHIBIT F DEBARMENT AND SUSPENSION CERTLFICATION TITLE 49, CODE OF FEDERAL REGULATIONS,PART 29 The Bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated with Bidder in the capacity of owner,partner,director,officer,manager: • is not currently under suspension,debarment,voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgment rendered against hinvirer by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification,insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility.For any exception noted above, indicate below to whom it applies,initiating agency, and dates of action. Note: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Signature: e./(r,//� Date: 11/7/2024 Print Name: Jose Carvajal Title: President C-25 EXHIBIT G NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief,that: l) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Signature: Date: 1 1/7/2024 Print Name: Jose Carvajal Title: President • • C-26 EXHIBIT H DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 3I U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a.contract El a.bid/otTer/application Ell a.initial b.pant b.initial award b.material change • c.cooperative agreement c.post-award d.loan For Material Change Only: e.loan guarantee year quarter f.loan insurance date of last report • 4. Name and Address of Reporting Entity 5. If Reporting Entity in No.4 is Subawardec. Enter Name and Address of Prime: ElPrime 0 Subawardee Tier ,if known Congressional District,if known Congressional District,if known 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number,if applicable 8. Federal Aetion Number,if known: 9. Award Amount,if known: HI. -a.Name and Address of Lobby Entity b. Individuals Performing Services (including (if individual,last name,first name,MD address if different from No. I0a) (last name,first name.Ml) (attach Continuation Sheet(s)if necessary) 11. Amount of Payment(check all that apply) 13. Type of•Paymeut(cheek all that apply) 5 0 Actual El planned — a.retainer b.one-time fee 12. Form of Payment(check all that apply): — c.commission ea.cash _ d.contingent fee b.in-kind: specify: nature a deferred value _ f.other,specify • 14. Brief Description of Serriees Performed or to be performed and Date(s)of Service,including officer(s),employee(s),or tnember(s)contacted,for Payment Indicated in Item 11: (attach Continuation Sheets)if necessary) 15. Continuation Sheet(s)attached: Yes El No 16. Information requested through this ions is authorized by Title 31 U.S.C.Section 1352,This disclosure of lobbying reliance Signature: l i' , was placed by the tier above when his transaction was made or 9 entered into.This disclosure is required pursuant to 31 U.S.C. Print Name: ,�v Ct�Y�aJ 1352, This information will be reported to Congress • • semiannually and will be available for public inspection.Any Title: pY e Slf D person who fails to file the required disclosure shall be subject D fir ir I Z� to a civil penalty of not less than$10,000 and,not more than Telephone No.: 70ei-k '1- � Date: $100,000 for each such failure. Authorized for Local Reproduction • • Federal Use Only: Standard Form-LLL Standard Fonts LLL Rey.09-12-97 C-27 INSTRUCTIONS FOR COMPLETION OF EXHIBIT H. DISCLOSURE OF.LOBBYING ACTIVITIES • This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1) Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence,the outcome of a covered Federal action. 2) Identify the status of the covered Federal action. 3) Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which • the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4) Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5) If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address,city,state and zip code of the prime Federal recipient. Include Congressional District, if known. . 6) Enter the name of the Federal agency making the award or loan commitment.Include at least one organization level below agency name, if known. For example, Department of Transportation,United States Coast Guard. 7) Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans-and loan commitments. 8) Enter the most appropriate Federal identifying number. available for the Federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9) For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10)(a)Enter the full name,address,city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial(M1). 11)Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report,enter the cumulative amount of payment made or planned to be made. C-28 12)Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13)Check the appropriate box(es). Check all boxes that apply. If other,specify nature. 14)Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15)Check whether or not a continuation sheet(s) is attached. 16)The certifying official shall sign and date the form,print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project(0348-0046), Washington,D.C. 20503. By my signature on this proposal 1 certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5,Title 2 of the California Administrative Code). • • C-29 EXHIBIT I FEDERAL LOBBYING RESTRICTIONS Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier subrecipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract,the making of any Federal grant or loan,or the entering into of any cooperative agreement. • If any funds other than Federal funds have been paid for the same purposes in connection with this Federal-aid contract,the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents. A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal. Standard Form- LLL, "Disclosure of Lobbying Activities," with instructions for completion of the Standard Form is also included in the Proposal. Signing the Proposal shall constitute signature of the Certification. The above referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,000. All disclosure forms, but not certifications,shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information'contained in any disclosure form previously filed by the Contractor, subcontractors and any lower-tier contractors. An event that materially affects the accuracy of the information reported includes: 1) A cumulative increase if$25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or 2) A change in the person(s)or individual(s)influencing or attempting to influence a covered • Federal action:or 3) A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to influence a covered Federal Action. C-30 • • AI A Document A310TM — 2010 • Bid Bond No:N/A - �. .•• Bid Bond • . . CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place CT&T Concrete Paving,Inc. ofhusiness)Contractors Bonding and Insurance Company . . ' 324 S.Diamond Bar Blvd.PMB 275 9025 N.Lindbergh Drive Diamond Bar,CA 91765 Peoria, IL 61615 This document has important legal consequences.Consultation with OWNER: ., an attorney is encouraged with • :(Name,"legal status and address) respect to its completion or . 'City of Huntington Beach modification. "2000 Main Street Any singular reference to "•Huntington Beach,CA 9.2648 Contractor,Surety,Owner or • BOND AMOUNT:"'Ten Percent of the Total Amount Bid(10%of Bid Amount) other party shall be considered plural where applicable. PROJECT: " . •. (Name,location or address,.and Project number,if any) :Zone 2 Curb Ramps,CC-1811 Project Number,if any:CC-1811 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.iri.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 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 he 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 7th day of November 2024 • CT&T Concrete Paving,Inc. (Principal) (Seal) • . fitness . (Title) • 4 � Contractors Bondin and Insurance Compa • (Sur ) ]� (Seal) (if'itness) (Title) Emilie Youn , ttorney-i Fact AIA Document A3113".—2010.Copyright®1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This Ale • Init. Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA"'Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This , / ' document was created on 01/27/2012 07:23:12 under the terms of AIA Documents-on-Demand'.order no. 2008397483,and is not for resale.This document is licensed by The American Institute of Architects for one-time use only,and may not be reproduced orinr to its completion.tw,r,o • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 r .;<♦<y .. . v s<cvws..r<.r r.rrs C.r r. r.<s -..s r,. '�-<r s.a s. ..f r,<• •ar"r.r.,4•.hw • rn.=<•• w...n'v .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 Los Angeles ) On ii-7.20 before me, Ricardo Munoz : Notary Public Date ere Insert Name and Title of the Officer Personally appeared. 76.L S. [_O(VCf t • Nam Signerf- S7 �-- who proved to me on the basis of satisfactory evideny@to be the whose name re subscribed to the within instr ment and cknowledg ed to me that she/the executed the same in /her/their authorized capaci - s,and that by 1i /her/their signatur on the instrument the personr the entity upon behalf of which the personMded,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 han official seal. / 31' RICARDO MUNOZ I Signature 1L`8� comm.#2405139 m y( ^� NOTARY PUBLIC-CALIFORNIA Signature of Notary Public Va LOS ANGELES COUNTY -�'-` My Comm ERpiies JUNE 18.2026 ' 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 �n Title or Type of Document /j J dh4 Document Date I I-'"2Z'1 Number of Pages I Signer(s)OtherThan Named Above Capacity(ies)Claimed by Signer(s) Signer's Name Signer's Name Corporate Officer—Title(s) ❑Corporate Officer—Title(s) ❑Partne Limited ❑General ❑Partner eneral ❑Individual rney in Fact n ividual 0 Attorney in Fact 0:::::prest:: 1a ervator ❑TrusteeGuardian orConservator Signer Is Repre • L<....r:<••,<'..,,<.<.,e,,,<.,......:.e„.....,<.<rr.,..,a r e.._..•,.<v .,.,.....<..<........<.-..r«.r r:aY<.,<.r:r..r........,r r.,....<r!r... .-e ARIZONA NOTARY ACKNOWLEDGMENT State of Arizona County of Maricopa On this NOV 0 7 2024 , before me Danielle Hanson [Name of Notary Public] personally appeared Emilie Young , whose identity was proven [Name of Signer] to me on the basis of satisfactory evidence to be the person who he or she claims to be, and acknowledged that he or she signed the above/attached document. r — — Witness my hand and official seal. s,8,0 DANIELLE IRIS HANSON NotaryPublic-Arizona W wT,y y Maricopa Cty r = Commission oun #653535 am ,F My Commission Expires August11,2027 (Seal) [Affix Seal Here] Signature of Notary Public POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N.Lindbergh Dr. Peoria,IL 61615 Phone: 800-645-2402 Know All Alen by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together,the"Company")do hereby make,constitute and appoint: Yung T.Mullick,P.Austin Neff,Irene Luong,Emilie Young,Danielle Hanson,Christine Woolford,Alexander R.Holsheimer,Thao •Luu,Joseph P.McGradv,jointy or severely in the City of Mission Viejo ,State of California its true and lawful Agent(s)and Attorney(s) in Fact,with full power and authority hereby conferred,to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed • Twenty Five Million Dollars ( $25.000,000.00 )for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation,and is now in force,to-wit: "All bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President,Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds,policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Sr.Vice President with its corporate seal affixed this 27th day of September , 2024 . ,,,,,,,1111111,,,, ,s,,,,o,,,,,,,,,, RLI Insurance Company '```eoapMG AND/N,y`�'',,,,, .�Ja.Ncs Co'� Contractors Bonding and Ins nce Company • <c C SEAL;',a= _ : SEAL t Eric Raudins Sr.Vice President 0• •r State of Illinois ;�;"°;5"`,,, ',,,/4L;,N,0,5,``,,� SS County of Peoria CERTIFICATE On this 27th day of September , 2024 before me, a Notary I, the undersigned officer of RLI Insurance Company and/or Public,personally appeared Eric Raudins ,who being by me duly sworn, Contractors Bonding and Insurance Company, do hereby certify acknowledged that he signed the above Power of Attorney as the aforesaid that the attached Power of Attorney is in full force and effect and is officer of the RLI Insurance Company and/or Contractors Bonding and irrevocable; and furthermore, that the Resolution of the Company as Insurance Company and acknowledged said instrument to be the voluntary set forth in the Power of Attorney, is now in force. In testimony act and deed of said corporation. whereof, I have hereunto set my hand and the seal of the RLI Insurance Company and/or Contractors Bonding and Insurance Company this 7th day of November 2024 . By: /L/( \ RLI Insurance Company Jill A.Scott Notary Public Contractors Bonding and Insurance Company JILL A SCOrr Notary Public _ rQ +�w_e* State of Ohio By: (/�. ro 1 3-y e° My Comm.Expires Jeffreyic� t;. o` September 22.2025 Corporate Secretary 04566590202/2 A0058D19 • r, CT&T Concrete Paving Inc. •_ -� ,, 324 S. Diamond Bar Blvd, PMB 275 Diamond Bar, CA 91765 • • rF ,,ty �;. ;�uaiiingCon Beach ` t. 'ublic Works Engineering .Spt '' 'O Box 190 it* 000 Main Stream • Iuntineton Beach,CA 92648-2702 OFFICIAL BID SECURITY ENCLOSED - DO NOT OPEN WITH REGULAR MAIL '. '• Project Name: Zone 2 Curb Ramps CC No. 1811 4 rt` t Bid Opening Date: Friday, November 8th, 2024 at 10:00 a.m. `v•. _,. • •• • }:• • City of Huntington Beach Public Works Office 2000 Main Street Huntington Beach, CA 92647 1.." F. CITY OF aF HUNTINGTON BEACH Lisa Lane Barnes I City Clerk July 7, 2025 Gentry General Engineering, Inc. 320 W. Tropica Rancho Road Colton, CA 92324 RE: Residential Zone 2 ADA Curb Ramp Project (CC-1811) Enclosed please find your original bid bond for CC No. 1811. Sincerely, vd�v lvn� rr� Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach,CA 92648 I www.huntingtonbeachca.gov geychewirieAriti SECTION C , ti '( , PROPOSAL • for the construction of ZONE 2 CURB RAMP INSTALLATION from VARIOUS LOCATIONS CC No. 1811 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 25 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 readvertise 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-i 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% which said amount is not less than 10% of the aggregate of the total bid price, 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: Addenda No:" ., Date Keceived" • . Eadd"er's;Sigtrature;: :." • • C-2 • SECTION C PROJECT BID CURB RAMP PROJECT,CC 1811 • BID ITEMS Hem:_`' 'bescriptiiii w • ; an tf ut"' thut Cost" ,Totat€ost 1 Mobilization $ 1 LS $34,000.00 34,000.00 • 2 Prepare Storm Water Pollution Prevention Plan(SWPPP) 1 LS $4,700.00 4,700.00 3 Install&Maintain Construction BMPs 1 LS $8,500.00 8,500.00 Construct Curb Access Ramp per Caltrans Std. Plan A88A/A88B as shown on Curb Ramp Detail 1 in Appendix 4 H of Specifications (Item includes all appurtenances,curb &gutter,depressed curb,sawcut,sidewalk, domes, 7 retaining curb,slot pave,etc.) EA $8,300.00 58,100.00 Horizontal Curb Cut Curb Access Ramp per Caltrans Std. Plan A88A/A88B using horizontal curb cutting machine as shown on Curb Ramp Detail 2 in Appendix H of Specifications (Item includes all appurtenances, curb& gutter,depressed curb,sawcut, sidewalk, domes, retaining curb,etc.) 15 EA $10,700.00 160,500.00 6 Install 4"PVC Sleeve for Street Assembly Sign per City of $ HB Std. Plan 401 3 EA $650.00 1,950.00 Remove and replace existing sidewalk per City of HB Std. 7 Plan 207 at locations adjacent to ramp. (Item includes all 1000 _ appurtenances,sawcut) SF $14.00 14,000.00 Remove and replaces existing 8"-12"Curb and Gutter per 8 HB Std. Plan 205(Item includes all appurtenances, sawcut,slot pave,etc.). 200 LF $130.00 26,000.00 $307,750.00 SUB-TOTAL BID AMOUNT IN WORDS: three hundred seven thousand seven hundred fifty dollars • C-2.1 SECTION C PROJECT BID CURB RAMP PROJECT,CC 1811 Note: All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. In addition, the City reserves the right to include or remove Bid Schedule B in the award of the contract. C-2.2 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 Nan*.;and Address".of—" " Mate Class DIR"PWC' . Dollar _ %.of Items) Subeontractor !License:`! Registration# : Amount Contract: Number none over$10,000 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 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 11/08/2024 , at Colton , Ca Date City State Brenton Gentry , being first duly sworn, deposes and says that he or she is President/CEO of Gentry General Engineering, 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. Gentry General Engineering, Inc. Name of Bidder Signature of Bidder 320 W.Tropica Rancho Rd. Colton, CA 92324 Address of Bidder C-4 •. . , I " -- •- -' - • ,..- '' . . ''. • -.-:'::.; .,.; ..-',, , • , ••, -2,:-,•••,'.,, :. . •• ,:, • - ' . . .' , -::,. :• '. • . . . . •,, i ' • , . . . • , • ..• ; • •. , , - ..,. r, ,..' • ' ., ` . -, .,, , A•• • „ ,. • ,,, , , , ,. .. . ''': . : , ....,' ...,... ...:._, ..., , .. , ,., .;, ., .•., ,.. i .:.. , ., . , . .. . . .„ . „ .. . , „ :• .< .' ,. ,. .. j c , , ACKNOWLEDGMENT, •:,-: ,•.•... : . ; • ,,; -:,- ',•• .., . . • . . . . , khOtari.pcibk tu'otheeofficet.60roptetit4thia , ; , ' ;',,,,' .'':, ': •-, . , certificate vedrieS*IlYitte I.derttitY,f4111040004dt1*'.. , . , ' ' ' • ' , , i ,, • who sighed the s doournaintid'WhiOhthia dedirtgat*Jr . . . . . —. att0Ohtli:OnO.tOttt*truthnORessi accuracy or '. '..„ ''„' • „ , 1 ! . . .-. validity or that docuirent , .. .......... . , . , , ,.• . . .... . ,. . .. . . -, .. State of,Catifertlie ',' • ,. - ; • . COunty.•..pf • Sari,• . s.Bernardino . „ .. , i th :Nir(Are , ti be(-- t', 2,62?-1 betote,the Andrea Scarbrough Notary Public • , . t : •• • • -• -• -- . #heetthiaiiieend titte*of the.offider) , . , . , ' personally appeared :Arent:9n OgntrY ', ,. . f„. .-.. . , . . . ,who•proved to Ate.,00.the basis of satisfactory evidence t0 be the.petson(0.vihp,40..:.name(g)•ra14,te i i • subedriped.to.lheAirithin Instrument and aOknOWiedgedlo::.intit that het the same in • ! NOV/tett authdr.404,dapeditit(iela)i,and that.,•*4hieltpirithAii Sighatoia(A:pn the instrument the person®,or the en*upon Oahe*of which the person .acted ,q.c.00004 the Instrument I certify under PENALTY PERJURY under the:taws of the State of California that the foregoing - • , , .paragraph.is true and correct •— ,, : . , Idi,*•,...awisi,!..~host***-0,4*.agt . , . . , . :tifig . • NpgacyfuOk‘ O** F, • i WitNE.S$my hand and official.seat,' , , ,2 „, . 1 i---......::...-:-..1 sin'origrcatno county E ': i ,. , -*.r.....p.,,,--.. .. 5#7nnitsiicul 0‘-239714., A • • „,. ., „ , • '• .:110.:•13 :.4,c,91.7:,ptpir!s:i4301;244, . .,.. . . , . . ,.... . , . .. . , ........ ... , . .. „ . , . . Signature.. -----••:-..- ' .'.. . ,. .. ,. , (Soil) . 1 .....;,.. ...„...... ..... . . , • .... ,. .....„ . „ „ ._ .._ ........ „ . . , . . ... • .. _. .... .. ,„ . • - - . - - .,,. - , , . , • • . . , z • . . . ., „ •.t . - , . . . .. ,. .. . . . , . ' . , .. . •. . _ . .i• ,r• , • . „; ,. .,. . • , • ..„ , „ . . , . . , . • , . .., , • . . . . , . • , . , . , • . „ . . . . . 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 ZONE 2 CURB RAMP INSTALLATION, (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. Gentry General Engineering, Inc. Contractor Brenton Gentry By President/ CEO Title Date: November 8, 2024 • 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 3 No If the answer is yes, explain the circumstances in the space provided. f ,.. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 „ , „. ,. ,.. .„... • ... : ,, , ,• . ,. , ,.., •,., _ , „ , . ' , •, . . . ' ',> <, ' .. • ' . ,.,. .., • ' .1 ', ' . • • .. -•• ' ., , ` . • . ..', .. .• , , , ., . . ,...• „ .., . , , • ,,,. , • ...1. • ..” , . . , . „ . , . . • . ' ''''.• ,, , ,. , ' ' 'z- ' • • • . .. . „ „ ,. , .• ,, . . . , , , ,„ , • , - 1 ' -• , , _.__...' L.__.'' ''' * . , • • ; '',- :, ''' ••- ---- .''• ,' ' % :.. •ACKNOWLEDOMENT,;.•• ,,,,, - . , , . .• . „ . : ,..., -,.., . , , . ,, , • ..,_ • ... ..:. .. .. , : • A notary public or other officer completing this . , . • : ,i: • coo***VOInes:PP!k•tho identity of thf.*fridi.Vickiat who-atoned the OodOmentitiVhiakthLS certificate Is . • I. : 'agaOilecii:Spctnottfte:thithfulnesSi accuracy,or '., ' • ... . ' ' ' • - ' .. . : validity of that document . . , , '! • ' . , . ttate of California•••••`:, ,,. , , , • ., — countl-tbiE. , ,.. ,••5aTprIta.r•ciirto.......:.:•••••••,..,•,:: • ',I .: ' .; • . •,'•:.,,, ., . . . . ' . , • • :, . , ,• .,.. . ,.. • - . .- • ., , ,• On ittlhq•itiiib4,e :g4. 1,0 .Me'' 21 before . AkCirea'ScarbMgdhi Notary Public . . • . : -.- .... - -., • - . • '- --:- .. (ins.ert,- aineand title 0.the Offideil ,E.,_,... . . , - personally appeared 'BreniOn Gentry who droved 10,the on the heels of satisfactory evidence to be the OditZvhdsetahleck Isift/6' subscribed to the within instrument and.acknowledged to me tatheish ' ye*edtged the same in hisihariveir.euthon*ed dadec.ity(Ig ),,.and that by.hist.t.Vtitfie.fr Sigraitige(400 the instrument , Person(0)..or the entitylipon.hehelt Of Which.the pett,on(0 acted,'eXectgefithe instrument, 1 certify tinder PENALTY OF PERJURY under the'awe of the State of California that the foregoing . paragraph is true add ddiTect .. „. „... ... . ...„..„ .... . .:. „.., . . , . , ,.. . • ' . , ' •'.,.*:"*.r4- :4NOREMLi. .,••,.: SCAkitOUG14 .- i - •:. •,.._.4. ---4.,,,,,,, , , .. , • ,' -.,.. • ::V.VITNE..S my hand encfofildret;seel., , ,z,• :::.... p.1 Not.alypolotrtrata ... . .. — ':•.. , I.t'17-•.i,',:,..-',-,ii4.7 SAft.BerRilino'catinty s 4,' ._,;mph: *239,.....747._ myo Ctt.lapires Mar 11204, ,. . . . , • _ . .... . . , . . . .. , • , • , -: •... , „/...' Signature • :.. — • ....,, ' ---- - - ,. (Seal) .. — . • ' , ., . . , . . .; . . • . : . * , . • . . .. . . • . , , . , • • . - . . , : .•, ,. .; . : ., • , • . , . ' . . : . - .. .. , . . . . ' . . , ... .. , - • . .. , 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. Gentry General Engineering, Inc. Contractor Brenton Gentry ^-- By President/ CEO Title Date: November 8, 2024 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Gentry General Engineering, Inc. Bidder Name 320 W. Tropica Rancho Rd. Business Address Colton Ca 92324 City, State Zip ( 909 ) 330.1128 gentrygeneral@gmail.com Telephone Number Email Address #974279 Class A State Contractor's License No. and Class 06/26/2012 Original Date Issued 06/30/2026 Expiration Date The work site was inspected by Brenton Gentry of our office on November 4, 2024201_. The following are persons, firms, and corporations having a principal interest in this proposal: Brenton Gentry-President, Secretary, Treasurer, and Manager Gentry General Engineering, 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. Gentry General Engineering, Inc. Company Name Signature of Bidder Brenton Gentry Printed or Typed Signature C-8 • . : . . . 'ACKNOWLEDGMENT•; •° ' ,'notary oddlid or other officer completing.this. certificate.verifies:only the id irtdiVidual ' ent :o. ttie ,< who,sighed the document to whtch,this certificate':is Attached,:aoti and not the truithfulness,.accuracy or ., .. validity ali that:document: . . State of California, ::. ' .' : `.:. ' ., ' • County of :San,Bernardino - . t � .before ; Andr•ea Scarbtougtt,.Notary Public (Insert name and:title ofthe:officer) •; . . personallyappeared' :BleitOtl . Who proved to me:on the_basis of satisfactory evidence to be the person(i)whose name( / ' ` subs iliad to-the In:within strument and acknowledged do:me that heist( t 1!ey'executed sam e.In his/h r ;err authorized:capacity(i );,and that.by`i i0/h0r/th fr signature(s):onfthe instrument the . person i or the entity'upon ielialffof whiff the persort(p)acted; .." . the instrument I certifyunder PE.NALWOF PER4uRY under the laws of tlte;State of California=that the foregoing,. ' .paragraph.Isar ue;and correct: RaNKOCEICARBRQUGH a' ealifariii Wl'CWESS'rnytiiarid and of iOat$leai. 5 a dma Cauntg :J 4 a�- . . My<Camm Expires blot f7,107.b: .Signature ' _ Y. ` (Seal). ,. • Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Sanitary sewer lift stations of similar size, project work within public streets,an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. 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. Please see attached Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-10 Prior Projects ^.�.....,— 2013—$34,50000 2016—$504,420 City of Fontana City of Baldwin Park DamagedStreet/5idewa|k AJ|eYvxayStreet/8idewa|h Asphalt&Concrete R&R Asphalt&Concrete R&R 83S3 Sierra Ave 144O3 Pacific Ave Fontana,Ca9233S Baldwin Park,Cag17OG � Jason]mjo|a: No Email Address ChoseFid|e,:[Fid|er@Uba|dxoinPark.com 909.350.6636 626.960.4011 2014—$30,000.00 2016—S619,075 City of Rancho Cucamonga City ofBloomington Solar Shade Structure ADA Ramp—Repain/K4aintenance/Replaced 0794 Lion St. D2SE.3*Street Rancho Cucamonga,Ca9173O San Bernardino, [A9Z41S 9O9.477.273O(No Email Address) Hai|eFord:HFord@DPVV.5BCount.gov 909.3873936 2015—$495,000 City ofWhittier 2016—$173,604 Fire Loop/Fire Sprinkler Repair City ofMontclair 9401PainterAve Alleyway Street/Sidewalk Asphalt&[oncrete Whittier,Ca9OGOS Sl11 Benito St Karla Embry: Kar|a.Embry@VVUHSD.org Montclair, Ca91763 562.332.9303 StexeStanton:SStantnn@Citvo8Nontc|air.org 909.625.9444 2015—$41'000 City ofGlendora 2017—$325,000 Water Improvement City ofUpland 116E. Foothill Blvd. DamagedStreet/Sidevva|k Glendora,Ca91741 Asphalt&Concrete R&R Carlos C|gneros: No Email Address 137O North Benson Ave 626.786.1285 Upland,Ca9178S Tony Trejo:TTreio(@O.Up|and.[a.Us 909.631.3918 � 32OVVTropico Rancho Rd off:9O933O11Z8 Colton,CA9Z324 fax:9O9.33O11Z9 . gentry8enera|@BmaU.00m 2017—$624,688 2018—$547,950 Santa Ana City of Pasadena Repair Maintenance/Replaced Miscellaneous Concrete Repair Damaged Street/Sidewalk 100 Garfield Ave Asphalt&Concrete R&R Pasadena,Ca 91101 20 Civic Center Plaza Morley Saralya: MSaralva@CityofPasadena.net Santa Ana,Ca 92701 626.744.3703 Victor So:Vso@Santa-Ana.org 714.647.5076 2018—$2.2 Million City of Torrance 2017—$694,000 Downtown Torrance Active Transportation City of Corona Improvements Miscellaneous Concrete Repair 20500 Madrona Ave 400 S.Vicentia Ave,Ste. 210 Torrance,Ca 90503 Corona, Ca 92882 Justin Gatza:JGatza@TorranceCa.gov Barry Ghaemi: Barry.Ghaemi@Coronaca.gov 310.618.3032 951.739.4961 2019—$288,974 2017—$30,000 City of Barstow City of San Diego Water Treatment Plant Dewatering Pad&Wall Demo/Backfill/Compact Existing 2200 Riverside Dr. Vault Location Barstow,Ca 92311 422 W.Washington St. Kody Topkins:KTopkins@BarstowCa.gov San Diego, Ca 92103 760.252.2538 Matt Cavan: MCavan@HARCOInc.Us 951.684.1909 2019-$544,342 Torrance Unified School District 2018—$1.2 Million Anza,Arnold and Hickory ES Site Drainage City of Torrance 21400 Ellinwood Dr Damaged Street/Sidewalk Torrance,CA 90503 Asphalt&Concrete R&R Joe Winterburn: 20500 Madrona Ave Interburn@balfourbeattvus.com Torrance, Ca 90503 (949)502-4000 Shin Furukawa:SFurukawa@TorranceCa.gov 310.618.3073 2019-$714,000 City of Hermosa Beach 8th Street Improvements Project 8th Street Hermosa Beach,CA 90254 Reed Salan:rsalan@hermosabch.org (310)318-0229 320 W Tropica Rancho Rd off:909.330.1128 Colton,CA 92324 fax:909.330.1129 gentrygeneral@gmail.com 2019-$267,000 2019-$210,000 Costa Mesa Sanitary District Lynwood Middle School(USD) Indus Sewer Main Replacement Storm Drain Improvements 20122 Santa Ana Ave 11321 Bullis Road Newport Beach,CA 92660 Lynwood,CA 90262 Rob Hamers: rhamers@robhamers.com Manuel Jaramillo: Miaramillo@delterra.com (949)548-1192 (323)447-0996 2019-$285,744 2020-$1,369,000 City of Fullerton City of Torrance Curb/Gutter and Sidewalk Reconstruction Sidewalk Repair for Handicap Accessibility Fullerton, CA 92831 Torrance, CA 90505 Jose Medina:losem@citvoffullerton.com Shin Furukawa:sfurukawa@torranceca.gov (714)738-6863 (310)781-6900 2019-$141,312($139,573 original bid;work 2020-$19,546 limits increased) City of Fontana City of Irvine San Bernardino at Cypress Driveway Ranch Park Bike Trail Rehabilitation Improvements Irvine, CA 92618 Fontana,CA 92335 Anthony Caraveo: acaraveo@citvofirvine.ore Christopher Smethurst: (949)724-7365 csmethurst@fontana.org (909)350-6649 2019-$644,763 City of Thousand Oaks Concrete Replacement and Sidewalk Repair 2020-$158,338 ($149,835 original bid; Program additional grading work performed) Thousand Oaks, CA 91320 City of Walnut Michelle McCarty: mmccartv@toaks.org Butterfield Park Trail Rehabilitation (805)449-2477 21201 La Puente Rd Walnut,CA 91789 2019-$14,800.00 Tony Lopez:tlopez@rkagroup.com Whittier Unified School District(Whittier CHS) (909)594-9702 Refurbish Long Jump Pits 9401 S. Painter Ave., Whittier,CA 90605 Danny True— Dannv.true@wuhsd.org (562) 237-0795 320 W Tropica Rancho Rd off:909.330.1128 Colton,CA 92324 fax:909.330.1129 gentrygeneral@gmail.com 2020-$29,820 2021-$366,732 City of Irwindale City of Laguna Beach Peppertree Bus Shelter Removal and Foothill Zones 2 and 3 Street Concrete Improvements Column 505 Forest Ave 5050 N Irwindale Ave Laguna Beach,CA 92651 Irwindale, CA 91706 Alpha Santos-Guinto— Elizabeth Rodriguez— asantos@lagunabeachcity.net erodriguezPirwindaleca.gov (949)497-0729 (626)430-2211 2021—$221,318 ($211,965 original bid;extra work added) 2020-$5,565 City of Laguna Beach City of Irwindale Ramona Alley Decorative Paving Replacement Arrow Bus Shelter Roof Repair 505 Forest Ave 5050 N Irwindale Ave Laguna Beach,CA 92651 Irwindale, CA 91706 Alpha Santos-Guinto— Elizabeth Rodriguez— asantos@lagunabeachcity.net erodriguez@irwindaleca.gov (949)497-0729 (626)430-2211 2021-$198,420 2021-$22,000 Chino Valley Unified School District Whittier Unified School District Briggs K-8 Waterline Upgrades Collapsed Storm Drain Repair 11880 Roswell Ave 9401 S. Painter Ave., Chino, CA 91710 Whittier,CA 90605 Sam Sousa— Danny True— sam sousa@chino.k12.ca.us Dannv.truePwuhsd.org (909) 628-1201 x1490 (562)237-0795 2021-$125,400 2021-$29,999 Torrance Unified School District Costa Mesa Sanitary District Seaside Elementary Site Drainage Improvement Manhole Surface Repairs Phase 7 2335 Plaza Del Amo 290 Paularino Ave Torrance, CA 90501 Costa Mesa,CA 92626 Ryan Palmer— Michael Benesh— Palmer.rvan@tusd.org mlbenesh@robhamers.com (310)972-6240 (949) 548-1192 320 W Tropica Rancho Rd off:909.330.1128 Colton,CA 92324 fax:909.330.1129 gentrygeneral@gmail.com 2021-$252,796 City of Rancho Cucamonga 2022-$88,066 Citywide Concrete Repair Cucamonga Valley Water District 10500 Civic Center Dr Nitrate Facility Retaining Wall Rancho Cucamonga,CA 91730 10440 Ashford St Ernie Ruiz— Rancho Cucamonga, CA 91730 Ernie.ruiz@citvofrc.us Tyler Bui— (909)774-4108 tvlerbui@cvwdwater.com (909)483-7455 2021-$41,750 State of California 2022-$148,029 Moro State Deck and ADA Access County of San Bernardino 715 P Street Laurel Ave/Randall Ave Drainage Improvement Sacramento, CA 94296 825 E 3rd St Michelle Humphrey— San Bernardino,CA 92415 Michelle.humphrev@parks.ca.gov Carlos Seanez— (949)366-8533 carlos.seanez@dpw.sbcounty.gov (909)486-0227 2021-$1,924,055 City of Anaheim 2022—$98,050 Alley Sanitary Sewer Improvement City of Laguna Beach 200 S Anaheim Blvd Citywide Guardrails Anaheim,CA 92805 505 Forest Ave Scott Yanagihara— Laguna Beach,CA 92651 svanagihara@anaheim.net Alpha Santos-Guinto— (714) 231-4696 asantos@Iagunabeachcitv.net (949)497-0729 2022-$9,010,551($8,449,000 original bid; plans/specs revised post-award) 2022-$121,318 ($111,000 original bid;work State of California limits extended) Doheny State Beach Projects A; B and C City of Orange 715 P Street Chapman Ave Alley Improvement Sacramento,CA 95832 300 E Chapman Ave Ryan McBride— Orange, CA 92866 rmcbride@4leafinc.com Karl Schmidt— (714) 833-1792 kschmidt@cityoforanpe.org (714)744-5562 320 W Tropica Rancho Rd off:909.330.1128 Colton,CA 92324 fax:909.330.1129 gentrygeneral@gmail.com • 2022-$1,085,610.50 City of Torrance 2022-$5,700 Citywide Sidewalk Repair for Disabled City of Rancho Cucamonga Accessibility Way Finder Monument Sign Replacement 3031 Torrance Blvd 8794 Lion St Torrance,CA 90503 Rancho Cucamonga,CA 91730 Marc Simons— Phillip Ortega — msimons@torranceca.gov Phillip.Ortega@citvofrc.us (424)399-3193 (909)477-2730 2022-$7,997 2022-$426,472 ($508,372 original bid;some City of Rancho Cucamonga bid schedule items deleted from work) Citywide Fence Repair County of San Bernardino 8794 Lion St Ridgecrest Rd Sidewalk and Ramps Rancho Cucamonga,CA 91730 825 E 3rd St Phillip Ortega — San Bernardino, CA 92415 Phillip.Ortega@cityofrc.us Carlos Seanez— (909)477-2730 carlos.seanez@dpw.sbcounty.gov (909)486-0227 2022-$206,496 ($200,010 original bid; design revisions) 2022-$48,606 City of El Segundo City of Rancho Cucamonga W Mariposa Ave and W Pine Ave Sidewalk Calle Carabe Sidewalk Repair Construction 8794 Lion St 350 Main St Rancho Cucamonga,CA 91730 El Segundo, CA 90245 Richard Favela — Floriza Rivera— Richard.Favela@citvofrc.us frivera@elsegundo.org (909)774-4107 (310)524-2361 2022—$128,695 2022-$413,420 City of Laguna Beach Temecula Valley Unified School District Peppertree Parking Lot Rehabilitation Vintage Hills Elementary School Modernization 505 Forest Ave 31350 Rancho Vista Rd Laguna Beach,CA 92651 Temecula,CA 92592 Alpha Santos-Guinto— Jim Flath— asantos@lagunabeachcity.net Iflath@balfourbeattyus.com (949)497-0729 (951) 501-9594 320 W Tropica Rancho Rd off:909.330.1128 Colton,CA 92324 fax:909.330.1129 gentrygeneral@gmail.com 2022-$529,424($489,075 bid value; 2022-$8,922 quantities/limits'increased) City of Rancho Cucamonga City of El Monte Guardrail Replacement at Woodruff and Sidewalk and Curb Ramp Reconstruction Highland 11333 Valley Blvd 8794 Lion St El Monte,CA 91731 Rancho Cucamonga,CA 91730 John Rico— Phillip Ortega — irico@elmonteca.gov Phillip.Ortega@citvofrc.us (626)258-8833 (909)477-2730 2022-$47,522($44,236 bid value;additional 2022—$176,450($138,925 bid value; signage added to scope) limits/quantities increased) City of El Monte City of Orange City Hall Parking Lot ADA Improvements Chapman and Yorba Sidewalk Construction 11333 Valley Blvd 300 E Chapman Ave El Monte,CA 91731 Orange, CA 92866 Kevin Ko— Eric Perez— kko@elmonteca.gov eperez@cityoforange.org (626)580-2058 (714) 744-4107 2022-$142,591 2022-$109,208($99,420 bid value;scope of City of Rancho Cucamonga work increased Heritage Community Park Pedestrian Trail City of Rancho Cucamonga Rehabilitation Construction of Pickleball Courts at Redhill Park 8794 Lion St 8794 Lion St Rancho Cucamonga,CA 91730 Rancho Cucamonga,CA 91730 Richard Favela — Jenny Hanlon — Richard.Favela@cityofrc.us Jennv.Hanlon@citvofrc.us (909)774-4107 (909)774-2343 2022-$15,600 2022-$181,909.90(original bid$186,155; City of Rancho Cucamonga actual quantities less than bid schedule) Carnelian Block Wall Repair County of San Bernardino 8794 Lion St City Creek Guardrails Rancho Cucamonga,CA 91730 825 E 3rd St Richard Favela — San Bernardino,CA 92415 Richard.Favela@citvofrc.us Carlos Seanez— (909)774-4107 carlos.seanez@dpw.sbcountv.gov (909)486-0227 320 W Tropica Rancho Rd off:909.330.1128 Colton,CA 92324 fax:909.330.1129 gentrygeneral@gmail.com 2022-$240,528($233,440.68 bid value; limits 2022-$101,192.76 extended) City of Rancho Cucamonga City of Fontana Emergency Trail Repairs Foothill-Alder Curb Ramp 8794 Lion St 8353 Sierra Ave Rancho Cucamonga, CA 91730 Fontana, CA 92335 Sonny Rodriguez — Estephany Monroy sonnv.rodriguez@cityofrc.us emonrov@fontana.org (909)477-2730 (909)350-6642 2023-$46,793.44 2023-$163,771.34($200,000 bid value;on-call City of Hermosa Beach contract) Clark Field Restroom Plumbing Upgrades and City of Laguna Niguel Site Improvements Citywide Concrete Infrastructure Repair 1315 Valley Dr 30111 Crown Valley Pkwy Hermosa Beach,CA 90254 Laguna Niguel,CA 92677 Jonathan Pascual — Jeff Metz ipascual@hermosabeach.gov imetz@cityoflagunaniguel.org (310)318-0252 (949)362-4344 2023-$26,800.00 2023-$281,019 ($207,793 bid value; locations City of Hermosa Beach added and scope of work increased) South Park Restroom Plumbing Upgrades and City of Hermosa Beach Site Improvements Prospect Ave Curb Ramps, Longfellow Sidewalk 1315 Valley Dr Improvements and ADA Improvements Hermosa Beach,CA 90254 1315 Valley Dr Jonathan Pascual — Hermosa Beach, CA 90254 ipascual@hermosabeach.gov Jonathan Pascual — (310)318-0252 ipascual@hermosabeach.gov (310) 318-0252 2023-$2,664,896.83 (original bid $2,696,271.90; actual quantities less than bid 2023-$646,577.87(original bid$552,252) schedule) City of Downey City of Upland Annual Miscellaneous Concrete Repairs 17th St Water Main Replacement and Street 11111 Brookshire Ave Rehabilitation Downey, CA 90241 460 N Euclid Ave Brian Aleman — Upland, CA 91786 baleman@downeyca.org Kirk Swanner— (562)904-7110 kswanner@uplandca.gov (909)291-2938 ?,r:..:: ..._. ... .._;.,.......:�.,:.....,::,.�:�-gym m� .. .:........::......,...... _ 320 W Tropica Rancho Rd off:909.330.1128 Colton,CA 92324 fax:909.330.1129 gentrygeneral@gmail.com 2023-$206,328.96(original bid $194,031; locations added to scope) City of Hermosa Beach City Sidewalk Improvements 1315 Valley Dr Hermosa Beach,CA 90254 Jonathan Pascual — ipascual@hermosabeach.gov (310)318-0252 2023-$298,889(original bid$194,500; significant redesigns and scope increases) City of South Gate Citywide Valve Replacement 8650 California Ave South Gate, CA 90280 Ana Ananda— aananda@sogate.org (323) 563-5769 320 W Tropica Rancho Rd off:909.330.1128 Colton,CA 92324 fax:909.330.1129 gentrygeneral@gmail.com Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Dean Bates Name of proposed Project Manager Telephone No. of proposed Project Manager: (909) 330-1128 all previously attached projects since 2020 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. Brenton Gentry Name of proposed Superintendent Telephone No. of proposed Superintendent: (909) 330-1128 all previously attached projects 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 C-11 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://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efiling.dir.ca.gov/P WCR/ActionServlet?action=displayP WCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PW CR/Search.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. Gentry General Engineering, Inc. Contractor Brenton Gentry ''fir# 7 ^-- By gentrygeneral@gmail.com Email President/ CEO Title Date: November 8, 2024 PWC Registration#: 1000024189 C-12 BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AMMENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations,Part 135* Economic Opportunities for Low and Very Low-Income Persons The bidder, under penalty of perjury, certifies that except as noted below, any person associated therewith in the capacity of owner,partner, director, officer, or manager(initial the applicable selections): / V Will ensure that 10%of all new hires as a result of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968; or Will hire no new employees in conjunction with this project. Will award 10%of its sub-contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. Contractor: Gentry General Engineering, Inc. Contact Person: Brenton Gentry Contact Phone: 909.330.1128 Signed: •-- Date: November 8, 2024 *Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub- contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD). Previous non-compliance with Section 3 could result in disqualification. C-13 w ,. , ' . ' , . ACKNOWLEDGMENT : f rSl A Kota puliiic ar'ottier off"r ;tfiis c er ificate vedfies:only the:i andi dual; ' cx�r ca ..: ........ :..... .cten#r'�r� '#tie -who:signed the document:toe which this°cer • ate is" , attached and not"ttre:truthfulness,:a uracy,Or , • ... :validity af.�that:document_ .... ' • • 'State California ' ti, • . ,. `Bernardino on ster ..$ ` ..• . before me•, Andrea:•Scarbr• ough,Notary'•Public (Insert.name rand tiffs Of the office* : ; ; • personals appeared Brenton: . . we proved:to,me on the basis bf stifittabtOty evidence to be the person )whose name( }is.Wap€ `. subscribed:to the withicn Instrument and acknowledged:to me that he/sh ey executed the same in .hisnh- r i_r•authorized ca aci ,i s;and that b hls/F r it, atu. On the instrument the ;peen( of the entit�rup.Ott:l7ehaif'of which:`the pemoh((1.ai;ted,:OXecufed:the:Ustr,,unnent. I.cartilli.uatiatcertify PENALTY OF PERJURY under:tire'laws:of the State of California tl'iat the foregoing w 1 - ;paragraph,is true and.correct.. , •*crag WITNESS r>y.'hand.and.officaai seat. r ► _ COSaH � Y w ••' q 23V4114 . . Signature.. -' - .: .(el) EXHIBIT A DISADVANTAGED BUSINESS ENTERPRISE (DBE) This Project is subject to Part 200.321, Title 2, Code of Federal Regulations entitled "Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms." The Regulations in their entirety are incorporated herein by this reference. It is the policy of the City that disadvantaged business enterprises (DBEs), as defined in Part 200.321, Title 2 CFR, shall be encouraged to participate in the performance of Contracts financed in whole or in part with federal funds.The Contractor should ensure that DBEs,as defined in Part 200.321, Title 2 CFR, have the opportunity to participate in the performance of this Contract and shall take all necessary and reasonable steps,as set forth in Part 200.321,Title 2 CFR, for this assurance.The Contractor shall not discriminate on the basis of race,color,national origin, or sex in the award and performance of subcontracts. Failure to carry out the requirements of this paragraph shall constitute a breach of Contract and may result in termination of this Contract or other remedy the City may deem appropriate. Bidders shall be fully informed respecting the requirements of the Regulations and are urged to obtain DBE participation in this project, although there is no specific goal for DBE participation. C-14 EXHIBIT B DBE INFORMATION—GOOD FAITH EFFORTS Federal-aid Project No. not provided Bid Opening Date November 8, 2024 The City of Huntington Beach established a Disadvantaged Business Enterprise (DBE)goal of 0% for this Project. The information provided herein shows that a good faith effort was made. Lowest,second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts. Bidders should submit the following information even if the "Local Agency Bidder DBE Commitment"form indicates that the bidder has met the DBE goal. This will protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening,or the bidder made a mathematical error. Submittal of only the "Local Agency Bidder DBE Commitment"form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement None; goal 0% B. The names and dates of written notices sent to certified DBEs soliciting bids for this Project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested(please attach copies of solicitations,telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Follow Up Methods Solicitation and Dates None;goal 0% C-15 C. The items of work which the bidder made available to DBE firms including, where appropriate,any breaking down of the contract work items(including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms. Items of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items ($) of (YIN) Contract None; goal 0% D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved),and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: None; goal 0% Names, addresses and phone numbers of firms selected for the work above: E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs: None;goal 0% C-16 F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: None;goal 0% G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Results None; goal 0% H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): None;goal 0% NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. C-17 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail C-18 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted Gentry General Engineering, Inc. (2) (Signature) President/CEO (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of California (4) Place of Business 320 W. Tropica Rancho Rd. (Street and Number) City and State Colton, CA (5) Zip Code 92324 Telephone No. 909.330.1128 (6) E-Mail gentrygeneral@gmail.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED w ak"'" ey ryri 4V-@•M. 4 ap9 _ C-19 „, „ ,,. .•,,. , . . . .•'. ,.”. '`.' ' . ' ; , . . . ', '' .. .: . • . „ . , . . • ,. .. , •,.. .„ , , . .': :::...-" . ,,• .'" ."'1,‘'. ' .:' 3" ACKNOWLEDGMENT,.. •. ......,... • , . . • , „ . ', e . . '1. ..31.... „ • :.......' .,..,'' . .. ‘ '„ "..,' . ' . • ,...,. ' . • i , ' • ' ' e.. ..... . ,. . ...A-1100y public or officer tompleti001015 . • ..• ! . ' :.: ' '..''. 1 .• . '' ? • . .:.. certificate ventle,e,ohly.to:jOeOtity,ibt the individual ,„ ';,. • , - • ' - : : '. - • who;eight*the deOtimentlpViihickthiebiOtificafels•. .. . -4430.1§44:a04'rnOilto*ITultItingtes,'4E*410.41;or -, . : : , '., • ' - , , . validity of that document .. „ . . . . , I , State of California:°' .' •- , , , , . . . . . .. „.. •c•iltoobjr.,0f..._._.,„.. ..,..:: ap.,-Aetn*.dino • :,' , . '.1.... ' , , , - ••.-. -,. , , . .. ,. . . . .. „ .:. • . . • ,... • ,, „ „ ,., • 1 . • • 1 . onO '. ' I' -s. o2 before-mar Ad•.r..ea Scarbrough, .Notary. Public ‘. . .. . , Onsertoetto and.title offhe 1oth000 . , , . • . ' personally appeared 1100 proved to Me On the haeta'Of Sadsfaofory evidence to be 1,110,.104000 Whale name(4 Id* subscribed 1i:11*i/01)10 instrument and ackhowleogettlo The that heisttemey.execoto0 the same in .‘: • his/tot/001r adthedged pspaPity(iste):and that by hfathiiitt9417 stgna.ttin(q;)on the instrument the , •.; pe.rsanK or•the.entity.opoo behalf.Pf whichlhepertOn(Kactedi exect)teld:th.6 instrurried. I tertiktinder PE/414'17Y OF PERJURY ondorthe'Wks of theltote of California thet the foregoing ..parotte0h.Is true and correct , . , • ; .. . , ., „ :..,.. „.. .:.;„ .... . . ., . .. „..1.. :...7„...40rin 44ffitibilt.,0...i72,. AmOatintRabliCOLEaCaREigniiicalGH <: : , .W117404 m$r..hand apd'officfai-seaf.' ° ' . 1;-;'-....:-:ini,'„, '"sakao.i.litor4oniti 1 • i_.74t,...,...•?.,;,/ii ,.:4",not__.,s...100;•,_.-;24,17,04 I 5 . , . . ... . . .. ..,. .. ... . . : , . . t. . . ,.. .. ., ,.. Signature '\., ' : . , •... . — (Seal).................,, „.... . „ . . . .„ .. .. . .. . . ..„ . . . . . „ . . ..- , , . . , .. . . . . . - ... . . „ . . . . . ' . . .. .. . „ . . . . , . , . . • .. . . . . . . . . . „ . .. . . . . ... . . ... . .. , . . . . . ., .. . . , . . .. . , . ,.. . . . . „ ,. . . . . . . . ,. .. . . . . , . ,. .. . „ ... . . ' , . . .. • • .. „ List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners and managing partners: Brenton Gentry-President, Secretary,Treasurer,and Manager C-20 EXHIBIT C LOCAL AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENCY: City of Huntington Beach LOCATION: Huntington Beach,CA PROJECT DESCRIPTION: curb ramp and sidewalk construction TOTAL CONTRACT AMOUNT:$ to be awarded BID DATE: November 8,2024 BIDDER'S NAME: Gentry General Engineering, Inc CONTRACT DBE GOAL: 0% CONTRACT ITEM OF WORK AND DESCRIPTIONDBE CERT NO. NAME OF EACH DBEDOLLAR AMOUNT ITEM NO. OR SERVICES TO BEAND EXPIRATION (Must be certified on the date bidsDBE SUBCONTRACTED OR MATERIALS DATE are opened-include DBE address TO BE PROVIDED(or contracted if the and phone number) bidder is a DBE) For Local Agency to Complete: Total Claimed DBE $0.00 Local Agency Contract Number: Participation Federal-aid Project Number: 0 % Federal Share: Contract Award Date: Local Agency certifies that all DBE certifications have been verified and information is complete and accurate. Signature of Bidder November 8,2024 (909)330-1128 Date (Area Code)Tel.No. Print Name Signature Date Brenton Gentry Local Agency Representative Person to Contact (Please Type or Print) (Area Code)Telephone Number: Local Agency Bidder DBE Commitment(Construction Contracts) (Rev 6/26/09) C-21 PLEASE NOTE: This information may be submitted with your bid. If it is not,and you are the apparent low bidder or the second or third low bidder,it must be submitted and received as specified in the Special Provisions. Failure to submit the required DBE commitment will be grounds for finding the bid nonresponsive The form requires specific information regarding the construction contract: Local Agency, Location, Project Description, Total Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs.Prime contractors shall indicate all work to be performed by DBEs including, if the prime is a DBE, work performed by its own forces, if a DBE. The DBE shall provide a certification number to the Contractor and expiration date.Enter the DBE prime's and subcontractors' certification numbers.The form has a column for the Names of DBE contractors to perform the work (who must be certified on the date bids are opened and include the DBE address and phone number). IMPORTANT: Identify all DBE firms participating in the project regardless of tier.Names of the First-Tier DBE Subcontractors and their respective item(s) of work listed should be consistent, where applicable,with the names and items of work in the"List of Subcontractors"submitted with your bid. There is a column for the DBE participation dollar amount. Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If 100%of item is not to be performed or furnished by the DBE,describe exact portion of time to be performed or furnished by the DBE.) See Section "Disadvantaged Business Enterprise (DBE),"of the Special Provisions (construction contracts),to determine how to count the participation of DBE firms. Exhibit 15-G must be signed and dated by the person bidding. Also list a phone number in the space provided and print the name of the person to contact. Local agencies should complete the Local Agency Contract Award,Federal-aid Project Number, Federal Share,Contract Award Date fields and verify that all information is complete and accurate before signing and filing. C-22 EXHIBIT D EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder Gentry General Engineering, Inc. [proposed subcontractor ,] hereby certifies that he/she/it has X , has not ,participated in a previous contract or subcontract subject to the Equal Opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that,where required,he/she/it has filed with the Joint Reporting Committee,the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100(EEO-1) is the only report required by the Executive Orders or their implementing regulations. (eeoc.gov/employers/eeolsurvey/index.cfm) Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Signature: �� Date: November 8,2024 Print Name: Brenton Gentry Title: President/CEO C-23 EXHIBIT E NONCOLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Zone 2 Curb Ramp Installation To the City of Huntington Beach In conformance with Title 23 United States Code Section 112 and California Public Contract Code 7106 the bidder declares that the bid is not made in the interest of,or on 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 of the bidder or any other bidder, or to fix any overhead,profit,or cost element of the bid price,or of 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, any fee to any corporation,partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above Noncollusion Affidavit is part of the Bidder's Proposal. By signing the Proposal, the Bidder has also signed this Noncollusion Affidavit. Bidders are cautioned that making a false Certification may subject the Bidder to criminal prosecution. Signature: �� — Date: November 8,2024 Print Name: Brenton Gentry Title: President/CEO C-24 • A►,CKNO EDGMENT. A:notaiy'public or other officer completing this2. . • . cer cafe.veriffes:on ly.ttte i entity of the individual • - who oighetithei document th Which this c ertif.cater is: .. , attachedl.'and not the truthfulness;accuracy)ar . . validityet'thet::decuiment of California � ' , ' . ;San 3� �.Otlllty.of.. ...................... ............. ..... ................_ 44 FFti.....,.. : • * Marea•` rbrcugh,Notaty Public • on )OVft� before me, (inset:i ame.and titte of the officer) personally acoeared: .:Bretttott Genti y who proved to me roil the basis ofsa ry:evidence ta be the.p erson . Whose naime. :;irate- ' stuff scribed tothe:within instrumentg and acknowledged'to me that he/sh y executed the same in' this/tiff it%allotted:capacity( s),.and that by hislb rOAr signature( an the ins nentthe person( ;.or the.entity upon behalf of skihidt the persontSlactod4.:0:c.ecutid the instrument, x t cep underPENALT Y OF PERJURY:underthe laws.oftthe State ofCalifornia�that the foregoing ; paragraph'is true:and correct. ril'ildill:lia:74=1C01•611°T.I.1111111."11%im cI► s . Wr rNES �mjy hand'end official:seal,. I c ' a amain.-cap%r . San�nrariNna �_ I _,�:<m, Eammisstgn 2i9t494_i ,, , , STanatIge:. . . EXHIBIT F DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The Bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated with Bidder in the capacity of owner,partner, director, officer,manager: • is not currently under suspension, debarment,voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred,voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgment rendered against him/her by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility.For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Note: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Signature: ^— Date: November 8, 2024 Print Name: Brenton Gentry Title: President/CEO C-25 • ..` ,_ . . , ,, 4 .. ACKNOWLEDGMENT, • . knotary pubhcor other officer completing this . . , certificate'verifes::only the i r� the i.ld[Mtd iat=•, , a_si ed e d /�{�J��/�}� • vith. :ttt: ctcumient rttticis . ached,and-not the tt, f.ulnes accu or - , validity of that document:' .. .. , state of Cal art%ia.' ,` : .. • ;` 'County':of • .,5an:BetTtaf�li�o • n f , •t d before•me;., Andrea h, titata Public rfirokig �;: _ • (inseithenie'e d title of the 0400 personally appeared Brenton:Gents • ` . Aoho-proved to:hie on thebasis,of sattsfa: evidence to be the errso�: hose`nam ctcty `P.: , : � . subscribed to lheewithin Instrument and acknowledged to me that:he/s.: , ._ Y.extecaited the sarile itt his/har/ teir a4 thonzed:c acity(t ) a td that by htei,hfifittlertslgnatt re on the;Instrument the person(),.or the entity.upon ehalfof whiter the>person( )acted;exaqtArectihe instrument; i`ceec thiliirdder PEt 't :OF.PEt2,ll1R `underttie laws Of the State Of Cal fiornia'thet ttte*tegoing paragraph:is trite and correct: .H _ s..r. : �, aMri ►iicutscAieaCU - f- - 1. y. a 4. Y r Ea yhad ando cileai�° ' Ncta j P k-Catifftfa ,ernaritiaCatinb e:m i� .- , ' .camrtiiss#cn:#2 97494— �i z M}i romst.:pins titan 17,04,t. 'Signature. ` ..:: ' _- .. ... _. . ;(Seal): . L Y EXHIBIT G NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed$100,000 and that all such subrecipients shall certify and disclose accordingly. Signature: �'�— Date: November 8, 2024 Print Name: Brenton Gentry Title: President/CEO C-26 EXHIBIT H DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: Ela.contract ❑a.bid/offer/application [ 1] a.initial b.grant b.initial award b.material change c.cooperative agreement c.post-award d.loan For Material Change Only: e.loan guarantee NONE year quarter f.loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No.4 is Subawardee, Enter Name and Address of Prime: Prime Subawardee Tier ,if known Congressional District,if known Congressional District,if known 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number,if applicable 8. Federal Action Number,if known: 9. Award Amount,if known: 10. a.Name and Address of Lobby Entity b. Individuals Performing Services (including • (If individual,last name,first name,MI) address if different from No. 10a) (last name,first name,Ml) (attach Continuation Sheet(s)if necessary) 11. Amount of Payment(check all that apply) 13. Type of Payment(check all that apply) S - Actual ❑planned a.retainer b.one-time fee 12. Form of Payment(check all that apply): c.commission 8 a.cash d.contingent fee b.in-kind; specify: nature e deferred value f.other,specify 14. Brief Description of Services Performed or to be performed and Date(s)of Service,including officer(s),employee(s),or member(s)contacted,for Payment Indicated in Item 11: (attach Continuation Sheet(s)if necessary) 15. Continuation Sheet(s)attached: Yes El No ❑ 16. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance Signature: ^�-- was placed by the tier above when his transaction was made or Brenton Gentry entered into.This disclosure is required pursuant to 31 U.S.C. Print Name: 1352. This information will be reported to Congress semiannually and will be available for public inspection.Any Title: President person who fails to file the required disclosure shall be subject 11/08/24 to a civil penalty of not less than$10.000 and not more than Telephone No.: (909) 330-1128 Date: $100,000 for each such failure. Authorized for Local Reproduction Federal Use Only: Standard Form-LLL Standard Form LLL Rev.09-12-97 C-27 , .. .. .. ACKNOWLEDGMENT . notary"public or:other officer completing f kiis.. ,• ' - ' . .; ;certificatever. esuonly.the identiyy'of the Cndividuat ' , ,' ' , who;signed the document to'which-this certificate:is ;.: , , :.attached,and fnot truthfutness,..accurac y,.or . validity ofithat:docurnent • ' : . State of California' '" . . , . , .County of... San Bernardino , On, L. OV'et ; f $`x 42 ' .before'.ri+e,:.:Andr Sc ea arbrough,Notary Public (insert name and title Otte personalty appeared nthn G ' ' • .. Bt�ehtxirr *rho,proved to..rne;on the basis,of:satisfacton4 evidence tri hethe person , whose name(Wire ' , subscribed'to thefwlfhin:instrumentand�acknowledgedttome,thathe/st .t( gey�executed.the.same:in his/h4r teir author+xed:•apacity(i . ),,and that,bye hislh f r/thy signature "j onythe instrumefit the person)*or the 0010 upon hats&of which the person(p aged,executedthe instrument C'se... rfi , under:PENALT O.OF PERJURY underttie=laws of the State of California that:the foregoing„ Paragraph is t ue;and correct. , Atdai�tcoc =scataaoti vu i'Irit S;rnienend end.offi+iat:seal,, , , rnb , r fnty , +ii*:_--..,:,,__*_-.;,' 97494,. - :i? , :Conlin:Ezpires1Mar.t7, 1344. Signature ° u.' . . .. . ... Seal) ..•c .Y. , , r , V > i INSTRUCTIONS FOR COMPLETION OF EXHIBIT H. DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1) Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence,the outcome of a covered Federal action. 2) Identify the status of the covered Federal action. 3) Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4) Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g.,the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5) If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address,city,state and zip code of the prime Federal recipient.Include Congressional District, if known. 6) Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation,United States Coast Guard. 7) Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8) Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9) For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10)(a)Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (.Ml). 11)Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(item 4)to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. C-28 12)Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13)Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14)Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15)Check whether or not a continuation sheet(s) is attached. 16)The certifying official shall sign and date the form, print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and - maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project(0348-0046),Washington,D.C. 20503. By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). C-29 EXHIBIT I FEDERAL LOBBYING RESTRICTIONS Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier subrecipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract,the making of any Federal grant or loan,or the entering into of any cooperative agreement. If any funds other than Federal funds have been paid for the same purposes in connection with this • Federal-aid contract,the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents. A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal. Standard Form - LLL, "Disclosure of Lobbying Activities," with instructions for completion of the Standard Form is also included in the Proposal. Signing the Proposal shall constitute signature of the Certification. The above referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,000. All disclosure forms, but not certifications, shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor, subcontractors and any lower-tier contractors. An event that materially affects the accuracy of the information reported includes: 1) A cumulative increase if$25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or 2) A change in the person(s) or individual(s)influencing or attempting to influence a covered Federal action; or 3) A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to influence a covered Federal Action. C-30 • Bid Bond Bid Bond Number.CSBA-28893 • CONTRACTOR: • SURETY: (Name,legal status and address) (Name,legal status and principal place of business) Gentry General Engineering,Inc. The Ohio Casualty Insurance Company 320 W.•Tropica Rancho Road 790 The City Drive South,Suite 200 • Colton,CA 92324 Orange,CA 92868 • OWNER: • This document has important legal (Name,legal status and address) consequences.Consultation with City of Huntington Beach An attorney is encouraged with respect 2000 Main Street . • its completion or modification. Huntington Beach,CA 92648 . Any singular reference to Contractor,Surety,Owner or other party shall be considered • Plural where applicable. BOND AMOUNT: Ten Percent(10%)of Amount Bid PROJECT:Zone 2 Curb Ramp Installation,CC No.1811 • • Project Number,if any: • 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 theOwner 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 CO 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 here from 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 • 31st day of October.2024 • Gentry General Engineering.Inc. • • u7ice 4 1 (Pnnctal (Seal) • (Witness) • • (Title) gee,t., Ge~ i jOQ3%�P.1' • The Ohio Casualty Insurance Company . a c e. (Surety) (Seal) _. . • .. (W/itness) elissa Ann Vaccaro . (Title)Dwight Reilly,Attorney-in-Fact By arrangement with the American Institute of Architects, the National Association of Surety Bond .Producers (NASBP)(www.nasbp.org) makes this form document available to its members,affiliates,and associates in Microsoft Word format for use in the regular course of surety business.•NASBP vouches that NASBP the original text of this document conforms exactly to the text in AIA Document A310-2010, Bid Bond; • Subsequent modifications may be made to the original text of this document by users,so careful review of its wording and consultation with an attorney are encouraged before its completion, execution or • acceptance. • • - ACKNOWLEDGMENT • A notary public or other officer completing this • certificate verifies only the identity of the individual who signed the document to which this certificate is • attached, and not the truthfulness, accuracy,or validity of that document. . State of California San Bernardino • County of ) • • On / 0 /3/ /2 o Z(/ before me, Andrea Scarbrough, Notary Public (insert name and title of the officer) personally appeared Brenton Gentry •, who proved to me on the basis of satisfactory evidence to be the person )whose name(is/gfe ..• subs ibed to the within instrument and acknowledged to me that he/slje1t fey executed the same in, his/hfr/t$eirauthorized capacity(ie ),and that by his/F r/tlIeir signature( )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. aNOREA NICOLE SCARfornia f � Notary Public-California ti r A BROU San Bernardino County + r4. Commission#2397494 + My Comm.Expires Mar 17,2026 . • Signature (Seal) • • ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On October 31st,2024 before me, Melissa Ann Vaccaro, Notary Public (insert name and title of the officer) • personally appeared . Dwight Reilly • , 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. COMMMELI MANN 01942RO ,�,� #2401942 N ^ . Notary Public-California N a ORANGE COUNTY a • My Comm,Expires May 12,2026( Signature (Seal) Melissa Ann Vaccaro . . . •. . . . :. • • . . . ••• - • • Bond No.CSBA-28893 ,- • . . • .• • . - . ... • • . . • This Power of.Attomey thrifts the acts of those named herein,and they have ne authority to . • . ..- .. . . . --- . bind the Cempartiexcepifnthemamier and lathe extent herein it*. . . 114.. ...-' 'Liberty.. - •Libetty'Mutual'I r.isurance-Comtia Iv • • • . . lit — • iVilittlal. •. The:Ohba!Casualty insurance Company• Certificate No:.8204029-9E9561 - .SURETY West:American insurance.domparly • , . • - . .. . • . . . . . . • POWER OF ATTORNEY . . . • ••• • . .. .. .. . KNOWN'.41..PERSONS BY THESE PRESENTS:That The.OhiciCaaually InSuranoa.Company Is 3'6M:oration duly organized under the laws of the.State•of Nevi.Hampshire.-that • • .Ube*Mukiii Insurance CiiMbany)S.abiretitaticobely Organized.under.the Iniva of theStineof Massachiketta,and West Anierican InSuranbeICOMbabyYs a 04bialloildulY organized •. tinder the laws of the Slate of Indian3.therein.collectivelyaalled the ternparikie.),pursuant to by 31)6046,herein set forth..ddes hereby name,tionatimte.end appoint,,Ainiro Ayala:Daniell-inch-Aar;Adrianlingrell:thelseatibcratore:Frank.Morcines:;•&•Namik Dwight Reilli,.Shaunna ficaelle Osbert Bed Stang:Micliset D.siong-,,, • Benjamin Wolfe- . .. . . ..... ... . . . , .. . . . . . • . • , . . . . all of the•city.of :• :Orange •state•cf -CA 'each Ind ividually_if therete Mare Marione named:Its trtie end dul ahorney-in-faol'O:make.: 'execute;sealcapirnowleclge and deliVeri fizandon.ltabMialf as surety and as ils:gLa.rictd*.artyArNI.01 tiodertakingS;bendS.reccgniza*a and odierahrety.abligalions,m:ptirsinOD . ”puiti?...s .ptespnl§-end shall be as 005 Upon'the.COmpanies.asif they have ;duly-signed:by Me•Oratident.and afieiled.hYlne Secrepryof-the•CoMpariles..66eIr?vat Fop*• ..0001o.:: . . . • ... • IN WITNESS WHEREOF..this'Poivee of Attorney has been aubscribect bY.an authorized offter or affibial of the:COmpanieiWidifieiorsporateseals.of the Companies have beenaffixed .theiat0613 2Ist :day of November... , "...k0j:j::, . ., . . . ... . . , . — ' . . • . .. ... . •Liberty Mutual Insurance Company . .. • • ..-414.soft, _ • 0'31 ttv3tt .4.*344. • •The Ohio:CaseMIYInsurence.Company • • ou"'Ne•'4'in •oP 4-c,nr)*4s, , Os...ogr( 4,+:'Pc. Weil Anialciri lnsurarkieCdrimany.s a,„ ee.*7 *.1$ to • . . . . . , .* 1412.. n ;-. :.9110 . :1-• • t' 199I 0 . 01 1:-..-1,•• ,e 49 • ..••v:41,..:- ..,..•,,..0 ... .° 4.0v, r -, ie Avido/- b .• •-•-• .. fq.. .gi'.. • 44 . 1-0 .°4,f.f'A-3-34•. •15 y t "•' - • ' ' - ........ . .a. . RS • . Cr= . • . RaViO.',1‘1'c4!:eY.7,AS.Pit4f.11.. , ?.76,.,,LOY. ; .0.4.. SRI:Stated PENNSYLVANIA. :,.. • — • P.3.:Tn.COOTiii9c.MOSTGOMERY .• • . On this 2.1st day of November 2025:' before me personally appeared David al Carey who acknowledged himself lobe the Assistant Secretary of 46mty.MutrialAnsurance •-• Company,The Ohio Casualty CompBny,andWast-Americari:Inserance Compani,aricl.that he,-as.such,bekig authoflzad so to do execute the egoing usstiument for the purposes t= therein contained by ing Sign err behalf that/3;03316Di by himself as.a duly'aUthorized..efficer, co a Tti.rd ., •. >it . _.3*WITNESS WHEREOF,1 have hereirritosobscr6edroy rian*and'affixed my notarial saalat Plymouth Meeting,Pennsylvartikens Me day,midyear firstsaboViavrittert, Ow • ..• a z ar w ' • n_0 0t! . ..-='CI t-o •. '.-^'' ..., Ai,. • a...01.mb ei ogn...syr,,01.1-ucia-i:s.a' ••...._ .,...„0 ,,.t.:, c'1 • ..rear:a. :Nada.iraoni•PAiim . . in,0 7 ,1:7 i . •Patsoiray-coaiti. . - .o.-0 ,1 Air=prissy/a a=rcs Wai213.2Cerl• By:* ...1.44.442 iatilit.) 0'co 0 43. ':•t:. ,.,,,, , •Corrinasii nurbie1125444 1• 1=- ,e)... -ft.,0:,r,.. 4.,• licrto,.PentlVem.1141,qcoaattcesa.101aMnes TereSa.Pell3i1401atYPUW: IC 15 • .00D 74.ay 1%>4' . • '.`6.6 . • .1..nr -2 2._.This Power of Attorney is made and.eXadulecl.Purniantio:.apd.by authority.of the following By laws end Authorizations of the Ohio Castially Insurance CoMpany,liberty Mutual ,t-- Insurance Company,'and!Neat American Insurance Company 030 reSokitfons.are novr.ih full force•andeffe0(reading as follows : • .0 rs1 n.:•,01 ,_•112: ARTICLE II I-OPFICERS:$ection 12:.Power of:AMMO; . 1- Any ptriCer or other oropial..o.ttierkfpOtiorf 40:prized.for that purpose in writiriti:by.the•Chairrnan or it.iPiettdent...and:subject to such Imitation as Ilie**mien or the . . •22- .• President may prescribe;Shall appoint such attorneyt-In7fact..as maybe necessary act hi behalf of the'Corporalion to make,execute,seal,acknowledge and:de:fiver as surety.N= . any and all Undertakings..bends.,•reciognIninces:Bnd.other.surety Obligations-Such inerneysAm:faM,subject to the limitations set fonh in their reseecilve,POwers•0 attorney i shall 2:3 . ...-_....: have full power to bind the Corporation by their signature and e:edition of any such instruments and to attach thereto..the seal-Of the ObrpOrakon..When so executed.such o a:. z.0 tristrurnentsss63fi be.es binding as Itakined.by thePresldent:and attested to....by.-the Secreter.Y.Any.power or authority any'tepratelMF/e.br attorney-in fact under the • Pthvisiona of this aline may be revokedt any timebilhe B3ard,the Chain*,the President ar tithe officer:or Officers granting such power or'enthoritii,.. • o co . u ,•a_ . • ARrict.E Xfit-'Execution of contiacti:.Section:S.Surety Benda and Undertakings. Any Officer of dmCoMpany.authorried for that purpose in*tang by.ihe chairman arms president,and subject in sucti.limitarions as the chair/nano the president may prescribe. shall appoint such adOirlaYaill-fOct as may be.necessary toan in behalf of the Company ho'make,..exectita,Seal.acknowledge•and dekVer.03...SUrelY any and at Onderiakings,— bonds.,:recognizanciaMnd ether suiettchligations::Sech attorneysin-faCt.aubjen't0 the limitations Otto:1'6ln their tespectlirepOwert of attefneY,shattheye.fulipaiieetC bind the ' •Company by their signature and.execution of.any such inatrilfnenti.and:lo'attach!heist!)!lie seal of the POmPetiii.When ai,exectiiiti.;10rintrimieiils.shall.bp-as binding as if signed by Me preactient•and.aftesteo iikkiteciterik. . . . .• . .. . ... . titfiq6;=.i!:e or Designation-The treOirierd'oTtOo:CaMiam/Y,aOtinirtotOaani.ta'ine•bitlails Of Me Company,.Buthorilei David M,t3rei..AsSiatarit'*ietay to appoint Such attorneys-in- ••last aa maybenedeaSitytoBn on behalf a! Company to make execute,seal,acknowledge and delIver as surety any and all undartakurets bonds,reabgnizoriee ind.otner surety •35ligliforts. Authorization.-Byunanimous consent of tile Conbanyi Board of Dieolors,the Company consents that facshnle ot Mather:tally reproduced signature of any secretaryof the Company„wherevel appearing•hOon a certified-copy of any Dower or attomeYiasued by the Company In cOnriection.withatiretyLibikls.shall be valliTenif bindinglepiiiiiie.ceinpank with • the Sante fOrce.aid effeclas.though marMailyafthjed. . .. . ... . . . • 1,Renw.p.Lleweilyn,the unda:Migned,Assistant Sic:1001c.The Ohio Casualty Insurance Company,Liberty Mutual Inmitaricatempany..abq West American Insurance Company do . . llOrOby,c0fr..010(*:0691oOL OOY.10f...of*Other of which the foregoing full,true arid OOrTotFOPY of the Poiier.e.AttoFiei...Oxeiut§d.by said Campanies,is kr firliforce and;elfect.end • 'has:notbeen reVOkert; . • - . .iN TEFIMONY WHIMSPF.I 1)/Ve hOfelinto*t rny.fland.andaffixeci thesebrao(i3ialtompanies MIS:31st ciaycif ,October 2024 ,. . • • . . ,..,.,1144 ilk, • . ...04 MIN& *.11143ite, . • . . • ir4°'7°.1/4,1-'4i1. • c..irce."‘44'IL •As.o9POstelit-it '• .e...., . . 114 Au. • - . . . ' • 912 n ,• 19 9.. 'e3 a, 1991 .0 . , ' i,/,...1.14.---. . . . ,.•.,...1 .0 P• ‘ . . r, * . .k".14. 14 1., '4'.43. -. .. .•t • By:. .. . • ". - • . ' l'f'.;>"trg.iv.„Lb • •0 .4.41.0-.0 t.•• ' ,i,,„ 4roir.rt...4. b. ei-7 r -P.'. - .*62 r..:0. .•44f.*, NY'' . Renee G.Lieweityn,Aasistatif Secustary : -- . . • • LA44-1215i:i.ma-O:ac wAamiiei co oial.. ' • . . . . • : . - : •-•. . . . : . . . . • • . • : • - . -• . : . . • . • . . _ \)(01,?". Gentiy`General Engineering,Inc. 9277 Archibald Ave. Rancho Cucamonga,CA 91730 City of Huntington Beach Public Works Enineering PO Box190 2000 Main Street Huntington Beach,CA 92646.2702 OFFICIAL BID SECURITY - DO NOT OPEN Project Name: Zone 2 Curb Ramp Installation • CC #: 1811 Bid Opening Date: November 8, 2024 at 10:00 AM. \OAI .„rINGTp`; CITY OF or HUNTINGTON BEACH F °OA/T.? �p 4" Lisa Lane Barnes I City Clerk July 7, 2025 HZS Engineering, Inc. dba H Z S Construction 1403 N. Batavia St. #108 Orange, CA 92867 RE: Residential Zone 2 ADA Curb Ramp Project (CC-1811) Enclosed please find your original bid bond for CC No. 1811. Sincerely, X1411416 AKtilK Lisa Lane Barnes • City Clerk LLB:ds Enclosure Office:(714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov • SECTION C PROPOSAL for the construction of ZONE 2 CURB RAMP INSTALLATION from VARIOUS LOCATIONS CC No. 1811 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 25 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 readvertise 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 in the amount of which said amount is not less than 10% of the aggregate of the total bid price, 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: Addendd Date Received Sxdder`s.Sib»afore:: C-2 SECTION C PROJECTD8XD CURB RAMP PROJECT, CC 1811 BID ITEMS 1 Mobilization / i LS $15.000.00 15,000.00 � � 2 P�pa�G�m�VVot* Pollution Prevention Plan VSVVPPP> � 1 LS $1.500-00 1.500.00 � 3 |no�U&Ma���Cons truction _ 1 LG 08.000.00 5.000.00 Construct ' Curb Access Ramp per Caltrans Std. Plan A88A/A88B as shown on Curb Ramp Detail I in Appendix 4 MofSpecifications (item includes all appurtenances,curb&gutter,dapre sid ewalk, 7 $ retaining curb,slot pave,etc.) EA $8.500.00 59.500.00 Horizontal Curb Cut Curb Access Ramp per Co|bonoStd. Plan A88/VA888 using horizontal curb cutting machine as 5 shown—.Curb Ramp Detail_-...Appendix.._ Specifications (hem includes all appurtenances,curb& � gu�e�dep�aoedcurb,oowmu�oidavma|b.domes, retaining - curb,etc.) 15 B\ 09.000.00 135.000.00 6 Install 4^PVC Sleeve for Street Assembly Sign per City cf $ HB Std.Plan 4U1 EA $ 800.00 2.700.00 Remove and replace existing sidewalk per City of HI3 Sid. 7 Plan 2U7mt|uoabunom�ocurtoo ramp.(Item mdudoaoU 1000 � eppurtanoncea.00vmcut) SF $ 33.00 33.000.00 Remove and replaces existing 8"-12^Curb and Gutter per � 8 M�G\d. Plan 205(item|ndudeeall appu�unanuon. - omwcut.slot pave,etcl 200 LF $ 180.00 38.000.00 $287.700.00 ` SUB-TOTAL BID AMOUNT |y4WORDS: TWO-HUNDIRFO&F|GHTY SFVFN THOUSAND SFVFN HUNDRED DOLLARS C~%.1 ' SECTION C PROJECT BID CURB RAMP PROJECT, CC 1811 Note: All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. In addition, the City reserves the right to include or remove Bid Schedule B in the award of the contract. C-2.2 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 of :`,_ State:. ;Class 11IR.PWC Dollar' %;of Items) Subcontractor License: Registration# Amount %:Contr:"act. Nwnher 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 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 i 0/30/24, at Orange Date City State Hamid Shekaramiz , beingg first duly sworn deposes and says that he or she is President/C.E.O. of H.L ..'s Engineering,inc.D.B.A. z.s.Gnnstn infirmthe 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. Harrod"Shekaratniz . labia of Bidder Sipa=t fThdder 1.403 N:.Sdtavva.St.,.Suite#108, Orange, CA., 92867 Address of Bidder C-4 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 ZONE 2 CURB RAMP INSTALLATION, (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. [ :ZS:Eirgmeeing;.tric:.LY 13 i4.H.ZS. Cansitud art Contractor B .._. y President/.C:E:Or. Titre Date: 10/30/24 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 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. H.Z.S.Engineering,Inc.D.B.A.H.Z.S. Construction Cdl1trattor BY President/C.E.O. Title Date: 10/30/24 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: H.Z.S.Engineering,Inc.D.B.A.H.Z.S.Construction Bidder Name 1403 N. Batavia St.. Suite#108 Business Address Orange CA 92867 City, State Zip ( 949 ) 415-9556 hshek@hzsengineeringcom Telephone Number Email Address 1039476 A. B. C-8 State Contractor's License No. and Class 95/17/18 Original Date Issued 05/31/26 Expiration Date The work site was inspected by Joe Fadden of our office on 10/30/2024 The following are persons, firms, and corporations having a principal interest in this proposal: H.Z.S.Engineering,Inc.D.B.A.H.Z.S.Construction-Hamid Shekaramiz 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. HiZS Engineering:Inc,:0:B;1X.H.Z.S.Construction Company Name Signature of Bidder Hamid Shekaramiz 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 ABOVE) C-9 „ . CAUFORNIA jURAT .„ . ...... . „ . , . A;neUty..Ftutilkot other offlcer completlngthis certtflcate vertf1esonJy the identIty of the Individual who signed • the dotttrntvitglifbickIWwtificattis.:Ottathedi mut not the #0.00t,Otvalith.ty-of that 11000titent. ,OATEtigtitikikNIA. Orange .4i1140theda*#000*(0.-attittlied)‘,befotenteimihtsqtor OCtQber 2024 . ” :rear , „ . „ . . , ,..„... . „. •flamesegir,1 proved..to-me on.thOiNgt*.sOsiat4triviidencetob.iiita.0.00.0*.ill-WhO' 4.P0.44$4100011104-, 31•' ' •v/TeS. ,,J1*.CPW4'„,SIOOEPT4D9.4, - • ' ,..stithostiort 45;iitr. NPOrtF.i.l.b .W504 *ThegureoflYciVORth110 i -„„... • ..spkireAtocayiseafAbove . • tIPT.IONAL 171)(;1041i thIsT,1,41,(cm'ts 00000.4400.0.1.01.no this tdoesOthin Out**a.1*to*it4Tho'cl*titiitent'oi*Eidairent, titra0firemtotti.g.ifrffiaattooklemlii#10.44vineilit, tten.diitialtOrAtta.0.0thitument 17,tibe..40eOff1.0.41jr1100# . . tocupleritOte; . . • •nOttrilOte0 Than NomedAbover . • „ Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Sanitary sewer lift stations of similar size, project work within public streets,an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. 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. fity of I ns Angeles-200 N. Spring Street, Los Angeles. CA 90212 Name and Address of Public Agency Name and Telephone No. of Project Manager: Peter Bilkian-(213)485-4503 $804,949.00 Street Improvements 10/30/21 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. City of Los Angeles- 1149 S. Broadway,8th Floor, Los Angeles, CA 90015 Name and Address of Public Agency Name and Telephone No. of Project Manager: Cindy Melia-(312) 847-4751 $333,920.00 Street Improvements 06/20/21 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3. L.A.U.S.D. -333 S. Beaudry Avenue, Los Angeles, CA 90017 Name and Address of Public Agency Name and Telephone No. of Project Manager: Erik Jefferson-(909) 248-8853 $85,000.00 Underground Oil Tank Removal 2021 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Hamid Shekaramiz Name of proposed Project Manager Telephone No. of proposed Project Manager:(949) 463-0164 Concrete Pier Abutment Restoration Project $566,186.99 Exterior Improvements 2024 Project Name & Contract Amount Type of Work Date Completed City of Carson-Access Ladder to Pull Boxes $113,700.00 Exterior Improvements 2024 Project Name& Contract Amount Type of Work Date Completed City of Carson-Delford Culvert Replacement $267,700.00 Culvert Replacement 2024 Project Name & Contract Amount Type of Work Date Completed 2. Joe Fadden Name of proposed Superintendent Telephone No. of proposed Superintendent:+1 (951) 226-4040 Concrete Pier Abutment Restoration Project $566,186.99 Exterior Improvements 2024 Project Name&Contract Amount Type of Work Date Completed City of Carson-Access Ladder to Pull Boxes $113,700.00 Exterior Improvements 2024 Project Name& Contract Amount Type of Work Date Completed City of Carson-Delford Culvert Replacement $267,700.00 Culvert Replacement 2024 Project Name& Contract Amount Type of Work Date Completed c-11 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://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call(844) 522-6734 https://efiling.dir.ca.gov/P WCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.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. 4ZS.EnquieeririttL MBA.H,Z.S.Construction Contractor By hshek hzseng rieflrinq.com ,.Email President/C.E.O. Title Date: 10/30/24 PWC Registration#:1000529847 C-12 BIDDER'S CERTIFICATION* • HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AMMENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations, Part 135* Economic Opportunities for Low and Very Low-Income Persons The bidder,under penalty of perjury,certifies that except as noted below, any person associated therewith in the capacity of owner, partner, director, officer, or manager(initial the applicable selections): Will ensure that 10%of all new hires as a result of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968; or - Will hire no new employees in conjunction with this project. Will award 10%of its sub-contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. Contractor: H.Z.S.Engineering.Inc.D.B.A.H.Z.S.Construction Contact Person: }paid Shekaramiz Contact Phone: :(g4s}41;5-4555 Signed: Date: 40/30/2024 *Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub- contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD): Previous non-compliance with Section 3 could result in disqualification. • C-13 EXHIBIT A DISADVANTAGED BUSINESS ENTERPRISE (DBE) This Project is subject to Part 200.321, Title 2, Code of Federal Regulations entitled "Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms." The Regulations in their entirety are incorporated herein by this reference. It is the policy of the City that disadvantaged business enterprises (DBEs), as defined in Part 200.321, Title 2 CFR, shall be encouraged to participate in the performance of Contracts financed in whole or in part with federal funds.The Contractor should ensure that DBEs,as defined in Part 200.321, Title 2 CFR, have the opportunity to participate in the performance of this Contract and shall take all necessary and reasonable steps,as set forth in Part 200.321,Title 2 CFR, for this assurance.The Contractor shall not discriminate on the basis of race,color,national origin, or sex in the award and performance of subcontracts. Failure to carry out the requirements of this paragraph shall constitute a breach of Contract and may result in termination of this Contract or other remedy the City may deem appropriate. Bidders shall be fully informed respecting the requirements of the Regulations and are urged to obtain DBE participation in this project, although there is no specific goal for DBE participation. C-14 EXHIBIT B DBE INFORMATION—GOOD FAITH EFFORTS Federal-aid Project No. Bid Opening Date 11/08/2024 The City of Huntington Beach established a Disadvantaged Business Enterprise(DBE)goal of 0% for this Project. The information provided herein shows that a good faith effort was made. Lowest,second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts. Bidders should submit the following information even if the "Local Agency Bidder DBE Commitment"form indicates that the bidder has met the DBE goal. This will protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. Submittal of only the "Local Agency Bidder DBE Commitment" form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of - - publication): Publications Dates of Advertisement B. The names and dates of written notices sent to certified DBEs soliciting bids for this Project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested(please attach copies of solicitations,telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Follow Up Methods Solicitation and Dates C-15 C. The items of work which the bidder made available to DBE firms including, where appropriate,any breaking down of the contract work items(including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms. Items of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items ($) of (Y/N) Contract D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved),and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: Names, addresses and phone numbers of firms selected for the work above: E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and: requirements for the work which was provided to DBEs: C-16 F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Results H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. C-17 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature(given and surname)of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code - Telephone No. (5) E-Mail IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail C-18 :IF A CORPORATION.SIGN HERE: :(1)Name uriderwhich businest is.conductt 4 E+:zs:Enaineedn9:.Gia.DB8A.f+:z:s:Construction ._ . (2)� , :.(Signatute) , President:{:C.EO. , ` x . +.• . "< _} �. "a�,k 'V Impress Corporate Seal;here 6t i '.j {j}{�am; ,'. S- ♦A IYicorporaled:u`riderr''tlie laws'-of'tl a State of California - , (4)P rof Business 14o3 North Batavia'St:Syite 11)6 - (Street and=Ntiniber) , ' City and State-Oranoe;;CA . :.- (5)Zip Code: 92867 Telephone NO, (94974159556 . '(6)E-Mail hshekkhzseftoineerina:com NOTARIAL:AC IYO'VVII.ETOOK NT OF EXECUTION BY ALL:SIGNATORIES MUST BE:ATrAC.HED C'19 .. . • . I. . . . .. 'CALIFORNIA JURAT • ,. ,......,........„...._____.......................................----,-, : • . ..A.notaty pOlik:orother officer tumpletIng.this tertfticate..Verfflettinfrtheldendltroftt*IndNidual•WhOsirMe4 ,, , the document,,to whichihistertitkate Is attathed,.anctitot the.truthfulness,accuracy,orlialfdity of that document ' , ...........-.. ....„,,,.•....„.i.......N..„...•..i...,...,,.....i.i. ....... —ss••"'"a-- ,STATE OF CAUFORNIA, teturtrioF Orange - 1 Aubstrthedaposworrqootatertnedl.berotonton.thrs. ;.30th .:401.0 October ..,. ,-, 2024 moth Tar by 1.%A.W1 0 611.6K,Atoki 74 • • - ,' , •- • • • , . . , .. . . _ . . - munewsolf • - . • _proved:p..0e 00:thebaskotsattsfaccarytykleace•tptiotolfroottarifiyifigiosoOdwate fe* , : • • 1 ri!...dwzahlriandrai.disighasii... . . . „ , .. .. .,.. r9thatUret • . . - ..,— '. ".- ,-:,..it:"....zer.... - 4,4,....c.•.:,s.A.TH*RotoirubiGagrzic,.c41-"raci!' *au, . Stio2tiargoiNoftiryfirbile• ..i 1:-.:ali:. .°11,;c=130 * I: •_.‘ Catorn et Jun2.2036 I . 1 . PiaothfotoWearAhave . OPTIONAL - . - — •--- -- -- . .. Thddgh..this section is;c0t10144 ciannteting this(*MOO 40,dere crittrotki;400.c.kallyaknk:hritauchifent .• attachment efthIsfatm tocitrunktendedd041. "OA, . • , Destripticinuf AttacheriVOOnent :r T111.0:orrypeofooturrienr . .- ‘74001erit Date.;' - . - - . .. . . .. . • . • Wilbur Offiage .- .., . . .• .. . $1gileds)...0ther7lian NarueciAbcivet . — ," • .,-. ... ' ..—_,,...—. 1 • . .. . . s . . List below names of president,vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners and managing partners: Hamid Shekaramiz- President Hamid Shekaramiz-Vice President Hamid Shekaramiz-Secretary Hamid Shekaramiz-Assistant Secretary C-20 EXHIBIT C LOCAL AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENCY: LOCATION: PROJECT DESCRIPTION: TOTAL CONTRACT AMOUNT:$ • BID DATE: BIDDER'S NAME: CONTRACT DBE GOAL: CONTRACT ITEM OF WORK AND DESCRIPTION-DBE CERT NO. NAME OF EACH DBEDOLLAR AMOUNT ITEM NO. OR SERVICES TO BEAND EXPIRATION (Must be certified on the date bids'DBE SUBCONTRACTED OR MATERIALS DATE are opened-include DBE address TO BE PROVIDED(or contracted if the and phone number) • bidder is a,DBE) For Local Agency to Complete: Total Claimed DBE $ Local Agency Contract Number: Participation Federal-aid Project Number. Federal Share: Contract Award Date: Local Agency certifies that all DBE certifications have been verified and information is complete and accurate. Signature of Bidder Date (Area Code)Tel.No. Print Name Signature Date Local Agency Representative Person to Contact (Please Type or Print) (Area Code)Telephone Number. Local Agency Bidder DBE Commitment(Construction Contracts) (Rev 6/26/09) • C-21 PLEASE NOTE: This information may be submitted with your bid.If it is not,and you are the apparent low bidder or the second or third low bidder,it must be submitted and received as specified in the Special Provisions. Failure to submit the required DBE commitment will be grounds for finding the bid nonresponsive The form requires specific information regarding the construction contract: Local Agency, Location, Project Description, Total Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs.Prime contractors shall indicate all work to be performed by DBEs including, if the prime is a DBE, work performed by its own forces, if a DBE. The DBE shall provide a certification number to the Contractor and expiration date. Enter the DBE prime's and subcontractors' certification numbers.The form has a column for the Names of DBE contractors to perform the work (who must be certified on the date bids are opened and include the DBE address and phone number). IMPORTANT: Identify all DBE firms participating in the project regardless of tier.Names of the First-Tier DBE Subcontractors and their respective item(s) of work listed should be consistent, where applicable,with the names and items of work in the"List of Subcontractors"submitted with your bid. There is a column for'the DBE participation dollar amount. Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If 100%of item is not to be performed or furnished by the DBE, describe exact portion of time to be performed or furnished by the DBE.) See Section "Disadvantaged Business Enterprise(DBE),"of the Special Provisions (construction contracts), to determine how to count the participation of DBE firms. Exhibit 15-G must be signed and dated by the person bidding. Also list a phone number in the space provided and print the name of the person to contact. Local agencies should complete the Local Agency Contract Award,Federal-aid Project Number, Federal Share,Contract Award Date fields and verify that all information is complete and accurate before signing and filing. C-22 EXHIBIT D EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder H.Z.S.Engineering.Inc.D.B.A.H.Z.S.Construction , [proposed subcontractor ,] hereby certifies that he/she/it has MI,has not ,participated in a previous contract or subcontract subject to the Equal Opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that,where required, he/she/it has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently, Standard Form 100(EEO-1)is the only report required by the Executive Orders or their implementing regulations. (eeoc.gov/employers/eeolsurvey/index.cfm) Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Signature: �Q `''��� . Date: 11/07/2024 Print Name: Hamid Shekaramiz Title: President/CEO C-23 EXHIBIT E NONCOLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Zone 2 Curb Ramp Installation To the City of Huntington Beach In conformance with Title 23 United States Code Section 112 and California Public Contract Code 7106 the bidder declares that the bid is not made in the interest of, or on 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 of the bidder or any other bidder, or to fix any overhead,profit, or cost element of the bid price,or of 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, any fee to any corporation,partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above Noncollusion Affidavit is part of the Bidder's Proposal. By signing the Proposal,the Bidder has also signed this Noncollusion Affidavit. Bidders are cautioned that making a false Certification may subject the Bidder to criminal prosecution. Signature: aAeaf ,.�. w Date: 10/30/2024 Print Name: :Harnid...Shekararniz Title: President/C.E.O. C-24 EXHIBIT F DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The Bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated with Bidder in the capacity of owner,partner, director, officer,manager: • is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred,voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgment rendered against him/her by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility.For any exception noted above,indicate below to whom it applies,initiating agency, and dates of action. Note: Providing false information may result in criminal prosecution or administrative sanctions. The above.certification is part of the Proposal. Signing this Proposal on the signa rre:portion thereof s ,llalso.;Constitute signature of this Certification. . srgnature: +�??l -` Date: 10/30/2024 .. Print Name: Hamid Shekaramiz Title: President/C.E.O. C-25 EXHIBIT G NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies,by signing and submitting this bid or proposal,to the best of his or her knowledge and belief, that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. The prc specti e parti iparn also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed47=006 and that all suds subrecipients shall certify and disclose accordingly. Signature .? ! e4/ Date: 10/30/2024 Print:Name: Harnid Strekaramiz- Title~ 'President fC.E.O. C-26 EXHIBIT H DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a.contract [ la.bid/offer/application ❑ a.initial grant b.initial award b.material change c.cooperative agreement c.post-award d. , For Material Change Only: e.lo ?uarantee year quarter f.loan i urance date of last report 4. Name and dress of Reporting Entity 5. If Reporting Entity in No.4 is Subawardee, Enter Name and Address of Prime: El Prime ❑Subawardee Tier ,if known Congressional District, known Congressional District,if known 6. Federal Department/Agen 7. Federal Program Name/Description: CFDA Number,if applicable R. Federal Action Number,if known: 9. Award Amount,if known: 10. a.Name and Address of Lobby Entity b. Individuals Performing Services (including (If individual,last name,first name,MT) address if different from No.10a) (last name,first name,MI) (attach Contin . 'on Sheet(s)if necessary) 11. Amount of Payment(check all that apply) 13. Type of Payment(check all that apply) $ Actual ill planned — a.retainer b.one-time fee 12. Form of Payment(check all that apply): c.commission Ha.cash — d.contingent fee b.in-kind; specify: nature deferred value — f. er,specify 14. Brief Description of Services Performed or to be performed and Date(s)of Servic:_including officer(s),employee(s),or member(s)contacted,for Payment Indicated in Item 11: (attach Continuation Sheet(s)if necessary) 15. Continuation Sheet(s)attached: Yes No El l6. Information requested through this form is authorized by Title 31 U.S.C. Section 1352.This disclosure of lobbying reliance Signature: was placed by the tier above when his transaction was made or entered into.This disclosure is required pursuant to 31 U.S.C. Print Name: 1352. This information will be reported to Congress semiannually and will be available for public inspection.Any Title: person who fails to file the required disclosure shall be subject to a civil penalty of not less than$10,000 and not more than Telephone No.: Date: $100,000 for each such failure. Authorized for Local Reproduction Federal Use Only: Standard Form-LLL Standard Form LLL Rev.09-12-97 C-27 Document A310TM — 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) -HZS Engineering, Inc. DBA H Z S Construction United Fire&Casualty Company 1403 N. Batavia St#108 118 Second Avenue SE Orange, CA 92867 Cedar Rapids, Iowa 52407 This document has important g legal consequences.Consultation Mailing Address for Notices with an attorney is encouraged with respect to its completion or 118 Second Avenue SE modification. OWNER: Cedar Rapids, Iowa 52407 (Name,legal status and address) Any singular reference to • City of Huntington Beach Contractor,Surety,Owner or 2000 Main St other party shall be considered Huntington Beach, CA 92648 plural where applicable. BOND AMOUNT: $ 10%of Bid ,Ten Percent of Bid PROJECT: (Name,location or address,and Project number,if any) Zone 2 Curb Ramp Installation CC No. 1811 in the City of Huntington Beach 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 tenn 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 29th day of October, 2024 HZS Engineering, Inc. DBA H Z S Construction (Principal) (Seal) • (Witness) 1tc2e/ (l/3 e) United Fire&Casualty Company (Surety) (Seal) (Witness) D Lt,CT Cie i ) Jodie Lee Doner,Attorney-In-Fact S-0054/AS 8/10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT "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 Ventura` �On ( ° - ?'2°�`/� before me, Emmanuel Brizuela, Notary Public, personally appeared Jodie Lee Doner 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. EM y Public-California •?' ". Ventura County �" - �;-vr�' Commission 12a96599 My C.mm.Ex'tre5 Aug 5,2029 Signature of Notary P c OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ['INDIVIDUAL ECORPORATE OFFICER TITLES(S) TITLE OR TYPE OF DOCUMENT ❑PARTNERS ❑LIMITED ❑GENERAL NUMBER OF PAGES ®ATTORNEY-I N-FACT ❑TRUSTEE(S) EGUARDIAN/CONSERVATOR ['OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Inquiries: Surety Department UNITED FIRE&INDEMNITY COMPANY,WEBSTER,TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY,LOS ANGELES,CA Cedar Rapids,IA 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company—See Certification) KNOW ALL PERSONS BY THESE PRESENTS,That United Fire&Casualty Company,a corporation duly organi7ed and existing under the laws of the State of Iowa; United Fire& Indemnity Company, a corporation duly organi7ed and existing under the laws of the State of Texas; and Financial Pacific Insurance Company,a corporation duly organi7ed and existing under the laws of the State of California(herein collectively called the Companies),and having their corporate headquarters in Cedar Rapids,State of Iowa,does make,constitute and appoint KEVIN P. REED, JESSICA GARCIA, AARON FOSBURG, JODIE LEE DONER, EACH INDIVIDUALLY • their true and lawful Attorneys)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, • undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $50,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney,pursuant to the authority hereby given and hereby ratified and confirmed. • The Authority hereby granted shall expire the 1st day of Apr i 1 , 2026 unless sooner revoked by United Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. "Article VI—Surety Bones ani Undertakings" • Section 2,Appointment of Attorney-in-Fact. "The President or any Vice President,or any other officer of the Companies may,from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance,bonds,undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal,may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,when so used,being adopted by the Companies as the original signature of such officer and the original seal of the Companies,to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys-in-fact,subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President,the Boar.of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney-in-fact. IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its ```�O``4iNosM iyb `•`.�rilF6pp�Fvc u �� vice president and its corporate seal to be hereto affixed this 1st day of Apr i 1 , 2024 ,; °o= a"••'�oRPO ''�"�" UNI ILL)FIRE&CASUALTY COMPANY CORPORATE L _- CORPORATE C e e .1 i,LY 2� O',g no —•— 3 —•— E. �i. "BE ,a UNIIEll FIRE&INDEMNITY COMPANY SEAL SEAL .,, ,�, ��'�`, FINANCIAL PACIFIC INSURANCE COMPANY BY: 4:2.‘,--/f <State of Iowa,County of Linn,ss: Vice President On 1st day of April , 2024, before me personally came Kyanna M. Saylor to me blown,who being by me duly sworn,did depose and say;that she resides in Cedar Rapids,State of Iowa;that she is a Vice President of United Fire&Casualty Company,a Vice President of United Fire&Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that she knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. at L Patti Waddell s Iowa Notarial Seal 04144611T.Nlotary• i: Commission number 713274 Public • i My Commission Expires 10/26/2025 My commission expires: 10/26/2025 I,Mary A.Bertsch,Assistant Secretary of United Fire&Casualty Company and Assistant Secretary of United Fire&Indemnity Company,and Assistant Secretary of Financial Pacific Insurance Company,do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney,with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS,and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 29th day of October ,20 24 . 4 1(; : >y CORPORATE i 4 CORPORATE 4� =_:=oLY2�% _ '1 1 A.r. // �? ?� Zr: nsi 1956 iyac SEAL SEAL t� :Z''.,5. �1.:1• o ,�; • • 'c,.r'•'' 'N� T� Assistant Secretary, UF&C&OF&I&FPIC BP•A0045 122017 l yfl3 N. LSak-aV G' Sl Sk,',kt \e$ Orovre, CA 612%61 Q'td Secs.3)2r', j - Do 00h Open Coro JeC c 3ocme.'. -q`\e- Z Cutib 9-0 0 "p rskVA.11ott,ovN CS, 1%\\ Public Works Engineering 7 la/ JI4t)APA CITY OF r_-- - HUNTINGTON BEACH Lisa Lane Barnes I City Clerk July 7, 2025 Nobest Incorporated 7600 Acacia Ave. Garden Grove, CA 92841 RE: Residential Zone 2 ADA Curb Ramp Project (CC-1811) Enclosed please find your original bid bond for CC No. 1811. Sincerely, /J6416 Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov N O► at- SECTION C PROPOSAL for the construction of ZONE 2 CURB RAMP INSTALLATION from VARIOUS LOCATIONS CC No. 1811 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 25 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 readvertise 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 A el�'s gond in the amount of 10 No which said amount is not less than 10% of the aggregate of the total bid price, 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: Addenda No. Date Received Bidder's Signature C-2 SECTION C PROJECT BID CURB RAMP PROJECT,CC 1811 BID ITEMS Item " , '. Description, ' ," .Quantity Unit. Unit Cost . Total Cost No: (Extension) 1 Mobilization 1 LS $ 5b• &,500, 0 2 Prepare Storm Water Pollution Prevention Plan (SWPPP) 1 LS $ S�at• S dad• �� $ 3 Install&Maintain Construction BMPs 1 LS $ 8 v�� aS0. 5'0 oe Construct Curb Access Ramp per Caltrans Std. Plan A88A/A88B as shown on Curb Ramp Detail 1 in Appendix 4 H of Specifications (Item includes all appurtenances,curb &gutter,depressed curb,sawcut,sidewalk,domes, 7 pc $ oo retaining curb,slot pave, etc.) EA $ /q,� /3� °O. Horizontal Curb Cut Curb Access Ramp per Caltrans Std. Plan A88A/A88B using horizontal curb cutting machine as 5 shown on Curb Ramp Detail 2 in Appendix H of Specifications (Item includes all appurtenances,curb& gutter,depressed curb,sawcut,sidewalk,domes, retaining An. ?c $ Oo curb,etc.) 15 EA $ i Install 4"PVC Sleeve for Street Assembly Sign per City of $ 6 HB Std.Plan 401 3 EA $ 750.' '2 co. °° Remove and replace existing sidewalk per City of HB Std. 7 Plan 207 at locations adjacent to ramp.(Item includes all 1000 0e $ pc appurtenances,sawcut) SF $ ID. I o ON- _ Remove and replaces existing 8"-12"Curb and Gutter per 8 HB Std.Plan 205(Item includes all appurtenances, o_C !Z C sawcut,slot pave,etc.). 200 LF $ la 2O, . $ a1 d1Da9 SUB-TOTAL BID AMOUNT IN WORDS:Iw 14,1144� £e'y/ rpt /hat saoj altar's C-2.1 SECTION C PROJECT BID CURB RAMP PROJECT, CC 1811 Note: All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. In addition, the City reserves the right to include or remove Bid Schedule B in the award of the contract. C-2.2 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 of State Class DIR PWC Dollar % of Item(s) Subcontractor License Registration# Amount Contract 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 I declare under penalty of perjury under the laws of the `to e of California that the foregoing is true and correct and that this declaration is executed o. )1( , at CR N Cy<oe , bate City State L4✓(r y No 1a rti , being first duly sworn, deposes and says that he or she is Pcec,Gferit of Nabest n C. 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. 06-est nc. Name of Bidder Sig e o id er 606s ,cac• /1v.? Address of Bidder C-4 A notary public or other officer completing thjis 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 arc"y — Subscribed and sworn to (or affirmed) before me on this �- day of NOV. , 20_9.1.4by LA ✓f� Vtio c-l4,,, proved to me on the basis of satisfactory evidence to be the person( ho appeared before me. A.YOUNG ;.rt Commission#2358448 _, Notary PubhF-California4` _ ORANGE County My Comm.Expires JUNK 4,2-025 (Seal) Signature _� _�# 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 ZONE 2 CURB RAMP INSTALLATION, (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. A/dba st l a c Contractor Q9—S Pf2S,-dpn f Title Date: `1 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 I '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. Contractor By 77 I I e Sae rt 4- Title Date: r y C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: /I/ob5i- - nt. Bidder Name 6 ea Pew c.'G ✓.P. Business Address G-Qfd9,i b-rave, CY 4i2g fI City, State Zip (IN ) eq2-.SS83 Ircy(� /Udbest.,iet Telephone Number Email Address 3 .06aa State Contractor's License No. and Class q- 7 Original Date Issued 7-3/ - 16 Expiration Date The work site was inspected by fr7 k4ey I-ew6 5 of our office on 1- 4 , 2014 . The following are persons, firms, and corporations having a principal interest in this proposal: Way IVO l a ndl- Pre Sale TreQ.5 kfty g D bai'f Nash tall SeC/ef4✓y 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. /Uabest Xnt- Company Name Signature of Bidder 1-arr y 114)140/ 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 aul t g ( ) County of evai& _ ) On before me, 0, (�nu V W'\P�lpr rp., h (,,_-) Month,Day,and Year Insert N e and Title Notary personally appeared (j.2 (i KinA,L6 N 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/shetthey executed the same in his/her/tl'Iir authorized capacity(ies)s and that by his/heikheir 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. A YOUNG WITNESS myhand and official seal. c°mmiSSi°nS23`�8448 r `j Notary Pull•GalAomia ORANGE County My Comm Expires JUKE 4,2025 Al Signature Signature of ota ub 'c (PLACE NOTARY SEAL ABOVE) C-9 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of{Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Sanitary sewer lift stations of similar size, project work within public streets,an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. 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. See q#Qctej Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-10 NOBEST INCORPORATED REFERENCE LIST Page 1 No. 1 Project Name/Number: 21-22 Arterial &Minor Streets maintenance Project Description: Remove&Replace Curb & Gutter, Sidewalk, Driveway, Cross Gutters, and Ramps Approximate Construction Dates: From: 9/2023 To: 12/2023 Agency Name: City of Riverside Contact Person: Erik Klunk Telephone: (951) 640-2885 Original Contract Amount: $2,059,880 Final Contract Amount: $ 2,074,675 No. 2 Project Name/Number: Banning Avenue Street Improvements Project Description: Remove&Replace Curb&Gutter,Sidewalks,Driveways,and Cross Gutter Approximate.Construction Dates: From: 9/2023 To: 9/2023 Agency Name: City of Huntington Beach Contact Person: Joe Fuentes. Telephone: (714) 536-5259 Original Contract Amount: $1,079,924 Final Contract Amount: $ 1,184,642 NOBEST REFERENCE LIST Page 2 No. 3 Project Name/Number: Annual Concrete Maintenance Program Project Description: R&R Concrete Sidewalks,Curb&Gutter,Drive Approaches,and Curb Ramps Approximate Construction Dates: From: 2/2020 To: Present Agency Name: City of Huntington Beach Contact Person: Dereck Livermore Telephone: (714) 960-8861 Original Contract Amount: $1,000,000 Final Contract Amount: $ In Progress No. 4 Project Name/Number: Residential Street Improvement Project-Amboy Group Project Description: Remove&Replace Sidewalks,Driveways,Curb Ramps,and Curb&Gutter Approximate Construction Dates: From: 3/2023 To: 10/2023 Agency Name: City of Anaheim Contact Person: Dave Pangle Telephone: (714) 240-9822 Original Contract Amount: $3,884,390 Final Contract Amount: $ 4,307,472 NOBEST REFERENCE LIST Page 3 No. 5 Project Name/Number: Annual Concrete Maintenance and Related Street Repairs Project Description: Remove&Replace Sidewalk,Curb Ramps,Curb&Gutter,and Cross Gutter Approximate Construction Dates: From: 2022 To: Present Agency Name: City of Westminster Contact Person: Brad Wade Telephone: (714) 548-3689 Original Contract Amount: $239,000 Final Contract Amount: $ In Progress No. 6 Project Name/Number: Chapman Avenue Resurfacing Project Description: Remove and Replace Sidewalk,Curb&Gutter,Driveways,Curb Ramps,and Bus Pads Approximate Construction Dates: From: 5/2023 To: 7/2023 Agency Name: City of Garden Grove Contact Person: Nick Hsieh Telephone: (714) 741-5190 Original Contract Amount: $480,150 Final Contract Amount: $ 456,281 _ Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. AI 1 K LE-21 1-- 5 Name of proposed Project Manager Telephone No. of proposed Project Manager: SSA)1:—C e.,v4/3 k,vin OfAxeere- ei2, Project Name Contract Amount Type of Work Dat Comp ted Project Name&Contract Amount Type of Work Date Completed Project Name &Contract Amount Type of Work Date Completed 2. Rb ?L7 Y� ®i)[,4 Name of proposed Superintendent n f Telephone No. of proposed Superintendent: , 7 / — 81 — =/i1-7D , v46 RA P3 CaUrceTEc Z Project Name &Contract Amount Type of Work Date Complet Project Name&Contract Amount Type of Work Date Completed Project Name &Contract Amount Type of Work Date Completed C-11 CONTRA TOR REGISTRATION WITH CALIFORNIA DEPARTMENT ti F INDUSTRIAL RELATIONS(DIR)CERTIFICATE Pursuant to S 854(citing Labor Code Section 1771.1(a)),passed by the California State Senate on June 20,2014,established anew public works.Contractor Registration Program,which requires all contracto - 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 o'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 folio 'ng:certificate. DIR FACT SHEET on SB 854 h�p://www.dir.ca.gov/DLSE/PublicWoilcs/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call(844)522-6734 hops://e ling.dir.ca.gov/PWCR/ActiotiServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware an' will comply with the provisions of Labor Code Section 1771.1(a)which states: "A co tractor or subcontractor shall not be qualified to bid on,be listed in a bid proposal, subjec to the requirements of Section 4104 of the Public Contract Code,or engage in the perfo ante of any contract for public work, as defined in this chapter, unless currently regist:u ed and qualified to perform public work pursuant to Section 1725.5. It is not a violati• • of this section for an unregistered contractor to submit a bid that is authorized by SectiO 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the P 'lie Contract Code,provided the-contractor is registered to perform public work ) pursu• it to Section 1725.5 at the time the contract is awarded." I furthermore ill comply by providing proof of registration with DIR as the primary contractor, as well as for •LI..subcontractors at the time of submitting the bid. o' e , c— - Contractor By \ Email • rpolvv Svrevvt 4.0)-R Title Date: ' '• • 4 PWC Regist ation#: C-12 BIDDER'S CERTIFICATION* HOUSIKI AND URBAN DEVELOPMENT ACT OF 1968 AS AMMENDED IN 1992, I SECTION 3 TITLE 24, Code of Federal Regulations,Part 135* Economic Opportunities for Low and Very Low-Income Persons The bidder,under penalty of perjury,certifies that except as noted below,any person associated therewith in the capacity of owner,partner,director,officer,or manager(initial the applicable selections): X Will ensure that 10%of all new hires as a result of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968;or Will hire no new employees in conjunction with this project. Will award 10%of its sub-contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. Contractor: NOICtem-{-, Contact Person: l{ 1\tela it \ Contact Phone: ( i t t-E '41#1— 3(O234 Signed: Date: Wit 24 *Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub- contractors orly in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act,as amended in 1992(HUD). Previous non-compliance with Section 3 could result in disqualification. • C-13 • EXHIBIT A DISADVANTAGED BUSINESS ENTERPRISE(DBE) This.Project i3 subject to Part 200.321,Title 2,Code of Federal Regulations entitled"Contracting with Small and Minority Businesses; Women's Business Enterprises, and Labor Surplus Area Firms. The Regulations in their entirety are incorporated herein by this reference. It is the pol cy of the City that disadvantaged business enterprises (DBEs), as defined in Part 200.321, Title 2 CFR, shall be encouraged to participate in the performance of Contracts financed in whole or in.part with federal funds.The,Contractor should ensure that DBEs,as defined in Part200.321, Title 2 CFR, have the opportunity to participate in the performance of this Contract and shall take all necessary and reasonable steps;.as set forth in Part 200,321,Title 2 CFR, for this assurance.The Contractor shall not discriminate on the basis of race,color;national origin, or sex in the award and performance of subcontracts. Failure to carry out the requirements of this paragraph shall constitute a breach Of Contract and may result in termination Of this Contract or other remedy the City may deem appropriate. Bidders shall be fully informed respecting the requirements of the Regulations and are urged to Obtain DBE,p articipation in this project,although there is no specific goal for DBE participation. • • • C-14 EXHIBIT B DBE INFORMATION—GOOD FAITH EFFORTS ;Feder al-aid Project No. Zone, Z etAifb games 1I20 Bid Opening Date •et- 2y The City of H; i tington Beach_established a Disadvantaged Business Enterprise(DBE)goal of 0% for this Projec.The information provided herein shows that a good faith effort was made. Lowest,;secon s lowest and third lowest bidders shall submit the following information to document adequate goo' faith efforts. Bidders should submit the following information even if the "Local Agency Bidde DBE Commitment"form indicates that the bidder has met the DBE goal.This will protect the bid'er's eligibility for award of the contract if the administering agency determines that the bidder fail-d to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening;or th; bidder made a mathematical error. Submittal of o ly the"Local Agency Bidder DBE Commitment"form may not provide sufficient documentatio to demonstrate that adequate.good faith efforts were made. The followin I items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provis ons: A. The na et es and dates of each publication in which a request for DBE participation for this projec I was placed by the bidder (please attach copies of advertisements or proofs of public•tion): Publ cations Dates of Advertisement d • • '. • __.l_?_ 24 B. The na es and dates of written notices sent to certified DBEs soliciting bids for this Project and th- dates and methods used for following up initial solicitations to determine with certain whether the DBEs were interested(please attach copies of solicitations,telephone record fax confirmations,etc.): N. es of DBEs Solicited 'Date of Initial Follow Up Methods Solicitation and Dates s —Sr :r3 tt•5 2-4 'Phone- lI.1.2y C-15 C. The items of work which the bidder made available to DBE firms including, where appropriate,any breaking down of the contract work items(including those items normally performed by the bidder with its own forces)into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms. teins of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items ($) of (YIN) Contract vet%VA Yes = $ boo. J H.`t% D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firths involved),and the price difference for each DBE if the selected firm is not aDBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's. rejection of the DBEs: D rt __. Names,addresses and phone numbers of firms selected for the work above: • E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work Which was provided to DBEs: C-16 F. Effor made to assist interested DBEs in obtaining necessary equipment, supplies, mate 'als or related assistance or services, excluding supplies and equipment the DBE subc• tractor purchases or leases from the prime contractor or its affiliate: G. The • ames of agencies, organizations or groups contacted to provide assistance in jconta ting, recruiting and using DBE firms(please attach copies of requests to agencies. and a t y responses received,i.e.,lists,Internet page download,etc.): Na' e of Agency/Organization Method/Date of Contact Results •t 4hein L-�= n.krs ¢•ems vac . H. `Any a ditional data to support a demonstration of good faith efforts(use additional sheets if nee ssary): NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. C-17 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature(given and surname)of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail C-18 IF A CORPORATION, SIGN HERE: n' (1) Name under which business is conducted 'V d)yefi (2) • ( 'gnature LA r?rZ A-4E5b L — Pq I'Di- (Title)/ Impress Corporate Seal here (3) Incorporated under the laws of the State of (4 i.rt-O!'n(rq (4) Place of Business 7 /lea c%G PVP• (Street and Number) City and State 6-ardPh 6-f©ve E ct (5) Zip Code 7 2 Pi I Telephone No. (4— g 9a'.S.r 8. (6) E-Mail �tyP CY-31.5. T', NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED C-19 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 010,tvl Subscribed and sworn to (or affirmed) before me on this day of \kQU , 20-2q , by LA r✓c.� U�-o et(64, J , proved to me on the basis of satisfactory evidence to be the person(a' ho appeared before me. A YOUNG N Commission#2358448 2 Notary Public-California a 1 $ ' ,I' ORANGE County r S1� My Comm.Expires JUNE 4.2015 ' (Seal) ignature / z �� List below names of president,vice president,secretary and assistant secretary, if a corporation; if a partnership,__ list names of all general partners and managing partners: r !dfly �oplIev /` IrlPSr`de��r TrearrffPr, i?obe& /Uoolted"` Secretary ago t EXHIBIT .0 LOCAL AG NCY BIDDER DBE COMMITMENT(CONSTRUCTION CONTRACTS) NOTE: 'LEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENC :.G`4_g4 it I44Ih. AN•i er,h LOCATION: —� • PROJECT DESC' I' ION: •,.., o me Q 5 1 1 TOTAL CONT' •CT AMOUNT:S BID DATE: %t' $•24 —_ •.: Nob'eS� Z- �• BIDDER'S N• ♦ 1fI CONTRACT DBt GOAL: CONTRACT I OF WORK AND DESCRIPTIONDBE CERT NO. NAME OF EACH DBEDOLLAR AMOUNT ITEM NO. •R SERVICES TO BEAND EXPIRATION (Must be certified on the.date bidsDBE UBCONTRACTED OR MATERIALS DATE are opened-.include DBE address O BE PROVIDED(or contracted if the and phone number) .idder is a DBE) -i-i 8 __-{-ipn'S,c irAi_ 203'}7..___._._ `_s'' rwc a ,Fib�__ -"� -- - k_ west- `` ----- — ,f$-r 5+.. I _($39)53 .98iI__..._....�__ ____ _� y ^� • For Local ' _ency to Complete: �(+ Total Claimed DBE $ COO Local Agency •ntract Number: Participation L/ Federal-aid Proj et Number: II r I Federal Share: Contract Award a ate: Local Agency c Tics that all DBF,certifications have been verified and —, information is co tplete and accurate. �` . Si-••, • Bi�•• ' Date Area Co••)Tel.No. Print Name Signature Date . , l' Ill i '.F 1J Local Agency R',esentative Person .Contact (Please or Print) (Area Code)Tel y.hone Number: ,— Local Agency Bidder DBE Commitment(Construction Contracts) (Rev 6126/09) • C-21 PLEASE NOTE: This information maybe submitted with your bid.If it is not, and you are the apparent low bidder or the second or third low bidder,it must be submitted and received as specified in the Special Provisions. Failure to submit the required DBE commitment will be grounds for finding the bid nonresponsive The form requires specific information regarding the construction contract: Local Agency, Location, Project Description, Total Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs.Prime contractors shall indicate all work to be performed by DBEs including, if the prime is a DBE, work performed by its own forces, if a DBE. The DBE shall provide a certification number to the Contractor and expiration date. Enter the DBE prime's and subcontractors' certification numbers.The form has a column for the Names of DBE contractors to perform the work (who must be certified on the date bids are opened and include the DBE address and phone number). IMPORTANT: Identify all DBE firms participating in the project regardless of tier.Names of the First-Tier DBE Subcontractors and their respective item(s) of work listed should be consistent, where applicable,with the names and items of work in the"List of Subcontractors" submitted with your bid. There is a column for the DBE participation dollar amount. Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If 100%of item is not to be performed or furnished by the DBE,describe exact portion of time to be performed or furnished by the DBE.) See Section "Disadvantaged Business Enterprise (DBE),"of the Special Provisions (construction contracts), to determine how to count the participation of DBE firms. Exhibit 15-G must be signed and dated by the person bidding. Also list a phone number in the space provided and print the name of the person to contact. Local agencies should complete the Local Agency Contract Award,Federal-aid Project Number, Federal Share,Contract Award Date fields and verify that all information is complete and accurate before signing and filing. C-22 EXHIBIT D EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder , [proposed subcontractor ,] hereby certifies that he/she/it has ,has not ,participated in a previous contract or subcontract subject to the Equal Opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required,he/she/it has filed with the Joint Reporting Committee,the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently, Standard Form 100(EEO-1)is the only report required by the Executive Orders or their implementing regulations. (eeoc.gov/employers/eeolsurvey/index.cfin) Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Signature: e: r i e-°� y Print Name: 1.4✓l' 14n Title: Pres,leKt C-23 EXHIBIT E NONCOLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Zone 2 Curb Ramp Installation To the City of Huntington Beach In conformance with Title 23 United States Code Section 112 and California Public Contract Code 7106 the bidder declares that the bid is not made in the interest of, or on 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 of the bidder or any other bidder, or to fix any overhead,profit, or cost element of the bid price, or of 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, any fee to any corporation,partnership, company association, organization,bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above Noncollusion Affidavit is part of the Bidder's Proposal. By signing the Proposal,the Bidder has also signed this Noncollusion Affidavit. Bidders are cautioned that making a false ( ertifica i.• may subject the Bidder to criminal prosecution. Signature: «1111" — Da .. f t— g o?9 Print Name: L."fl G6Ian Title: Pre client' C-24 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 0 v\_y Subscribed and sworn to (or affirmed) before me on this �- day of tAJOU. , 20 2,Li by ( A v v lite 1(a>4 d proved to e on the basis of satisfactory evidence to be the person who appeared before me. A YOUNG Commission#2358448 Notary Public-California C 1 ORANGE Coun My Comm.Expires JUNE 4,2025 (Sea ature EXHIBIT F DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS,PART 29 The Bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated with Bidder in the capacity of owner,partner, director, officer,manager: • is not currently under suspension, debarment,voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred,voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgment rendered against him/her by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above,indicate below to whom it applies, initiating agency, and dates of action. Note: Providing false information may result in criminal prosecution or aa'ininistrative sanctions. The above certification is part • I- Proposal. Signing this Proposal on the signature portion thereof shall also consti e signa . e of this Certification. Signature: 41111111.1 ` 1111 - sate: -07'f Print Name: L o v1 , 4, l, a Title: C P� 2n f C-25 EXHIBIT G NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies,by signing and submitting this bid or proposal,to the best of his or her knowledge and belief,that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension, continuation, renewal, • amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. The prospective participant also agrees by sub,•• •• . is or her bid or proposal that he or she shall require that the language of this certificatio be inclu.-5 in all lower tier subcontracts, which exceed$100,000 and that all such subrecipients ,all certify nd disclose accordingly. Signature: - 401' - _• P ate: It- 0-a y Print Name: L a,'(y °pita I Title: '1 re side de y f C-26 EXHIBIT H DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: EIa.contract ❑a.bid/offer/application n a.initial b.grant b.initial award b.material change c.cooperative agreement c.post-award d.loan For Material Change Only: e.loan guarantee year quarter f.loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No.4 is Subawardee, Enter Name and Address of Prime: El Prime ❑ Tier ,if known f v® y'/"(,L,(e /3 A�T I p � Tier Congressional District,if known Congressional District,if kn wn 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number,if applicable 8. Federal Action Number,if known: 9. Award Amount,if known: 10. a.Name and Address of Lobby Entity b. Individuals Performing Services (including (If individual,last name,first name,MI) address if different from No.10a) (last name,first name,MI) (attach Continuation Sheet(s)if necessary) 11. Amount of Payment(check all that apply) 13. Type of Payment(check all that apply) $ ❑ Actual 7 planned a.retainer b.one-time fee 12. Form of Payment(check all that apply): c.commission Ha.cash d.contingent fee b.in-kind; specify: nature e deferred value f.other,specify 14. Brief Description of Services Performed or to be performed and Date(s)of Service,including officer(s),employee(s),or member(s)contacted,for Payment Indicated in Item 11: (attach Continuation Sheet(s)if necessary) 15. Continuation Sheet(s)attached: Yes No 16. Information requested through this form is authorized by Title 31 U.S.C. Section 1352.This disclosure of lobbying reliance Signature: was placed by the tier above when his transaction was made or 5 entered into.This disclosure is required pursuant to 31 U.S.C. Print Name: 1.I>i� )30b(.¢> -ip--PR,e5r7 1352. This information will be reported to Congress f semiannually and will be available for public inspection.Any Title: F9Q, S person who fails to file the required disclosure shall be subject LSE . _ i to a civil penalty of not less than$10,000 and not more than Telephone No.: i `c u� S�� Date: 'L 2„ $100,000 for each such failure. Authorized for Local Reproduction Federal Use Only: Standard Form-LLL Standard Form LLL Rev.09-12-97 C-27 INSTRUCTIONS FOR COMPLETION OF EXHIBIT H, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1) Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence,the outcome of a covered Federal action. 2) Identify the status of the covered Federal action. 3) Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4) Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g.,the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5) If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address,city,state and zip code of the prime Federal recipient.Include Congressional District, if known. 6) Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Depaitnient of Transportation,United States Coast Guard. 7) Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8) Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9) For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10)(a)Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial(Ml). 11)Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(item 4) to the lobbying entity(item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. C-28 12)Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13)Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14)Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15)Check whether or not a continuation sheet(s)is attached. 16)The certifying official shall sign and date the form,print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project(0348-0046),Washington,D.C. 20503. By my signature on this proposal I certify,under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). C-29 EXHIBIT I FEDERAL LOBBYING RESTRICTIONS Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier subrecipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract,the making of any Federal grant or loan,or the entering into of any cooperative agreement. If any funds other than Federal funds have been paid for the same purposes in connection with this Federal-aid contract, the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents. A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal. Standard Form - LLL, "Disclosure of Lobbying Activities," with instructions for completion of the Standard Form is also included in the Proposal. Signing the Proposal shall constitute signature of the Certification. The above referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,000. All disclosure forms, but not certifications, shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor, subcontractors and any lower-tier contractors. An event that materially affects the accuracy of the information reported includes: 1) A cumulative increase if$25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or 2) A change in the person(s)or individual(s)influencing or attempting to influence a covered Federal action; or 3) A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to influence a covered Federal Action. C-30 • Bid Bond Bid Bond Number.CSBA-28875 CONTRACTOR SURETY: (Name,legal status and address) (Name,legal status and principal place of business) Nobest Incorporated Merchants Bonding Company(Mutual)• • • `" 7600 Acacia Ave. • 6700 Westown Parkway • Garden Grove,CA 92841 West Des Moines,IA 50266 • OWNER This document has important legal consequences. (Name,legal status and address) . Consultation with City of Huntington Beach An attorney is encouraged with respect to its • 2000 Main Street completion-or modification. Huntington Beach,•CA 92648 Any singular reference to • Contractor,Surety,Owner or other party shall be considered • ' Plural where applicable. BOND AMOUNT: Ten Percent(10%)of the Amount Bid PROJECT:Zone 2 Curb Ramp Installation,CC No.1811 Project Number,if any 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 here from 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 30th day of October.2024 Nobest Incorporated • (Pnncrpal)• (S • (W7itness) • . • (Title) 0Z.FZI 7 2 -5c Merchants Bondin C an utual • (Surety) (Seal) Fitness) • Melissa Ann Vaccaro (Title) en tong,Attorney-in-Fact • By arrangement with the American Institute of Architects, the National Association of Surety Bond • Producers(NASBP)(www.nasbp.org)makes this form document available to its members,affiliates,and associates in Microsoft Word format for use in the regular course of surety business.NASBP vouches that Nti5BP the original text of this document conforms exactly to the text in AIA Document A310-2010, Bid Bond. Subsequent modifications may be made to the original text of this document by users,so careful review of its wording and consultation with an attorney are encouraged before its completion, execution or acceptance. • 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 O fUt • Subscribed and sworn to (or affirmed) before me on this ` - day of AD./ . , 209;1, by Ca Jl a,v, proved to me on the basis of satisfactory evidence to be the • persons ivho appeared before me. • A.YOUNG Commission#2358448 a Nolary Publip-California k 1 '-Tq " ORANGE County My ;mm.Expire J_UNL 4,2025 (Seal) Signature ACKNOWLEDGMENT A.notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this'certificate is attached, and not the truthfulness, accuracy, or • validity of that document. • State of California County of Orange ) On 10/30/2024 ' before me, Melissa Ann Vaccaro, Notary Public (insert name and title of the officer) personally appeared Ben Stong 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. J. WITNESS my hand and official seal. . •cn COMM. ANsA ANN vaccAR( M #2401.942 n re • =�.r , � Notary Public-California g a !`� ORANGE COUNTY U . My Comm.Expires May 12,2026K Signatur (Seal) Melissa Ann Vaccaro O Bond No.CSBA-28875 , MERCHANT . BONDING COMPANY-„ POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the "Companies")do hereby make,constitute and appoint,individually, . . Adrian Langrell;Arturo Ayala;Ben Stong;Benjamin Wolfe;Chelsea Liberatore;Daniel Huckabay;Dwight Reilly;Frank Morones;Michael D Stong; R Nappi;Shaunna Rozelle Ostrom , their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, : contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and amended August 14,2015 and April 27,2024 and adopted by the Board of • Directors of Merchants National Bonding,Inc.,on October 16,2015 and amended on April 27;2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and • authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof.° °The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact Includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of,any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given . to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least-thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 30th day of July ,2024 • ••.`pt10N,,,,, , .._...AAVG ... MERCHANTS BONDING COMPANY(MUTUAL) • • RPO/;' ?0; .•Ot `WPQ•R"-.1: MERCHANTS MERCHANTS NATIONAL INDEMNITY COMPANY .2.Gc q;:•;y; •.�:�° 4�:.Z.t: °(4 i, ,7;74__... , -Q: •z:. :.3• s` 2003. y. 1933 :c: By r,•toit,.. ..•,. t1„•. •..4f •....• N..�.. President • STATE OF IOWA '•*."0- :r. .,a•` •'•••••,,•• , .COUNTY OF DALLAS ss. i`"""`` On this 30th day of July 2024 before me appeared Larry Taylor, to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY(MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. •---""---- . �Pil'ls Penni Miller , o y Commission Number 787952 z .1flt . • • �•I. • My Commission Expires JO NA- January 20,2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. . in Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 30th day of October ,2024 . . + �p0R •Q. 0 aP0.4 P . . aka)& . . - == 2003 4?: '.4 1.933 ;c'• _ Secretary •i�%`•`.� .••, ♦,�• •••ri'. ����:. t,� • VV • POA 001,8 (6/24) • NOBEST,,',INCORPORATED ' • ._ F',O, 8.0�('874 • VII TM I NET I CA9 684-O874 ,,, - _ ry�y j • 1,,v 'e- fc - -+ :..;%, ..:tee: it_ ' �,Y - •-# • _ - � •{ . : iM'4; L,.+TVA' F ik. : n , - _- -:`►h'. Fi try - '1 _ • ?r (3u11t�11gf011 �' f.Y 1/ . - a'r ` . • - _ .-t,t;r .rM-'"mil- ;=.'"'•..-y . - - . •• 0.,44-fit f•C/ ' at -ejetilA t* ,a--. Li• - V • ©i ..f4• - r!- Lax !',-; ^`I.2-uS-,/,...., . pce,e NQ� j� dn� C ✓� �Q�,A. ,�n�* :,„y _ ,`w•::. -Y. „ , # ,. i'�i� ' et era: •• HO n+r nf, .0ot,-;- r, me eite 4 691 be - . ,. e,) , pem'4 O e'. ave► / �46 e e1 0.z _- ` - . ►s/fl/1)/Jv /Pe. SECTION C PROPOSAL for the construction of ZONE 2 CURB RAMP INSTALLATION from VARIOUS LOCATIONS CC No. 1811 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 25 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 DELE l'h 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 readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts. and words shall govern over figures. .7)7 Br?-) )7to ' If awarded the Contract, the undersigned agrees that in the eVent Of the:BIDDERS defatilt in executing the reqUired contract and filing the necessary bonth and insurance certificates within 10 working days after the!date of the AGENCY'S notice of award:of contract to the BMDER,the proceeds of the security accompanying this.bid shall become the property of the AGENCY and this bid,and the atdeptance hereof may,at the AGENCY'S option,be considered null and void. 1 0% Accompanying this proposal ofbid,fi tw nd IT im in the amountof which said amount is not less than 10%of the aggregate of the total bid price,as required by the Notice Inviting ELECTRONIC Bids,. payable to the AGENCY, (Please insert the words "Cash", "Certified Check"„or 93i4wa Bond ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder Shall signify receipt of all Addenda here,if any Addenda No Date:Received Bidder's Sigitatzite 1 SECTION C PROJECT BID CURB RAMP PROJECT;;CC 1811 . BID.ITEMS . , •i ,t ,,,,pro- ��ne9 Sao $" $-, , I!, p4, est' i• � l N W V' :v. , F, .�/,.t "'. y''#` ',AI**, u e 4 .3 Y M WI i t�l i f#f v • t Mobilization ''t�z ` .:1-: _ :2,--,,,..57 2 ::Prepare Storm WaterPoilution:Prevention Plan(SWPPP); 2'11 ` 3 Install&(Maintain Construction BMPs" I:r t � $ 1: LS. $ : )1/22��-.3/ Constrict,Curb Access Ramp per caltrans:Std:.Plait A88A/A886 as shown on Curb Ramp Detail 1 in Appendix ' 71 qc;... . 4 H of Specifications :(item:includes all appurtenances,curb $ ::&gutter,.depressed curb,sawcut:sidewalk,domes, 7 retaining curb,stotpave,.:etc.): EA ;$ , - 5�7,j0?` ?SS-- , Horizontal Curb Cut Curb Access Ramp per Caitrans Std. Plan A88A/A88B.using horizontal.curb cutting machine.as : � 5 ,shown'on Curb Ramp petai12'in:Appendix'H'of I . e. Specifications: (itemm:includes all;appurtenances;curb& : gutter;depressed curb,.sawait,sidewalk,domes,retaining $7, ,. curb,etc:) 15 :EA $. 3 °- 5-7 6 Instaik4"PVG.Sieeve:fv,'r Street Assembly Sign per City of :�19 f-er $ HB Std,Plod 401 S EA $ ,./0 ::,6 . .Remove and`replace,existing sidewalk per City of HB Std. 7' Plan 207 at locations:adjacent to:ramp.(Item includes all 1.000 r3 ; $ " appurtenances,sawcut) SF '$3't f . j 141.:5; ' Remove and replaces existing.8"=1.2':Curb'and Gutter per .-7 - 2 $ 8 HB Std Plan 20.8(Item includes all appurtenances,. sawcut,slot.pave,etc.). 200. LF 1 '$ .A4-4- .2r $ z,81 110Lt•S. . . • SUB-TOTAL 8I1:YAMOUNT IN WORDS: 61/t? ii*Cleell:.0 h h-4iite Aot.i_caiii4( 0/vai 4i,:t4*,ef . . ceyteo-fl 1 ,o.lict,iii'" -4.P1;0. • C-2.1 SECTION C PROJECT BID CURB RAMP PROJECT,CC 1811 Note: All extensions of unit prices will be subject to verification by Owner, In case verification is required between the unit price and the extension,the unit price will govern:The Owner reserves the right-to reject any or all proposals and bid items. In addition,the City reserves the right to include or remove Bid Schedule B in the award of the contract C-2.2 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,S1Ol3000, whichever is greser;:and.the portion of:the-work tizr be done by such subcontractor, '104 , , Name and Address of State Class DIR PWC Dollar • %of Rem(s) Subcontractor License ' RelOstradoit# Amount Contract Number , . , , By submitsion°ibis proposal,.the 13idder certiAes: 1., That he is able to and will perform the balance of all work which is not covered in the above subcontractors.listing, Z. That the AGENCY Will be'furnished copies of all subcontracts entered into and bonds furnished by.subcontractor for this project C-4 11 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH,BID I.declare under penalty of perjury under the laws of the State of California.that the foregoingis true and correct and that�this declaration.is executed on )i/�I 2',at' 34m .Haas- ^ ' - Date Ci State Jl t t1' b `.:f 4.1 ...e/. . . , being first duly:; , ,orn,:deposes apd says that he or she is 001.-n f i ce'{(. eitits1/ ,etAt 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, coinpany, associatio n, 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 ini:the proposed contract;that all:statements contained'iii: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. Name Of Bidder Signature of Bid er 71 $M gal Address of Bidder Petit41 . 9/70..f. UTILITY AGREEMENT :HONORABLE MAYOR AND CITY COUNCIL CITY Of 11.UNTINGTON BXACII,.c.AuFoRNIA„ CTentlernen:: The undersigned hereby promises and agrees that in the performance:of the work specified in the contract;known as the ZONE 2 CURB RAMP INSTALLATION,(I)(WeXit)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 la,California Acinsini,stt4ti.v:e.,COde,,Section 2700,g follows; "Qualified Person: A person who, by reason of experience or instructionl frimiliatwith the operation to be petforrned and the hazards iniiobed," 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 CakOSHArequinments, 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 as •compliance by any said Subtontrattor orSiibcdritractorS with the re orireinents.contairted iftej .546, ett /Pg. ContractOr By Aa. ;‘,,ixemt 11_7. Title: • Date H /2,02v :DISqUALIFICATION QIIESTIONNAIRE In accordance with Gavenunent Code Section 10162..the Bidder shall complete,under penalty of perjury,the following questionmire. t',)13ESTIONNAIRE 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?' CI Yes )4No If the answer is yes,explain the circumstancesin the,space provided. 14/4- 1 „ Note: This questionnaire constitutes a part of:the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COIVIYENSATICIN INSURANCE CERTIFICATE• Purspantto-Section 1861 of the.State LahorCode,each contractor to*from*public works contract llax been awarcled 810 sign the following certificate. I am aware or the provisions of Section 3700 of the Labor Code which reqUire every employer to be insured against liabiiity for workers compensation or to undertake self- insurance in accordance with the provisions of that code,.and will comply with,such provisions before commencing the perforinance of the work of this contract /770,4S*21-er#1)/7 bid - Coritraotor P4e1 Date: n/.."0r/i0' 2g C-7 BIDDER'S INFORMATION BIDDER certifies that the inforrnation is true and correct: ggef eelA (:01gfrtiZRA41 belZ Bidder Name 6r7i phA-yfg , S'144,-1-e-k 110 BuSipess Address *Vic' e4- q,q,01 City, State Zip. (0/) 2-qe oEh4a4144e.tede.a4/61/1e. Telephone Number Em(11Address /;Ji /fl k State Contractor's LicenseNo..and.Class 0q1/ 7/0023 Original Date Issued '07/0/710 Expiration.Date The work Site was inspected by iesiet5 fri(eA;PAI.our office on 1-07-7/zy 7101.„ The following,are persons, firms,and corporatiOns baying a principal interest in this proposal: -411411,a10 gcygii The undersigned is prepared to satisfy the Council off the City of Huntington Beach of itS ability, financially or otherwise, to perform the contract for the proposed work and improvements:in •atcordaiite with the plans and specification&Set forth. , 114-e 19177 Company e Signature of Bidder Printed or Typed Signature. C-8 NOTARY CERTIFICATE .Subscribed and sworn to before me this IL day of kekpAsz,,i5, 2O2 A notary public or other after'tOinpleting this certifitate yeti:6dg oily the identity of:the individpal who signed the dOeuinent; to which this :certificate is attached, and not the truthfulness,accuracy,or valirlityofthat document. State,of .) County On 2f before me, '&1.\Ve...-%•likti.V4).1 Month,pay,and Tear Insert Name and:Title of,N4ary personally appeared MMe(s)of Signer(s) Who proved to me.on the basis of satisfactory evidence to be the person whose name(e)is/afe, subscribed to the withininstroment and acknowledged to me that:hei.skekchey executed the same in:hisAtecitheir authorized:capacitAies,),and that by.bis/4e#gaffir signature*on IN instrument the son )i orthe entity-upon behalf of which theperson(a4 acted,executed'the instrument.. I certify under PENALTY OF PERJURY under the laws of the State f California that the foregokg paragraph'is true and correct _ I„ • ALE SANCHEZ WITNESS my baud and official seal. 641fr.'4.; Cabitnissiott#245925), 1 Notary Pak-Clibrigo kr./.4 •San&cardiac*lardy •• *COT.ExtifetAOGIMaffrt Signature S. tore of Notary Public. (FLACENOTARY SEAL ABOVE) C-9 Bidder's Project History For the purposes of this project, the bidder shall provide project history, of similar work, specifically referencing the constriction of{Describe specific work and experience necessary for project For example,"Sanitary sewer line instillation of at least of 1,000 of 8-inch and greater in public right-of-way. Sanitary sewer lift stations of similar size, protect work • within public streets,an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the-names,address and telephone numbers for three public agencies for which the bidder has performed similar work within thepast five years: 1' C4t ll'Affelii4 OePt #Parks- Rzelev-47114977 Name and Addre,ss of Public Agency Name and Telephone No.of Project Manager: eojer axt:tr- $*.7q 9 q05.: ejonz,r-ey--g„ fo/45-/2r Contract Amount Type of Work Date Completed Provide additional project description to show similar work: efoncrae law aft4( f litefeanemr: 2. eti il-AC/14A4 Thi‘9,1710), Name and Address of Publit Agency Name and Telephone No.of Project Manager ala. AA)a 7-Ito,/ gra° ti-e/v/r-cla ei 16/2. 02 Contract Amount Type of Work Date Completed Provide additional project description to show similar,work: • , el07/6retre da.,11449 ‘ W 71,41-T,317)-*-- ad/9/41-gY2a,ftz,/-7 Name and ddress of Public Agency Name and Telephone No.of Project Manager HI:Ward #?t-1C-g- i we-5,-(ex' er-ete conz,fie,(-2_ 19_?-11-71/2,y Contract Amount. Type of Work ate Completed Provide additional project description to show similar work: 1441'6;i(7j144,147/t 4..<17A 1€.4/-24 /old b ,11, /-/ Bidder's 0100080ff Listed below are the:names of the bidders proposed ConstructiOn Project Manager,and Superintendent. PO-teach Of these critical poSitions,:please list atleast three projects for which the critical staff has performed sithilar Workwithin the last five years. 'These projects:do not have to be under the employment of the bidder of this project.Bidders are encouraged submit • supplemental relevant project history in addition to the projects listed herein: t. ageok Name Of proposed Project Manager Telephone No.at proposed PrOject Manager: Ri'dkrk pezij-;664- Project Name:&:Contract Amount Type of Work I Date Completed Project Name,&Contract Amount Type.of Work Doe Completed • Project Name&Contract Arttount Type of Work Date Completed 2, ,je:SUS ifre.81.6:itehj Name of proPosed Superintendent. Telephone No.of proposed Superintendent: 149? Project Name Name&:Contract Am :t otmt ype of Work Date Completed Project Name 84 Contract Amount Type of Work Date'Conipleted Project Name 84 Contract Amount Type of Work Date Completed . _ ,C-11 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT' OF INDUSTRIAL RELATIONS (IDIA) CERTIFICATE Pursuant to SR 854(citing Labor Code Section 1771.1(a)),passed by the California State Senate on June 20,20:0,establiSheda new.public works Contractor Registration Program,which requires all contractors,and subcontractors bidding, and,performing work on Public Works Projects to register on an manual basis (each July 1 through June 30 state fiscal year) with the California Department of Indiistdal Relations(D1R).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. D1RFACTSF1EET on SB 854 bttp:/twwwdira..gov/DL5E/PubI1cWorks/SB854FaetSheet6.3014.pdf DIR?s Contractor Registration Link—Call(844)522-6734 https://efiling.dir.ca.gov/PWCPActionServIeVaction=displayPWCItegistrationForm. Dill's Contractor Registration searchable database: https://efiling.ditta.gov/PWCR/SearCh.aCtiOn an aware and will comply with the provisions of Labor Code Section 177i.1(a),which states: • *•A contractor orspbcontractor 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 perfcirtnante Of any contract for public work, as defined in this Chapter,unless currently registered and qualified to perform piiblic work pursuant tti Section 1725.5. It is riot a violation of this section for an unregistered contractor tosubrinta,bid that IS.authori2edby 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 17255 at the.time the contract is awarded."' furthermore will comply by providing proof of registration with MR'as the primary contractor, as well as for AlL Subcontractors at•the time of submitting the bid. cets4A-etHf2-5/111-aj°12/ Contractor 6/itn4810—It4 a:06'4N- Email. j Title Date: n• OP/7;4221 PWC Registration#:, [00:1100.7-0 0-12 1 .IDDERY.S. CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AMMENDED IN 1992, :SECTION 3 TITLE 24,Code of Federal Regdations,Part.135* Economic Opportunities for Low and.Very Low-Income Persons The bidder,under penalty of perjury,:certifies that except as noted below,any person associated therewith in the capacity of owner,partner,director,officer,or manager(initial the applicable selections):: Will enture.that 10%of all new hires as a:rest& of this project shall meet all:requirements of Section 3 of Cn.,Part 135 of,the lif.,IDAct of 1968;or Will hire no new employees in conjunctim with this project Will award fa%ofits sub-contracts to'Section 5 businesses. This certification shall apply to the prim;contractor's sub-contracts related to this project. Contractor: .P.1) 11,01( 63/1) Contact Person; " ta4tit,t0 'Contact Phone: 2 - A 2,- 16,-eg- Signed: Date: jj54/2Z21 *Note:. The above-certificationis required byThe Department ofHousing and UrbanDevelopment (24 CFR 135 and Subtitle.A et al) and must be..submitted by the bidders and proposed sub- contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Rouging and Urban:Development Act,as amended In 11992'(11UD). Previous nOn=etunnliance With Section.3 cOuld result in disqualification. 0-13 EXHIBIT A DISADVANTAGED BUSINESS.ENTERPRISE(DBE). This Project is subject to Patt200321,Title 2,Code of Federal Regulations entitled"Contracting with Small and Minority BusinesseS, Wottien's Business Enterprises, and Labor Surplus Area Firms" Thellegtilations in their entirety are ixtcorpOrated herein by this reference. It is the policy of the City that disadvantaged business enterprises (DBEs), as defined Part 20Q321, Title 2 CFR, shall be encouraged to participate in the;performance of Contracts financed in whole orin part with federal funds;The Contractor should ensure that DBEs,as defined in Part 200.321, Title 1CFR,, have the opportunity to participate in the performance of this Contract and shall take all necessary and reasonable.steps,as set forth in Part 200.321,,Title 2 CFR, for this assurance.The Contractorshall Wit diseriminate,°tithe basis of race,Color,national origin, 1 or sex in the*award and performance of subcontracts.Failureto ea/Ty out the.requirements of this paragraph shall constitute a breach of Contract and may result in termination of this Contract or other remedy the City may deem appropriate. Bidders shall be fully informed respecting the requirements of the Regulations and are urged to obtain DBE participation in this-project,although there is no specific goal_far DBE participation. C44 EXHIBIT B DBE INFORMATION—GOOD FAITH EFFORTS Federal-aid Project No: Bid:Opening Date Voie 24-71 The City of Huntingtbn Beach_establisheci a DisadvantageaBusiness Enterprise(DBE)gal of 0% forthis PrOjed. The information providedherein shows that a good faith effort was Made, Lowest,second lowest and third lowest bidders shall submit the following information to document adequate good faith:efforts, Bidders should submit the following information,even if the "Local Agency Bidder DBE'Commitment"form indicates that the bidder has met the DBE goal.This will • protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g„ a DBE firm was not certified at bid :Opening,or the.bidder made a mathematical error. Submittal of only the"Local Ageney.Bidder DBE Corm:tame/it'font rimy not provide'sufficient documentation to demonstrate that adequate good!Mill efforts were made. The following items are listed in the Section entitled"Submission of DBECOmmitment"of the Special:Provisions: A. The names and dates of each publication which atequest for DBE participation,for this project was placed by the bidder (please attach copies of advertisements or proofs of publication) Publications Dates of Advertisement )3. The names and dates:ofWritten notices sent to certified DBEs soliciting bids for this Project and the dates and methods used for following up initial solicitations to determine.with certainty Whether the-DBEs were interested(please attach copies of sOlicitations,telephone records,fax Confirmations,etc.): Names of DBEs Solicited Date of Initial Follow Up Methods Solicitation and Dates - s C. The items of work whiCh the bidder made available to DBE firms inChiding, where appropriate,any breaking down of the contract work items(including those items normally performed by the bidder With,its own forces):Into economically feasible units to facilitate DBE participation. It is the bidder's:responsibility to demonsttate that'sufficient work to facilitate DBE paiticipation was made available to DBE firms. Items of Work BidderNormally Breakdown of Amount Percentage Performs Item. Items ($) of • (YIN) Contract D. The names, addresses and phone numbers of rejected DBE firms,. the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the fliMS involved),and the price difference for-each DBE if the selected firm is not aDBE: Names., addresses and phone numbers of rejected DBEs and the reasons for the bidder's: rejection of the DBEs: Names,addresses and phone numbers of firms selected for the work above; E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs: F. Efforts made to *assist interested DBEs in obtaining netessaty ervaiprtient, .supplies, materials,gr related assistance or services, excluding supplies and equipment the DBE subcontractor purchases'or leases frOrnthe pinta contractor.or its affiliate Q. The iiatneS of agencies,, orvpi7ations or goups contacted to provide assistance in contacting, recruiting and using DAP firms (please attach copies(Isf.'requests to agencies and any responses received,i.e.,lists,Internet page download,etc.),: Name ofAgeney/Orprtio•stion .114ettiodiDate Ofeotitact Results fi Any additional data to support a demonstration of good faith efforts(use additional sheets if necessary): NOM. TAE ADDITIONAL ST-.IT.S•OF PAPER 7 NECESSARY. — - C47 IF A.SOLE OR SOLE CONTRACTOR SIGN HERR (1)Name under which business is conducted (2) Signature.(given and surname)of pt oprietor (3):Place of Business (Street and Number) 'City and State, •(4)Zip Code Telephone No. (5) E-Mail iF A PAR HIP,SIGN T-TERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3)Place ofBusiness (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail C-I8 1F A CORPORATION..SIGNHERE: (1)Name under which business is conducted gegi (34,0-1_, Ovim-Re6, ria.c, ,(2) (Signature) (Title) Impress Corporate ere • (3)Incorporated under the laws of State of (214 b .6214 - - (4)Place of Business 537/ #1(e.• rvt4V--e, (Street and Number) 110 U.! & City and State U.444-11A1 Mir (5):Zip Code j79 Telephone No. gClef 24r. O'Cal (6)E-Mail aray4 (i)6t -1-11e.-)eie • 6:0-771 NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED C-19 ACKNOWLEDGMENT A notary public or other officer completing this. certificate"verifies only the identity of the individual who signed the document to which this certificate is 'attached;'and not the truthfulness,accuracy,or validity of that doCurnent. State of California San:Bernardino County of • ) November.S„2024 before me Julie Sanchez, Notary Public On , finsert name and title of the cifficer) personally appeared ,ezkor,c,cto who proved tome on the basis of satisfactory evidetrce to be the person(Q whose name(*) Subscribed to the within instrument and acknowledged to me that heed executed the same in tritiheritheir authorized capacity(4464,and that by hitlhefitheiFsignature(ei.on the instrument the person(sii 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 tire and correct. 1114 SANCHEZ WITNESS my hand and official seal. CaramOsion#2459253 'Nobly Nblic,Csetinia V4.--71 SzaBemaxinotandy Signature (Sealy - :A ClOrnM!BOO, Atict, 207 Listbelownames of president,viccpresident,secretarrand assistant secretary,if a corporation;if a partnemhip,list names of all general partners and rnanging partners: gar-do C-20 EXHIBIT C LOCAL AGENCY BIDDER DBE COMMITMEiNT(CONSTRICTION CONTRACTS) NOTE; PLEASEREFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENCY: LOCA.TIONt; FROJEC`T,DESCRIPTIOM: • TOTAL ctkcrAmotm$ EtTDDATE: /WM'S NAME: CONTRACT DBE GOAL:. CONTRACT mu OF WORK AND DESCRIPTIONDBECERT NO. NAME .0f EC IT DBEDOLLAR AMOUNT ITENIm; Ott SERVICES TO BEAND EXPIRATION (Must be certified on.tbe date bidaDBE SUBCONTRACTED OR MATERIALS DATE ate opened-include DBE address TO BE PROVIDED(or aontracted,if die and phone nurnbe0 bidder is a pgE) For 1.4001.Ageiley to Complete: TotaltiairnedDEE LoeniAgetcy Conned Nurribef: Participation Federal-aid grojectNumben Federal-Sher= Contract Award rzate: Local Agency certifies drat all,DBE%,ertillcationshave been verified and infOrmatiOnls coinplete,andaeautate. Signature ofEiddet Date (Area Coder Tel.No; — PrintNarae Signature Date Local Agency Representative Perion•to Contact (Please TYPe orPrint) (Area Code)TeleplioneNuorber Lo0.0 AgeacyRidderDEE Comintern(Construction Cannata) (Rev 6/2009) C-21 • 1 1 PLEASE NOTE: This:information may be submitted with your bid.if it is not,:andycnt are the apparent low bidder or the second or third'low bidder,it must be StibMitted and.received as specified in the Special.Provisions a Failure to submit the required DBE commitment will be groundS for finding the bid niniteSponSiVe The form :requires specific information regarding 'the construction contract: Local Agency, Location, Project Description, Total Contract Amount,Bid Data, Bidder's Name,and Contract _ DBE Goal.. • The RUM:hat a COMM.for the.Contract,`Item Number and item of Work.and Description or Services to be Subcontracted OrMaterials to be provided by OBEs.Prime contractors Shall:indicate all work tO:be performed by DBEs inclUding,if the,prime is.a DBE,Work performed by'its own forces,ifa DBE. The DBE shall provide Cerdficatitin itinber to the Contractor and t Vitiation date,Enter the DBE prime's and subcontractors'certification nurabers,The form has a Colmtittfor the Names Of DBE contractors to perform the work (WbO Must be certified on the date bids are opened and include theDBE address and phonenumbet). :IMPORTANT! identify all DBE.firms.participating in the project regardless of tier.Names of the Mitt-Tier-DBE Subcontractors and their respective itein(S)Of-Werk listed Should'be tottiStent Where applicable,with the names and items of*jet intheList Of Stibcontractora".subMitted vidth your bid. There is a cohunn for the DBE participation dollar amount Enter the Total Claimed.DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions 100%of item is not to be performed or furnished by the DBE„describe exact portion of.thirle,'to'be performed or furnished by the DBE.) See Section.4Disadvantaged Business Entetinite(DBE),'Of the Special Provisions(construction COntractS),to&tett:tine how • to count the:participatiorLof DBE firms, Exhibit 15-G must be signed and dated by the person bidding. Also'list a phone number in the space provided andprint the name of theperson to contact. Local agencies,should complete the Local Agency Contract Award,Federal-aid Project Number, Federal Share,COntradAward Date fields and verify that all information is Complete and accurate before signing and filing. EXHIBIT D EQUAL EMPLOYMENT OPPORTUNITY CER.iiHCATTON The bidder R f'1 '1+ 1; 1 [proposed subcontractor J.hereby certifies that he/she/it has ;:has not. ' participated in.a previous contract or subcontract subject to the Equal.Opportunity clauses,as required by Executive Orders.1.0925„11.114,or 11246,and that,where required,;he/she/it-has filed with the Joint Reporting Committee,the Director of the Office of Federal Contract Compliance,a Federal Government contracting or administering agency;or the former President's Committee on Equal:Employment Opportunity, all due under the applicable fillingiegiirements. Note:. The above:certification is required by the Equal Employment Opportunity Regulations of. the Secretary of,Labor,(41 CFR 60-1.7(b) (1)),and must be submitted by bidders and proposed subcontractors only in connection with contracts and;subcontracts which are subject to the equal opportunity:clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set fOrth in 41 CFR 60-1.5 (Generally only contracts or subcontracts of$10,000 Or under are exempt) Currently;Standard Form 1-00(EEO=1).is:the only report required by the Executive Orders or their implementing regulations. (eeoc.gov/employersreeol:survey/index.cfm) Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not.fileddthe required reports should note that 41 CFR 60-1.1(b) (1)-prevents the award of contracts and subcontracts unless.such.contractor submits a report covering the delinquent;period.:or such other period specified by the Federal Highway .Administration or by the Director, Office .of Federal Contract 'Compliance, U.S. Department of Labor. !Signature,. Date: Print Name: Title: Pregiletio-=r- C-2,3 EXHIBIT E NONCOLLUSION AFFIDAVIT (Title,23 United.States;Code Section112 and Public Contract code SectiOn 7100 Zone 2 Curb Ramp Installation To the City of Huntington Beach :ln;confoniiancewjth Title 23 United States.Code SeetiOn 112 and California Public Contract Code 7100 the bidder declares that the bid is not made in the.interest Of,:or on behalf of,any undisclosed person,partnership,company,association,organization,or corporation;thetthe 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 indirectlycolinded,: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; conlmlinicatioi4 or conference with anyone to fix the:bid price of the bidder or any other bidder; or to fix any overhead,profit,Or cost element ofthe bid price,or of that daily other bidder,Otto 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,any fee to any 'cotporation,patmership,company association,organization,bid depository,or to any member or agent thereof to effectuate a collusive brshainlaid. Rote; The above Noncolhision Affidavit is part:ofthe Bidder's Proposal. By signing the 1 Propos,al,the Bidder has also signed this Noncallusion Affidavit. Bidders are cautioned that making a false Certification may subject the Bidder to criminal prosecution.. Signature: Date: ii/a/7„0 -y „,.. Print Name:: ;-,itigaii,n0 "'Ted?' C-24 EXHIBIT F DEBARMENT AND:SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS,PART.29 The Bidder,under'penalty of perjury, certifies that, except as noted below,he/she or any other person'associated with Bidder in the capacity'of owner,partner,director,officer,manager • is not currently under suspension,debarment,voluntary exelusion,or determination of ineligibility'by any Fedetal agency; • has not been suspended,debarred,voluntarily excluded or determined ineligible by any Federal agency within thepast 3 years; • does not have as proposed debarment pending;and • has not been indicted,convicted,or had a civil Judgment rendered.against him/her by a coUrt of cornpetent jurisdiction in aity matter inVolving fraud Or official misconduct within the past 3 years. If there are any exceptions.to this certification,insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility,For any exception noted above,indicate'below to whom it applies,initiating agency,and dates of action. Note: Providing false information may result in criminal prosecution or administrative sanctions The above certification is part of the Proposal, Signing this Proposal on the signature portion thereof shall constitute signatureof this Certification,. Signature: Date: ti/af/2-497,31 Print Name: E.,'-',14,44 • ,afr//).e/ 10C - Title: • C-25 EXHIBIT G NON-LOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant:Certifies,by signing and Subniitting this bid or prOpOgal,.to the bet Of his or her knowledge and belief,that: p No Federal appropriated:finidg have been paid or will be paid, by or on behalf of the: undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal COntract,the making of any Federal grant,the Making of any Federal loan,the entering into of any cooperative agreement, and the extension, continuation, renewal„ amendment,Or rnOdifidatiOn ofany Federal contract,grant,loan,dr cdoperative ageditierit. 2) If any funds,other than Federal,appropriated funds have been.paid or will be paid to any person for influencing or attempting.to influence an,officer or employee oi any Federal agency, a Member of Congress,an officer or employee of Congress,or an employee of a Meniber of CongresS in connection with this Federal contract„grant,loan,or cooperative agreement,,the undersigned shall complete and submit Standard Fortn-LLL, "Disclosure of Lobbying Activities,"in Cortfortiat et With its ingtrUctions. This certification;is A.material representation of fact upon which reliance was placed when this, transaction was=made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352„Title.31,V.S,, Code. Any person who fails:to file the required certification shall be subject to a civil penalty of not less than:$1:0'000 and: not more than$100,000 for each such failure. The prospective participant also agrees by submitting his or her bid of proposal that he or she shalt require that the language of this certification be included in all lower tier subcontracts, which eXceed SIOCF,000 and that all.suCh stibrecipients shall certify and disclose accordingly.. Signature: Date:, liher/0021 it tUity la /2 - . • ':Piallril a II • • • DISCLOSURE OF LOBBYING:ACTIVITIES . . COMPLETE7H18'FORNITODISCtOSE LOBBY1140-ACTWITIts poitsuANTIto i tiS,C. 1352 . • 1. : 0Tay.p e.of Fed eral:Action: 2-. Status oifrFe,e.dr.a.Am..lon I Repor TYpe contract :,.. • , 0 a.initial . • . . . b.giant b.initial award "b.Material Change C.Oooperativeugmentent c:,post-myrud • d.loan For illaterial.Change Only: . . . . • • e.loan,guarmitee year quarter • • . 'f..fortninstirerice. date of last report • . - •.4. Name.and Addreas.ofReportingEntity 5. If DeporthrgEnt ity irrNO:4 is Subawardee, .• EnterNaine and Addresa of Priltim laPrimo E3 Submvardco ... ' . . .Tier. i if known. ' . . .Congressional Distrier,if known. Congressional:Dialect,if known. . . . .. .6: Federal DepartinentAgency: 7.. FederkFrOgrant Name/Destriptiort:: . • CFDA Nithiber.,-if applicable. - . • . . 8. Federal Action Number;iflatawrit, •9. Award Amount,if:known: • . . . . . • 10, a.Nameand Address oilAbbY•Entity b.. Individualikkerforriting Services(including (Ifirld.Waal.laatAamei first UM;ka) address if different ihm.No,10a) . . (last-name,firarname,N11) • • . (attach Continuation Sbeet(s).if necessary) II. Amountof Faymeit(cheek all that apply) 't5i. Type.ofFayment(she*all that apply) . . • • $ 13 Actual 01*laucct re,retainer . b.oneAimelee 11. Form Of Payment(Cheek-all that:Apply): : c..tommissien '. .. 'al:cash 4,cfmtinge0 the: ,:,. -• i . b.in...rand;'specify: nature: . ' a'deferred. -Value, .tither;SpecifY . . ,. 14. 'Brief Description at Services PerfOrmettor tilleverfornted and Date(s)-of Service,including ... . •, ofliker(S),empluye,e(s),,or member(s)contaitett for Payment'indicatif in Item 11; (attach CentineationShect(s)itnecessaty): • . . . . . 15. Conthauation Sheet(s)uitachedt Yes .0 No Ea . . . . . •. . . . IA- ,Int*atatiolL:cettut.=ated through this form is.413*, ri4t1 by Title at"I.T. C.,Socmi j3.5a.This discoSta0.ofhi.bliyinwrclianc4. 'Signature; . • ii i waslilaced by the tier above his transaction.was made or . . I entered unto This disclosttrc is tcoirCciputsuantto.31 U.S.C.. PrintVaMc; • . . F . 1352 This information will be reported to Congress • tendannually anct Wilt be availableler publie inattection;.:Any Title: . person 49B344-0 ficelhglgvir;041Klas.ure shall:be stdtfeOr. • .••• : . to.a'civil.penalty Of ark lest than$10;000 and:not Mote:than: Telephone:No.; Date: •.••• $101100.0•for each suehifailure. •. Authorized.*LyicOrRppipidocriott Federal Use Only:, StandairtForrit-LIU Standard Fenn LLL Rev.09-12:97 • I : I . . , I . . . . 0.27. •. . INSTRUCTIONS FOR COMPLETION OF EXHIBIT H.. DISCLOSURE:OF LOBBYING ACTIVITIES This:disclosure form shall:be.completed bythe reporting entity,whether subawardee.orprime Federal - recipient, at the initiation or receipt of covered Federal action or a material change to previous filing _ • purstiant to title 31 section 1352. The:filing of a form is.required for such payment or agreement to Make payment to lobbying,entity for influencing.or attempting to inflitence an officer. or employee Of any agency,, a Member of Congress an officer'or employed Of Congress or an employee of a Member of Congreas in connection with a covered.Federal :acidon. Attach a . continuation sheet:for additional_information if the.space on the forrn is inadequate. Complete:all items that apply for both the initial;filing and material change report. Refer to the implementing guidance publishedby the Office of Management and'Budget for additional information. 1) Identify the type of covered Federal action for which.lobbying.activity is and/or has been Se.curedAtt influence,the outcome of'a coveredfFederal action. 2) Identify the status Of the covered Federal action. 3) Identify the appropriate classification of this report If this is a follow-up report caused by a material.change to the information previously repOrted,,enter the,year and quartet in.Which.: the the change occurred Enter the date of the last,previously,submitted report by this.reporting • entity for this covered:Federal action. 4) Enter the full name, address, city, ,state and zip code of the. reporting .entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that.designates:if it is or expects to be.a prime or subaward recipient Identify the tier:of the subawardee,.e.g.,'the first subawardee of the prime•it:the.first tier. Subawards itteltide but are not Jim itedni.subcontracts;stibgrants and coritract.awards under grants. 5) If the,organization filing the repott in Item 4 checks"Subawardee"then enter the full name,i - address,city,state and zip:code of the prime Federal recipient.Include Congressional District - • if known. 6) Enter the name of theFecleral agencylnaldrig the.award or loan commitmenOnclude at least one organization level below agency name, if known.. For example, Department of -_ • TranspOrtation,.tinited States'Coast.Guard. 7) Enter the Federal program name :or description for the covered Federal action(item 1). If known, enter the full Catalog of Federal Domestic AsSistalice1CFDA) minibet fOr grants, coOperative agreements,loans and loan commitments:. • $), Enter the most appropriate Federal identifying number available for the Federal. action identification in item 1 (e.g.,.Request•for Proposal (RFP)number, Invitation for Bid'(.1F1:3) . number, grant announcement number, the contract grant. or loan award. number, the applicatiOn/proposal control number assigned.by the'Federal agency). Include prefntes,„ 7RFP-DE-904101."- 9). For a covered Federal action where there has been an award, or loan :commitment by the Fetleral.:agency,enterthe Federal amount of the award/loan commitments for'Me_prime entity •identified in item cr5. Enterthe full name,,address,City,state:and zip code of the lobbying entity engaged by:the tepatingentity-identified in item"44 to influenced the covered Federal actiOn: .(b)Enter the full names of the individual(s)'performing services and include full-address if different from.10(a). Enter Last Name,First Name and Middle Initial(I8,41).. 1 1),Enter the amount of compensation paid or reasonably expected to be paid by the reporting • entity(item 4):to the lobbying entity(item ID).Indicate whether the paymenthas been made (aetuni)or Will be Made:(planned)..Check all:boxes-that apply. If this is a material change report,enter the cumulative amount of payment made or planned to.be made., C-28 12)Check theaprrropriate box(es). Check:all boxes that apply. Ifpayment is made through an in-kind contribution,specify the nature andvalue of the in-kind payment. 13)Check the appropriate boX(es). Cheek all boxes that apply.If other,specify nature. 14)Provide a specific and detailed description Of the services that the lobbyist has performed or will be expected to:perform and the date®,of any services rendered. Include all preparatory and related activity not just time Spent in actual contact with Federal official's. Identify the. Federal officer(s) or employee(s) contacted or the officer(s) etapIoyee(s) or Member(s) of Congress that were contacted. 15)Check whether or not a continuation sheet(s)is attached, 16)The certifying official shall sigh and date the fona,print his/her name title and telephone number. Public reporting burden for this collection of infonnation is estimated to average 30 minutes per response, including time for reviewing instruction,searching existing data sources,gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office.of Management and Budget, Paperwork Reduction Project(0348'-0046),Washington;D.C.20503, By my signature on this proposal I certify,under penalty of perjury under the laws of the State of California that the foregoing questionnaire and statements of Public Contract Code Sections. 10162, 10232 and 10285.1 are true and dOrtect and that the bidder ha complied with the requirements of Section 8103 of the Fair Employment and}lousing Commission Regulations (Chapter 5.,Title.2 of the:California Adrninistrative Code). C-29 EXHIBIT I FEDERAL LOBBYING RESTRICTIONS Section 1.352„Title 31,United States Code prohibits Federal funds from being„eXpended by the recipient or' any :lower tier •subrecipient of a Federal-aid contract to pay for any petton for influencing or attempting to influence a Federal agency or Congress in connection with :the awarding Of any Federal-aid contract,the making of any Federal grant or loan,or the entering-into of any cooperative agreement If any funds other than.Federalidirds have been paid for the same purposes.in connection with this Federal-aid contract,the recipient shall Submit an executed Certification and;ifrequired,submit a comr,ileteddisclosure form as part'a the bid docUtients. A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal,Standard Form,T I I,"Disclosure of Lobbying Activities," with instructions for completion of the Standard Form is,also.included in the Proposal.Signing the Proposal:shall constitute signature of the Certification. The above referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,400. All disclosure forma, but not certifications,shall be forwarded from tier to tier until received by the Engineer.. The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in:any discrosnreform previously filed by the Contractor,subcontractors.and any lower-tier contractors.An.event that materially affects the accuracyof the information reported includes: 1) A cumulative increase if$25,000 or more in the amount paid or expected to be paid for influencing,or attempting to influence a covered Federal action;or 2) A.change in tlae perstai(s)or individual(s)influencing or attempting to influence a covered Federal action;or 3) A change in.the:office*); employees(s),or Member(s) contacted tn influence or attertipt to influence a covered Federal Action, C-30 CITY OF HUNTINGTON BEACH Lisa Lane Barnes I City Clerk July 7, 2025 T V R Construction Engineering, LLC 4230 Michael Street Riverside, CA 92507 RE: Residential Zone 2 ADA Curb Ramp Project (CC-1811) Enclosed please find your original bid bond for CC No. 1811. Sincerely, X11 -444te_AKtor- Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach,CA 92648 I www.huntingtonbeachca.gov l vv cms1rvl' tom , SECTION C PROPOSAL. for the construction of ZONE 2 CURB RAMP INSTALLATION from VARIOUS LOCATIONS CC No. 1811 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 25 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 readvertise 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 Bond in the amount of 10% which said amount is not less than 10% of the aggregate of the total bid price, 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: Addenda Are.:: : . ' Date Received ':` Bidder's Signwtture N/A C-2 SECTION C PROJECT BID CURB RAMP PROJECT,CC 1811 BID ITEMS Itenii. I)escriptioflQuantityCTriit.: Unit,Cost Total Cost. No.. ... :. %b (Extension) I Mobilization $ 1 LS $7,000.00 7,000.00 2 Prepare Storm Water Pollution Prevention Plan(SWPPP) 1 LS $ 7,000.00 7,000.00 3 Install&Maintain Construction BMPs $ 1 LS $ 5,000.00 5,000.00 Construct Curb Access Ramp per Caltrans Std.Plan A88A/A88B as shown on Curb Ramp Detail 1 in Appendix 4 H of Specifications (Item includes all appurtenances,curb &gutter,depressed curb,sawcut,sidewalk,domes, 7 retaining curb,slot pave,etc.) EA $ 8,000.00 56,000.00 Horizontal Curb Cut Curb Access Ramp per Caltrans Std. Plan A88A/A88B using horizontal curb cutting machine as 5 shown on Curb Ramp Detail 2 in Appendix H of Specifications (Item includes all appurtenances,curb& gutter,depressed curb,sawcut,sidewalk,domes,retaining 7 curb,etc.) 15 EA $ ,000.00 105,000.00 6 Install 4"PVC Sleeve for Street Assembly Sign per City of $ HB Std.Plan 401 3 EA $ 500.00 1,500.00 Remove and replace existing sidewalk per City of HB Std. 7 Plan 207 at locations adjacent to ramp. (Item includes all 1000 appurtenances,sawcut) SF $ 20.00 20,000.00 Remove and replaces existing 8"-12"Curb and Gutter per 8 HB Std.Plan 205(Item includes all appurtenances, sawcut,slot pave,etc.). 200 LF $ 130.00 26,000.00 $ 227,500.00 SUB-TOTAL BID AMOUNT IN WORDS: Two Hundred Twenty Seven Thousand Five Hundred USD C-2.1 SECTION C PROJECT BID CURB RAMP PROJECT,CC 1811 Note: All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. In addition, the City reserves the right to include or remove Bid Schedule B in the award of the contract. C-2.2 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 of State Class. DIR PWC-; ;: "Dollar. %o. Item(s)" . Subcontractor :°License- Registratiion�#': Amount Contract Number N/A 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 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 ont 1iosi2o24 at Riverside ,LA. Date City State Gerais Bebawy , being first duly sworn, deposes and says that he or she is Owner of TVR Construction Engineering LLC 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, organisation,bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. TVR Construction Engineering LLC Name of Bidder . S Signature of Bidder 4230 Michael St., Riverside, CA- Address of Bidder C-4 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 ZONE 2 CURB RAMP INSTALLATION, (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. TVR Construction Engineering LLC Contractor Gergis Bebawy By Owner Title Date: 11/8/2024 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 p 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. TVR Construction Engineering LLC Contractor Gergis Bebawy By Owner Title Date: 11/8/2024 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: TVR Construction Engineering LLC Bidder Name 4230 Michael St. Business Address Riverside CA 92507 City, State Zip ( 714 ) 927 6664 Info@tvrcon.com Telephone Number Email Address 1064223 -A State Contractor's License No. and Class Jan 2020 Original Date Issued 3/31/2026 Expiration Date The work site was inspected by Gergis Bebawy of our office on November 4th,2024. The following are persons, firms, and corporations having a principal interest in this proposal: 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. TVR Construction Engineering LLC Company Name S Signature of Bidder Gergis Bebawy Printed or Typed Signature C-8 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of{Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in_public right-of-way. Sanitary sewer lift stations of similar size, project work within public streets,an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. 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 La Verne Name and Address of Public Agency Name and Telephone No. of Project Manager: Cody Howing (909)594-9702 $74,678.00 Sidewalk Curb&Gutter Removal and Replacement Sep.2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. City of Laguna Niguel Name and Address of Public Agency Name and Telephone No.of Project Manager: Harrison Martin (949)362-4316 $ 199.900.00 Sidewalk Curb&Gutter Removal and Replacement March 2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3. City of La Duarte Name and Address of Public Agency Name and Telephone No.of Project Manager: Brian Chau 626-357-7931 $118,550.00 Sidewalk Curb&Gutter Removal and Replacement March 2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Charles Shaker Name of proposed Project Manager Telephone No. of proposed Project Manager: (909)914-0787 City of La Verne Sidewalk Curb&Gutter Removal and Replacement Sep.2023 Project Name& Contract Amount Type of Work Date Completed City of Laguna Niguel Sidewalk Curb&Gutter Removal and Replacement March 2024 Project Name&Contract Amount Type of Work Date Completed City of La Duarte Sidewalk Curb&Gutter Removal and Replacement March 2024 Project Name&Contract Amount Type of Work Date Completed 2. Emad Mahrous Name of proposed Superintendent Telephone No. of proposed Superintendent: (951)217-6662 City of La Verne $74,678.00 Sidewalk Curb&Gutter Removal and Replacement Sep.2023 Project Name&Contract Amount Type of Work Date Completed City of Laguna Niguel $ 199,900.00 Sidewalk Curb&Gutter Removal and Replacement March 2024 Project Name&Contract Amount Type of Work Date Completed City of La Duarte $118,550.00 Sidewalk Curb&Gutter Removal and Replacement March 2024 Project Name&Contract Amount Type of Work Date Completed C-11 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://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call(844) 522-6734 https://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.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. TVR Construction Engineering LLC Contractor Gergis Bebawy By InfoO,tvrcon.com Email Owner Title Date: 11/8/2024 PWC Registration#: 1 00064051 0 C-12 BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AMMENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations,Part 135* Economic Opportunities for Low and Very Low-Income Persons The bidder,under penalty of perjury, certifies that except as noted below,any person associated therewith in the capacity of owner,partner,director, officer,or manager(initial the applicable selections): G.B Will ensure that 10% of all new hires as a result of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968; or G.B Will hire no new employees in conjunction with this project. G.B Will award 10%of its sub-contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. Contractor: TVR Construction Engineering LLC Contact Person: Gergis Bebawy Contact Phone: (714) 927 6664 Signed: Date: 11/8/2024 *Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub- contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992(HUD). Previous non-compliance with Section 3 could result in disqualification. C-13 EXHIBIT A DISADVANTAGED BUSINESS ENTERPRISE (DBE) This Project is subject to Part 200.321,Title 2, Code of Federal Regulations entitled"Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms." The Regulations in their entirety are incorporated herein by this reference. It is the policy of the City that disadvantaged business enterprises (DBEs), as defined in Part 200.321, Title 2 CFR, shall be encouraged to participate in the performance of Contracts financed in whole or in part with federal funds.The Contractor should ensure that DBEs,as defined in Part 200.321, Title 2 CFR, have the opportunity to participate in the performance of this Contract and shall take all necessary and reasonable steps,as set forth in Part 200.321,Title 2 CFR, for this assurance.The Contractor shall not discriminate on the basis of race,color,national origin, or sex in the award and performance of subcontracts. Failure to carry out the requirements of this paragraph shall constitute a breach of Contract and may result in termination of this Contract or other remedy the City may deem appropriate. Bidders shall be fully informed respecting the requirements of the Regulations and are urged to obtain DBE participation in this project, although there is no specific goal for DBE participation. C-14 EXHIBIT B DBE INFORMATION—GOOD FAITH EFFORTS Federal-aid Project No. Bid Opening Date The City of Huntington Beach established a Disadvantaged Business Enterprise(DBE)goal of 0% for this Project. The information provided herein shows that a good faith effort was made. Lowest,second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts. Bidders should submit the following information even if the "Local Agency Bidder DBE Commitment"form indicates that the bidder has met the DBE goal.This will protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening,or the bidder made a mathematical error. Submittal of only the"Local Agency Bidder DBE Commitment"form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to certified DBEs soliciting bids for this Project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested(please attach copies of solicitations,telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Follow Up Methods Solicitation and Dates C-15 C. The items of work which the bidder made available to DBE firms including, where appropriate,any breaking down of the contract work items(including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate • DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms. Items of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items ($) of (Y/N) Contract D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved),and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: Names, addresses and phone numbers of firms selected for the work above: E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs: • C-16 F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received,i.e., lists,Internet page download, etc.): Name of Agency/Organisation Method/Date of Contact Results H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. C-17 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted TVR Construction Engineering LLC (2) Signature(given and surname)of proprietor Gergis Bebawy (3) Place of Business 4230 Michael St. (Street and Number) City and State Riverside, CA (4) Zip Code 92c07 Telephone No. (714) 927 6664 (5) E-Mail info@tvrcon.com IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a - general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail C-18 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted (2) (Signature) (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of (4) Place of Business (Street and Number) City and State (5) Zip Code Telephone No. (6) E-Mail NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED -- C-19 List below names of president,vice president,secretary and assistant secretary,if a corporation;if a partnership,list names of all general partners and managing partners: C-20 EXHIBIT C LOCAL AGENCY BIDDER DBE COMMITMENT(CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENCY: LOCATION: PROJECT DESCRIPTION: TOTAL CONTRACT AMOUNT:$ BID DATE: BIDDER'S NAME: CONTRACT DBE GOAL: CONTRACT ITEM OF WORK AND DESCRIPTIONDBE CERT NO. NAME OF EACH DBEDOLLAR AMOUNT ITEM NO. OR SERVICES TO BEAND EXPIRATION (Must be certified on the date bidsDBE SUBCONTRACTED OR MATERIALS DATE are opened-include DBE address TO BE PROVIDED(or contracted if the and phone number) bidder is a DBE) For Local Agency to Complete: Total Claimed DBE $ Local Agency Contract Number. Participation Federal-aid Project Number. % • Federal Share: Contract Award Date: Local Agency certifies that all DBE certifications have been verified and information is complete and accurate. Signature of Bidder Date (Area Code)TeL No. Print Name Signature Date Local Agency Representative Person to Contact (Please Type or Print) (Area Code)Telephone Number: Local Agency Bidder DBE Commitment(Construction Contracts) (Rev 6/26/09) C-21 PLEASE NOTE: This information may be submitted with your bid.If it is not,and you are the apparent low bidder or the second or third low bidder,it must be submitted and received as specified in the Special Provisions. Failure to submit the required DBE commitment will be grounds for finding the bid nonresponsive The form requires specific information regarding the construction contract: Local Agency, Location, Project Description, Total Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs.Prime contractors shall indicate all work to be performed by DBEs including, if the prime is a DBE, work performed by its own forces, if a DBE. The DBE shall provide a certification number to the Contractor and expiration date.Enter the DBE prime's and subcontractors' certification numbers.The form has a column for the Names of DBE contractors to perform the work (who must be certified on the date bids are opened and include the DBE address and phone number). IMPORTANT: Identify all DBE firms participating in the project regardless of tier.Names of the First-Tier DBE Subcontractors and their respective item(s) of work listed should be consistent, where applicable,with the names and items of work in the"List of Subcontractors"submitted with your bid. There is a column for the DBE participation dollar amount. Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If 100%of item is not to be performed or furnished by the DBE,describe exact portion of time to be performed or furnished by the DBE.) See Section "Disadvantaged Business Enterprise (DBE),"of the Special Provisions(construction contracts),to determine how to count the participation of DBE firms. Exhibit 15-G must be signed and dated by the person bidding. Also list a phone number in the space provided and print the name of the person to contact. Local agencies should complete the Local Agency Contract Award,Federal-aid Project Number, Federal Share,Contract Award Date fields and verify that all information is complete and accurate before signing and filing. C-22 EXHIBIT D EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder TVR Construction Engineering LLC [proposed subcontractor ,]hereby certifies that he/she/it has ,has not X ,participated in a previous contract or subcontract subject to the Equal Opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required,he/she/it has filed with the Joint Reporting Committee,the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently,Standard Form 100(EEO-1)is the only report required by the Executive Orders or their implementing regulations. (eeoc.gov/employers/eeolsurvey/index.cfm) Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Signature: . 5 Date: 11/8/2024 Print Name: Gergis Bebawy Title: Owner C-23 EXHIBIT E NONCOLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Zone 2 Curb Ramp Installation To the City of Huntington Beach In conformance with Title 23 United States Code Section 112 and California Public Contract Code 7106 the bidder declares that the bid is not made in the interest of,or on 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 of the bidder or any other bidder, or to fix any overhead,profit,or cost element of the bid price, or of 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, any fee to any corporation,partnership, company association, organization,bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above Noncollusion Affidavit is part of the Bidder's Proposal. By signing the Proposal,the Bidder has also signed this Noncollusion Affidavit. Bidders are cautioned that making a false Certification may subject the Bidder to criminal prosecution. Signature: • 'e l 5 Date: 11/8/2024 Print Name: Gergis Bebawy Title: Owner C-24 EXHIBIT F DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS,PART 29 The Bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated with Bidder in the capacity of owner,partner, director,officer,manager: • is not currently under suspension, debarment,voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred,voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted,or had a civil judgment rendered against him/her by a court of competent jurisdiction in any matter involving fraud or official misconduct - within the past 3 years. If there are any exceptions to this certification,insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility.For any exception noted above,indicate below to whom it applies,initiating agency, and dates of action. Note: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the -- signature portion thereof shall also constitute signature of this Certification. Signature: . S Date: 11/8/2024 Print Name: Gergis Bebawy Title: Owner C-25 EXHIBIT G NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies,by signing and submitting this bid or proposal,to the best of his or her knowledge and belief,that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed$100,000 and that all such subrecipients shall certify and disclose accordingly. Signature: . :=22'rerZ11 S Date: 11/8/2024 Print Name: Gergis Bebawy Title: Owner C-26 EXHIBIT H DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: 1:=1 a.contract ❑a.bid/offer/application El a.initial b.grant b.initial award b.material change c.cooperative agreement c.post-award d.loan For Material Change Only: e.loan guarantee year quarter f.loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No.4 is Subawardee, Enter Name and Address of Prime: Prime Subawardee Tier ,if known Congressional District,if known Congressional District,if known 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number,if applicable S. Federal Action Number,if known: 9. Award Amount,if known: 10. a.Name and Address of Lobby Entity b. Individuals Performing Services (including (If individual,last name,first name,MI) address if different from No.10a) (last name,first name,MI) (attach Continuation Sheet(s)if necessary) 11. Amount of Payment(check all that apply) 13. Type of Payment(check all that apply) $ Actual El planned a.retainer b.one-time fee 12. Form of Payment(check all that apply): c.commission ea.cash d.contingent fee b.in-kind; specify: nature e deferred value f.other,specify 14. Brief Description of Services Performed or to be performed and Date(s)of Service,including officer(s),employee(s),or member(s)contacted,for Payment Indicated in Item 11: (attach Continuation Sheet(s)if necessary) 15. Continuation Sheet(s)attached: Yes ❑ No 16. Information requested through this form is authorized by Title 31 U.S.C.Section 1352.This disclosure of lobbying reliance Signature: was placed by the tier above when his transaction was made or • entered into.This disclosure is required pursuant to 31 U.S.C. Print Name: 1352. This information will be reported to Congress semiannually and will be available for public inspection.Any Title: person who fails to file the required disclosure shall be subject to a civil penalty of not less than$10,000 and not more than Telephone No.: Date: $100,000 for each such failure. Authorized for Local Reproduction Federal Use Only: Standard Form-LLL Standard Form LLL Rev.09-12-97 C-27 INSTRUCTIONS FOR COMPLETION OF EXHIBIT H. DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1) Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence,the outcome of a covered Federal action. 2) Identify the status of the covered Federal action. 3) Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4) Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g.,the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5) If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address,city,state and zip code of the prime Federal recipient.Include Congressional District, if known. 6) Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation,United States Coast Guard. 7) Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, - cooperative agreements, loans and loan commitments. 8) Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9) For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10)(a)Enter the full name,address,city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10(a). Enter Last Name,First Name and Middle Initial(M1). 11)Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(item 4)to the lobbying entity(item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. C-28 12)Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13)Check the appropriate box(es). Check all boxes that apply. If other,specify nature. 14)Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15)Check whether or not a continuation sheet(s)is attached. 16)The certifying official shall sign and date the form,print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources,gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project(0348-0046),Washington,D.C. 20503. By my signature on this proposal I certify,under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the - requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5,Title 2 of the California Administrative Code). C-29 EXHIBIT I FEDERAL LOBBYING RESTRICTIONS Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier subrecipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract,the making of any Federal grant or loan,or the entering into of any cooperative agreement. If any funds other than Federal funds have been paid for the same purposes in connection with this Federal-aid contract,the recipient shall submit an executed certification and,if required, submit a completed disclosure form as part of the bid documents. A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal. Standard Form - LLL, "Disclosure of Lobbying Activities," with instructions for completion of the Standard Form is also included in the Proposal. Signing the Proposal shall constitute signature of the Certification. The above referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,000. All disclosure forms, but not certifications, shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor, subcontractors and any lower-tier contractors. An event that materially affects the accuracy of the information reported includes: 1) A cumulative increase if$25,000 or more in the amount paid or expected to be paid for -• influencing or attempting to influence a covered Federal action; or 2) A change in the person(s)or individual(s)influencing or attempting to influence a covered Federal action; or 3) A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to influence a covered Federal Action. C-30 CNA SURETY 1-800-331-6053 Fax 1-605-335-0357 www.cnasurety.com Po Box 5077 Sioux Falls SD 571 1 7-5 0 77 uwservices@cnasurety.com DATE: November 7th, 2024 AGENT CODE: 04-28733 ATTENTION: Bob Number of Pages: 3 RE: Bond 67253353 - T V R Construction Engineering, LLC Zone 2 Curb Ramp Installation 10% Contract Amount: $ 280,000 Company Code: 0601 Thank you for placing this business with CNA Surety. Please execute the requested bond(s)by using the documents sent with this fax/email. Sign the bond(s) and attach a gold colored seal from your Western Surety Company kit to each bond issued. ****Please advise us of the bid results as soon as they are available. Please complete and fax/email us the following: Contract Price: $ Contract Date: _ Next two lowest bidders: $ Was the principal the low bidder? ❑Yes ❑No Do you need approval for the Performance and Payment bond at this time? ❑Yes ❑No Please check your supply of gold seals periodically to ensure you have an adequate amount. To reorder gold seals, simply visit cnasurety.com and click on the"Order Supplies Here" icon under the Broker/Agent Services section. **IMPORTANT NOTICE AND REMINDER: .Approval of the requested Bid Bond is NOT an approval of any final or other bonds that may be requested by this principal. Further, the Bid Bond approval is limited to the contract amount approved by the underwriter. If the anticipated bid exceeds this amount,you must contact the underwriter at 800-331-6053 to inquire about specific approval before filing the bid. Failure to receive approval could result in declination of any subsequent performance and payment bond(s)requested. Furthermore, we reserve the right to decline any bond for any reason per the terms of the General Indemnity Agreement, and shall not be liable to the principal or any person or entity for such declination. Business Services BID BOND (Percentage) Bond Number: 67253353 KNOW ALL PERSONS BY THESE PRESENTS, That we T V R Construction Engineering, LLC of • 4230 Michael St., Riverside, CA 92507 , hereinafter referred to as the Principal, and Western Surety Company as Surety, are held and firmly bound unto City of Huntington Beach Of 2000 Main Street, Huntington Beach, CA 92648 10% of the Amount hereinafter referred to as the Obligee, in the sum of Bid ( 10 %) percent of the greatest amount bid,for the payment of which we bind ourselves, our legal representatives, successors and assigns,jointly - . and severally,firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for Zone 2 Curb Ramp Installation NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the - - damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in.full force and effect. SIGNED, SEALED AND DATED this 8th day of November 2024 T V R Construction Engineering, LLC (Principal) By ` --e/✓ 5 (Seal) Western Surety Co any Surety) By jRPORif;z l Her Pr e anna .`f "' Attorney In Fact DPP," Form F5876-8-2022 Sure Company. Western POWER OF ATTORNEY-CERTIFIED COPY • Bond No. 6725 335 3 - Know All Men By These Presents,that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota,and having its principal office in Sioux Falls,South Dakota(the"Company"),does by these presents make,constitute and appoint Bernaba Prince Hanna its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred,to execute, acknowledge and deliver for and on its behalf as Surety,bonds for: Principal: T V R Construction Engineering, LLC Obligee: City of Huntington Beach Amount: $1,000,000.00 • and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Vice President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all, that the said attorney(s)-in- fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary,any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic-formatted corporate seal under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27th day of April,2022: "RESOLVED:That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and confirm the use of a digital or otherwise electronic-formatted corporate seal, each to be considered the act and deed of the Company." If Bond No.67253353 is not issued on or before midnight of February 8th, 2025 ,all authority.eggrSarrekin this Power of Attorney shall expire and terminate. ,��` rl,.. .{Less mere Western Surety Company has caused these presents to be signed by its Vice President,Larry Kasten,and its cgOrate,ssaL' eiaf€iP his 8th day of November 2024 � WESTERN SURET COMPANY S'trAt'lr0F SZSUTHJ74TA +� 4047 cauff ';® '[Vf3 AHA 5 ss ` arry Kasten,Vice President On this 8 th day of November ,in the year 2 02 4 ,before me,a notary public,personally appeared Larry Kasten, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act deed of said corporation. S. GREEN NOTARY PUBLIC �%";'�+ SOUTH DAKOTA r"';'�* Notary Public-South Dakota My Commission Expires February 12, 2027 the undersign officer of Western Surety Company,a stock corporation of the State of South Dakota,do hereby certify that the • attached Power of Attorney is in full force and effect and is irrevocable,and furthermore,that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof,I have hereunto set my hand and seal of Western Surety Company this 8th day of November 2024 WESTERN SURE COMPANY arry Kasten,Vice President To validate bond authenticity,go to www.cnasuretv.com >Owner/Obligee Services>Validate Bond Coverage. Form F5306-5-2023 NOTARY CERTIFICATE Subscribed and sworn to before me this 7 day of Nove►s,bp v ,202H. 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 CU I i•Vo v- 1 ) County of L-vs Ahgeles ) On Nov umber 7, Zo before me, A a vovt Gic v0A, N)a+av y RA 61 r'c-- Month,Day, and Year Insert Name and Title of Notary personally appeared evS c Ko►vt cd i kotK V- 5e bo,wy Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons whose names) isiafe subscribed to the within instrument and acknowledged to me that hei,a13f/ ey executed the same in his/lf/tlfr authorized capacity,and that by his/tier/air his/tier/air signature*-on the instrument the personas.);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. Signature Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-9 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity - of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. • State of California } County of Los Angeles } • On November 07, 2024 before me, Aaron J. Garcia, Notary Public (Here insert name and title of the officer) personally appeared Gergis Kamalhakim Bebawy . who proved to me on the basis of satisfactory evidence to be the person(s) whose name() is re subscribed to the within instrument and acknowledged to me that #M-he/they executed the same in 4er er/their authorized capacity(ies), and that by gyp, er/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. OR4� AARON J.GARCIA -- WITNESS myhand and official seal. ; rf Notary Public California z : - Los Angeles County Commission#2462281 My Comm.Expires Sep: 2027 Notary Public Signature (Notary Public Seal) -- ♦ ♦ ADDITIONAL OPTIONAL INFORMATIONThis./ INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed,should be completed and attached to the document.Acknowledgments from other states may be completed for documents being sent to that state so long Bid Bond as the wording does not require the California notary to violate California notary law. (Title or description of attached document) • State and County information must be the State and County where the document signer(s)personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s)personally appeared which (Title or description of attached document continued) must also be the same date the acknowledgment is completed. 11/07/2024 • The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title(notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. • he/she/they, is/are)or circling the correct forms.Failure to correctly indicate this ❑ Individual (s) information may lead to rejection of document recording. ❑ Corporate Officer • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines.If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney-in-Fact Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other • Indicate title or type of attached document,number of pages and date. ❑ Indicate the capacity claimed by the signer.If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). www.NotaryClasses.com 800-873-9865 • Securely attach this document to the signed document with a staple. 445 "Beiloc City of Bunti ton Beueh Public trketnee ch Eltienlree:11, 2 c0913,r�1 CI0 11i6� �LC CA 92648-2702 ?oal iea q - Tut 611c k ieJY\k Cal GI: YuAirtni)7-041 (Peach qvN0S0 cT Zone CuV6 govitil) a STlld77 1 Cc , • j ' jj 4101,1 Cb Wns neerin8 t"OBox190 L000 Main Street I Cotes vl C( I OVl �%�� LC , Huntington Beach,CA92648-2702 t/- (aq Ttif 611c urk Cal /iGNT1 lTori T eac qvD3tocT zee A cuV6 RaAni 1l ST�I( Z77v�1 Cc 6 tilt CITY OF HUNTINGTON BEACH Lisa Lane Barnes I City Clerk July 7, 2025 We R Builders, Inc. 3746 Foothill Blvd #304 Glendale, CA 91214 RE: Residential Zone 2 ADA Curb Ramp Project (CC-1811) Enclosed please find your original bid bond for CC No. 1811. Sincerely, Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach,CA 92648 I www.huntingtonbeachca.gov lik g. 1€-24, �/ SECTION C PROPOSAL for the construction of ZONE 2 CURB RAMP INSTALLATION from VARIOUS LOCATIONS CC No. 1811 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 25 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 readvertise 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-i 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 in the amount of $26970 which said amount is not less than 10% of the aggregate of the total bid price, 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: Addendallo: Dat Received . Bidder's Signature`:':'; N/A C-2 • SECTION C PROJECT BID CURB RAMP PROJECT, CC 1811 BID ITEMS I enir Description qua nti If t Unit Cost 'Totai Cast:. :... � ( feictsaon)=r ., ter•:;°: a:` . 1 Mobilization 1 LS $10,000.00 10,000.00 2 Prepare Storm Water Pollution Prevention Plan(SWPPP) 1 LS $ 2,500.00 2,500.00 3 Install&Maintain Construction BMPs $ 1 LS $ 2,500.00 2,500.00 Construct Curb Access Ramp per Caltrans Std. Plan A88A/A88B as shown on Curb Ramp Detail 1 in Appendix 4 H of Specifications (Item includes all appurtenances,curb &gutter,depressed curb,sawcut,sidewalk, domes, 7 retaining curb,slot pave,etc.) EA $ 8,000.00 56,000.00 Horizontal Curb Cut Curb Access Ramp per Caltrans Std. Plan A88A/A88B using horizontal curb cutting machine as 5 shown on Curb Ramp Detail 2 in Appendix H of Specifications (Item includes all appurtenances, curb& gutter,depressed curb, sawcut,sidewalk, domes, retaining curb,etc.) 15 EA $ 8,460.00 126,900.00 6 Install 4"PVC Sleeve for Street Assembly Sign per City of $ HB Std. Plan 401 3 EA $ 1,600.00 4,800.00 Remove and replace existing sidewalk per City of HB Std. 7 Plan 207 at locations adjacent to ramp. (Item includes all 1000 _ appurtenances,sawcut) SF $ 27.00 27,000.00 Remove and replaces existing 8"-12"Curb and Gutter per 8 HB Std. Plan 205(Item includes all appurtenances, sawcut,slot pave,etc.). 200 LF $ 200.00 40,000.00 — $ 269,700.00 • SUB-TOTAL BID AMOUNT IN WORDS: Two Hundred Sixty-Nine Thousand Seven Hundred Dollars and Zero Cents C-2.1 SECTION C PROJECT BID CURB RAMP PROJECT, CC 1811 Note: All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. In addition, the City reserves the right to include or remove Bid Schedule B in the award of the contract. C-2.2 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 andAddres of ;;S'tate Class- ",'-D11�-"PWC Dollar % of Items Subcontractor License, Registration# Amount Contract' Number • N/A 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 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 11/08/2,4at Glendale , CA Date City State Nezar Alsmadi , being first duly sworn, deposes and says that he or she is President, Secretary & Treasurer of We R Builders, 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. We R Builders, Inc. Name of Bidder Nezar Alsmadi Sig a of Bidder 3746 Foothill Blvd. #304, Glendale, CA 91214 Address of Bidder C-4 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 ZONE 2 CURB RAMP INSTALLATION, (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. We R Builders, Inc. Contractor Nezar Alsmadi By President, Secretary &Treasurer Title Date: 11/08/2024 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 ;31 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. We R Builders, Inc. Contractor • Nezar Alsmadi President, Secretary &Treasurer Title Date: 11/08/2024 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: We R Builders, Inc. Bidder Name 3746 Foothill Blvd. #304 Business Address Glendale CA 91214 City, State Zip (714 ) 874 - 5275 estimates@wrbconstruction.com Telephone Number Email Address 1055746; A & B State Contractor's License No. and Class 07/11/2019 Original Date Issued 07/31/2025 Expiration Date The work site was inspected by Nezar Alsmadi of our office on 11/04/2024 , 201_. The following are persons, firms, and corporations having a principal interest in this proposal: We R Builders, Inc. (S-Corporation) Nezar Alsmadi; 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. We R Builders, Inc. Company Name S' nature of Bidder Nezar Alsmadi Printed or Typed Signature C-8 . Cit�ll::CQDE�'•1•1$9 t.A1aEORNtaKi+t AC ... . ., r � Goatherasgaarrcmpie�iirg.d`us'c � Vd a� _ a . , csNiaeiiiarliedanctnortlte: fu[nes c {A! adyoftha amPn `Side Of cat!fO i ro • , : isersana : , ` �G ej ia'"� `yefore me.t Neio•rsertN�eardrtlQtte. C7 " gY;a�Peg - _� _ . _ . 1�cer _. .. •tiwt%g piaved to'me•on:the:basis;cf.:s at. si✓adary;:evc1errce.iia-bethepeeso+n{aj wttase::riarrte(sj IsCaee,suisCriiseif i . ,.t,- hts�it to ttse Ia:ipst�rtient<and,acimcwi,. :ed;fo`nriie;thathe/s#telttiey:c�xeeuted . ,>: . .. .... , .. ate rrie ,erfth _. and that'. h ei!#hetrsignaiurets}.on;the Instrument.the:person jsj;:or.. 'author►zQdcapa:, esj; �, � the instrument- '' "� entiEy • upon behaifofwhich;tfie.p2�rst�n(s).acfed;:.. ,�,:..._. w.. .. l:certify-under`!PENAL'T :OFPERJURY under iee' • vus ttie:State;csiitraiifomia°tha� .. . .. ki cif, . . e(or2gaing ,. l ,,lE'a�,�,'�:, gptyy.prthUC-'Cib[cmla: ' .. true ahcF come ►�s Caw+tY f' ESS 71:r h0nii 4110,offci,��. t�dfCf?i al,seal, x.r+►!�zi• Comp�ssiairt,14&• 1b9T szz•: tgriit�.Exptrirs0et 2d,.2C11' Jett .5I ? MaceNota Seal;anclfOr•StampAbove "`' J�,J�,Q. S:grxat14 cony P oflctQ uf;'llc° OPTIONAL ...: Completing':this iiifoi narilon"con'deferalteration.cfMeidocirnirent::ar,., • , ;';;'fraudulentteea`achment of:00 login"ro ail::unintended documei't .. 'D40.1, •on iitAttacheid•Dootune• nts Title.or Type of Do imeniw, . DoceirtieritDate• 49 Signer�sjcOther�'Tlian I4ame t':Aba ve: Capacity{iesj`Claiimed`by::Sigrier(s} • , Signers Names. sign@ I Co or to Qflicer;=.rye �s� 'e7 _ O. Olate 4-. ti 5 „ ''..Q Par ner- ct,Limited;:0 General • 't1 Partiie, D mated• a General,` ' O,individual: a:Attorney:in Fact : .::a Indiuidusi .0 Attorne}iin'Fact , a Trustee,..: -C Guardian,or Conservator, .LT Trustee . ' c ii•Guardian or Conservator: ., ita,Qthei:: _...'.. _: , _ ^, - s3ttiei- ., Signer:is'Representinai `= ;$IgneeIs Representing;. ' 2Ci9 liki?iralfoG7ryASs�citton. . Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Sanitary sewer lift stations of similar size, project work within public streets,an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. 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. See attached. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. See attached. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3. See attached. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: c-10 We R Builders, Inc. 3746 Foothill Blvd,#304,Glendale,CA 91214 4' > • 714.874.5275 I Operations@WRBConstruction.com - c f CA License #1055746 I DIR #1000884610 \`/ — SELECTIVE WORK EXPERIENCE — Included herein is a curated selection of contracts recently completed by We R Builders, Inc., demonstrating our expertise and commitment to excellence. These examples reflect a portion of our extensive portfolio, underscoring our capability to deliver high-quality results in response to public solicitations. Please Note: In the event that further references or detailed information on previously completed projects are needed, WRB is fully prepared to furnish these at your request. This is part of our commitment to ensuring full transparency and confidence in our qualifications for your project. NOTE: No claims against both parties for all projects'below. (1) CONTRACT NAME: Concrete, Masonry and Drainage Repair/Maintenance Master Agreement OWNER: Sierra Corporate Management, Inc. CONTRACT VALUE: $1 M I Completion Date: December 2022 CONTACT: Edmund Nisbet; (682) 215-9049; edmundnisbet@gmail.com DESCRIPTION OF WORK: As the primary contractor, we have been entrusted with the maintenance and major projects requiring professional services across all facilities owned by the client in Southern California, including Orange County, Los Angeles County, Riverside County, and San Bernardino County. This responsibility encompasses a broad range of activities with stringent requirements to ensure the highest standards are met. Our work has involved both minor and major concrete and masonry repairs across various facilities.A critical aspect of our role includes coordinating with homeowners, ensuring a smooth and unobtrusive process while performing necessary upgrades and repairs. This has been particularly significant in community pool projects, where we have upgraded facilities to meet health and safety standards, enhancing the recreational experience for residents. In addition to these tasks,we have focused on upgrading various community areas to ensure ADA compliance, making them accessible and safe for all users. A notable aspect of our work has been facilitating construction. services to address and improve drainage infrastructures. Given the unique elevation challenges in communities along the mountains, our team has been instrumental in designing and implementing comprehensive new drainage systems.This includes the installation of necessary pumps,laying new piping,and adding catch basins to effectively manage water flow and prevent potential issues. Our commitment to meeting the specific needs of each community, particularly in challenging environments, demonstrates our capability to deliver tailored, high-quality solutions, ensuring every project not only meets but exceeds the expectations of our client and the community residents. (2) CONTRACT NAME: Retaining Wall and Foundation System Replacement OWNER: Hollydale Estates CONTRACT VALUE: $350K I Completion Date: December 2022 __ CONTACT: Edmund Nisbet; (682) 215-9049; edmundnisbetngmail.com DESCRIPTION OF WORK: The scope of work entailed replacing over 500 linear feet of failing retaining CMU block walls, accompanied by the installation of new foundational systems. This intricate task required a harmonized approach, blending technical skill with acute attention to resident coordination and safety. Effective communication with residents impacted by the construction was paramount. Our team diligently informed and collaborated with the community to minimize disruption, ensuring a smooth process throughout the project's duration. Emphasizing safety, we rigorously implemented measures to secure the worksite during operation and at the close of each workday,safeguarding both the public and the residents. Compliance with the specifications and requirements - of local authorities was a critical aspect of our execution strategy. We engaged continuously with regulatory bodies, adhering strictly to their guidelines, particularly in aspects related to structural integrity and safety. This meticulous adherence to regulatory standards was instrumental in the successful and compliant completion of the project, showcasing our commitment to quality, safety, and community cooperation. WE R BUILDERS,INC. WWW.WRBCONSTRUCTION.COM PROPOSAL We R Builders, Inc. 3746 Foothill Blvd #304,Glendale,CA 91214 714.874.5275 I Operations p@WRBConstruction.co m CA License #1055746 I DIR #1 0008846 1 0 "j ' . — SELECTIVE WORK EXPERIENCE — (3) CONTRACT NAME: Community Pool Renovations & Upgrades OWNER: Solterra at Civic Center CONTRACT VALUE: $300K I Completion Date: December 2021 CONTACT: Alex Segal; (949) 910-8031; asegal@apex-rm.com DESCRIPTION OF WORK: Our construction company successfully completed the Community Pool Renovations & Upgrades project, which involved comprehensive enhancements to several community pools to meet and exceed current health and safety standards. A significant focus of this project was the extensive renovation of the concrete pool decks, where our team excelled in removing and replacing the existing structures to guarantee durability,compliance, and aesthetic appeal. Alongside the deck work, we undertook the replacement of coping, plaster, and advanced drainage systems,integrating new drain pumps where needed for superior water management. The- project also encompassed updates to plumbing and electrical systems to ensure all components were modern and fully compliant with regulations.To further enhance safety and user experience,we installed new tile work, handrails, steps, and perimeter fencing, all chosen for their quality and longevity. Our efforts extended to the surrounding landscapes as well,with the repair and upgrade of irrigation systems to maintain the beauty and functionality of the pool areas. Through meticulous planning, execution, and collaboration with health and safety regulators, we transformed these community pools into modern, safe, and aesthetically pleasing recreational facilities. This project highlighted our expertise in concrete renovations and our commitment-to delivering high-quality, community-focused construction solutions, solidifying our reputation as a leader in the industry. (4) CONTRACT NAME: Citywide Pedestrian Crossing Improvements OWNER: City of Riverside, Department of Public Works CONTRACT VALUE: $314K I Completion Date: March 2024 CONTACT: David Hatch; (951) 288-3632; dhatch@riversideca.aov DESCRIPTION OF WORK: Our construction firm proudly completed the Citywide Pedestrian Crossing Improvements project for the City of Riverside's Public Works Department, significantly enhancing pedestrian safety and accessibility across 14 key locations within the city. This comprehensive project, completed on time and within budget, involved the installation of ADA-compliant curb ramps,state-of-the-art flashing LED stop signs,and high-visibility crosswalks, all aimed at improving pedestrian visibility and ensuring safer navigation for both pedestrians and vehicles. Through meticulous planning and execution, we employed stringent traffic control measures in line with CA MUTCD guidelines, ensuring minimal disruption during construction. Our proactive coordination with utility providers guaranteed uninterrupted services, while our dedication to environmental stewardship was demonstrated through our adherence to dust control measures and stormwater pollution prevention strategies. The project's success was further assured by our commitment to quality assurance and materials control,ensuring the durability and effectiveness of the infrastructure improvements made.This project not only reflects our firm's expertise in managing and executing complex urban infrastructure projects but also underscores our commitment to enhancing community safety and accessibility, solidifying our reputation as a leader in the construction industry. WE R BUILDERS,INC. WWW.WRBCONSTRUCTION.COM PROPOSAL We R Builders, Inc. v: 3746 Foothill Blvd,#304,Glendale,CA 91214 ' . 714.874.5275 I Operations@WRBConstruction.com �' CA License #1055746 I DIR #1 0008846 1 0 — SELECTIVE WORK EXPERIENCE — (5) CONTRACT NAME:On-Call Related Services OWNER: Eastern Municipal Water District CONTRACT VALUE: $1.8M I Completion Date: 2023 (Extension —5 Years) CONTACT: Haely Hernandez; (951) 928-3777 ext. 6231; hernanha@emwd.orq DESCRIPTION OF WORK: This contract involves proficient management and coordination of the master contract with the owner, ensuring that all work is scheduled and executed effectively to align with the owner's requirements. Our approach is structured to maximize efficiency, often by bundling multiple location repairs to optimize resource use and response times. The scope of work is diverse and includes concrete flat work such as sidewalks,curbs and gutters,cross-gutters, drive approaches, and ADA curb ramps, alongside more specialized tasks like fencing repairs, structural foundation repairs, CMU block wall repairs, and bespoke masonry and concrete work for unique situations. Our team is adept at handling sophisticated scenarios,demonstrating flexibility and innovation in our solutions. Crucial to our success is the seamless coordination and scheduling of work with other contractors involved in the project. We maintain open communication channels and collaborative relationships to ensure all activities are harmonized, minimizing disruption and facilitating a timely and successful completion of the project, in accordance with the owner's schedule and standards. Our focus is on delivering high-quality results while maintaining rigorous safety and quality controls throughout the project lifecycle. (6) CONTRACT NAME: On-Call Emergency Asphalt and PCC Restorations. OWNER: City of Santa Ana, Public Works Department CONTRACT VALUE: $3M (Work-Orders) I Completion Date: 2023 (Extension — 3 Years) CONTACT: Michelle Cabanas; (714) 647-5031; Mcabanas(a Santa-ana.org DESCRIPTION OF WORK: This contract focuses on comprehensive concrete restorations in public rights-of-way,covering essential elements such as Sidewalks,Curbs and Gutters,Cross-Gutters, Drive-Approaches, and ADA Curb Ramps. Our approach includes thorough inspections,•precise removal of damaged concrete, and meticulous replacement ensuring seamless integration with existing infrastructure and full ADA compliance. While the primary emphasis is on concrete work, brief attention is also given to necessary asphalt pavement restorations. We prioritize adherence to city standards and safety for the public,city personnel,and our staff, implementing stringent traffic and pedestrian control measures in line with the WATCH manual, and ensuring the use of all required Personal Protective Equipment (PPE). Our goal is to deliver high-quality, durable restorations with minimal public disruption, upholding the highest safety and quality standards. WE R BUILDERS,INC. WWW.WRBCONSTRUCTION.COM PROPOSAL Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. See attached. Name of proposed Project Manager Telephone No. of proposed Project Manager: 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. See attached. Name of proposed Superintendent Telephone No. of proposed Superintendent: 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 c-11 We R Builders, Inc. 3746 Foothill Blvd,#304,Glendale,CA 91214 t—\t 714.874.5275 I Operations WRBConstruction.com CI. i CA License #1055746 I DIR #1 0008846 1 0 , — COMPANY PERSONNEL — Our team is led by industry experts and consists of highly skilled professionals,both in the field and in management roles. Our onsite crews are composed of individuals who bring years of experience in their respective specialties, contributing significantly to the success of each project. These crews are led by seasoned management personnel who possess deep industry knowledge and a commitment to excellence. Each member of our onsite team is selected for their expertise, work ethic, and ability to collaborate effectively. This ensures not only the seamless execution of projects but also adherence to the highest standards of safety and quality. From skilled laborers and technicians to site supervisors and safety officers, every team member plays a crucial role in delivering the exceptional results that We R Builders, Inc. is known for. This harmonious blend of onsite craftsmanship and offsite strategic management allows We R Builders,Inc.to tackle a wide range of construction projects with confidence and proficiency. Our team's synergy is the backbone of our success, enabling us to consistently exceed client expectations and build lasting relationships in the construction industry. In response to the contract referenced, we are pleased to designate the following key personnel to oversee and ensure the successful execution of this project: (1) PROJECT MANAGER: Nezar Alsmadi (Resume Attached) (2) PROJECT SUPERINTENDENT: Elias Hermosillo (Resume Attached) • (3) PROJECT/FIELD ENGINEER: Saed Elsaadi (Resume Attached) We have carefully selected each member of our team for this contract based on their specialized expertise,proven experience,and relevant certifications,ensuring their capability to successfully fulfill the project's requirements with excellence and precision. Enclosed on the following pages are the detailed resumes of each key personnel as listed above, providing comprehensive insights into their qualifications and expertise. WE R BUILDERS,INC. WWW.WRBCONSTRUCTION.COM PROPOSAL We R Builders, Inc. 4 ' 3746 Foothill Blvd. #304,Glendale, CA 91214 ,f , 714.874.5275 I Operations@WRBConstruction.com a ° t KEY PERSONNEL NEZAR ALSMADI I EXECUTIVE •CONSTRUCTION PROJECT MANAGER CREDENTIALS • Bachelor of Science in Civil Engineering • California General Engineering Contractor License (A) • California General Building Contractor License (B) • OSHA-30 Certification • Participated in Acquiring the 2013 Project of the Year Award (American Public Works Association, Southern California Chapter South Lawn Storm Water Management System) RELEVANT SKILLS • Strategic Planning &Overall Strategic Planning • Developing &Applying Jobsite Safety Plans& Policy • Project Management • Materials& Equipment Control • Project Estimating - • Document Control • Budgeting & Cost Controls • Compliance with Specifications,Submittals & Quality • Contractual Management • Oversite of Onsite &Offsite Operations&Deliverables • Resource Optimization • Information Governance /Dashboards/ Reports • Team& Efficiency Development • Clear Communication & Coordination • Scheduling & Goal Accomplishments • Adaptable to Changes or New Circumstances • Establishing New Businesses from Scratch to Successful • Convergent/Critical Thinking to Resolve Issues Outcomes • Scheduling Work& Crews • Establishing Protocols • Coordinating with Clientele & Personnel • Collaborations lnhouse & 3rd Party(s) • Enforcing OSHA Safety Regulations • Public Works Construction Projects • Managing Material &Vendors • Commercial Private Construction Projects • Conducting Weekly Safety Meetings • Residential Construction Projects • Reviewing Blueprints & Directing Crews Accordingly • Preparing Detailed Bids & Contracts • Quality Control • Managing Change Order(s) • Competent&Consistently Implementing New Innovations • Facilitating Construction Operations • Competent Person QUALIFICATIONS Experienced management and operational skills with extensive training in the Construction and Contracting Industry. Nezar Alsmadi's focuses his time to leverage his extensive experience in the industry to drive growth and deliver exceptional results. As an accomplished Executive with over 15 years of experience in the construction industry,Nezar has a proven track record of leading successful companies to achieve outstanding results. He possesses expertise in strategic planning, project management,financial management, and team leadership. Throughout Nezar's career, he has demonstrated a deep understanding of the construction industry and has successfully managed projects ranging from projects with price-scales as little as $5,000,to large-scale developments $20M+. Nezar experience in the industry encompasses of taking impactful part in successfully completing well over$100M in projects values. Having talent for identifying proficient and effective deliverables has led to new opportunities initiated by referrals from prior Clients due to satisfactory deliverables,allowing expansion of the company portfolios. As a skilled leader, Nezar has effectively managed cross-functional teams of engineers, architects, contractors, and other stakeholders to ensure successful project deliverables. His unique distinction in fostering a culture of collaboration and teamwork,and implementing processes to streamline operations,optimizing resource allocations,and increasing productivity. Nezar's overall experience is comprised in General Engineering & Building Construction, specializing in the underground utility infrastructure,Concrete &Masonry Construction,with substantial exposures to all other areas of construction. DIR 1 1000884610 WE R BUILDERS,INC. KEY PERSONNEL-- LICENSE 11055746 WWW.WRBCONSTRUCTION.COM 1 OF 4 We R Builders, Inc. 3746 Foothill Blvd. #304,Glendale,CA 91214 714.874.5275 I Operations@WRBConstruction.com tsi KEY PERSONNEL NEZAR ALSMADI I EXECUTIVE • CONSTRUCTION PROJECT MANAGER PROFESSIONAL EXPERIENCE CONCRETE/ MASONRY REPAIR & MAINTENANCE ANNUAL MASTER AGREEMENT Orange County 12021 & 2022 I $500K Executive I Project Manager This annual contract included services to repair, alter and upgrade conditions on an On-Call basis. The work associated to this Agreement incorporated Concrete Driveways, Concrete Drive-Approaches, Concrete Ramps, Concrete Sidewalks, Concrete Curb and Gutters, Concrete Cross-Gutters,C.I.P. Catch Basins,Concrete Pool Decks,C.I.P. & Pre-cast Pool Coping, Free-Standing CMU Block Walls, Retaining Walls (CMU Blocks/Stones/C.I.P.),and more. Through transparency,capabilities of experienced management, professional workmanship, and effectively using resources as needed per each service-call concluded to securing the Contract for additional year extensions,as the exclusive contractor. ON-CALL SANITARY SEWER REPAIR PROJECT Brea, CA 12022 I $45K Executive I Project Manager One of many on-call service-orders,the value of this project specifically is with regards to Sanitary Sewer Mainline Repairs. Upon arrival to the site and investigating the complaint initiating the service call—without any available As-Builts, but solely through experience—we were instantly able to narrow down the locations of the possible issue(s)to the existing underground Sanitary Sewer system. Using a nearby clean-out to CCTV the existing sewer-line, approximately 15 min later (on our first attempt),we were able to locate the issue.Saw-cutting the existing asphalt pavement,excavating approximately 4-ft deep, and exposing the existing mainline,we were able to find the tree root penetrating the mainline. We began by installing a passthrough-bypass and using the cleanout to flush and clear the pipe, meanwhile pumping out any excessive waste. After clearing all the waste,prior to making this repair,we plugged the upstream section of the pipeline and CCTV the downstream section; approximately 40-ft from the first damaged section, we encountered another section damaged by roots. Upon retrieving direction from our client,we immediately began digging out the secondary section. Finding the main close to 6-ft deep,our crew set up the shoring system as required per OSHA,then accommodated the repairs.We initiated repairs after confirming no additional damages occurred along that stretch of mainline(up-to the next manhole). Such repairs consisted of cutting sections of the roots(without damaging the health of the tree),installing the sections of pipe in-place of the void/cut- out section removed, and re-connected onto the existing main on both ends of the new sections using flex-couplings. After testing and confirming no leaks occurred, we encased the section of mainline with concrete to avoid similar future issues, backfilled and compacted trench-zones,and restored pavement and landscape sections along the work areas. CRENSHAW/LAX TRANSIT CORRIDOR PROJECT LA COUNTY METROPOLITAN TRANSPORTATION AUTHORITY 12020 I T&M Project Manager The work consisted of installing a new section of Sanitary Sewer mainline,laterals and manholes at a depth of 18-ft,part of the Metro Rail Transit Extension project,consisting of Transit Corridor Project.The work consisted of effective planning from competent personnel,proper implementation of safety regulations,extensive shoring system,and constructive equipment and personnel.This contract consisted of constructing this work under Time and Material basis,with a Not to Exceed(NTE)limitation. With collaboration of experienced management skills and competent individuals, essential planning, and effective deliverables,this successful project concluded well under the NTE,saving our clients thousands of dollars. - DIR 11000884610 WE R BUILDERS,INC. KEY PERSONNEL LICENSE 11055746 WWW.WRBCONSTRUCTION.COM 2 OF 4 We R Builders, Inc. 3746 Foothill Blvd.#304,Glendale,CA 91214 / 714.874.5275 I Operations U[7WRBConstruction.comv Y KEY PERSONNEL NEZAR ALSMADI I EXECUTIVE •CONSTRUCTION PROJECT MANAGER WATER DISTRIBUTION MASTER CONTRACT COUNTY OF LOS ANGELES I 2020 I CONTRACT VALUE: $5M Project Manager Managed construction operations for all water distribution systems associated to the Water Purveyor's service area within the County of Los Angeles as the Exclusive Contractor for the District. The services incorporated into this Master Contract consisted of facilitating in creating an efficient system composing of 100+ Line Items; coordinating up-to five inhouse 4-man-crews to accommodate Work Orders; implementing knowledge gained from years of experience in the industry for effective solutions and outcomes; and proficient document-management-control capturing accurate record keeping, accounting and other general project management reporting documentations. The services provided consisted of furnishing and installing appropriate pipe and appurtenances required for upgrades, replacements, leak repairs, and all new water systems; furthermore,this contract required the Contractor to stay available on an 'On-Call' basis — 24 hours a day, seven days a week—to service emergency leaks. The construction aspect of this Agreement encompassed water mains (up-to 24-inch 0), water services/laterals, meters,valves (cut-ins & line-stop types), fire hydrants, fire services, backflow-preventers, traffic control, trenching/excavating, shoring systems, backfilling, compacting, and pavement/landscape restoration repairs (Porcelain Cement Concrete, Hot-Mix Asphalt, Landscaping, and Striping Repairs). Operations were conducted within the Public and Private ROW, and being performed for the public, developers,or residents. The duration of the Master Contract's terms incorporated the maximum allowable contractual term 1-Year plus (+) Two 1- Year add-ons,concluding to a Three-Year term with over One Thousand successfully completed work orders. ORANGE COVE WATER IMPROVEMENTS PROJECT CITY OF ORANGE COVE I 2014 I $2.3M Project Manager This project was qualified and approved for 100% funding by the California Department of Public Works. This contract encompassed of upgrading and installing 1,900 new water services and 'smart' meters (providing daily electronic readings of the meters). This contract required working side-by-side with the engineering firm facilitating the design of this project,then establishing a protocol to effectively tackle this project, and implementing such protocols with the crews. In addition to the construction services in this Contract,additional services included coordinating,identifying and recording the size,location,length,reading and type (where applicable) of every water service, meter, backflow preventer, fire hydrant, and fire service throughout the City. To utilize the smart features of the water meters, we had to get the longitude and latitude for each water meter location. Given the ad-hoc nature of some of the residential units within the city, we encountered challenging circumstances that were overcome by proper management and people skills. This project was concluded to a successful completion,with a tremendous amount of time remaining in the Contract followed by the effective management,supervision,scheduling and implementation of available resources. CITY OF FRESNO MAINTENANCE & REPAIR CONTRACT City of Fresno 12013 I T&M Project Manager The on-call service calls required a crew to be dispatched onsite within 4-hours of its request. This contract required the Contractors availability 24 hours a day,for 7 days a week. DIR 1100088461 0 WE R BUILDERS,INC. KEY PERSONNEL LICENSE 11055746 WWW.WRBCONSTRUCTION.COM 3 OF 4 We R Builders, Inc. f t 3746 Foothill Blvd.#304,Glendale,CA 91214 714.874.5275 I Operations@WRBConstruction.com e, KEY PERSONNEL NEZAR ALSMADI I EXECUTIVE •CONSTRUCTION PROJECT MANAGER ORANGE COUNTY GREAT PARK — VISITOR CENTER PAVILION & SOUTH LAWN PROJECT City of Irvine 12013 I $22.8M Project Engineer I Jr. Project Manager This project included the construction of a new Visitor Center Pavilion, and expansion of the Great Park's sports programs and other unique features along the 'South Lawn' of the Great Park.The positive economic impact from this project resulted to 15%of the parks footprint at the time,with the South Lawn portion of this project alone generating more than 50 full-time equivalent construction jobs for the Orange County economy. The Visitor Center Pavilion consisted of a new ground-up 5,000 Sq-Ft unique building that became the Great Park's first new permanent building. This building included features such as a large lobby, restroom facilities, concession areas, exhibition areas and office spaces. The South Lawn included features such as four tournament-quality soccer fields (encompassed of synthetic and natural grass) with professional light features,concrete basketball courts,750-ft walkable historical timeline walkway made up of pavers and thereby connecting the South Lawn to the famous 400-ft high Great Park's orange balloon, restroom facilities,jogging and exercise trails made of decomposed granite, 400+ landscape tree plantings, six ponds that became the parks firsts water features,and a state-of-the-art storm water collection management system with filtration and store storm water mixed with reclaimed water from Irvine Ranch Water District. The sophistication of the infrastructure improvements of this development included underground wet and dry utilities,electrical equipment and lighting, drainage improvements, irrigations systems, concrete and masonry construction, asphalt roadways, landscape improvements, and fencing throughout the project. The complexity of this project, in addition to the obstacles of the stringent regulations of the Great Park, this Project created unique challenges that required a distinctive type of experienced management skills to overcome such obstacles.The outcome of this project resulted to acquiring the 2013 Project of the Year Award (American Public Works Association,Southern California Chapter South Lawn Storm Water Management System). ADDITIONAL PRIOR EXPERIENCE ( S ) — CALIFORNIA I 2010-2023 Along with the projects listed above,Nezar's experience includes a substantial list of additional Projects relating to the Construction areas indicated under the Qualifications section; some of these projects are— • Caltrans Highway Realignment Project(sub to Granite Construction)—Underground Utility &Concrete Div. I $15.8M • • Failing Retaining Wall Replacements I Brea,CA I $150K • Concrete &Masonry Exclusive Contractor I Orange & LA Counties I $450K(in 2022) • Lot Grading & Drainage System Project I Corona,CA I $90K • New ADU Ground-Up Construction I Irvine,CA I $400K • Downtown LA Rehabilitation Project I Los Angeles,CA I $3.2M • Concrete Roadway Improvement Project I Cypress,CA I $61 5K • Pool & Balcony Addition Project I Irvine,CA I $500K • New Free-standing Patio Cover I Newport Beach,CA I $75K • New Free-standing Patio Cover I Laguna Beach,CA I $67K • Two Community Pools Plaster and Decks Replacement Project I Norwalk,CA I $350K DIR 11000884610 WE R BUILDERS,INC. KEY PERSONNEL LICENSE 11055746 WWW.WRBCONSTRUCTION.COM 4 OF 4 We R Builders, Inc. 3746 Foothill Blvd.#304,Glendale,CA 91 214 714.874.5275 I Operations@WRBConstruction.com - r tti ELIAS HERMOSILLO I SUPERINTENDENT KEY PERSONNEL RELEVANT SKILLS • 30 years of experience as a Superintendent in the construction industry. • In-depth knowledge of public bid solicitation processes and regulations. • Strong understanding of construction plans,specifications, and contract documents. • Proficient in coordinating and supervising subcontractors,ensuring compliance with project requirements. • Skilled in developing project schedules, monitoring progress, and implementing necessary adjustments to meet project milestones. • Exceptional leadership abilities with a focus on fostering teamwork and collaboration. • Excellent communication skills,both written and verbal,facilitating effective interaction with stakeholders at all levels. • Detail-oriented and highly organized,with the ability to prioritize tasks and manage multiple projects simultaneously. • Proficient in utilizing construction management software and tools to streamline project documentation and communication. QUALIFICATIONS As a highly experienced and dedicated Superintendent with over 30 years of experience in the construction industry, Elias has an outstanding track record of delivering successful projects on time,within budget,and to the highest quality standards. He possesses a deep understanding of all aspects of construction,from the initial planning and design phases _ through to project completion and has a proven ability to manage complex construction projects of all sizes and types. Throughout his career,he has developed a unique set of skills and expertise in all areas of construction,including planning, scheduling, budgeting,quality control, and safety management. He has worked on a diverse range of construction projects, from small-scale commercial buildings to large-scale infrastructure projects,and has always remained committed to delivering exceptional results for his clients. As a skilled leader and communicator, Elias has a natural ability to motivate and inspire his team,fostering a culture of - collaboration,accountability,and excellence. He is highly skilled at managing cross-functional teams to ensure that project goals are met and that everyone is working together towards a common objective.In addition to his extensive technical knowledge and leadership skills,Elias is also highly adept at negotiating contracts with subcontractors and suppliers. He has a keen eye for detail and a passion for delivering projects that exceed client expectations. He is a highly skilled and experienced Superintendent with a proven track record of delivering successful construction projects across a wide range of industries. He is committed to providing exceptional customer service,ensuring that projects are completed on time,within budget,and to the highest quality standards. PROFESSIONAL EXPERIENCE GENERAL SUPERINTENDENT, WE R BUILDERS, INC. Los Angeles & Orange County I November 2020 — Present Superintendent Responsibilities Include the Following— • Oversee the contractor's response to public bid solicitations, ensuring timely and comprehensive submission of bid documents. • Review project plans,specifications,and contract documents to identify requirements and constraints. • Collaborate with the estimating team to prepare accurate cost estimates for bid proposals. • Coordinate with subcontractors,suppliers, and vendors to ensure availability of resources and materials. • Develop detailed project schedules,including milestones,deadlines,and critical paths. • Monitor project progress,identifying potential delays or issues,and implementing corrective measures as required. - • Conduct regular site visits to ensure compliance with safety regulations,quality standards,and project specifications. • Manage project budgets,including tracking expenses, approving invoices,and controlling costs. • Communicate with clients, architects, engineers, and other stakeholders to provide updates on project status, address concerns, and ensure client satisfaction. • Supervise and mentor construction personnel, providing guidance and training as needed. • Prepare and submit progress reports,change orders,and other project-related documentation. DIR 11000884610 WE R BUILDERS,INC. KEY PERSONNEL LICENSE 11055746 WWW.WRBCONSTRUCTION.COM 1 OF 2 We R Builders, Inc. 3746 Foothill Blvd. #304,Glendale,CA 91214 v-=;,, i . 714.874.5275 I Operations@WRBConstruction.com 1; ELIAS HERMOSILLO I SUPERINTENDENT KEY PERSONNEL PROJECT SUPERINTENDENT, WE R BUILDERS, INC. Chino Hills ( November 2010 — November 2020 Superintendent Responsibilities Include the Following— • Leads the project team in planning and execution of project and revises as appropriate to meet changing needs and requirements. • Take off quantities. • Examining quotes with specifications. • Completing bid items,incorporating all costs,etc. • Submittals/RFI's. • Traffic Control Plans. • Contacting suppliers and subcontractors. • Minimized company exposure and project performance risks. • Proficient in mixing, pouring,and fishing concrete at job sites. PROJECT SUPERINTENDENT, WE R BUILDERS, INC. Los Angeles County I January 2005 — November 2010 Foreman Responsibilities Include the Following— • Manage project scope,schedule,and budget on all projects. • Performed excavation,earth-moving,rigging,and concrete work. • Performed demolition work,coordinated work teams using knowledge of location and level of charge,wrote orders,and crosschecked materials requirements. • Established traffic Control Plans amongst teams. • Subcontractor communications. • Change Orders. • Purchase Orders. ADDITIONAL PRIOR EXPERIENCE ( S ) — CALIFORNIA I 2005 — PRESENT Along with the projects listed above, Elias's experience includes a substantial list of additional Projects relating to the Construction areas indicated under the Qualifications section; a few of these projects are— • Concrete &Masonry Exclusive Contractor I Orange & LA Counties I $450K(in 2022) • Failing Retaining Wall Replacements I Brea,CA I $150K • Lot Grading & Drainage System Project I Corona,CA I $90K • Concrete Roadway Improvement Project I Cypress,CA I $615K • Pool & Balcony Addition Project I Irvine,CA I $500K • New Free-standing Patio Cover I Newport Beach, CA I $75K • New Free-standing Patio Cover I Laguna Beach,CA I $67K • Two Community Pools Plaster and Decks Replacement Project I Norwalk,CA I $350K DIR 11000884610 WE R BUILDERS,INC. KEY PERSONNEL LICENSE 11055746 WWW.WRBCONSTRUCTION.COM 2 OF 2 We R Builders, Inc. .< 3746 Foothill Blvd. #304,Glendale,CA 91214 ,.. 714.874.5275 I Operations@WRBConstruction.com ; x, SAED ELSAADI I PROJECT/FIELD ENGINEER KEY PERSONNEL CREDENTIALS • Bachelor of Science in Finance, Real Estate & Law from Cal Poly Pomona • Associate degree in business administration from Orange Coast College RELEVANT SKILLS • Experienced in construction project management, • Skilled in technical problem-solving and troubleshooting. scheduling,and budgeting. • Excellent communication and interpersonal skills. • Familiar with construction codes and regulations • Experienced in project management and leadership. • Skilled in managing construction teams and • Strong attention to detail and time management subcontractors. abilities. • Knowledgeable in construction materials and methods • Adaptable and resourceful in changing environments. • Proficient in Bluebeam Revu,and Microsoft Office • Knowledgeable in safety compliance and equipment • Excellent communication and interpersonal skills, maintenance. • Ability to work in a fast-paced, deadline-driven • Proficient in documentation and quality control. environment. • Expertise in data analysis and decision-making. • Developing &Applying Jobsite Safety Plans& Policy • Experienced in customer service and contract • Materials& Equipment Control management. QUALIFICATIONS Saed Elsaadi is an experienced Project/Field Engineer offering a wealth of expertise in overseeing and managing complex construction and engineering projects from inception to successful completion. His professional journey has honed his skills in project planning,execution,and quality assurance,ensuring projects are delivered with precision and excellence. With technical proficiency that extends to a deep understanding of engineering principles,construction methodologies, and industry best practices, Saed is adept at utilizing construction management software, including BlueBeam, Cost Tracking Software; Management/Coordination Software, and all the fundamentals (Microsoft Word, Excel, etc.),to enhance project tracking and reporting,thus optimizing project efficiency. Effective leadership and collaboration are central to his approach. Saed has a proven track record of taking a significant part in leading cross-functional teams and working collaboratively with architects,contractors,subcontractors,and regulatory authorities to ensure that project objectives are met within established timelines and budgets. His commitment to safety is unwavering, and he maintains an impeccable safety record on construction sites, diligently adhering to industry standards and codes. Saed excels in ensuring all projects are properly documented and takes initiative in document control for each project. He is skilled in adapting to evolving project requirements while upholding quality standards. Strong communication skills are a hallmark of his professional profile, facilitating effective interactions with stakeholders, clients, and project teams. His technical report writing, and documentation skills contribute to comprehensive project documentation. Saed is well-versed in project management methodologies, encompassing scope definition, resource allocation, scheduling, and risk assessment. His multitasking abilities enable him to manage multiple projects concurrently, consistently delivering quality work within deadlines. Hands-on field experience in diverse environments has fortified his adaptability and problem-solving capabilities. He is committed to continuous learning, staying updated with industry trends, emerging technologies, and best practices through ongoing professional development and training. Saed meticulously ensures project compliance with contract specifications and local regulations. His expertise in material submittals guarantees alignment with approved standards. His strong client relationships foster satisfaction and recurring business opportunities. In dynamic settings,Saed's adaptability and positive mindset consistently drive project success. DIR 11000884610 WE R BUILDERS,INC. KEY PERSONNEL LICENSE 11055746 WWW.WRBCONSTRUCTION.COM 1 OF 2 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://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationF orm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/P WCR/Search.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. We R Builders, Inc. Contractor Nezar Alsmadi By estimates@wrbconstruction.corn Email President, Secretary & Treasurer Title Date: 11/08/2024 PWC Registration#:1000884610 C-12 BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AMMENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations,Part 135* Economic Opportunities for Low and Very Low-Income Persons The bidder, under penalty of perjury, certifies that except as noted below, any person associated therewith in the capacity of owner,partner, director, officer, or manager(initial the applicable selections): Will ensure that 10%of all new hires as a result of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968; or Will hire no new employees in conjunction with this project. N74 Will award 10%of its sub-contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. Contractor: We R Builders, Inc. Contact Person: Nezar Alsmadi Contact Phone: 714 23- 4 9 Si ned: K/ Date: /08/2024 *Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub- contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD). Previous non-compliance with Section 3 could result in disqualification. C-13 EXHIBIT A DISADVANTAGED BUSINESS ENTERPRISE (DBE) This Project is subject to Part 200.321, Title 2, Code of Federal Regulations entitled "Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms." The Regulations in their entirety are incorporated herein by this reference. It is the policy of the City that disadvantaged business enterprises (DBEs), as defined in Part 200.321, Title 2 CFR, shall be encouraged to participate in the performance of Contracts fmanced in whole or in part with federal funds.The Contractor should ensure that DBEs,as defined in Part 200.321, Title 2 CFR, have the opportunity to participate in the performance of this Contract and shall take all necessary and reasonable steps,as set forth in Part 200.321,Title 2 CFR, for this assurance. The Contractor shall not discriminate on the basis of race,color,national origin, or sex in the award and performance of subcontracts. Failure to carry out the requirements of this paragraph shall constitute a breach of Contract and may result in termination of this Contract or other remedy the City may deem appropriate. Bidders shall be fully informed respecting the requirements of the Regulations and are urged to obtain DBE participation in this project, although there is no specific goal for DBE participation. C-14 EXHIBIT B DBE INFORMATION—GOOD FAITH EFFORTS Federal-aid Project No. 1811 Bid Opening Date 11/08/2024 The City of Huntington Beach established a Disadvantaged Business Enterprise (DBE)goal of 0% for this Project. The information provided herein shows that a good faith effort was made. Lowest,second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts. Bidders should submit the following information even if the "Local Agency Bidder DBE Commitment"form indicates that the bidder has met the DBE goal. This will protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. Submittal of only the "Local Agency Bidder DBE Commitment" form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement N/A B. The names and dates of written notices sent to certified DBEs soliciting bids for this Project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested(please attach copies of solicitations,telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Follow Up Methods Solicitation and Dates N/A C-15 • C. The items of work which the bidder made available to DBE firms including, where appropriate,any breaking down of the contract work items(including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms. Items of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items ($) of (YIN) Contract N/A D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved),and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: N/A Names, addresses and phone numbers of firms selected for the work above: N/A E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs: N/A C-16 • F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: N/A G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Results N/A H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): N/A NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. C-17 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted N/A (2) Signature(given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted N/A (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail C-18 IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted We R Builders, Inc. (2) 407 (Signature) President, Secretary & Treasurer (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of California (4) Place of Business 3746 Foothill Blvd. #304 (Street and Number) City and State Glendale, CA (5) Zip Code 91214 Telephone No. 714-874-5275 (6) E-Mail estimates@wrbconstruction.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED C-19 • • • _ .CAlt N lA A O.wi.# t EN7 )Vt ;.td5g.§,tt89 etdlvtdu• ai�uho •lira •aat��z•ar,�t�tetoffitirc4rnptel�diit�t�fratave;ilJns��tiy�fiheii��rfitY�th . sigit��tedttcdm t to!i ttcfr is:ce tifieatebatt cti il;and not.the tryibfnes$,a sra0y ofualidityat.thatd .. . .. . State Of CaI1fc rrtia . , Courtly. on 4`4111 j: 2 c,31A before rise:.'. . _. 7"tfe.ii.a'i • .. 5 Date Itare/insect Noine and i ee C1>�ff personalty appeareti,' — Afti%rre41 o.Sner(s ...:.- vvtiv proved•tc me on the basis`ot.satisfactory,,euideasce ba tse the:persons}whose.rtaan ,islare'sirtzs�itoed to the within.instwment,anr(acknowledged nie that helsheithey executed the Barrie hhlsiherltheir `authorized capaoty(ies),"and that by:histherltheir slgraature(s)on the:inst ument the.petiCirt S)Or,the:entity,. . . upon behalf'of.Y tiIctt the•person(s).ected,,executed;the inst ument t ce+rtii utsder PE lALT`l t}F PI RJUI 'undertlie _... Iaws of i#irs;Sta Of Caiifonnla.tFtat.the f+ regaiilg • vim;,,', t, t ..,ttsr t. I: ph•is true and octre4 ' .. •tiatary-Pn c,-Gt t1 ;.:,-=;. tcstu eV6 .. WITNESS,n"hand and offidat:s,•eat. . �' r:,3#� Cnmirtisstao#2�ii8641. 4 �r .I,tyC nli bgrfr. Gcr 73,.2Cxl • :Mace Nptgt1r,,, gal naltar Stamp Ahovt: :Sfgrnieare>t1f.ya tairy Publfc: OPTIC NAL Completing;this•inforrnatfon con deteralteratiorl.of"the document ar . . • frardulentreattrrchmentofthis:form to en u intended•docur�ien " . '`Description of Attached'Docum• ent• . :. title.ar Type,of Document, DocaameratDate: • . . .. . ...:iVuirttyerof Pegeet, r STgner(s}Otheelliso*arssed Above: • '• • • . t,"apacity{ies(Claimed-1*..Sigrier(s}'. igners'Nern* : ' .. .Srg S, nner' Nassu • • a Corporate Offcer.-:i Itie(s:. •.. : Ct: . tporate•Officet�..Tttte(s): • ' '• . Ct Parser.— 0 Limited.Cl_General:„ • • Ci Partner— 4 Limited Ct Cenerat Cl (ndIvictuai. - C Attorneyin Fact ,. -:.,Et individual • ci Attorney in:Fact Ct,,Trustee- Q:Guardian or Conservator.. u`Tnistee Cl..Guardian:orCo_nservetor .. . Ci Other` .. • • ci,Other, .. • Signer is'Represent1rrg: '• • ;Signer Is,Representing: • • ..... • ... 2019 Natlaaaal;Notery:Assoctation . List below names of president,vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners and managing partners: We R Builders, Inc. (S-Corporation) Nezar Alsmadi; President, Secretary, Treasurer & Managing Member C-20 EXHIBIT C LOCAL AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENCY: LOCATION: PROJECT DESCRIPTION: TOTAL CONTRACT AMOUNT:$ BID DATE: BIDDER'S NAME: CONTRACT DBE GOAL: CONTRACT ITEM OF WORK AND DESCRIPTIONDBE CERT NO. NAME OF EACH DBEDOLLAR AMOUNT ITEM NO. OR SERVICES TO BEAND EXPIRATION (Must be certified on the date bidsDBE SUBCONTRACTED OR MATERIALS DATE are opened-include DBE address TO BE PROVIDED(or contracted if the and phone number) bidder is a DBE) For Local Agency to Complete: Total Claimed DBE $ Local Agency Contract Number: Participation Federal-aid Project Number: Federal Share: Contract Award Date: Local Agency certifies that all DBE certifications have been verified and , / vy •� GFEG • information is complete and accurate. (�/ Signature of Bi er Date (Area Code)Tel.No. Print Name Signature Date Local Agency Representative Person to Contact (Please Type or Print) (Area Code)Telephone Number: Local Agency Bidder DBE Commitment(Construction Contracts) (Rev 6/26/09) C-21 PLEASE NOTE: This information may be submitted with your bid. If it is not,and you are the apparent low bidder or the second or third low bidder,it must be submitted and received as specified in the Special Provisions. Failure to submit the required DBE commitment will be grounds for finding the bid nonresponsive The form requires specific information regarding the construction contract: Local Agency, Location, Project Description, Total Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs.Prime contractors shall indicate all work to be performed by DBEs including, if the prime is a DBE, work performed by its own forces, if a DBE. The DBE shall provide a certification number to the Contractor and expiration date.Enter the DBE prime's and subcontractors' certification numbers.The form has a column for the Names of DBE contractors to perform the work (who must be certified on the date bids are opened and include the DBE address and phone number). IMPORTANT: Identify all DBE firms participating in the project regardless of tier.Names of the First-Tier DBE Subcontractors and their respective item(s) of work listed should be consistent, where applicable,with the names and items of work in the"List of Subcontractors"submitted with your bid. There is a column for the DBE participation dollar amount. Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If 100%of item is not to be performed or furnished,by the DBE,describe exact portion of time to be performed or furnished by the DBE.) See Section "Disadvantaged Business Enterprise (DBE)," of the Special Provisions (construction contracts), to determine how to count the participation of DBE firms. Exhibit 15-G must be signed and dated by the person bidding. Also list a phone number in the space provided and print the name of the person to contact. Local agencies should complete the Local Agency Contract Award,Federal-aid Project Number, Federal Share,Contract Award Date fields and verify that all information is complete and accurate before signing and filing. C-22 EXHIBIT D EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder We R Builders, Inc. [proposed subcontractor N/A ,] hereby certifies that he/she/it has , has not x ,participated in a previous contract or subcontract subject to the Equal Opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that,where required,he/she/it has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently, Standard Form 100(EEO-1)is the only report required by the Executive Orders or their implementing regulations. (eeoc.gov/employers/eeolsurvey/index.cfm) Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Signature: .:' Date: 11/08/2024 Print Name: Nezar' Ismadi Title: President, Secretary &Treasurer C-23 • EXHIBIT E NONCOLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Zone 2 Curb Ramp Installation To the City of Huntington Beach In conformance with Title 23 United States Code Section 112 and California Public Contract Code 7106 the bidder declares that the bid is not made in the interest of,or on 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 of the bidder or any other bidder, or to fix any overhead,profit, or cost element of the bid price,or of 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, any fee to any corporation,partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above Noncollusion Affidavit is part of the Bidder's Proposal. By signing the Proposal, the Bidder has also signed this Noncollusion Affidavit. Bidders are cautioned that making a false Certification may subject the Bidder to criminal prosecution. Signature: Date: 11/08/2024 Print Name: . Nezar lsmadi Title: President, Secretary & Treasurer C-24 EXHIBIT F DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The Bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated with Bidder in the capacity of owner,partner, director, officer, manager: • is not currently under suspension, debarment,voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred,voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgment rendered against him/her by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility.For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Note: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Signature: Date: 11/08/2024 Print Name: N at-Alsmadi Title: President, Secretary & Treasurer • C-25 EXHIBIT G NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. 2) If any.funds other than Federal appropriated funds have been,paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed$100,000 and that all such subrecipients shall certify and disclose accordingly. Signature: ;mac Date: 11/08/2024 Print Name: Nezar smadi Title: President, Secretary & Treasurer C-26 Bond No. n/a BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS,that we We R Builders,Inc. as Principal, (hereinafter called the Principal), and American Contractors Indemnity Company , a corporation duly organized under the laws of California, and authorized to transact a general surety business in the State of California as Surety, (hereinafter called the Surety), are held firmly bound unto: City of Huntington Beach 2000 Main Street, Huntington Beach,CA 92648 as OBLIGEE, (hereinafter called the Obligee), in the sum equal to 10% % of the accompanying bid of the Principal, not, however, in excess of Ten Percent of the Total Amount of the Bid for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. • THE CONDITIONS OF THIS OBLIGATION IS SUCH, That, whereas, the Principal has submitted or is about to submit to the Obligee a Proposal or bid, dated on or about the date mentioned below, for: (1) the performance of the designated work, or(2)the furnishing of the specified goods, supplies or products,to-wit: Zone 2 Curb Ramps NOW, THEREFORE, if the Principal shall not legally withdraw said bid within or at the times permitted therefor, but shall duly make and enter into a written contract with the Obligee, in accordance with the terms of said proposal or bid, or any amendment thereof acceptable to the Principal, within the time permitted therefore after such contract forms are presented to the Principal for execution, should the Obligee award the Principal the said work or contract or any part thereof and if the Principal shall give bond or bonds for the faithful performance thereof, and/or for payment for labor and materials going thereinto, as in the specifications or contracts provided: or if the Principal shall in case of failure so to do, pay the Obligee the damages which the Obligee shall have actually suffered by reason of such failure, not exceeding the penal sum of this bond,then this obligation shall be null and void, otherwise to be and remain in full force and virtue. PROVIDED, HOWEVER, that no action shall lie, or claim be enforced hereunder, unless the award on the basis of said bid shall have been made within thirty (30) days after the formal opening of said bid, or within the time specified within the bid provisions, whichever time shall be greater, and unless the Obligee hereunder shall give notice to Surety of said award at the time of notification to the Principal; and unless legal action to enforce any claim hereunder shall have been commenced within six (6) months from the date of the formal opening of said bid. . , i , , PROVIDED, always, that this Bond shall not be valid and binding upon Surety unless accompanied by a Certified Copy of a Power of Attorney authorizing the undersigned Attorney-in-Fact to execute such,a pond, the Serial Number upon which Copy of Power of Attorney shall correspond with the Bond Number set out above. I I Signed, sealed and dated this 8th day of November , 2024, , We R Builders,Inc. Principal 'dame By: 4Ir rincipal American ontractors Indemnity Company Name Company By: �,�,, — Attorney-in-Fact Pietro Micciche . . • • : . • • • •• • ciumontitik Al-L-PURPOSE ACKNOWLEDGMENT CIVIL-CODE:§1189 . . . • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the docirmatittO Which this.Certlficatelsattached,andnotthe:truthfulness,accuracy;oryalidity ofthat document. State ofiCollforrii4.. COtirity-.0f Los Angeles, . . . Qr,. NOV. g 7f)/11: •before,The,• Angel Nunez, Notary Public . • Date Here Insert Name and title of the Officer • personally appeared. Pietro Micciche • Name(s)of Signer(s) • . ,: • . • who proved: me on the basis of'satisfactory evidence to be the .persono* whose'naMe,($1.10,00, • • subscribed to the'Within instrument and;acknowledged to me that lielAkeiftex executed the same in • . hisitEdbiksothOtitod capaCitY(te0,arid that by hia/ltet ttliKksignattire(g)on the instrument the person , Or.the entity.:,upon•behalf•Of•Which the person tr4 acted,eXectitedstfie instrument. I'certify under P.ENALW.OF PERJURY under the laws, Of the State of California that the foregoing paragraph I t bile and correct. • • .WITNESS my .-rid official seal. • ,.;80451--:,. Notary Public•California .e.-..„.*; Los ttnieles County ! •Signatu/r: r Commission 2482770 Sig/ION/7a o ary Public My Comm.Expires Mar 14,2028 • • • • • Place Notaiy.$01.Appnip oFitiONAL. . • :Though this section isoptiOnal, completing this information can deter alteration of the document or • fraudulent reattachment of this form to an unintended document. • •• , • Description of Attached • ;:• ; Title or Type of:Document • • bocUmerit Date: Number of Pages:: • Signer(s) Other Than Named Above: • • Capacity(es):Claithect:bif • Signer's Name . Signer's Name: D 0.orTicsrete....otridoe 7-•Title(s) U Corporate Officer — Title(s): ' O Partner '0 t..irhOd 0 General 0 Partner El Limited 0 General 0•Individual Attorney in Fad 0 Individual 0 Attorney in Fact: 12.TrUttee El Guardian or Conservator U Trustee 0.0uardian or Conservator 1:1-0ther: 0 Other:: Signer IS,Repretenting: Signer Is Representing: • • . . . . . . .- . „ • 02014:National Notaty Association ,.mlow,NationalNotary:org•1:-130.0-;118 NOTARY(1.-8004376-6821) Item#59t17 .. .. . ... ... ... .....„. .. . . .. „ ..... :',1••••:, •:::'-:'"•''''',•,••••?,41:7 •.,-<.• ;.• ',,,,..111„,,!'i ,..-•.,;,T-'•••ii•-!•'' '••-...•1:•.:,i, •"',::::.'.:::.•,' •••!1'; '•••••i•:,•••••• •;:-•:',•:•:.• "zi-::•."i•;•.•'.--" :,..:. ..,1"-!,.:,','''•••' -',,•":,:l•-• ,).:: '•::E':....,-'........... ...„ . • ,Ilip ..„..)1,......!, ...H2,4,i .,,:, .,,,,,,,,.,,,i,.,,:. ,::..,:,,,,,.: ,,. ,.,!:i,„, j„1..i i:t i y.,:,:.,,,j:!, z...,..,:.....i,,11.,,;;.,:!'",i.,,.•,::","..„,:...,;,,:::::;,,,,,'.::-7,..,:',ii.-:;:t '''...'...5-.,••:•••-,'•• ...;P--;-;]::•.1::.,:1:i,',:•-•',;:.,-;::':',,,„ -...:--- ,.1.:.., .L.,, -:;::; .;.•..., TciKi0Hivi. K.. il.:•.:jrr...,7,..:;;:-,....,,, .....:-.::,•,..,...i;.iil-,1:Q• ,..,:•,-.,,,,,-,•.;.-,,,,::,1,1,ii.:. ;:',-.:,,,.,,,,I-1;:i;: ..,-.:,„:i••1,.' ,q1„.- ',E'':'' •:1.1!::,..,i.i i•..,,. ',..;!i:,::::::;;:..' .::,Iii.!,,..-!..,,,,,,i,:.,,,z,,iti,...::.,:..,:;!!,„,•!.i, H Ct • ... ___-. ,_ '.1.,-;1:-.::2 ‘,',.:.:.1,..,,••• ;:.:•.:: ,c,.-.:,, '','-';'.:.i,.:•• ,•,,::;:; ,,-..•-:•'..,,!:-,:• ,--.. .,:....:'"•:•' ,,:?;:•,`,..::. ::•i•:•.:.!•:!: ••••••,, .:,,,,„ ,,,,,,,, p,,,,,..,, ,.:,•,,,,,,,,•••..,:,,.,.„ ,...:,,:, ..i.„'1,.., povvtERpF Avp.,:17z ;.,, ,.)(:.„. :iLiii ,,,,.,... .., ),.•,-,„.. ,.. .4.;:i . V!:"'!,:,.,U..,ii.i.. '-•'-'•••......1,, .,-,,,,.'i••,..11•,'•"_• :...:.::;.:.'•• ••'...... •"-CONTRACTORS 66101*COMPANY t5Ana4r,pyAN11.;ONTRAPTOn-,i,.., ... ... ..-- Nr,...l'EXA .otyrwING COMPANY q,•::!,/bislittiti...SfATES SURETY COMPANY U S SPECIALTY listSlik.INSURANCE COMPANY ,..,.• KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding , -Company,an essurried„harnaofmerican Contractors.incle.tr.injty Com any unite States,Surety Compahy,a Jytarytanco.....rporatioh.arid;.. .,,:i.,,,,,,•,,,. ,,„_,..,,,;..,. . Insurance-.'corfOeihr.,a Texan pocHLHrpOr4t1o.•ri.-.',1:ColleetivelyP, th7.aiit).,..C..;?..r1.1.1..,,'...$ari jOrS...','!...:..,'':...',j•i:..4,,,1Dy the4":„.4p,6;i1::::ret.li.,..*.,..! fi:0n stitute,a7.,,, U..$:,:Specialtys. ..,..: ...,„,„ , ,...., •,,,,,.„,...,. ,.,...„: .•:,!.,..pi L...,,,,,,,,:i:. , h, appoint ',;,..,,F, ,::';:.:'-..-••'• :,:.i,,.,..-'., ,i,. •.". ,..:..•:.,:: ,..,,:,i1,,,,• ;.,:, t.1...;" ',..:,,J-.0 "q;...,,:J"• PIEYRC MICCIOHEOf LOS ANG-ELES,CALIFORNIA . . ,,•:itilrue.,and 1k04-,,A.tt6rn'4,y-cai.;•L•tilapt.,,, eactf,..,i:h:ihejr.".--:Sebaf*e,:•:40y .capacity if more thaii,..ohe:',.i- iiamed abOya.',I.WitjiCtti power and autb,bqtyys-1.,y1z..,,!::,,,i i'..'.•• P.'..g '.!liieiibi:bonferrediri itikrialacafind stead: .'.....'6. ejtaC4tta;I:aOlk,b,...OWledge e..ti0•!::61.6.0e.:404i:-00.4?411 bond64i..racijgn.jzail:d..,.,s;.ynderta undertakings ,4,.L...a,:.,..,....,,,:.• ,..:.,j .••••`".. -6f.Other instrtirrlentCrcCritraits of suretyship to include riders, arriendinetits;,.(iiiii.ConsentvtOf sUrety; provtding the bond... Dollars( ***$5,000,000.00 ). *****Five Million penalty does not exceed This:f',.ower ofAttorherk,„411xpirfe,ithout...furt hey action oh J.en...oary 31s,t„2.....22,3:T:hts,.:power,,6.:.f.Attome ,ia...,g,ra...2,turlerr,.:„.77c1by auth„.:7.::.crlity, ":',..f...,..rett.....,...1_.0e CoMpepies:7 .1.!i;,....,, of.ii*.f011owinO.T# 01411pp ,.'gd90,1:,Py the 815....,..a..:(6a. .:, ri.i nit of t ert.O.ty'll.4.iilffie*d is herepi, 64 Resolved.that the:PreSiCiehtierty'vice-PreO0erif,•rt ,, , . ,. , ',N6iii4Vite-Presiaiiilt:a*S*dfe*rt or any Assist‘i, vested with full power arid authonty•to.appoint any one or more suitable,percons.as mit6rhey(a)4r44'act to represent•aericradtlafanO"ort behalf of th6. Company subject to the following provisions: ,Aftc.rnpy-in-Fept.muy.heirn11411,1.puwpr and authority forand irbtha.marne of and•on.beholf.ofthe;pcirrpanY.to execute.,a.,ckdnP....,w ilidg.P.,:rinil.d,;.adileclivoenrg170.,1:;:-...(r..?:,!p.i.,,,,,:,,,,t, d•allbonds 'jfiCOgrilianbes ,.c.Ontracits, agreements agree .'eritt.6„t'ihaaM.,,oilWaiik_other OehOibb0;:br-''64111j#M,.,Oridertak. 0 ,:langdiPalT.!dttitIsta, .,•!,,an .„,.... . ..,4, .„,•,:percentages andfm.finalestithate op,aogineerinO:.:.'0):1 ObbsfrOdi tiori.PontFacts,and.any ,.. for the release of . rittidocumen*T. ...:'''''''' '''''-anCeling or terMinating"the Cbmpanys liability liereuhtfer,arid'ariy-Such instrurnents so'aXeSuieti'by'iny such AttOrney-in4act sha11h4hinding upon •'.".'•,••,' ';:_'' the Company as if signed by the President andh sealed and by the Corporate Secretary. , .Bel Resoived.,that4he;eignatora...pf...any aut phze . .,..,ah.,:ct,seal of the Comparty_heretpfor,e,or.hereafter a ffi,,x....e dibto seala ...6phoawiie,itirio.lif lid andattorneyboi rir ojahnoys,,....,7 f.....tt rii6 or certificate ificatebearing TPc#010'44F'091:e or f°9791 ;,:...:.,.- ,.-„ii,:-:i'''ii•:: -„,...•1 ,.1:,]: ,,,,:, 1-".1.:, .,........i r';•:, VA Cettiftcate relafihg'....''Jberefo,A).Y,tiotitti„iie,;.and anY;poWer9 4.9,:.1....,. ,., „... ,,i,....,1,1...... ....,,:-i the ComrfahywifkreSIPe'Oloian' y•'••bond ori4n.de:rti...kh...q'.YW,pI0raq;!p,attacheu.,-...: ,.. ,... 1,.,i, ,,,,,,,,i,..,,,.,,,,,::,. ,,,;.:1, ..,,.jil:3...:,,, ,i,.c..i.,/, .,..sxz...: ,,,.,..... , „..:.., ,---.- ••,,,,I,' 41Pori-.. •-•.t.:!1.„•;;;'' 1.-.:::ii, .,;,>" IN WITNESS WHEREOF,The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this ... _s...... ,......4.st,day of Dpruaryi...?0,?4,, oari,„•/,',.?1,,,„i''-.'r,:'".'•.:'"',IS.ii.i'.:...... . .i,'.•,;.:'1..'::,.,";..:.ri:-;,-ga',;!-'::,.-.t;.--A,0'-4'.,...c-S,S'.cEt:i,."!:'-;c":'•r"-dft"•4I•'4-4:5,:4,'':''.. f',',-..!..:,'', ".',0q.'.'.'1'--;-C-,,''.'.-'i"4•-.-''''$5--',''4(‘',.'s'/.i....gA,,w,.n.,..1.i—..i tu9i..i:"'"4"iI;V.,/I,1,.x.;'iI.oi-:2;-;-'.:.•1'4•1f••:::;.,.;,,i_li.;..';,:p','''-.'-pF:-,.-",'‘i.:c.';.'">'1,,,i,--,i;vo-V„f•,•,g,•,.\.4:4.l-."e.-,"'-?'.`..'.I0„...04 AR,.,..,,,.•.g.';.,t,','00,-':•,...,., *. -1:--:,..H•. sf,N,,, p,.i.,i.ti-[ i,.„..,t,,T,..,.y.i.•. p:,.....V..,.P4,.,„,,„.. NY,TEXA q ‘ 0e! & - BoNbioatompANY UNITED SATES gotEOtompAN,,t * fbmf * us SPEOALTY34SURAN A41 No 0 0 ; -; / . 0 I P Auiler ice President I . , . : . *„;441-0,0,:, ..,„-:.,.•.,i.,::T49S,i,.itivioo' ,.,;.::n,•-,,' ':,iii.:.f:'i. :•.-.,.'111,".(--',. .•-•„. .....•. ::'..' A:...A5N:trani'rje.nP:lun"blicr o'''t'l.i....a;.1.'on;'•'•Ce.i:427•1!Oe'r;pletingt his ckrtlfiCate'vefities only theidenfitrOf the individual wheiignedthe'dOdiffrient to which •,.,.. this certificate is attached, and not the truthfulness, accuracy, validity of that document. i.2: .4,: ...•.:;,1-,m%,.., ';... •-:?Eil;,:•... ,.:.•.:,•:•i i'l:;j1,•.1;, a.. :, .4--.'•ii.•,, ....:,••,....!,•-•;',... \,:•••• .(..,.::.7 ....... ,',-).: . ..,..7.,i...:..:,-.:.. :P,-.. 4!..z. '.--7' '::... i2' .!'Ik •,!'i...,:,:!' .--'-7'...',..•,:,,. i.: !., ..':,:" i:,•.':i qi ...iini -,:!.:!:::: '!,:,.: F.; ..-:.;:>;.;_'..-...., •i,': V::::•i-in,.. .:i.- .,..:E,.!.. ,:mi.....11•:.1', f.-... :-.:,::K,. -,,:.:1.::..,' ,,..,,,,' .i:E:-i; ...i!. -i i.! :1:iii!,i .j: .;:,..lii.. ,-,. .i,.....:-. ..- ,,-,•.,..i...N,..:, v::.:n.!,.: v,... p 6t6iesl-SiA Califoil)kF FAI.,..4 i..111A.,i111i .. :1i. ' :•'!'. 6. •:: 1: YP'.F.-•''. bciiiiiity of Los Abgelei.....:.1,., ',:1,,,-i-,,,,.,.. :1,11:,.:: -.,.,i!;,,,,,.- ,,,,,,;.,,,•;!.•-• iki 1 t day df..Febtuary_ 02..4, before me,,P, 1-10.efi0R. notary public,. perponatly appeared Dahieil,,Fd. Augusilatr,oyeigealtPyreinssidueranntoof .,-•1•:• -• s.'9r1,. 's .,i'a riiiiiiitbm • .,....,,:..'''-'&i'ArtOr! n C°r#04tir.- 9 r..., panii.1-1-aiaa.'8001.0:9:10ippany,,;:b1-04.:. *p*s orply....Compapy.art..., .•:i—,....-- 1 ,i,... i:,... ....,:.,.. Company who,:provei4.19-irr*:0.,,.*..basis ofi-a,atiSfe,...Ct,.....6.,6r, a9daho:a to be.lhe,berSokiWhOSe.,hre is subscribed'to the with instrumem ..:,•;::,..,,z,i,,..:,,,,,,„, .. •-''''' ••'-a:ha'aCkhoWl. edgeb'to•Malhaitt ja-•*'xecuted ttia..came In hiatatithbrized cabkity"..,--incl that.bytils signaiii4 oriifielniriirtiak the pert6h, or the entity upon behalf of which the person acted, exectitad the instrumant;:, z:....„,„ ,.,,a.,:,,,....r,e.t,, .,v,,,,,, . .. ....,..4.. ,.,.... r.ii:•i .-..,:7::,,:, .:-..-; ig.',•,:•,::.,,. c.,..'.. i:....:.; ..: ::'3.:i...', .:i.'•-,.. • c l'ff ,' i0iiit:th'eforegbing parE000:.,;is;q!.,i' r. 4.;9.-T---'' t brOERJiliRY und."6,r,atieiewk , ..,,:!,..1.• .:,...,....17,:dertrfy..;linder`egtIN,... r .,.„,.,„,: !....,. ot1.0:0;pple of ‘19:T,.,,:::.:. 4;,,,,,!,:iti,..d.:,,,,,T, .•:,!,,,,,,...,i, ,,,,,,,,, .,.:..,:.,J.. ,..:.,,,,i ..4,: :•11 i:: ,4.P1:16 :,i;;,' '''' .W I:,. :i....:1,,.. ''.il ::' ',..';i.''' ':',V,, .:P WITNESS my hand and offi ' I seal. D.NøtLry affroads ... ,,, .... ;,;:;;;,. .,,, .*.. P'.., „.4:..;:.:::.:.,:..4:*.i,,.,:4:71.F.,!.;!40,015100'.1.61.,:.A"Mr6/491"21/5/.#11'' ':,:; .;,.'4'. .VZ,'' .....:. :,...-, — -...4.(skor... ' •:;.'...'t,1Y l'-'u i;:Sighature•••:-.•:-...,--:. ,,---- ,:•:, -,:..,,,,-• ,.•.:' ''.'. ..-'....'-ii.'• ,,..:,..% '',:i:,Rvi,••••i.:,..--,,,,' '',,:.'li,;-,' '.r..- '. ..— ..;,••,..v ,:,.„,,,,. ,.:•::,,,,:..t,,,s;i-,,•;:,.;:..; •••:.A., ..,.'.',!:•.,"..,:ig., ii.i5,i L:y.';'.:.'.. T,:eF N'rn'.'.:'::'''' i'•;,0'....!::',:':V .,'-tIT:' '''.::'.n.,' %.-...:i Dir eC 1?1;S.H:d I, Kio La, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Compandy,coUrrneiteedcoSptyatoefsa Spuowreetyr...„.. ,... .„.... ,Company and... ...!..„§P.p.cialty...lPFpnce Company,do here,..Py.„.9ertify that the above. and,foregoingreissoali4;9102aonliiht.[IE!. .Boards of..„,,-;,... ....,. Attorney,af: eXacOted::'by,Sa4.Com6an , .`.`..ri :.....:',.',.'ffill in a -fi14t-T,Ci;:7 and'effect .i.f.:4iii7/i.:: -i...,,.,:'..:,_h:., ,-,:v ,:.,-.c.•!.:'.. ,111:;1: s61..-4.itji:i.n the Power bliiAtt 6i-hey;:#1--#:iih full forpf.av::;ah0,....., ,..,,,..,.,,e,,,r...,,,,,,,;,, .,.,,,,,p, ,::.-;o "...,s::.1•;);.: :..g,:r-1.,...- ....;'.. :!..E1. l.- ,.i ,i, .. InF.Witness Whereof, I have hereunto,.',sat Mi. .....ar).....(1:-,....-_,r,d..fat-fiqxed,i,t4ha.seals 6f. said Companies a.,,t Los.. ,.. .r7..e.Angeles, California,„ . ..,,,...th4is,., ,,. .,....,....:..,,,.:, dav,of,••:.W Mize/MVO( It.:_,.._. '-';:•...,1,-,-,;',„ ••.:,-...",,,,. ;.'.,:;:, -444 • .,,..,-•. ,vitiii,exiii,'1,. :,-.':, ,,:i.',.0!",-A"!p2,.*,,„ -- : • .,..:: • 'i•.S..'',.',!';.v,. 7-..".;,'„, -',:',,.!:',,,• ..1-::-1 i-:;.'il •-• ,...1':.:,-;i:.,. ..: . ..,..,, .'.:A,,,.:„.,. :,...;],? r. iiN',!•:•'4N:'-.;Z.', ,•-' -o;-9.24".‘.',',:',,,4t,tift,tt...4.; ;',,, A',..; -4.:,,i ...,-, _:..7:. ,N NiOpo.,';'!''i..3'T,.;:' '--‘.ii::N if\ !:J.::,),.:,i f;',i-:%,,.15:,. ,_ .,,V-.,:i.:r,..',:,..)v.',0%61-,..-.-°*,:s 14-!lkxt%s,r* 4- ls .--Kio Ler A.ftt-nt Secretary d'No. v:.,;ff,. /.,''1',.;.:' ' . ''.'''' 1 2,(,.....,.,!..- ,.A '%F. ..r-TIt'-7'.0,,Sagrai 0,0 4111 •Icif.,,ii ), jg 1 ....' -Agency No. 3057 ---.... , . 4,11.4;0..4. i ..H-,c2( ; • . ce iz / i iil,ft,.... v- ,,,.., .., t,ef t5..To:,, e-i..,--.. -.,..,•• \ i.c.:7 r%,.....% .- ','''VV,.. ,_ •giS%tlk.:, ...:',Sro:'' -..k%'',.,i:li, w4.4.-- .!..?,:':!,,t;•,,,;;;;;,...-,/ i ,7:,,, .ii.::.;.::? .. . ;1.i:i! 0A62:12,6N ..:,''':.:'i!'„'.,.,g•:;:': ,," 6 :'.. 94•;:6PVC/;.0 .;,*,i'i;1:4..,'Aiss::.'-,:: •,'.',?'94. 'Iti0° zi".4.1. ;-,P*'.i. .: :, -:-.;:1';::-;,,\ .:a.'i,'''''.:".,'''*. s-1!;;r :.:',:," .ii:!..:•-•*:'''•;..:::::i;:i.,.;.t..:.1.':,,• i NI,4„MORttgior7 '::;.;;,.',.:,`Mitgo....4f '-1"140.04'••i':,.-..',.::• !\,';,1'-1':,i,:i•-,`...:;-:::.]!,:i1j,....„:n,-.,,,'f,',i- ''',:i..i.:•.;'' f,-.1;.' -...t::1 ':,'rla.:-:-'.. .',- .."11itrttieotNsutety for more information • 9.:-Q-:';' ....,.2, ::•:i:,i....:,-: ;-.. ..-.?,::'• •••:.,.,,„;:.. ...,::::.:- •,..:::,.-:,••••,:v ' 4 , '''' i. ..•:'''. r • • . '-,-,.. :...! .•,-!',:-':',•:... !,''';' 1::'.J.,'...cl :,,,m ..i-..:I i.!., Af•-:::.'.•;',:!•..,. .!,3 I , ,!.:, .;!,i , ii., .i.i.?,..:,,::. ,::.•:: .!.:-.., ::,r. :,i,..: ,..:i: 4. , -....... •:-.„. ...„.:„...... CALIFORNIA 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 n 1 County of Los C'"� ele-S _ On N 0) 1 ��-Lk before me, L_-GvMt•eS f-`ff VAC��J N 0``�`r s'-'9 4D1 C Date Here Insert Name and Title of the Officer personally appeared �'Z c' %SAC C� 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 LAMES ALSMADI �. Notary Public•California paragraph is true and correct, Los Angeles County E _ •�r„+r Commission q 2466697 WITNESS my hand and official seal. •%�• My Comm.Expires Oct 28,2027 Signature ..ems% Place Notary Seal and/or Stamp Above Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer—Title(s): 0 Corporate Officer—Title(s): ❑ Partner— ❑ Limited 0 General ,❑ Partner— 0 Limited 0 General ❑ Individual 0 Attorney in Fact 0 Individual 0 Attorney in Fact ❑ Trustee 0 Guardian or Conservator 0 Trustee D. Guardian or Conservator ❑ Other. ❑ Other. Signer is Representing: Signer is Representing: U2019 National Notary Association �czw•. W e. `�v��\ cs 3-1`AL . off,:\� 3\v � - 30(A GAe_v\""-- , Cs. G l2\ _icy beacei 11 /24 ;'ublic Works]Engineering 0*r -:o ' '°1` '13 Box 190 W00 Main Street Huntington Beach,CA 92648-2702 ca, \ 0 SECuR3.��( -ro KaV aFe ��v Name '. ZO trve Cu s-6 czcam.e z Y, s\-c k\ c.\--ion, CC_ re,+A NOvLr r $, ot5)-4 c - \O'.Uc Arn