Loading...
HomeMy WebLinkAboutCrosstown Electrical & Data, Inc. - 2025-03-18 RECEIVED BY: CITY CLERK RECEIPT COPY n Return DUPLICATE to PYI r 4-P'1/ `-a N City Clerk's Office (Name) after signing/dating S /r 3 / 2. (Date) Q CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk / DATE: /7/ �S SUBJECT: Bond Acceptance I have received the bonds for (irr1J-47/)4.17-/ "t Wi../ 41�1 , // • (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. 3 to?-3'LGg Payment Bond (Labor and Materials) Bond No. 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 //9/9c- (Council Approval Date) CC No. Agenda Item No. ( 1 " /39 MSC No. City Clerk Vault No. /6/t .'57-) Other No. SIRE System ID No. /7'�'L1/7-3) g:/forms/bond transmittal to treasurer CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND CROSSTOWN ELECTRICAL&DATA,INC. FOR CC-1622 Bolsa Chica Street Traffic Signal Synchronization Project 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 CROSSTOWN ELECTRICAL&DATA,INC. ,a 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 Bolsa Chica Street Fiber Optic and Traffic Signal Modifications from Heil Avenue to Rancho Road 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 • 16-5195/City Funded Construction Contract.docx—revised 04/2016 prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY,and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK;PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms,conditions and obligations of this Agreement and the Contract Documents(as defined below in this Section), has inspected the location of the job site, and the conditions under which the work is to be performed,and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents"as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; C. The CTITY's standard Plans and Specifications and special contractual provisions,including those on file in the office of the Department of Public Works of CITY,and any revisions,amendments or addenda thereto; 2 16-5195/City Funded Construction Contract.docx—revised 04/2016 D. The edition of Standard Specifications for Public Works Construction, published by Builders'News,Inc., 10801 National Boulevard,Los Angeles, CA 90064, and all amendments thereto, written and promulgated by the Southern California chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee as specified in the particular Plans, Specifications,Special Provisions and Addendum applicable to the Project; E. Bid documents including the Notice Inviting Bids,the Special Instructions to Bidders and the CONTRACTOR'S proposal,(which is attached hereto as • Exhibit"A" and incorporated herein by this reference); F. The particular Plans, Specifications, Special Provisions and Addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications,shall be of lilce 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 16-5195/City Funded Construction Contract.docx—revised 04/2016 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement,subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed Two Hundred Forty Two Thousand,Nine Hundred Sixty Seven Dollar,Eighty et Dollars ($ 242,967.80 ),as set forth in the Contract Documents,to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten(10)working days after the Notice To Proceed is issued and diligently prosecute the PROJECT to completion within Sixty ( 60 )consecutive Working days from the day the Notice to Proceed is issued by DPW,excluding delays provided for in this Agreement. S. 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. l I. 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 Nine Hundred and Twenty Eight Dollars ($ 928.00 ) per each calendar day's delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the patties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the event of and by reason of such delay;and CONTRACTOR agrees to pay these damages herein provided,and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. 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 fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed,but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen(15)days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12. DEMANDS FOR ADDITIONAL TIME OR MONEY. A. Definitions. (1) "Change Order"means a document signed by the CONTRACTOR and CITY which authorizes an addition, deletion or revision in the work, or an adjustment in the Compensation under Section 3,or the Completion Time specified at Section 4. (2) "Demand" means a written demand for a Change Order by the CONTRACTOR for any of the following: (a) A time extension; 8 16-5195/City Funded Construction Contract.docx—revised 04/2016 (b) Payment of money or damages arising from work done by,or on behalf of, the CONTRACTOR pursuant to this Agreement and payment of which is not expressly permitted pursuant to Section 3 of this Agreement; (c) Payment of an amount the CITY disputes; (d) Any disputes and other matters relating to the acceptability of the work performed or the interpretation of the Contract Documents; (e) A request for a time extension or additional payment based upon differing site conditions, such as subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents, or unknown physical conditions at the job site,of an unusual nature,differing materially from those ordinarily encountered and generally recognized as inherent to work of the PROJECT;or (t) 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 1 of the Government Code. For purposes of those provisions, the running of the period of time • within which a claim must be filed shall be tolled from the time the CONTRACTOR submits his 10 16-5195/City Funded Construction Contract.docx—revised 04/2016 or her Demand until the Demand is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. 13. VARIATIONS IN ESTIMATED OUANTI I hS 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 7 and make such adjustment for extending the completion date as in its sole judgment the findings warrant. 14. PROGRESS PAYMENTS Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, five percent(5%)will be deducted and retained by CITY and the remainder of the progress estimate,less the amount of all previous payments since commencement of the work,will be paid to CONTRACTOR. When CONTRACTOR has, in the judgment of DPW, faithfully executed fifty percent(50%)or more of the value of the work as determined from the bid schedule,and if DPW finds that satisfactory progress has been and is being made, CONTRACTOR may be paid such 11 16-5195/City Funded Construction Contract.docx—revised 04/2016. sum as will bring the payments of each month up to one hundred percent(100%)of the value of the work completed since the commencement of the PROJECT,as determined in its sole discretion by DPW,less all previous payments and less all previous retained amounts. CITY's final payment to CONTRACTOR,if unencumbered,or any part thereof unencumbered,shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Provided,however,that in the event of a dispute between CITY and CONTRACTOR,CITY may withhold from the final payment an amount not to exceed 150 percent of the value of any disputed amount of work. Payments shall be made on demands drawn in the manner required by law,each payment to be accompanied by a certificate signed by DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as an acceptance of any part of the work. 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR,who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors working upon the PROJECT have been paid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items,if any,to be set forth in CONTRACTOR's affidavit covering disputed claims, 12 16-5195/City Funded Construction Contract.docx—revised 04/2016 • or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement,and the same has been set forth by resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement,as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code,CONTRACTOR shall,as penalty to CITY,forfeit twenty-five dollars($25)for each calendar day or portion thereof for each worker paid(either by CONTRACTOR or any of its subcontractors)less than the prevailing wage rate established for that particular craft or type of work. 18. CALIFORNIA PREVAILING WAGE LAW A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by 13 t 6-5195/City Funded Construction Contract.docx—revised 04/20]6 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 16-5195/City Funded Construction Contract.doex—revised 04/2016 (1)calendar day or forty(40)hours in any one(1)calendar week in violation of California Labor Code Section 1815. 20. PAYMENT OF TRAVEL AND SUBSISTENCE ALLOWANCE Section 1773.8 of the California Labor Code, regarding the payment of travel and subsistence allowance is applicable to this PROJECT. 21. EMPLOYMENT OF APPRENTICES Section 1777.5 of the California Labor Code, regarding the employment of apprentices is applicable to this PROJECT. 22. PAYROLL RECORDS CONTRACTOR agrees to keep accurate payroll record showing the name, address, social security number,work classification,straight time and overtime hours worked each day and week,and the actual per diem wages paid to each journeyman, apprentice or worker employed by it in connection with the PROJECT and agrees to require each of its subcontractors to do the same. CONTRACTOR further agrees that its payroll records and those of its subcontractors,if any,shall be available at all reasonable times to the CITY,and the employee or his representative,and the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards,and to comply with all of the provisions of California Labor Code Section 1776,in general. 23. INDEMNIFICATION,DEFENSE,HOLD HARMLESS 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 all claims, damages, losses, expenses,judgments, demands, defense costs, and consequential damage or liability of any kind or nature,however caused, including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, 15 16-5195/City Funded Construction Contract.docx—revised 04/2016 arising directly or indirectly out of the obligations or operations herein undertaken by 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.docx—revised 04/2016 25. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to defend,hold harmless and indemnify CITY,CONTRACTOR shall obtain and furnish to CITY,a policy of general public liability insurance,including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the PROJECT, and shall provide coverage in not less than the following amount; combined-single limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000)per occurrence. If coverage is provided under a form which includes a designated general aggregate limit,the aggregate limit must be no less than One Million Dollars($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees,agents,and volunteers(the"Additionally Insured Parties")as Additional Insureds,and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that 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 16-5195/City Funded Construction Contract.docx—revised 04/2016 26. CERTIFICATES OF INSURANCE;ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement;the certificates shall: 1. Provide the name and policy number of each carrier and policy; 2. State that the policy is currently in force;and 3. Promise to provide that such policies will not be canceled or modified without thirty (30)days'prior written notice of CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the CONTRACTOR's defense, hold harmless and indemnification obligations as set forth under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all the policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner,the premiums on all insurance hereinabove required. CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers,elected and appointed officials, employees, agents and volunteers as Additional Insureds, to the City Attorney for approval prior to any payment hereunder. 27. NOTICE OF THIRD PARTY CLAIM Pursuant to Public Contracts Code §9202, CITY shall provide notice to CONTRACTOR of receipt of any claim filed with CITY or a court of competent jurisdiction which arises out of performance of this agreement within ten(10)days of receipt of such claim or claims. 18 16-5195/City Funded Construction Contractdocx—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 0412016 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 CROSSTOWN ELECTRICAL&DATA,INC. ATTN: John Nguyen ,Public Works ATTN: David P.Heermance 2000 Main Street 5454 Diaz St. Huntington Beach,CA 92648 Irwindale,CA 91706 35. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of maters included or excluded from such provisions,and do not interpret,define,limit or describe,or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 21 16-5195/City Funded Construction Contract.docx-revised 04/2016 36. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of United States Code Section 1324a regarding employment verification. 37. LEGAL SERVICES 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 shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement,the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the 22 16-5195/City Funded Construction Contract.docx—revised 04/2016 context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 40. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 41. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals,each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 42. CONSENT Where CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be consent/approval to any subsequent occurrence of the same or any other transaction or event. 43. SURVIVAL Terms and conditions of this Agreement,which by their sense and context survive the expiration or termination of this Agreement shall so survive. 44. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 23 16-5195/City Funded Construction Contract.docx—revised 04/2016 45. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power,authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact,held by the signatory or is withdrawn. 46. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation,and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations,inducements,promises,agreements or warranties,oral or otherwise, have been made by that party or anyone acting on that party's behalf,which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement,promise,agreement,warranty,fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached Exhibit "A", contain the entire agreement between the parties respecting the subject matter of this Agreement,and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 24 16-5195/City Funded Construction Contract.docx—revised 04/2016 IN WITNESS WIMEOP;the partieo bbieto have cause.O.thiA Agreeinent to be exebuted: by tind.thrnugh their 4uthoii4ecl officer.S on t 2O I CONTRA*, ii.g: / CITY OFIUNTINOTON BBACK alnuttjeitiel c.otporation of tho Stec tif califarnia David He rmance , hilaltor (print name) ITS:dhainnatPiesiderit itice-Presiclent City Clerk (0-fre.1.4 i'l INITIATED AND A AND L - ‘ By: &Arkin 7/11wone-ot,u , Direetbr otPtihrie.1;StOki Benjamin Heermance (print name .i REVIEWED A.ND APPROVED: •ITS: Secretary Chief Financial Officer )Asst Secretnty/Trees (circle one) Citylvjenagor APPROVED AS TO FORM: , City Attorney (Lc,. COUNTERPART 25 16-1195/C4 Funded Construction Contract.docx—revised 04/2016 IN WITNESS WHBREOF,the parties beretO•have causI thls Agreement te be execute41: by and through their fnrthoti4e4 officera on IP :2o . CONTRACTO : CITY OPBIfl TINGTONBBACH,apuriicipal corporation 0 S ç 9 lifornia By: LI Mr (print name) ris:ChairmantPieidern I Vice-President City Clerk Pre&‘.2iie) INITIA'rBD AND A: : AND By: Direekr 0f.Ptiblie WOrks (Print name) REVIEWED.AND AP OVED: ITS: Secretary / Chief Financial Officer / Asst. Secretary/Treasurer ('circle one) City .' anager APPROVED AS:TO FORM: City Attorney COUNTERPART 25 16-5195/City Funded Construction Coutractdocx.—m1=104/2016 SECTION C PROPOSAL for the construction of Traffic Signal Improvements for Bolsa Chica Street/VaIley View Avenue Corridors C.C.No. 1622 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE. COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed 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 60 working days, starting from the date of the Notice to Proceed. BIDDER declares.that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find A BID BOND in the amount of 10%OF THE TOTAL BID which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids or Electronic Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for10% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received / d r'sSi ture NONE C-2 SECTION C PROJECT BID SCHEDULE BOLSA CHICA STREET/VALLEY VIEW AVENUE CORRIDORS TRAFFIC SIGNAL SYNCHRONIZATION PROGRAM(TSSP)PROJECT C.C.No. 1622 BID ITEMS Item Total Cost Description Quantity Unit Unit Cost No. (Extension) 1 Mobilization 1 LS $ 1,500.00 $1,500.00 2 Furnish Project Traffic Control 1 LS $ 1,000.00 $ 1,000.00 3 Pothole for Utilities 1 LS $ 6,000.00 $ 6,000.00 4 Storm Water Pollution Prevention Plan 1 LS $500.00 $ 500.00 (SWPPP) 5 Furnish and Install New McCain 2070 ATC 3 EA $10,825.00 $ 32,475.00 controller 6 Furnish and Install CCTV Camera 3 EA $9,300.00 $ 27,900.00 7 Furnish and Install#6 Pull Box 2 EA $3.000.00 $ 6,000.00 8 Furnish and Install#6E Pull Box 4 EA $4,050.00 $ 16,200.00 9 Furnish and Install Splice Enclosure 4 EA $ 1,850.00 $7,400.00 _ 4.10 40,036.50 10 Furnish and Install 96 SMFO Cable in Conduit 9765 LF $ $ 11 Furnish and Install 12 SMFO Drop Cable in 1105 LF $3.10 $ 3,425.50 Conduit 12 Furnish and Install Tracer Wire 8880 LF $0.66 $ 5,860.80 13 Furnish and Install 4"Conduit 50 LF $284.00 $ 14,200.00 14 Furnish and Install Fiber Switch/Ethernet 3 EA $3.600.00 $ 10,800.00 Switch 15 Furnish and Install Fiber Distribution Unit 4 EA $2,250.00 $ 9,000.00 16 Remove Pull Box 34 EA $1,435.00 $48,790.00 C-2.1 17 Remove Copper Interconnect 7200 LF $ 1.65 $ 11,880.00 TOTAL BASE BID AMOUNT $242,967.80 TOTAL BID AMOUNT IN WORDS: TWO HUNDRED FOURTY-TWO THOUSAND NINE HUNDRED SIXTY-SEVEN DOLLARS AND EIGHTY CENTS Note: Refer to Section 7,Measurement and Payment. 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. 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 and the portion of the work to be done by such subcontractor. Bid Name and Address of Subcontractor State Class Dollar %.of Item(s) License . Amount Contract Number NONE . 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 2/07/2025, at IRWINDALE , CA Date City State DAVID P. HEERMANCE , being first duly sworn, deposes and says that he or she is PRESIDENT of CROSSTOWN ELECTRICAL&DATA,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. CROSSTOWN ELECTRICAL &DATA,INC. Name of r ‘--..,..,....,—, Signature of Bidder DAVID P.HEERMANCE,PRESIDENT 5454 DIAZ STREET, IRWINDALE,CA, 91706 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 Bolsa Chica Street/Valley View Avenue Corridors Traffic Signal Synchronization Program (TSSP) Project—C.C. No.: 1622, (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. CROSSTOWN ELECTRICAL&DATA, INC. Contractor By PRESIDENT,DAVID P. HEERMANCE Title Date: 02/07/2025 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? CI Yes ® No If the answer is yes, explain the circumstances in the space provided. NONE 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. CROSSTOWN ELECTRICAL&DATA,INC. Contractor By PRESIDENT,DAVID P. HEERMANCE Title Date: 2/07/2025 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: CROSSTOWN ELECTRICAL&DATA,INC. Bidder Name 5454 DIAZ STREET Business Address IRWINDALE,CA,91706 City, State Zip ( 626 ) 813-6693 Telephone Number 756309 CLASS A&C-10 State Contractor's License No. and Class 11/18/1998 Original Date Issued 11/30/2026 Expiration Date The work site was inspected by DAVID P.HEERMANCE of our office on FEBRUARY 06 , 2025 The following are persons, firms, and corporations having a principal interest in this proposal: DAVID P. HEERMANCE PRESIDENT ANDREA HEERMANCE SECRETARY BENJAMIN HEERMANCE CHIEF FINANCIAL OFFICER(CFO) 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. CROSST9W ELECTRICAL&DAT , C. Co ny Nam •- i'l#7 ezZGeg---Z- Signature Bidder DAVID P.HEERMANCE,PRESIDENT Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this 05TH day of FEBRUARY , 2025. 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 ) ll On FEBRUARY 06,2025 before me, \�( q11 n � V �� C � Month,Day,and Year Insert Name and Title of�Notary' personally appeared DAVID P. HEERMANCE 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. • �__, ANGELA KOLOoA SHER:,r WITNESS my hand and official seal. Notary aubiic-aiifornia '#!e - San Bernaroinccs("1(-/ Commission$239219E[, �•% My Comm.Expires°ec 3.2C:RSignature Signature of 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 underground signal conduit, and the installation of fiber optic cable for communication. 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 BERVERLY HILLS 345 FOOTHILL RD.,BEVERY HILLS,CA, 90210 Name and Address of Public Agency Name and Telephone No. of Project Manager: MANU DHALIWAL . 310-285-2452 VIDEO DETECTION& 09/2021 $1,409,504.00 COMMUNICATION EQUIPMENT Contract Amount Type of Work Date Completed Provide additional project description to show similar work: FURNISH&INSTALL VIDEO DETECTION EQUIPMENT AND COMMUNICATION EQUIPMENT 2. CITY OF LA HABRA 110 E.LA HABRA BLVD.,LA HABRA,CA,90631 Name and Address of Public Agency Name and Telephone No. of Project Manager: MICHAEL PLOTNIK 562-383-4151 $1,528,364.00 CONDUIT,PULL BOXES,FIBER,COMMUNICATION 06/2021 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: FURNISH&INSTALL CONDUIT,FIBER,PULL BOXES,AND COMMUNICATION EQUIPMENT 3, CITY OF SANTA CLARITA 23920 VALENCIA BLVD.,SANTA CLARITA,CA, 91355 Name and Address of Public Agency Name and Telephone No. of Project Manager: CESAR ROMO 661-286-4002 $2,677,098.81 CONDUIT,FIBER,COMMUNICATION EQUIPMENT 12/2022 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: FURNISH&INSTALL CONDUIT,FIBER AND COMMUNICATION EQUIPMENT 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 RICARDO AVILA Name of proposed Project Manager • Telephone No. of proposed Project Manager: 626-813-6693 OCTA MAIN STREET RTSSP, Furnish and install conduit, cameras,fiber,switches, CCTV cameras CITIES OF IRVINE$755,525.0004/2021 Project Name&Contract Amount Type of Work Date Completed Bonita Ave. Signal CONDUIT,PULL BOXES,FIBER, PERFORM SPLICING,TERMINATION& Synchronization Project $942,938.00 TESTING,ETHERNET SWITCHES 10/2021 Project Name& Contract Amount Type of Work Date Completed FURNISH&INSTALL CONDUIT, CVAG REGIONAL TRAFFIC SIGNAL . WIRELESS SYSTEMS,FIBER CABLE& 07/2023 SYNCHRONIZATION,PHASE 1$21,504,505.68 COMMUNICATION EQUIPMENT Project Name& Contract Amount Type of Work Date Completed 2. JAMES P.NELSON Name of proposed Superintendent Telephone No. of proposed Superintendent: 626-813-6693 Perform modification of traffic signals at 17 intersections VISION ZERO—PHASE 2C to include furnish and install new controller assemblies, $4,722,233.00 APS push buttons,street lighting,conduit,signing/striping and/or concrete work 03/2020 Project Name& Contract Amount Type of Work Date Completed Furnish and install fiber splice closures and FDU's,furnish and install ethernet switches,Bosch CCTV cameras INTELLIGENT TRANSPORTATION and video management system,perform SYSTEM PHASE VI&VII$2,796,863.00 system testing and integration 06/2022 Project Name& Contract Amount Type of Work Date Completed PERFORM REPAIR&REPLACEMENT OF DAMAGED FOUNDATIONS, CONTRACT 07A5185 FOR HIGHWAY LIGHTING,RAMP METERING STANDARDS, $270,160.00 TRAFFIC SIGNAL,CCTV,HIGHWDAYADVISORYF RADIO& TAKE DOWN TEMPORARY,DAMAGED AND NEW POLES FOR TRAFFIC SIGNALS 01/2023 - 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/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. CROSSTO TRICAL&DATA,INC. Contrac r DAVID P.HEERMANCE PRESIDENT Title Date: 2/07/2025 PWC Registration#: DIR: 1000000155 C-12 • DATE(MWDDNYYY) •AcoRo. CERTIFICATE OF LIABILITY INSURANCE 04/07/2025 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 CONTACT McRae Associates Insurance Services NAME: Mariana Pichardo 1265 N. Manassero St Suite 303 , IA/CC.No.Ext): (714)779-6999 FAX Not:(714)779-6903 Anaheim,CA 92807 A ADD DREDRE SS: mariana@mcraeinsurance.insure License#: 0637431 INSURERS)AFFORDING COVERAGE NAIC# INSURER A: Travelers Property Casualty Company of America 25674 INSURED INSURER B: TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA 25674 CROSSTOWN ELECTRICAL&DATA, INC. INSURER C: GREAT AMERICAN INSURANCE COMPANY 16691 5454 DIAZ ST. INSURER D: ATLANTIC SPECIALTY INSURANCE COMPANY 27154 Irwindale,CA 91706 INSURERE: St Paul Surplus Lines Insurance Company 30481 INSURER F: COVERAGES CERTIFICATE NUMBER: 00001315-3651062 REVISION NUMBER: 694 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 ADDL SUBR TYPE OF INSURANCE N (MMEFF POLICY EXP IDD SD WVD POLICY NUMBER POLICY/YYYYI (MM/DDlYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y DT22-CO-7W503833-TCT-24 06/03/2024 06/03/2025 EACH OCCURRENCE $ 2,000,000 DAMAGE RENTED CLAIMS-MADE X OCCUR PREMISESO(Ea occurrence) $ 300,000 X Deductible$10,000 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY X]JECT LOC PRODUCTS-COMP/OP AGG $ 4,000,000 OTHER: $ B AUTOMOBILE LIABILITY _ Y Y 810-7W449049-24-26-G 06/03/2024 06/03/2025 (Ea accidenBINEDt)SINGLE LIMIT $ 1,000,000 -� X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY (Per accident) C X UMBRELLALIAB X OCCUR Y Y TUE257205206 09/03/2024 09/03/2025 EACH OCCURRENCE $ 10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 DED RETENTION$ $ A WORKERS COMPENSATION Y UB-7W504031-24-26-G 06/03/2024 06/03/2025 X STATUTE OTH- ER AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ I,000,000 D PROP&INLAND MAR. Y Y 710-03-94-14-0003 05/10/2024 05/10/2025 BUILD/BPP $1,413,849/$300,000 E Prof.&Poll. Liab. Y Y ZCE-16P95095 10/10/2024 10/10/2025 Each Occ/Gen Agg $2 mill/$4 mill DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) RE: PROJECT NAME: BOLSA CHICA STREET AND FIBER OPTICS AND TRAFFIC SIGNAL MODIFICATIONS FROM HEIL AVENUE TO RANCH ROAD I PROJECT LOCATION: BOLSA CHICA,HUNTINGTON BEACH CA 92648 I JOB#5362-25 CITY OF HUNTINGTON BEACH,ALONG WITH THEIR OFFICERS,OFFICIALS,AGENTS,EMPLOYEES AND VOLUNTEERS ARE NAMED AS ADDITIONAL INSURED WITH RESPECTS TO THE ABOVE-MENTIONED POLICIES PER ATTACHED ENDORSEMENT(S).COVERAGE IS PRIMARY&NON-CONTRIBUTORY AS REQUIRED BY WRITTEN CONTRACT,PER (continued on ACORD 101 Additional Remarks Schedule) CERTIFICATE HOLDER CANCELLATION 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 AUTHORIZED REPRESENTATIVE (MPC) ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Printed by MPC on 04/07/2025 at 09:32AM AGENCY CUSTOMER ID: 00001315 LOC#: A�D ADDITIONAL REMARKS SCHEDULE Page 2 of AGENCY NAMED INSURED McRae Associates Insurance Services CROSSTOWN ELECTRICAL&DATA,INC. POLICY NUMBER N/A CARRIER NAIC CODE Multiple Carriers EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance (continued from Description of Operations) ATTACHED ENDORSEMENT FORMS.WAIVER OF SUBROGATION APPLIES,IF REQUIRED BY WRITTEN CONTRACT. *SHOULD ANY OF THE ABOVE-DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,A 30 DAY WRITTEN NOTICE WILL BE ISSUED. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Printed by MPC on April 07,2025 at 09:32AM Policy Number: 810-7W449049-24-26-G COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE— LOSS OF B. IBLANKE ADDITIONAL INSURED USE—INCREASED LIMIT T C. EMPLOYEE HIRED AUTO I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES—INCREASED LIMIT D. EMPLOYEES AS INSURED J. PERSONAL PROPERTY E. SUPPLEMENTARY PAYMENTS — INCREASED K. AIRBAGS LIMITS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR F. HIRED AUTO — LIMITED WORLDWIDE COV- LOSS ERAGE—INDEMNITY BASIS M. .;BLANKET;WAIVER:OF SUBROGATION; G. WAIVER OF DEDUCTIBLE—GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED this insurance applies and only to the extent that The following is added to Paragraph A.1., Who Is person or organization qualifies as an "insured" An Insured, of SECTION II—COVERED AUTOS under the Who Is An Insured provision contained LIABILITY COVERAGE: in Section II. Any organization you newly acquire or form dur- C. EMPLOYEE HIRED AUTO ing the policy period over which you maintain 1. The following is added to Paragraph A.1., 50% or more ownership interest and that is not Who Is An Insured, of SECTION II — COV- separately insured for Business Auto Coverage. ERED AUTOS LIABILITY COVERAGE: Coverage under this provision is afforded only un- An "employee" of yours is an "insured" while til the 180th day after you acquire or form the or- operating an "auto" hired or rented under a ganization or the end of the policy period, which- contract or agreement in an "employee's" ever is earlier. name, with your permission, while performing duties related to the conduct of your busi- B. BLANKET"ADDITIONAL INSURED` ness. The following is added to Paragraph c. in A.1., 2. The following replaces Paragraph b. in B.5., Who Is An Insured, of SECTION II —COVERED Other Insurance, of SECTION IV — BUSI- AUTOS LIABILITY COVERAGE: NESS AUTO CONDITIONS: Any person or organization who is required under b. For Hired Auto Physical Damage Cover- a written contract or agreement between you and age, the following are deemed to be cov- that person or organization, that is signed and ered "autos"you own: executed by you before the "bodily injury" or (1) Any covered "auto" you lease, hire, "property damage" occurs and that is in effect rent or borrow; and during the policy period, to be named as an addi- (2) Any covered "auto" hired or rented by tional insured is an "insured" for Covered Autos your "employee" under a contract in Liability Coverage, but only for damages to which an "employee's" name, with your CA T3 53 0215 ©2015 The Travelers Indemnity Company.All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO permission, while performing duties (a) With respect to any claim made or "suit" related to the conduct of your busi- brought outside the United States of ness. America, the territories and possessions However, any"auto"that is leased, hired, of the United States of America, Puerto rented or borrowed with a driver is not a Rico and Canada: covered"auto". (i) You must arrange to defend the "in- D. EMPLOYEES AS INSURED sured"against, and investigate or set- tle anysuch claim or "suit" and keep The following is added to Paragraph A.1., Who Is us advised An Insured, of SECTION II—COVERED AUTOS of all proceedings and ac- tions. LIABILITY COVERAGE: (ii) Neither you nor any other involved Any"employee" of yours is an "insured"while us- "insured" will make any settlement ing a covered "auto"you don't own, hire or borrow without our consent. in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS — INCREASED (iii)We may, at our discretion, participate in defending the "insured" against, or LIMITS in the settlement of, any claim or 1. The following replaces Paragraph A.2.a.(2), "suit". of SECTION II—COVERED AUTOS LIABIL- (iv)We will reimburse the "insured" for ITY COVERAGE: sums that the "insured" legally must (2) Up to $3,000 for cost of bail bonds (in- pay as damages because of "bodily cluding bonds for related traffic law viola- injury" or"property damage"to which tions) required because of an "accident" this insurance applies, that the "in- we cover. We do not have to furnish sured" pays with our consent, but these bonds. only up to the limit described in Para- 2. The following replaces Paragraph A.2.a.(4), graph C., Limits Of Insurance, of of SECTION II—COVERED AUTOS LIABIL- SECTION II — COVERED AUTOS ITY COVERAGE: LIABILITY COVERAGE. (4) All reasonable expenses incurred by the (v) We will reimburse the "insured" for "insured" at our request, including actual the reasonable expenses incurred loss of earnings up to $500 a day be- with our consent for your investiga- cause of time off from work. tion of such claims and your defense of the "insured" against any such F. HIRED AUTO — LIMITED WORLDWIDE COV- "suit", but only up to and included ERAGE—INDEMNITY BASIS within the limit described in Para- The following replaces Subparagraph (5) in Para- graph C., Limits Of Insurance, of graph B.7., Policy Period; Coverage Territory, SECTION II — COVERED AUTOS of SECTION IV — BUSINESS AUTO CONDI- LIABILITY COVERAGE, and not in TIONS: addition to such limit. Our duty to (5) Anywhere in the world, except any country or make such payments ends when we jurisdiction while any trade sanction, em- have used up the applicable limit of bargo, or similar regulation imposed by the insurance in payments for damages, United States of America applies to and pro- settlements or defense expenses. hibits the transaction of business with or (b) This insurance is excess over any valid within such country or jurisdiction, for Coy- and collectible other insurance available ered Autos Liability Coverage for any covered to the "insured" whether primary, excess, "auto" -that you lease, hire, rent or borrow contingent or on any other basis. without a driver for a period of 30 days or less (c) This insurance is not a substitute for re- and that is not an "auto" you lease, hire, rent quired or compulsory insurance in any or borrow from any of your "employees", country outside the United States, its ter- partners (if you are a partnership), members ritories and possessions, Puerto Rico and (if you are a limited liability company) or Canada. members of their households. Page 2 of 4 ©2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO You agree to maintain all required or (2) In or on your covered "auto". compulsory insurance in any such coun- This coverage applies only in the event of a total try up to the minimum limits required by theft of your covered "auto". local law. Your failure to comply with No deductibles apply to this Personal Property compulsory insurance requirements will coverage. not invalidate the coverage afforded by this policy, but we will only be liable to the K. AIRBAGS same extent we would have been liable The following is added to Paragraph B.3., Exclu- had you complied with the compulsory in- sions, of SECTION III — PHYSICAL DAMAGE surance requirements. COVERAGE: (d) It is understood that we are not an admit- Exclusion 3.a. does not apply to "loss" to one or ted or authorized insurer outside the more airbags in a covered "auto"you own that in- United States of America, its territories flate due to a cause other than a cause of "loss" and possessions, Puerto Rico and Can- set forth in Paragraphs A.1.b. and A.1.c., but ada. We assume no responsibility for the only: furnishing of certificates of insurance, or a. If that "auto" is a covered "auto" for Compre- for compliance in any way with the laws hensive Coverage under this policy; • of other countries relating to insurance. b. The airbags are not covered under any war- G. WAIVER OF DEDUCTIBLE—GLASS ranty; and The following is added to Paragraph D., Deducti- c. The airbags were not intentionally inflated. ble, of SECTION III — PHYSICAL DAMAGE We will pay up to a maximum of $1,000 for any COVERAGE: one"loss". No deductible for a covered "auto" will apply to L. NOTICE AND KNOWLEDGE OF ACCIDENT OR glass damage if the glass is repaired rather than LOSS replaced. The following is added to Paragraph A.2.a., of H. HIRED AUTO PHYSICAL DAMAGE— LOSS OF SECTION IV—BUSINESS AUTO CONDITIONS: USE—INCREASED LIMIT Your duty to give us or our authorized representa- The following replaces the last sentence of Para- tive prompt notice of the "accident" or "loss" ap- graph A.4.b., Loss Of Use Expenses, of SEC- plies only when the "accident" or "loss" is known TION III—PHYSICAL DAMAGE COVERAGE: to: However, the most we will pay for any expenses (a) You (if you are an individual); for loss of use is $65 per day, to a maximum of (b) A partner(if you are a partnership); $750 for any one"accident". (c) A member (if you are a limited liability com- l. PHYSICAL DAMAGE — TRANSPORTATION pany); EXPENSES—INCREASED LIMIT (d) An executive officer, director or insurance The following replaces the first sentence in Para- manager(if you are a corporation or other or- graph A.4.a., Transportation Expenses, of ganization); or SECTION III — PHYSICAL DAMAGE COVER- (e) Any"employee" authorized by you to give no- AGE: tice of the"accident" or"loss". We will pay up to $50 per day to a maximum of M. (BLANKET WAIVER OF SUBROGATION $1,500 for temporary transportation expense in- The following replaces Paragraph A.5., Transfer curred by you because of the total theft of a cov- Of Rights Of Recovery Against Others To Us, ered "auto" of the private passenger type. of SECTION IV — BUSINESS AUTO CONDI- J. PERSONAL PROPERTY TIONS: The following is added to Paragraph A.4., Cover- 5. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of recovery we may have Personal Property against any person or organization to the ex- tentWe will payupto $400 for "loss" to wearing required of you by a written contract ap- signed and executed prior to any "accident" parel and other personal property which is: or"loss", provided that the"accident"or"loss" (1) Owned by an "insured"; and arises out of operations contemplated by CA T3 53 0215 ©2015 The Travelers Indemnity Company.All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated in such error in, any information given by you shall not contract. prejudice your rights under this insurance. How- N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col- The following is added to Paragraph B.2., Con- lect additional premium or exercise our right of cealment, Misrepresentation, Or Fraud, of cancellation or non-renewal. SECTION IV—BUSINESS AUTO CONDITIONS: Page 4 of 4 ©2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 0215 Includes copyrighted material of Insurance Services Office,Inc.with its permission. POLICY NUMBER:810-7W449049-24-26-G COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL:INSURED PRIMARY:.:. . NON-CONTRIBUTORY WITROTHER IN U _ N E:- CONTRACTORS: This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 2. The following is added to Paragraph B.5., Other 1. The following is added to Paragraph c. in A.1., Insurance of SECTION IV — BUSINESS AUTO Who Is An Insured, of SECTION II — COVERED CONDITIONS: AUTOS LIABILITY COVERAGE: Regardless of the provisions of paragraph a. and This includes any person or organization who you paragraph d. of this part 5. Other Insurance, this are required under a written contract or insurance is primary to and non-contributory with agreement, that is signed by you before the applicable other insurance under which an "bodily injury" or "property damage" occurs and additional insured person or organization is a. that is in effect during the policy period, to name named insured when a written contract or as an additional insured for Covered Autos agreement with you, that is signed by you before Liability Coverage, but only for damages to which the "bodily injury" or "property damage" occurs this insurance applies and only to the extent of and that is in effect during the policy period, that person's or organization's liability for the requires this insurance to be primary and non- conduct of another"insured". contributory. CA T4 99 0216 u 2016 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL GENERAL LIABILITY POLICY NUMBER: .DT22-CO 7W 503833 TCT-24 ISSUE DATE:05/30/2024 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY: • OTHER INSURANCE - DESIGNATED ADDITIONAL INSUREDS PRIMARY WITH RESPECT TO CERTAIN OTHER, INSURANCE This'endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE OF DESIGNATED ADDITIONAL INSUREDS "As required by written contract" PROVISIONS Designated.Additional Insureds is primary to any of The following is added to Paragraph 4.a., Primary the other insurance, whether primary, excess, Insurance, of SECTION IV — COMMERCIAL contingent or on any other basis, that is available to GENERAL LIABILITY CONDITIONS: such additional insured which covers such additional The insurance afforded under. this Coverage Part to insured as a named insured, and we will not share with that other insurance: any additional insured shown in the Schedule Of CG D4 26 02 19 ©2017 The Travelers.Indemnity Company.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.with Its permission. Policy Number: DT22-CO-7W503833-TCT-24 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.. BLAN E,1"'D .liwpNAL.. i ;._ ._.._.'._..._r (Includes-Products=Completed:Operations IfsRequired .By Contract) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PROVISIONS (1) Any "bodily injury", "property damage" or The following is added to SECTION II—:01:1 WAN'< "personal injury" arising out of the providing, . fir_INN or failure to provide, any professional '; INSURED: hit ... ..................._.,...;,"M°....... ..._-....._ architectural,ectural, engineering or surveying ,Any person or prgamzatsonf that you akree iri a,.. services, including: written`contract" or agreement, to include" as"ail F„addtiiona ,insured on' this, Coverage Part'"is an: (a) The preparing, approving, or failing to insured,,_but 9nly: prepare or approve, maps, shop a. With, respect to liability for "bodily injury" or drawings, opinions, reports, surveys, "property damage that occurs, or for "personal field orders or change orders, or the injury" caused by an offense that is committed, preparing, approving, or failing to subsequent to the signing of that contract or prepare or approve, drawings and agreement and while that part of the contract or specifications; and agreement is in effect;and (b) Supervisory, inspection, architectural or b. If; and only to the extent,. that, such injury or engineering activities. damage is caused by acts or omissions of you or your subcontractor in the performance of "your (2) Any "bodily injury" or "property damage" work"to which the written contract or agreement caused by "your work" and included in, the applies. Such person or organization does not "products-completed operations hazard" .qualify as an additional insured with respect to unless the written contract or agreement the independent acts or omissions of such specifically requires you to provide such person or organization. coverage for that additional insured during The insurance provided to such additional insured is the,policy period. subject to the following provisions: c. The additional insured must comply with the a. If the Limits of Insurance of this Coverage Part following duties: shown in the Declarations exceed the minimum (1) Give us written notice as soon as practicable limits required by the written contract or agreement, the insurance provided to the of an "occurrence" or an offense which may • additional insured will be limited to such result in a claim.To the extent possible;such minimum required limits. For the purposes of notice should include: determining whether this limitation applies, the (a) How, when and where the "occurrence" minimum limits required by the written contract or or offense took place; agreement will be considered to include the minimum limits of any Umbrella or Excess (b) The names and addresses of any injured liability coverage 'required for the additional persons and witnesses; and insured by that written contract or agreement. (c) The nature and location of any injury or This provision will not increase the limits of damage arising out of the "occurrence" insurance described in Section III — Limits Of or offense. Insurance. b. The insurance provided to such additional (2) If a claim is made or"suit" is brought against insured does not apply to: the additional insured: CG D2 46 0419 ©2018 The Travelers Indemnity Company.All rights reserved. Page 1 of 2 COMMERCIAL GENERAL LIABILITY (a) Immediately record the specifics, of the (4) Tender the defense and indemnity of any claim or"suit" and the date received; and claim or "suit" to any provider of other (b) Notify us as soon as practicable and see insurance which would cover such additional. to it that we receive written notice of the insured for a. loss :we cover. However, this claim or"suit" as soon as practicable. condition does not affect, whether the insurance provided to such additional (3) Immediately send us copies of all legal insured is primary to other insurance papers received in connection with the claim available to such additional insured which or "suit", cooperate with us in the covers that person or organization as a investigation or settlement of the. claim or named insured as described in Paragraph 4., defense against the "suit", and otherwise Other Insurance, of Section IV—Commercial comply with all policy conditions. General Liability Conditions. Page 2 of 2 ©2018 The Travelers Indemnity Company.All rights reserved. CG D2 46 04 19, Policy Number: DT22-CO-7W503833-TCT-24 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only, Read all the provisions of this endorsement and the rest of your policy carefully to determine rights,duties, and what is and is not covered. A. Who Is An Insured—Unnamed Subsidiaries C. Incidental Medical Malpractice B. Blanket Additional Insured — Governmental D. Blanket Waiver Of Subrogation Entities — Permits Or Authorizations Relating To E. Contractual Liability—Railroads Operations F. Damage To Premises Rented To You PROVISIONS a. An organization other than a partnership,joint. A. WHO IS AN INSURED — UNNAMED venture or limited liability company;or SUBSIDIARIES b. A trust; The following is added to SECTION II —WHO IS as indicated in its name or the documents that AN INSURED: govern its structure. Any of your subsidiaries, other than a partnership, B.F gLANKE`T" ', jjt~jjp;MONAL: INSURED' — joint venture or limited. liability company, that is GOVERNMENTAL'ENTITIES-. PEi21VIITS"'OR: not shown as a Named Insured in the '(AUTHORIZATIONS RELATING TO OPERATIONS. Declarations is a Named Insured if: a. You are the . The following is added to SECTION II —WHO IS sole owner of, or maintain an AN INSURED: ownership interest of more than 50% in, such subsidiary on the first day of the policy period; Any governmental entity that has issued a permit and or authorization with respect to operations b. Such subsidiary is not an insured under performed by you or on your behalf and that you similar other insurance. are required by any ordinance, law, building code or written contract or agreement to include as an No such subsidiary is an insured for"bodily injury" additional insured on this Coverage. Part is an or"property damage" that occurred, or"personal insured, but only with respect to liability for"bodily and advertising injury" caused by an offense injury", "property damage" or "personal and committed: advertising injury"arising out of such operations: a. Before you maintained an ownership interest The insurance provided to such governmental of more than 50% in such subsidiary;or entity does not apply to: b. After the date, if any, during the policy period a. Any "bodily injury", "property damage" or that you no longer maintain an ownership "personal and advertising injury" arising out of interest of more than 50%in such subsidiary: operations performed for the govemmental. entity; or For purposes of Paragraph 1. of Section II—Who Is An Insured, each such subsidiary will be b. Any "bodily injury" or "property damage" deemed to be designated in the Declarations as: included in the "products-completed operations hazard". CG D3 16 02 19 ©2017 The Travelers Indemnity Company.All rights reserved. Page 1 of 3 Includes copyrighted material of Insurance:Services Office,Inc.,with its permission. COMMERCIAL GENERAL LIABILITY C. INCIDENTAL MEDICAL MALPRACTICE pharmaceuticals committed by, or with the 1. The following: replaces Paragraph b. of the knowledge or consent of,the insured. definition of "occurrence" in the 5. The following is added to the DEFINITIONS DEFINITIONS Section: Section: b. An act or omission committed in providing "Incidental medical services"means: or failing to provide "incidental medical services", first aid or "Good Samaritan a. Medical,surgical,dental,laboratory,x-ray services" to a person, unless you are in or nursing service Or. treatment, advice or the business or occupation of providing instruction, or the related furnishing of professional health care services. food or beverages; or 2. The following replaces the last paragraph of b. The furnishing or dispensing of drugs or Paragraph 2.a.(1) of SECTION II — WHO IS medical, dental, or surgical supplies or AN INSURED: appliances. Unless you are in the business or occupation 6.- The following is added to Paragraph 4.b., of providing professional health care services, Excess Insurance, of SECTION IV — Paragraphs (1)(a), (b), (c) and (d) above do COMMERCIAL GENERAL LIABILITY not apply to "bodily injury" arising out of CONDITIONS: providing.or failing to provide: This insurance is excess over any valid and l (a) "Incidental medical services" by any of _ collectible other insurance, whether primary, your "employees" who is a nurse, nurse excess, contingent or on any other basis, that assistant, emergency medical technician is available to any of your "employees" for or paramedic;or "bodily injury" that arises out of providing or (b) First aid or"Good Samaritan services" by failing to provide"incidental medical services" any of your "employees" or "volunteer to any person to the extent not subject to workers", other than an employed or Paragraph 2.a.(1) of Section II — Who.Is An volunteer doctor. Any such "employees" Insured. or"volunteer workers" providing or failing �-.--_._...._.._.,�,.�,.�......_ ____ ,. to provide first aid or "Good Samaritan D. rBLANKETVtIAIVER.OF.SUBROGATION, services" during their work hours for you The following is added to Paragraph 8., Transfer will be deemed: to be acting within the Of Rights Of Recovery Against Others To Us, scope of their employment by you or of SECTION IV — COMMERCIAL GENERAL performing duties related to the conduct LIABILITY CONDITIONS: of your business. If the insured has agreed in a contract or 3. The following replaces the last sentence of agreement to waive that insured's right of Paragraph 5. of SECTION III — LIMITS OF recovery against any person or organization, we INSURANCE: waive our right of recovery against such person or For the purposes of determining the organization, but only for payments we make applicable Each Occurrence Limit, all related because of: acts or omissions committed in providing or a. "Bodily injury" or "property damage" that failing to provide "incidental medical, occurs; or services", first aid or "Good Samaritan services"to any one person will be deemed to b. "Personal and advertising injury" caused by be one"occurrence". an offense that is committed; 4. The following exclusion is' added to subsequent to the execution of the contract or Paragraph 2., Exclusions, of SECTION I — agreement. COVERAGES — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE E. CONTRACTUAL LIABILITY—RAILROADS LIABILITY: 1. The following replaces Paragraph c. of the. Sale Of Pharmaceuticals definition of "insured contract" in the "Bodily injury" or "property damage" arising DEFINITIONS Section; out of the violation of a penal statute or c. Any easement or license agreement; ordinance relating to the sale of Page 2 of 3 ©2017 The Travelers Indemnity Company.All rights reserved. CG D3 16 02 19 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. COMMERCIAL GENERAL LIABILITY 2. Paragraph f.(1) of the definition of "insured a. Any premises while rented to you or contract" in the DEFINITIONS Section is temporarily occupied by you with permission deleted. of the owner; or F. DAMAGE.TO PREMISES RENTED TO YOU b. The contents of any premises, while such The following replaces the definition of"premises premises is rented to you, if you rent such damage"in the DEFINITIONS Section: premises for a period of seven or fewer consecutive days. "Premises damage" means"property damage"to: - • CG D3 16 02 19 ©2017 The Travelers Indemnity Company.All rights reserved. Page 3 of 3 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Policy Number:DT22-CO-7W503833-TCT-24 COMMERCIAL GENERAL LIABILITY (COMMERCIAL GENERAL LIABILITY COVERAGE FORM) Various provisions in this policy restrict coverage:.Read (.1) The "bodily injury" or "property damage" is the entire policy carefully to determine rights, duties and caused:by an "occurrence"that takes place what is and is not covered. in the"coverage territory"; Throughout this policy the words "you" and "your" refer (2) The "bodily injury" or. "property damage" .to the Named Insured shown in the Declarations,.,and occurs during the;policy period; and any other person or organization qualifying as a:Named. Insured under this policy. The words "we", "us" and (3) Prior to the policy period, no insured listed "our"referto the company providing this insurance. • under Paragraph 1. of Section II —Who Is The word "insured" means any person or organization An Insured and no "employee" authorized qualifying as such under Section II — Who is sAn by you to give or receive :notice of an Ensured. • "occurrence" or claim knew that the "bodily injury" or "property damage" had occurred, Other words and phrases that appear in quotation in whole or in part:.If such a listed insured marks have special meaning. Refer to Section V — or authorized "employee" knew, prior to the Definitions. policy period,'that the "bodily injury" or "property damage' occurred, then any SECTION I_COVERAGES continuation, change or resumption of such COVERAGE A —. BODILY`INJURY AND PROPERTY "bodily injury".or "property damage" during DAMAGE LIABILITY or after the policy period will be deemed to have been knowit prior to the policy period. 1, Insuring Agreement c. "Bodily injury." or. "property dama9e which a. We will pay those sums that the .insured occurs during;the policy period and was not, becomes legally obligated to pay as damages prior to the: policy period, known to have because of"bodily injury" or."property damage" occurred by'any irisured.listed under Paragraph. to which this insurance, applies.. We will have 1, of Section II Who is An Insured or any the right and duty to defend the:insured against "employee"authorized by you to give or receive any "suit" seeking .those damages. However, .notice_Of an "occurrence°;or claim,:includes:any we will .have no duty. to defend the insured continuation, change or. resumption ,of: that against any"'suit" seeking damages for "bodily "bodily injury" or"'property damage after the injury" or "property damage" to which this end of the policy period. insurance does not. apply. We niay, at our discretion, investigate any "occurrence" and d. ".Bodily injury"' or "property damage" will be settle any claim or"suit"that may result. But: deemed to.have been known.to have occurred at the earliest time when any insured listed (1) The amount we will pay for damages is •under Paragraph 1.'of Section II — Who.ls.An limited as described in Section III — Limits Insured or any".employee"authorized by you to Of Insurance;and give or receive notice of an "occurrence" or (2) Our right and duty to defend end when we claim:. have used up the applicable limit of (1) Reports all; or any part, of the "bodily insurance in the payment of judgments or injury" or "property damage", to us or any settlements under Coverages A or B or other insurer; medical expenses under Coverage C. Na other obligation or liability to pay sums or (2) Receives a written or verbal demand or, claim.for damages because of the "bodily perform acts or services is covered unless injury"or"property damage";or 'explicitly provided for under Supplementary Payments. (3) Becomes aware by any other means that • b. Thin insurance applies to "bodily injury" and "bodily injury" or "property damage" has "property damage"only if: occurred or has begun to occur. CG'T1 00 02 19 ©2017 The Travelers.indemnity Company.All rights reserved. Page 1 of 21 Includes copyrighted material of Insurance Services Office,Inc.with its permission. - - - [bmM LIABILITY c Method Of Sharing a. The statements in, the Declarations are. If all:of the.other insurance permits contribution accusdeandcomplete; by,equal shares.,,we,will follow this method.also. bc, Those istatement are bas e*d upon Under this approach each insurer contributes ydd thadcWUS;-and /,s applicable id. :We have. issued this policy in naliance upop limit of insurance or none of ihe loss remainsi wh�heve/cume��r�� .Your- ' ��-���� -� The unintentional ornio of, or unintenflonal:e |� contribution by equal shares, we will contribute upon in: issuing this policy will not prejudice your b limits. Under this, method, each insurer's ' iritlurante. Howe.Veir,this provision Y rights Under this share is based on the. ratio Ofits.applicable liriiii does not affect: our* :right to collect additional Of insurance .to 'the total applita ib le: limits of ... iu­ rA prem rn o. o exercise our rights of cancellation or -Primary -�Coritrib0toryJn"raoPk,,!t,, - '_Ahd Non laws or If any of the -other Insurance does not p ermit in, any'information provided by you which we relied n nr.enewal:'in accordance with applicable insurance. � I �au� � iag're'emi�nt''thi�t::ih6�!,in§uranci� afforded.,to' 'can ,, �,any rights or.duties,'specifically assigned ir� this.) eir ihis'66v"era"ge Part mustapoly on ,�ovenoge Part--to the first Named Insured. this primary basis,, qr` a, primary 'and ,non,;,� ,,kQsqrqnce�,1ppyid_s- ,,,contributory basis, this insurance'is-primary to ...... each Named Insured were''the bril' ' fond we Will,:not share with thatother insurance.', ------- ' ' i�,\ �� The To Us ) e "personal an advertising injury" for., "de under this Coveraae,P-art,-) conj�g do nothing after loss to impair them. -At.our request, .(�6bsequeht'to, ffie�jj� the insured will bring "'sLAV' or 1tramfer those rights tousand help usenfurcethem. 5� Premium Audit '9, When We Do Not Renew a. We.Will compute 61.1 premiums for.this Coverage Ifwe decide not to renew this Coverage Part.,we will portiV accordance with our rules and rates' mail -deliver Named Insured shown in -` ' the Declarations: written notice of the nonrenawal4. Premium -h- '^ i.n. this, Coverage Part. as advance not less than 3U days before the expi�dondate premiumJ k/ ' �h� close . ear� ���it �er�d�we V�| |fnoUcc is mailed ' proof of mailing will be.sufficient the earned premium for that period.and send proof ofnotice. notice oa�nmomam ��EC�K�N V-QEF��]TUOyVSi for audit and retrospective '.-�.~,.~ . the date. � i �d shown as the due d �h mU if sum of ^ ' '-- ---'- _ '-- ral public or specific market the advance and audit premiums.paid for the published6dca.st or ~^ -^ �~^~~ policy period is greater re than the earned segments: about your u~~~~ ~^^~ or services. for the purpose of a�na��m customers- or premium, vvo Will return excess.to ~^~^� d ~~ ' ' supporters. For definition' Named|nsured�~ ' ~ ' m. -----� that are published include Material c' The first Named Insured must keep records of placed he Internet orun similar e �� nic the information We need for premium -` ' � means of communication; and compubatioo. and stnd us copies at sUchUmes ' ` =y"� Regarding b i�s only that � of bs�e aswemayrequ�oL ''y == � that:is aooutynur g000s, products or services 8' Representations for the purposes of attracting customers or Byaccepdng'd`ispoUcy.,you mgraet supporters is considered onadvertisement. Page 16,nf21 @ 2017 The Travelers fnde All rights reserved. CGT100o219 |nclvueo copyrighted rhateha of Insurance Services Office,|ric�with its po?miosio�. WORKERS COMPENSATION TRAVELERS J AND • EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 03 76( A)- . POLICY NUMBER: UB-7W504031-24-26-G WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT- CALIFORNIA (BLANKET WAIVER) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against:the person or organization named in the Schedule. The additional premium for this endorsement shall be % of the California workers' compensation pre- mium. Schedule Person or Organization Job Description As required by written contract This endorsement changes the policy to,which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. UB-7W504031-24-26-G Endorsement No. Insured 05/29/2024 Premium Insurance Company Countersigned by Trevelers Property Casualty Company DATE OF ISSUE: - - ST ASSIGN: Page 1 of 1 • THE FINAL PREMIUM IS This bond was issued in two (2) PREDICATED ON THE original counterparts FINAL CONTRACT AMOUNT Bond No. 7673868 Premium: $2,360.00 PERFORMANCE BOND • KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as"City") has,by written agreement dated i• ,20_,entered into a contract with Crosstown Electrical &Data, Inc. 5454 Diaz Street, Irwindale, CA 91706 (name and address of Contractor) (hereinafter referred to as"Principal"),for performance of the work described as follows: CC-1622 Boise Chica Street Traffic Signal Synchronization Project • • (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 Fidelity and Deposit Company of Maryland 777 South Figueroa Street, Suite 3900, Los Angeles, CA 90017 (name and address of Surety) • as Surety,are held and firmly bound unto City in the penal sum of Two Hundred Forty-Two Thousand Nine Hundred Sixty-Seven and 80/100 Dollars ($242,967.80 ),this amount being not less than one hundred percent of the price set forth in • the Contract, in lawful money of the United States,for the payment of which sum,well and truly to be made, we bind ourselves, our heirs,executors,administrators and successors,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Principal shall promptly,fully and faithfully perform each and all of the covenants,obligations and things to be done and performed by the Principal in • strict accordance with the terms of the Contract as said contract may be altered,amended or modified from time to time;and if the Principal shall indemnify and save harmless City and all of City's officers,agents and • employees(hereinafter collectively referred to as"Obligees")fromany and all losses, liability and damages, claims,judgments,stop notices,fees and costs of every description,whether imposed.by law or in equity, which may be incurred by the Obligees by reason of the failure or default on the part of the Principal in the performance of any or all of the terms or the obligations of the Contract,including all alterations, amendments and modifications thereto,and any warranties or guarantees required thereunder,then this obligation shall be void;otherwise, it shall be and shall remain in full force and effect. Surety stipulates and agrees,for value received,that no adjustment of the time orprice 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 15-4584/117174 Bond No. 7673868 to automatically adjust the penal sum of this Bond to reflect such adjustments,alterations,changes, • deletions,additions or other modifications. Surety agrees to provide written confirmation of such adjustments in the penal sum to City on not less than a quarterly basis. Surety also waives the • ' provisions of Civil Code§§2845 and 2849. • The obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which survive completion of the work. • • IN WITNESS WHEREOF, each party represents and warrants that this instrument has been duly executed by Principal and Surety,on the date set forth below,that the name of each corporate party being affixed hereto is such 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:April 14th,2025 ATTEST Crossto _wig= al &_'ata I (Corporate Seal) B : /aliF75W7 re / Na me: v'.. - Title: A:41—toridtv,i ATTEST • Fidelity and Deposit Company of Maryland (Corporate Seal) (Surety Name) • Name: Dwight Reilly,Attorney-in-Fact . (Signature of Attorney-in-Fact for Surety) (Attach Attomey-Irv-Fact Certificate) (213)270-0600 (Area Code&Telephone Number for Surety) APPROVED AS TO FORM: r J By: P,e cam- Michael E,Gates,City Attomey 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 • 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 un of California Los Angeles Co ) County of On April 21, 2025 before me, A. Takacs, Notary Public (insert name and title of the officer) personally appeared David P. Heermance 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. • • •\:•�:"a A.IAKA S WITNESS my hand and official seal. • Commission+244349 I Los Angeles County •�j$I calraM+-Notary Public • i... . _.. COMM.oilk DEC.rt.zoxt 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 04/14/2025 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. A rNELISSAAiJN VACCArRo n COMM.#2401942 w N`- ' ° Notary Public-California LLa" N ORANGE COUNTY a • ` “..,. My Comm Expires May 12,2026 Signatur4 (Seal) Melissa Ann Vaccaro Bond No.7673868 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY ' KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"),by Christopher Nolan,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full • force and effect on the date hereof,do hereby nominate,constitute,and appoint Daniel HUCKABAY,Frank MORONES,Dwight REILLY,Arturo AYALA,Shaunna ROZELLE OSTROM,Benjamin WOLFE,Chelsea LIBERATORE,Ben STONG,Michael D.STONG,IL NAPPI,Adrian LANGRELL,Magdalena R.WOLFE of Orange,California,its true and lawful agent and Attomey-in-Fact,to make,execute,seal and deliver,for,and on . its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the • FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. • IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT • COMPANY OF MARYLAND,this 20th day of February,A.D.2025. E 4�y' S,rL 7's )1P SE/4 m41 '1 ,3`P„�sue' s ti .o,�. Zz is ATTEST: ZURICH AMERICAN INSURANCE COMPANY • COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND A L i Viz i By: Christopher Nolan Vice President • By: Dawn E.Brown Secretary _ State of Maryland • County of Baltimore On this 20 th day of February, A.D.2025, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Christopher Nolan,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who .executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. • ;lot watt�:�yla Genevieve M.Maison Notary Public My Commission Expire January 27,2029 • Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may,by written instrument under the attested corporate seal,appoint attorneys-in-fact with authority to execute bonds,policies,recognizances, stipulations,undertakings,or other like instruments on behalf of the Company,and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I,the undersigned,Vice President of the ZURICH AMERICAN INSURANCE COMPANY,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 14th day of April , 2025 . �_'"', - o4oq� °: oPP�R+ini4s uYoem9e s,("SEALmlzz SEAL l t SEAL g tee -� ' y iew '' J° „a Vie_ Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way • Schaumburg,IL 60196-1056 renortsfclaims@zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 THE FINAL PREMIUM IS This bond was issued in two(2) PREDICATED ON THE original counterparts FINAL CONTRACT AMOUNT • Bond No. 7673868 . PAYMENT BOND (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach(hereafter referred to as"City")has awarded to Crosstown Electrical&Data, Inc. 5454 Diaz Street, Irwindale, CA 91706 • (name and address of Contractor) (hereinafter referred to as"Principal"),a contract("Contract")for the work described as follows: CC-1622 Boise Chica Street Traffic Signal Synchronization Project (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 Fidelity and Deposit Company of Maryland 777 South Figueroa Street, Suite 3900, Los Angeles, CA 90017 (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of Two Hundred Forty-Two Thousand Nine Hundred Sixty-Seven and 80/100 dollars($242,967.80 ),this amount being not less than one hundred percent(100%)of the total price set forth in the Contract, in lawful money of the United States of America,for the payment of which sum,well and truly to be made,we bind ourselves,and each of our heirs, executors, administrators,successors,and assigns,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT,if the Principal, his, her,or its heirs,executors, administrators,successors or assigns, or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code("Claimants")for all labor,materials or services used or reasonably required for use in performance of the work described in the Contract,or any amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such Claimant,or prevailing wages due and penalties incurred pursuant to Sections 1774, 1775, 1813 or 1815 of the Labor Code,or any amounts required to be deducted,withheld and paid over to the Employment Development Department from the wages of employees of the Principal and Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the work or labor performed under the Contract, Surety will pay for the same, in an amount not exceeding the penal sum specified in this bond;otherwise,this obligation shall be null and void. This bond shall inure to the benefit of any of the persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns. In case any action is brought upon this bond, Surety further agrees to pay all court costs and a reasonable attorney's fee in an amount fixed by the court. PAYMENT BOND Page 1 of 2 1 5-45 84/1 1 73 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: April 14th,2025 ATTEST • Crosstowp ec n :I &Data, Inc. (Corporate Seal) (Princip By: zu►e--r Name:D vcd mah t, • Title: �Y�e,tidC ht ATTEST Fidelity and Deposit Company of Maryland (Corporate Seal) (Surety Name) By: Name: Dwight Reilly.Attorney-in-Fact • (Signature of Attorney-in-Fact for Surety) (Attach Attorney-In-Fact Certificate) (213)270-0600 • (Area Code&Telephone Number for Surety) APPROVED AS TO FORM: • By: L 'Michael E.Gates,City Attorney f' • '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 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 un of f California Los Angeles Co ) ty On April 21, 2025 before me, A. Takacs, Notary Public (insert name and title of the officer) personally appeared David P. Heermance 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. . " a A.1�1�..7NN�NNH� WITNESS my hand and official seal. ssion itu7q di , K County �'�'►� Cx -Nohry Publ t.., fr .- CONK EXR.DEC.V.2027 • i IA 2 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 04/14/2025 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. tvi ussA ANN VACCARO WITNESS my hand and official seal. �'=, COMM.#2401942 ,,, P r r) N=y' •� otary Public-California ORANGECOUN-f'( LL My Comm.Expires May 12,2026 Signature (Seal) Melissa Ann Vaccaro Bond No.7673868 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"),by Christopher Nolan,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute,and appoint Daniel HUCKABAY,Frank MORONES,Dwight REILLY,Arturo AYALA,Shaunna ROZELLE OSTROM,Benjamin WOLFE,Chelsea LIBERATORE,Ben STONG,Michael D.STONG,R.NAPPI,Adrian LANGRELL,Magdalena R.WOLFE of Orange,California,its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. -IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT • COMPANY OF MARYLAND,this 20th day of February,A.D.2025. W • , ff:f."4. a sr'F eoq� 4t�4 65,"4,,aII F" SEAL 6EAL�' ,-�SEAL II w,.�.. •° ,,• .. M� ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY • FIDELITY AND DEPOSIT COMPANY OF MARYLAND /1 ;t i i I U�VI By: Christopher Nolan Vice President Cdt • -By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 20 th day of February, A.D.2025, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Christopher Nolan,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally(mown to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. yy r. °(4ytit ;s i n Genevieve M.Matson • Notary Public My Commission Expire January 27,2029 • • Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may,by written instrument under the attested corporate seal,appoint attorneys-in-fact with authority to execute bonds,policies,recognizances, stipulations,undertakings,or other like instruments on behalf of the Company,and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I,the undersigned,Vice President of the ZURICH AMERICAN INSURANCE COMPANY,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the • . Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. • e • RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 14th day of April , 2025 . ;sqq!si°SEALmjg_ SEAL pAtal SEAL Is f" 11"1, Ifflllllllt<�I, fffffXll ,d -7(149. . Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 reportsfclaims@zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 • SurIcity INSURANCE AND INDEMNIFICATION WAIVER MODIFICATION REQUEST 1. Requested: Public Works 2. Date: June 25, 2025 3. Name of contractor/permittee: Crosstown Electrical & Data, Inc. 4. Description of work to be performed: Traffic Signal and fiber optic work 5. Value and length of contract: 4242,967.80 (60) days-projected to being work late June 2025 6. Waiver/modification request: $100,000 deductible for General Liability 7. Reason for request and why it should be granted: The City only allows up to a $5,000 deductible for General Liability. Crosstown Electrical & Data, Inc. has provided a financial statement to prove they are in good standing. 8. Identify the risks to the City in approving this waiver/modification:Low Department Head Signature Da e: APPROVALS Approvals must be obtained in the order listed on this form. Two approvals are required for a request to be granted. Approval from the City Administrator's Office is only required if Risk Management and the City Attorney's 0,ice disagree. 1. Ris -Management arl Approved ❑ Denied Signature Date 2. City/Attorney's Office 0 Approved ❑ Denied ignature Date 3. City Manager's Office ❑ Approved ❑ Denied Signature Date If approved, the completed waiver/modification request is to be submitted to the City Attorney's Office along with the contract for approval. Once the contract has been approved, this form is to be filed with the Risk Management Division of Human Resources Waiver Form 6/26/2025 4:50:00 PM I• i I 1 Waiver Procedure To request a waiver,indicate hereD and provide a brief description( 1—2 sentences)of the proposed work/project,its dollar value(if not a specific dollar amount,use an average,annual estimate or non-profit)and projected timeframe(per job or as-needed basis). For substantial dollar deductible/SIR amounts,a financial statement is required(Balance Sheet, Budget Reports,Dun&Bradstreet Report,etc.). Waiver Requested:$10,000 deductible for the General Liability coverage and our maximum amount is$5,000 Encroachment Permit❑ Private Property Work PennitO Consultant Serviced] Other: Proposed Work: Traffic signal and fiber optic work Dollar Value: 242,967.80 Projected Timeframe: 60 working days proiected to begin late of June of 2025 ® DATE(MMIDDIYYYY) AcoRD CERTIFICATE OF LIABILITY INSURANCE. L.�/. 06/10/2025 . 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 CONTACT NAME: Mariana Pichardo ONE McRae Associates Insurance Services /acc,No,Ext): (714)779.6999 FAX No);(714)779-6903 1265 N. Manassero St Suite 303 E-MADDRESS: mariana@mcreeinsurance.insure Anaheim,CA 92807 INSURER(S)AFFORDING COVERAGE NAIL a INSURER A: Travelers Property Casualty Company of America 25674 INSURED INSURER B: TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA 25674 CROSSTOWN ELECTRICAL& DATA, INC. INSURER C: GREAT AMERICAN-INSURANCE COMPANY _ 16691 5454 DIAZ ST. INSURER D: St Paul Surplus Lines Insurance Company 30481 Irwindale, CA 91706 INSURERE: INSURER F; COVERAGES CERTIFICATE NUMBER: 00001315-0 REVISION NUMBER: 772 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 ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD wvD POLICY NUMBER IMMIDDIYYYY1 IMM10D/YYY'C LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y DT22-CO-7W503833-TCT-25 06/03/2025 06/03/2026 EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) S 300,000 X Deductible$10,000 MED EXP(Any one person) $ 5,000 PERSONAL&ADVINJURY $ ,2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY X EC LOC PRODUCTS-COMP/OP AGG $ 4,000,000 OTHER: $ - B AUTOMOBILE LIABILITY Y Y 810-7W449049-25-26-G 06/03/2025 06/03/2026 IEo$NdED SINGLE LIMIT $ 1.000,000 X ANY AUTO BODILYINJURY(Perperson) $ OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY — AUTOS HIRED NaTSWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY (Per accidents $ C X UMBRELLA LIAB X OCCUR Y Y TUE257205207 06/03/2025 06/03/2026 EACH OCCURRENCE S 5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE S 5,000,000 DED RETENTION$ 0 S A WORKERS COMPENSATION Y UB-7W504031-25-26-G 06/03/2025 06/03/2026 X STA UTE I ERH AND EMPLOYERS'LIABILITY ANYIPROPRIE ORR EXRTNER E I I ECUTIVE Y� NIA E.L.EACH ACCIDENT $ 1,000,000 IME(Mandatory In NH) E.L.DISEASE-EA EMPLOYEE$ I,000,000 Wyss,descdbe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 A 2nd Tier Umb. Policy Y Y EX-B4831416-25-NF 06/03/2025 0610312026 EachOcc/Gene Agg $5,000,000 D Prof.&Poll. Liab. Y Y ZCE-16P95095 10/10/2024 10/10/2025 Each Occ/Gen Agg $2 mill/$4 mill DESCRIPTION OF OPERATIONS 1 LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) RE:PROJECT NAME:BOLSA CHICA STREET AND FIBER OPTICS AND TRAFFIC SIGNAL MODIFICATIONS FROM HEIL AVENUE TO RANCH ROAD/PROJECT LOCATION: BOLSA CH1CA,HUNTINGTON BEACH CA 92648/JOB#5362-25 . CITY OF HUNTINGTON BEACH,ALONG WITH THEIR OFFICERS,OFFICIALS,AGENTS,EMPLOYEES,AND VOLUNTEERS,ARE NAMED AS ADDITIONAL INSURED WITH RESPECT TO THE ABOVE-MENTIONED POLICIES PER ATTACHED ENDORSEMENT(S).COVERAGE IS PRIMARY&NON-CONTRIBUTORY AS REQUIRED BY WRITTEN CONTRACT,PER (continued on ACORD 101 Additional Remarks Schedule) CERTIFICATE HOLDER CANCELLATION 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 AUTHORIZED R _EPRESENTATIVE I It /�+''''' 1. (MPC) ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Printed by MPC on 06/10/2025 at 01:43PM • AGENCY CUSTOMER ID: LOC It: ACORD® ADDITIONAL REMARKS SCHEDULE Page 2 of AGENCY NAMED INSURED McRae Associates Insurance Services CROSSTOWN ELECTRICAL&DATA,INC. POLICY NUMBER N/A CARRIER NAIL CODE Multiple Carriers EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance (continued from Description of Operations) ATTACHED ENDORSEMENT FORMS.WAIVER OF SUBROGATION APPLIES,IF REQUIRED BY WRITTEN CONTRACT. SHOULD ANY OF THE ABOVE-DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,A 30-DAY WRITTEN NOTICE WILL BE ISSUED. ACORD 101(2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Printed by MPC on June 10,2025 at 01:43PM ® DATE(MMIDDJYYYY) ACORO CERTIFICATE OF LIABILITY INSURANCE kkierr----- 06/03/2025 , 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 poiicy(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 CONTANAME:CT Maricela Aguirre . McRae Associates Insurance Services MM.Ext} (714)779-8999 _la No):(714)779-6903 1265 N.Manassero St Suite 303 AIL ADDRESS: maricela@mcraeinsurance.insure Anaheim, CA 92807 INSURER(S)AFFORDING COVERAGE NAICII INSURER A: Atlantic Specialty Insurance Company 27154 INSURED • INSURER B: CROSSTOWN ELECTRICAL&DATA, INC. INSURERC: 5454 DIAZ ST. INSURERD: Irwindale,CA 91706 INSURERS: INSURER F: COVERAGES CERTIFICATE NUMBER: 00001315-250603083707 REVISION NUMBER: 1 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 SUBR POLICY EFF POLICY EXP LIMITS LTR INSD Wvo POLICY NUMBER IMM1D IY DIYYYYI IMMIDDYYYI COMMERCIAL GENERAL LIABIUTY EACH OCCURRENCE $ DAMAGE TO ENTED CLAIMS-MADE OCCUR PREMISES(a occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY S GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 1 POLICY PROT LOC PRODUCTS-COMPIOP AGG S JEC OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ IEa accident) ANY AUTO BODILY INJURY/Per person) S OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY _ AUTOS HIRED NON-OWNED PROPERTY DAMAGE S •AUTOS ONLY _ AUTOS ONLY IPeraceidont) S UMBRELLA LIAB _ OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIMS-MADE AGGREGATE 5 DED RETENTION 5 S WORKERS COMPENSATION OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER ANY PROPRIETORIPARTNERIEXECUTIVE t I NIA EL.EACH ACCIDENT S OFFICERIMEMBER EXCLUDED? — (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ Byes,describe under B DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 5 A Prop&Inland Marine 710039414 05/10/2025 05/10/2026 Build/Prop $1,413,8491$300,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached If more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE /� I i /�/ �s='ti�. (MAG) ®1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Printed by MAG on 06/03/2025 at 08:41AM COMMERCIAL GENERAL LIABILITY POLICY NUMBER:DT22-CO-7W503833-TCT-25 ' - THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Names of Additional Insured Person(s)or Organization(s): City of Huntington Beach,its officers,elected or appointed officials,employees,agents and volunteers. Location of Covered Operations: PR7,ECTNAME:BDLSA CHICA STREET AND HBEROPTICS AND TRAFRC SIGNAL MODIRCATIONS FROM HEIL AVENUETO RANCH READ/PIO.ECTLOCATION:BOLSA CHICA,HUNTINGTON EEACH CA 92648I .JOF45362-25 (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 In- This Insurance does not apply to"bodily injury"or dude as an additional insured the person(s) or "property damage"occurring, or"personal injury" organization(s) shown in the Schedule, but only or "advertising injury' arising out of an offense with respect to liability for"bodily injury","property committed,after: damage", "personal injury' or'advertising injury" 1. All work, including materials, parts or equip- caused,in whole or in part,by: ment furnished in connection with such work, 1. Your acts or omissions;or on the project (other than service, mainte- 2. The acts or omissions of those acting on your nance or repairs) to_be performed by or on behalf; behalf of the additional insured(s)at the loca- tion of the covered operations has been corn- in the performance of your ongoing operations for pleted;or the additional insured(s) at the location(s) desig- 2. That portion of"your work" out of which the nated above. Y injury or damage arises has been put to its In- B. With respect to the Insurance afforded to these tended use by any person or organization additional Insureds,the following additional exclu- other than another contractor or subcontrac- slons apply: tor engaged In performing operations for a principal as a part of the same project. CG D3 61 03 05 Copyright 2005 The St.Paul Travelers Companies,Inc.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL GENERAL LIABILITY • POLICY NUMBER: DT22-CO-7W503833-TCf-25 ISSUE DATE: - - THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s)Or Organization(s): City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers. Location And Description Of Completed Operations PROJECT NAME: BOLSA CHICA STREET AND FIBER OPTICS AND TRAFFIC SIGNAL MODIFICATIONS FROM HEIL AVENUE TO RANCH ROAD/PROJECT LOCATION: BOLSA CHICA, HUNTINGTON BEACH CA 92648/JOB#5362-25 Information required to complete this Schedule,if not shown above,will be shown in the Declarations. Section II — Who Is An Insured is amended to in- location designated and described in the schedule of dude as an additional insured the person(s) or or- this endorsement performed for that additional in- ganization(s) shown in the Schedule, but only with sured and included in the"products-completed opera- respect to liability for"bodily injury" or"property dam- tions hazard". age"caused, in whole or in part, by"your work" at the COMMERCIAL GENERAL LIABILITY POLICY NUMBER: OT22-CO -7;1 503833-TC -25 ISSUE DATE:05/30/2025 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OTHER INSURANCE - DESIGNATED ADDITIONAL INSUREDS - PRIMARY WITH RESPECT TO CERTAIN OTHER INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE OF DESIGNATED ADDITIONAL INSUREDS "As required by written contract" PROVISIONS Designated Additional Insureds is primary to any of The following is added to Paragraph 4.a., Primary the other insurance. whether primary, excess. Insurance, of SECTION IV — COMMERCIAL contingent or on any other basis, that is available to GENERAL LIABILITY CONDITIONS: such additional insured which covers such additional The insurance afforded under this Coverage Part to insured as a named insured, and we will not share with that other insurance. anv additional incured shown in the Schedule. Of CG D4 26 02 19 0 2017 The Travelers Indemnity Company.All rights reserved. Includes copyrighted material of Insurance Services Orrice,Inc.with Its permission. Page 1 of 1 Policy Number: DT22-CO-7W503833-TCT-25 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (Includes Products-Completed Operations If Required By Contract) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PROVISIONS (1) Any "bodily injury", "property damage" or The following is added to SECTION II— WHO IS AN "personal injury" arising out of the providing, INSURED. or failure to provide, any professional Any person or organization that you agree in a architectural, engineering or surveying written contract or agreement to include as an services, including: additional insured on this Coverage Part is an (a) The preparing, approving, or failing to insured, but only: prepare or approve, maps, shop a. With respect to liability for "bodily injury" or drawings, opinions, reports, surveys, "property damage" that occurs, or for "personal field orders or change orders, or the injury" caused by an offense that is committed, preparing, approving, or failing to subsequent to the signing of that contract or prepare or approve, drawings and agreement and while that part of the contract or specifications; and agreement is in effect; and (b) Supervisory, inspection, architectural or b. If, and only to the extent that, such injury or engineering activities. damage is caused by acts or omissions of you or your subcontractor in the performance of "your (2) Any "bodily injury" or "property damage" work" to which the written contract or agreement caused by "your work" and included in the applies. Such person or organization does not "products-completed operations hazard" qualify as an additional insured with respect to unless the written contract or agreement the independent acts or omissions of such specifically requires you to provide such person or organization. coverage for that additional insured during The insurance provided to such additional insured is the policy period. subject to the following provisions: c. The additional insured must comply with the a. If the Limits of Insurance of this Coverage Part following duties: shown in the Declarations exceed the minimum (1) Give us written notice as soon as practicable limits required by the written contract or agreement, the insurance provided to the of an "occurrence" or an offense which may additional insured will be limited to such result in a claim. To the extent possible,such minimum required limits. For the purposes of notice should include: determining whether this limitation applies, the (a) How, when and where the "occurrence" minimum limits required by the written contract or or offense took place; agreement will be considered to include the minimum limits of any Umbrella or Excess (b) The names and addresses of any injured liability coverage required for the additional persons and witnesses; and insured by that written contract or agreement. (c) The nature and location of any injury or This provision will not increase the limits of damage arising out of the "occurrence" insurance described in Section III — Limits Of or offense. Insurance. b. The insurance provided to such additional (2) If a claim is made or"suit" is brought against insured does not apply to: the additional insured: CG D2 46 0419 ©2018 The Travelers Indemnity Company.All rights reserved. Page 1 of 2 COMMERCIAL GENERAL LIABILITY (a) Immediately record the specifics of the (4) Tender the defense and indemnity of any claim or"suit" and the date received;and claim or "suit" to any provider of other (b) Notify us as soon as practicable and see insurance which would cover such additional to it that we receive written notice of the insured for a loss we cover. However, this claim or"suit"as soon as practicable. condition does not affect whether the insurance provided to such additional (3) Immediately send us copies of all legal insured is primary to other insurance papers received in connection with the claim available to such additional insured which or "suit", cooperate with us in the covers that person or organization as a investigation or settlement of the claim or named insured as described in Paragraph 4., defense against the "suit", and otherwise Other Insurance, of Section IV—Commercial comply with all policy conditions. General Liability Conditions. Page 2 of 2 ©2018 The Travelers Indemnity Company.All rights reserved. CG D2 46 04 19 Policy Number: DT22-CO-7W503833-TCT-25 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Who Is An Insured—Unnamed Subsidiaries C. Incidental Medical Malpractice B. Blanket Additional Insured — Governmental D. Blanket Waiver Of Subrogation Entities — Permits Or Authorizations Relating To E. Contractual Liability—Railroads Operations F. Damage To Premises Rented To You PROVISIONS a. An organization other than a partnership, joint A. WHO IS AN INSURED — UNNAMED venture or limited liability company; or SUBSIDIARIES b. A trust; The following is added to SECTION II — WHO IS as indicated in its name or the documents that AN INSURED: govern its structure. Any of your subsidiaries, other than a partnership, B. BLANKET ADDITIONAL INSURED — joint venture or limited liability company, that is GOVERNMENTAL ENTITIES — PERMITS OR not shown as a Named Insured in the AUTHORIZATIONS RELATING TO OPERATIONS Declarations is a Named Insured if: a. You are the sole owner of, or maintain an The following is added to SECTION II — WHO IS AN INSURED: ownership interest of more than 50% in, such subsidiary on the first day of the policy period; Any governmental entity that has issued a permit and or authorization with respect to operations b. Such subsidiary is not an insured under performed by you or on your behalf and that you similar other insurance. are required by any ordinance, law, building code or written contract or agreement to include as an No such subsidiary is an insured for"bodily injury" additional insured on this Coverage Part is an or"property damage" that occurred, or "personal insured, but only with respect to liability for"bodily and advertising injury" caused by an offense injury", "property damage" or "personal and committed: advertising injury" arising out of such operations. a. Before you maintained an ownership interest The insurance provided to such governmental of more than 50% in such subsidiary; or entity does not apply to: b. After the date, if any, during the policy period a. Any "bodily injury", "property damage" or that you no longer maintain an ownership "personal and advertising injury" arising out of interest of more than 50% in such subsidiary. operations performed for the governmental entity; or For purposes of Paragraph 1. of Section II—Who Is An Insured, each such subsidiary will be b. Any "bodily injury" or "property damage" deemed to be designated in the Declarations as: included in the "products completed operations hazard". CG D3 16 02 19 ©2017 The Travelers Indemnity Company.All rights reserved. Page 1 of 3 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. COMMERCIAL GENERAL LIABILITY C. INCIDENTAL MEDICAL MALPRACTICE pharmaceuticals committed by, or with the 1. The following replaces Paragraph b. of the knowledge or consent of,the insured. definition of "occurrence" in the 5. The following is added to the DEFINITIONS DEFINITIONS Section: Section: b. An act or omission committed in providing "Incidental medical services" means: or failing to provide "incidental medical services", first aid or "Good Samaritan a. Medical, surgical, dental, laboratory,x-ray services" to a person, unless you are in or nursing service or treatment, advice or the business or occupation of providing instruction, or the related furnishing of professional health care services. food or beverages; or 2. The following replaces the last paragraph of b. The furnishing or dispensing of drugs or Paragraph 2.a.(1) of SECTION II — WHO IS medical, dental, or surgical supplies or AN INSURED: appliances. Unless you are in the business or occupation 6. The following is added to Paragraph 4.b., of providing professional health care services, Excess Insurance, of SECTION IV — Paragraphs (1)(a), (b), (c) and (d) above do COMMERCIAL GENERAL LIABILITY not apply to "bodily injury' arising out of CONDITIONS: providing or failing to provide: This insurance is excess over any valid and (a) "Incidental medical services" by any of collectible other insurance, whether primary, your "employees" who is a nurse, nurse excess, contingent or on any other basis, that assistant, emergency medical technician is available to any of your "employees" for or paramedic; or "bodily injury" that arises out of providing or (b) First aid or "Good Samaritan services" by failing to provide "incidental medical services" any of your "employees" or "volunteer to any person to the extent not subject to workers", other than an employed or Paragraph 2.a.(1) of Section II — Who Is An volunteer doctor. Any such "employees" Insured. or"volunteer workers" providing or failing D. BLANKET WAIVER OF SUBROGATION to provide first aid or "Good Samaritan services" during their work hours for you The following is added to Paragraph 8., Transfer will be deemed to be acting within the Of Rights Of Recovery Against Others To Us, scope of their employment by you or of SECTION IV — COMMERCIAL GENERAL performing duties related to the conduct LIABILITY CONDITIONS: of your business. If the insured has agreed in a contract or 3. The following replaces the last sentence of agreement to waive that insured's right of Paragraph 5. of SECTION III — LIMITS OF recovery against any person or organization, we INSURANCE: waive our right of recovery against such person or For the purposes of determining the organization, but only for payments we make applicable Each Occurrence Limit, all related because of: acts or omissions committed in providing or a. "Bodily injury" or "property damage" that failing to provide "incidental medical occurs; or services", first aid or "Good Samaritan services"to any one person will be deemed to b. "Personal and advertising injury" caused by be one"occurrence". an offense that is committed; 4. The following exclusion is added to subsequent to the execution of the contract or Paragraph 2., Exclusions, of SECTION I — agreement. COVERAGES — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE E. CONTRACTUAL LIABILITY—RAILROADS LIABILITY: 1. The following replaces Paragraph c. of the Sale Of Pharmaceuticals definition of "insured contract" in the "Bodily injury" or "property damage" arising DEFINITIONS Section: out of the violation of a penal statute or c. Any easement or license agreement; ordinance relating to the sale of Page 2 of 3 ©2017 The Travelers Indemnity Company.All rights reserved. CG D3 16 02 19 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. COMMERCIAL GENERAL LIABILITY 2. Paragraph f.(1) of the definition of "insured a. Any premises while rented to you or contract" in the DEFINITIONS Section is temporarily occupied by you with permission deleted. of the owner; or F. DAMAGE TO PREMISES RENTED TO YOU b. The contents of any premises while such The following replaces the definition of"premises premises is rented to you, if you rent such damage" in the DEFINITIONS Section: premises for a period of seven or fewer "Premises damage"means"property damage"to: consecutive days. • CG D3 16 0219 ©2017 The Travelers Indemnity Company.All rights reserved. Page 3 of 3 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Policy Number:DT22-CO-7W503833-TCT-25 COMMERCIAL GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY COVERAGE FORM Various provisions in this policy restrict coverage. Read (1) The "bodily injury" or "property damage" is the entire policy carefully to determine rights, duties and caused by an "occurrence"that takes place what is and is not covered. in the "coverage territory"; Throughout this policy the words "you" and "your" refer (2) The "bodily injury" or "property damage" to the Named Insured shown in the Declarations, and occurs during the policy period; and any other person or organization qualifying as a Named Insured under this policy. The words "we", "us" and (3) Prior to the policy period, no insured listed "our"refer to the company providing this insurance. under Paragraph 1. of Section II — Who Is The word "insured" means any person or organization An Insured and no "employee" authorized qualifying as such under Section II — Who Is An by you to give or receive notice of an Insured. "occurrence" or claim knew that the "bodily injury" or "property damage" had occurred, Other words and phrases that appear in quotation in whole or in part. If such a listed insured marks have special meaning. Refer to Section V — or authorized "employee" knew, prior to the Definitions. policy period, that the "bodily injury" or "property damage" occurred, then any SECTION I—COVERAGES continuation, change or resumption of such COVERAGE A — BODILY INJURY AND PROPERTY "bodily injury" or "property damage" during DAMAGE LIABILITY or after the policy period will be deemed to have been known prior to the policy period. 1. Insuring Agreement c. "Bodily injury" or "property damage" which a. We will pay those sums that the insured occurs during the policy period and was not, becomes legally obligated to pay as damages prior to the policy period, known to have because of"bodily injury" or"property damage" occurred by any insured listed under Paragraph to which this insurance applies. We will have 1. of Section II — Who Is An Insured or any the right and duty to defend the insured against "employee" authorized by you to give or receive any "suit" seeking those damages. However, notice of an "occurrence" or claim, includes any we will have no duty to defend the insured continuation, change or resumption of that against any "suit" seeking damages for "bodily "bodily injury" or "property damage" after the injury" or "property damage" to which this end of the policy period. insurance does not apply. We may, at our discretion, investigate any "occurrence" and d. "Bodily injury" or "property damage" will be settle any claim or"suit"that may result. But: deemed to have been known to have occurred at the earliest time when any insured listed (1) The amount we will pay for damages is under Paragraph 1. of Section II — Who Is An limited as described in Section III — Limits Insured or any"employee" authorized by you to Of Insurance; and give or receive notice of an "occurrence" or (2) Our right and duty to defend end when we claim: have used up the applicable limit of (1) Reports all, or any part, of the "bodily insurance in the payment of judgments or injury" or "property damage" to us or any settlements under Coverages A or B or other insurer; medical expenses under Coverage C. No other obligation or liability to pay sums or (2) Receives a written or verbal demand or perform acts or services is covered unless claim for damages because of the "bodily licit) injury"or"property damage";or exp licitly y provided for under Supplementary Payments. (3) Becomes aware by any other means that b. This insurance applies to "bodily injury" and "bodily injury" or "property damage" has "property damage"only if: occurred or has begun to occur. CG T1 00 02 19 ©2017 The Travelers Indemnity Company.All rights reserved. Page 1 of 21 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL GENERAL LIABILITY c. Method Of Sharing a. The statements in the Declarations are If all of the other insurance permits contribution accurate and complete; by equal shares, we will follow this method also. b. Those statements are based upon Under this approach each insurer contributes representations you made to us; and equal amounts until it has paid its applicable c. We have issued this policy in reliance upon limit of insurance or none of the loss remains, your representations. whichever comes first. The unintentional omission of, or unintentional error If any of the other insurance does not permit in, any information provided by you which we relied contribution by equal shares, we will contribute upon in issuing this policy will not prejudice your by limits. Under this method, each insurer's rights under this insurance. However, this provision share is based on the ratio of its applicable limit does not affect our right to collect additional of insurance to the total applicable limits of premium or to exercise our rights of cancellation or insurance of all insurers. nonrenewal in accordance with applicable insurance d. Primary And Non-Contributory Insurance If laws or regulations. Required By Written Contract 7. Separation Of Insureds If you specifically agree in a written contract or Except with respect to the Limits of Insurance, and agreement that the insurance afforded to an any rights or duties specifically assigned in this insured under this Coverage Part must apply on Coverage Part to the first Named Insured, this a primary basis, or a primary and non- insurance applies: contributory basis, this insurance is primary to a. As if each Named Insured were the only other insurance that is available to such insured Named Insured: and which covers such insured as a named insured, and we will not share with that other insurance, b. Separately to each insured against whom claim provided that: is made or"suit"is brought. The "bodily injury"' or "property dama e" for 8. Transfer Of Rights Of Recovery Against Others (1) y J y' 9 which coverage is sought occurs; and To Us (2) The "personal and advertising injury" for If the insured has rights to recover all or part of any which coverage is sought is caused by an payment we have made under this Coverage Part, offense that is committed: those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, subsequent to the signing of that contract or the insured will bring "suit" or transfer those rights agreement by you. to us and help us enforce them. 5. Premium Audit 9. When We Do Not Renew a. We will compute all premiums for this Coverage If we decide not to renew this Coverage Part, we will Part in accordance with our rules and rates. mail or deliver to the first Named Insured shown in b. Premium shown in this Coverage Part as the Declarations written notice of the nonrenewal advance premium is a deposit premium only. At not less than 30 days before the expiration date. the close of each audit period we will compute If notice is mailed, proof of mailing will be sufficient the earned premium for that period and send proof of notice. notice to the first Named Insured. The due date SECTION V—DEFINITIONS for audit and retrospective premiums is the date 1 "Advertisement" means a notice that is broadcast or shown as the due date on the bill. If the sum of published to the general public or specific market the advance and audit premiums paid for the segments about your goods, products or services policy period is greater than the earned premium, we will return the excess to the first for the purpose of attracting customers or Named Insured. supporters. For the purposes of this definition: c. The first Named Insured must keep records of a. Notices that are published include material placed on the Internet or on similar electronic the information we need for premium means of communication; and computation, and send us copies at such times as we may request. b. Regarding websites, only that pars of a website 6. Representations that is about your goods, products or services p for the purposes of attracting customers or By accepting this policy,you agree: supporters is considered an advertisement. Page 16 of 21 ©2017 The Travelers Indemnity Company.All rights reserved. CG T1 00 02 19 Includes copyrighted material of Insurance Services Office,Inc.with its permission. TRAVELERS WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 03 76( A)— POLICY NUMBER: UB_7W504031-25-26-G WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA (BLANKET WAIVER) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. The additional premium for this endorsement shall be % of the California workers' compensation pre- mium. • Schedule Person or Organization Job Description As required by written contract This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is Issued subsequent to preparation of the policy.) Endorsement Effective Policy No. UB 7W504031 25 26-G Endorsement No. Insured 06/03/2025 Premium Insurance Company Countersigned by Trevelers Property Casualty Company DATE OF ISSUE: - - ST ASSIGN: Page 1 of 1 Policy Number:810-7W449049-25-26-G COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights,duties, and what is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF B. BLANKET ADDITIONAL INSURED USE—INCREASED LIMIT C. EMPLOYEE HIRED AUTO I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES—INCREASED LIMIT D. EMPLOYEES AS INSURED J. PERSONAL PROPERTY E. SUPPLEMENTARY PAYMENTS — INCREASED K. AIRBAGS LIMITS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR F. HIRED AUTO — LIMITED WORLDWIDE COV- LOSS ERAGE—INDEMNITY BASIS M. BLANKET WAIVER OF SUBROGATION G. WAIVER OF DEDUCTIBLE—GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED this insurance applies and only to the extent that The following is added to Paragraph A.1., Who Is person or organization qualifies as an "insured" An Insured, of SECTION II —COVERED AUTOS under the Who Is An Insured provision contained LIABILITY COVERAGE: in Section II. Any organization you newly acquire or form dur C. EMPLOYEE HIRED AUTO ing the policy period over which you maintain 1. The following is added to Paragraph A.1., 50% or more ownership interest and that is not Who Is An Insured, of SECTION II — COV- separately insured for Business Auto Coverage. ERED AUTOS LIABILITY COVERAGE: Coverage under this provision is afforded only un- An "employee" of yours is an "insured" while til the 180th day after you acquire or form the or- operating an "auto" hired or rented under a ganization or the end of the policy period, which- contract or agreement in an "employee's" ever is earlier. name, with your permission, while performing duties related to the conduct of your busi- B. BLANKET ADDITIONAL INSURED ness. The following is added to Paragraph c. in A.1., 2. The following replaces Paragraph b. in B.5., Who Is An Insured, of SECTION II — COVERED Other Insurance, of SECTION IV — BUSI- AUTOS LIABILITY COVERAGE: NESS AUTO CONDITIONS: Any person or organization who is required under b. For Hired Auto Physical Damage Cover- a written contract or agreement between you and age, the following are deemed to be cov- that person or organization, that is signed and ered "autos"you own: executed by you before the "bodily injury" or (1) Any covered "auto" you lease, hire, "property damage" occurs and that is in effect rent or borrow; and during the policy period, to be named as an addi- (2) Any covered "auto" hired or rented by tional insured is an "insured" for Covered Autos your "employee" under a contract in Liability Coverage, but only for damages to which an "employee's" name, with your CA T3 53 02 15 ©2015 The Travelers Indemnity Company.All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO permission, while performing duties (a) With respect to any claim made or"suit" related to the conduct of your busi- brought outside the United States of ness. America, the territories and possessions However, any"auto"that is leased, hired, of the United States of America, Puerto rented or borrowed with a driver is not a Rico and Canada: covered"auto". (i) You must arrange to defend the "in- D. EMPLOYEES AS INSURED sured"against, and investigate or set- tle any such claim or"suit" and keep The following is added to Paragraph A.1.,Who Is us advised of all proceedings and ac An Insured,of SECTION II—COVERED AUTOS tions. LIABILITY COVERAGE: (ii) Neither you nor any other involved Any"employee"of yours is an"insured"while us- "insured" will make any settlement ing a covered"auto"you don't own, hire or borrow without our consent. in your business or your personal affairs. (iii)We may, at our discretion, participate E. SUPPLEMENTARY PAYMENTS — INCREASED in defending the "insured" against, or LIMITS in the settlement of, any claim or 1. The following replaces Paragraph A.2.a.(2), "suit". of SECTION II—COVERED AUTOS LIABIL- (iv)We will reimburse the "insured" for ITY COVERAGE: sums that the "insured" legally must (2) Up to $3,000 for cost of bail bonds (in- pay as damages because of "bodily cluding bonds for related traffic law viola- injury"or"property damage" to which tions) required because of an "accident" this insurance applies, that the "in- we cover. We do not have to furnish sured" pays with our consent, but these bonds. only up to the limit described in Para- 2. The following replaces Paragraph A.2.a.(4), graph C., Limits Of Insurance, of of SECTION II—COVERED AUTOS LIABIL- SECTION II — COVERED AUTOS ITY COVERAGE: LIABILITY COVERAGE. (4) All reasonable expenses incurred by the (v) We will reimburse the "insured" for "insured" at our request, including actual the reasonable expenses incurred loss of earnings up to $500 a day be- with our consent for your investiga- cause of time off from work. tion of such claims and your defense of the "insured" against any such F. HIRED AUTO — LIMITED WORLDWIDE COV- "suit", but only up to and included ERAGE—INDEMNITY BASIS within the limit described in Para- The following replaces Subparagraph (5) in Para- graph C., Limits Of Insurance, of graph B.7., Policy Period, Coverage Territory, SECTION II — COVERED AUTOS of SECTION IV — BUSINESS AUTO CONDI- LIABILITY COVERAGE, and not in TIONS: addition to such limit. Our duty to (5) Anywhere in the world, except any country or make such payments ends when we jurisdiction while any trade sanction, em- have used up the applicable limit of bargo, or similar regulation imposed by the insurance in payments for damages, United States of America applies to and pro- settlements or defense expenses. hibits the transaction of business with or (b) This insurance is excess over any valid within such country or jurisdiction, for Coy- and collectible other insurance available ered Autos Liability Coverage for any covered to the "insured"whether primary, excess, "auto" that you lease, hire, rent or borrow contingent or on any other basis, without a driver for a period of 30 days or less (c) This insurance is not a substitute for re- and that is not an "auto"you lease, hire, rent quired or compulsory Insurance in any or borrow from any of your "employees", country outside the United States, its ter- partners (if you are a partnership), members ritories and possessions, Puerto Rico and (if you are a limited liability company) or Canada. members of their households. Page 2 of 4 ©2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 0215 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO You agree to maintain all required or (2) In or on your covered "auto". compulsory insurance in any such coun- This coverage applies only in the event of a total try up to the minimum limits required by theft of your covered "auto". local law. Your failure to comply with No deductibles apply to this Personal Property compulsory insurance requirements will coverage. not invalidate the coverage afforded by this policy, but we will only be liable to the K. AIRBAGS same extent we would have been liable The following is added to Paragraph B.3., Exclu- had you complied with the compulsory in- sions, of SECTION III — PHYSICAL DAMAGE surance requirements. COVERAGE: (d) It is understood that we are not an admit- Exclusion 3.a. does not apply to "loss" to one or ted or authorized insurer outside the more airbags in a covered "auto"you own that in- United States of America, its territories flate due to a cause other than a cause of "loss" and possessions, Puerto Rico and Can- set forth in Paragraphs A.1.b. and A.1.c., but ada. We assume no responsibility for the only: furnishing of certificates of insurance, or a. If that "auto" is a covered "auto" for Compre- for compliance in any way with the laws hensive Coverage under this policy; of other countries relating to insurance. b. The airbags are not covered under any war- G. WAIVER OF DEDUCTIBLE—GLASS ranty; and The following is added to Paragraph D., Deducti- c. The airbags were not intentionally inflated. ble, of SECTION III — PHYSICAL DAMAGE We will pay up to a maximum of $1,000 for any COVERAGE: one"loss". No deductible for a covered "auto" will apply to L. NOTICE AND KNOWLEDGE OF ACCIDENT OR glass damage if the glass is repaired rather than LOSS replaced. The following is added to Paragraph A.2.a., of H. HIRED AUTO PHYSICAL DAMAGE—LOSS OF SECTION IV—BUSINESS AUTO CONDITIONS: USE—INCREASED LIMIT Your duty to give us or our authorized representa- The following replaces the last sentence of Para- tive prompt notice of the "accident" or "loss" ap- graph A.4.b., Loss Of Use Expenses, of SEC- plies only when the "accident" or "loss" is known TION III—PHYSICAL DAMAGE COVERAGE: to: However, the most we will pay for any expenses (a) You (if you are an individual); for loss of use is $65 per day, to a maximum of (b) A partner(if you are a partnership); $750 for any one"accident". (c) A member (if you are a limited liability com- l. PHYSICAL DAMAGE — TRANSPORTATION pany); EXPENSES—INCREASED LIMIT (d) An executive officer, director or insurance The following replaces the first sentence in Para- manager(if you are a corporation or other or- graph A.4.a., Transportation Expenses, of ganization); or SECTION III — PHYSICAL DAMAGE COVER- (e) Any"employee" authorized by you to give no- AGE: tice of the"accident" or"loss". We will pay up to $50 per day to a maximum of M. BLANKET WAIVER OF SUBROGATION $1,500 for temporary transportation expense in- The following replaces Paragraph A.5., Transfer curred by you because of the total theft of a coy- Of Rights Of Recovery Against Others To Us, ered"auto" of the private passenger type. of SECTION IV — BUSINESS AUTO CONDI- J. PERSONAL PROPERTY TIONS: The following is added to Paragraph A.4., Cover- 5. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of recovery we may have Personal Property against any person or organization to the ex- tent required of you by a written contract We will pay up to $400 for "loss" to wearing ap- signed and executed prior to any "accident" parel and other personal property which is: or"loss", provided that the"accident"or"loss" (1) Owned by an "insured"; and arises out of operations contemplated by CA T3 53 02 15 ©2015 The Travelers Indemnity Company.All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated in such error in, any information given by you shall not contract. prejudice your rights under this insurance. How- N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col- The following is added to Paragraph B.2., Con- lect additional premium or exercise our right of ceatment, Misrepresentation, Or Fraud, of cancellation or non-renewal. SECTION IV—BUSINESS AUTO CONDITIONS: • Page 4 of 4 OO 2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office,Inc.with its permission. POLICY NUMBER: 810-7W449049-25-26-G COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE - CONTRACTORS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 2. The following is added to Paragraph B.5., Other 1. The following is added to Paragraph c. in A.1., Insurance of SECTION IV — BUSINESS AUTO Who Is An Insured, of SECTION II — COVERED CONDITIONS: AUTOS LIABILITY COVERAGE: Regardless of the provisions of paragraph a. and This includes any person or organization who you paragraph d. of this part 5. Other Insurance, this are required under a written contract or insurance is primary to and non-contributory with agreement, that is signed by you before the applicable other insurance tinder which an "bodily injury" or "property damage" occurs and additional insured person or organization is a that is in effect during the policy period, to name named insured when a written contract or as an additional insured for Covered Autos agreement with you, that is signed by you before Liability Coverage, but only for damages to which the "bodily injury" or "property damage" occurs this insurance applies and only to the extent of and that is in effect during the policy period, that person's or organization's liability for the requires this insurance to be primary and non- conduct of another"insured". contributory. CA T4 99 02 16 u 2016 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.with its permission. Bid Bond Bid Bond Number.CSBA-29740 CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principalplace of business) Crosstown Electrical&Data,Inc. Fidelity and Deposit Company of Maryland 5454 Diaz Street 777 South Figueroa Street,Suite 3900 Irwindale,CA 91706 Los Angeles,CA 90017 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:Traffic Signal Synchronization Program(TSSP)Project for Bolsa Chica Street and Valley View Avenue Corridor,C.C. No. 1622 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 conformin , sniff mgitutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shaconstrull a i •. statutory bond and not as a common law bond. r,�_�C,•��i 2i O4j;'�.S s d Signed and sealed this 3rd day of February.2025 Q;�/'F p%13 Crosstown Electrical&D to Inc. is Q,u1 S 'y (Principa0 (Se •,•,.0 dIA0•:: A Altt3v /,IDI C(r�C.- Fitness)j? Jo.W11h cc 0 �y NJ Y 11��•• itle) A P;' -GGrMaAOQ.t test ` 111111111//// ��ol•MQry�e'��i,�. Fidelity and Deposit Company of Maryland �• � �f�� 70 ��� • S l if, �r /� (Surety) II?,� p v �7 W E. [`Yy ia, is .. (Witness)Melissa Ann Vaccaro - � NO�dO (n •. �. (title)Dwight Reilly,Attorney-in-Fact �� 9 •..•�N�. �� 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 AlA 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 County of Orange ) On 02/03/2025 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. MELISSAANNVACCARO n COMM.#2401942 ,� • Z' Notary Public-California 2 LL ORANGE COUNTY LL }� My Comm.Expires May 12,2026K Signature D (Seal) jl 1( Melissa Ann Vaccaro 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 FEBRUARY 06,2025 before me, IQ� Y1 ?LV�✓) ►)C.(insert a (�( ��me and title of th' N � e officer) personally appeared David Heermance 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 d n icia s I. t� ryKbiic• mr..dib;:ab"dLna..,,. ...;., A _,t `' SCaonDe'•�sioneino239o2u7n8y 1_,-.±._„-_,_Co7,_Expire_s Feb 3,2026 Signature • (Seal) i • Bond No.CSBA-29740 • ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY • FIDELITY AND DEPOSIT COMPANY OF MARYLAND • POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the • COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"),by Christopher Nolan,Vice President,in pursuance of - authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof do hereby nominate,constitute,and appoint Daniel HUCKABAY,Frank MORONES,Dwight REILLY,Arturo AYALA,Shannna ROZELLE OSTROM,Benjamin WOLFE,Chelsea LIBERATORE,Ben STONG,Michael D.STONG,R NAPPI,Adrian LANGRELL of Orange,California,its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 22nd day of January,A.D.2025. SEAL. , 'SEAL"IA SEAL fi �`,...��' ATTEST: ZURICH AMERICAN INSURANCE COMPANY • • COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND 1I/bp 1 i t,' �v�✓ • By: Christopher Nolan Vice President • By: Dawn E.Brown Secretary State of Maryland County of Baltimore - On this 22nd day of January, A.D.2025, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Christopher Nolan,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. ��4(:yb?l+E livltt6!'3 F(11. Genevieve M.Maison r 'Notary Public ' , , t My Commission Expire January 27.2029 • Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may,by written instrument under the attested corporate seal,appoint attorneys-in-fact with authority to execute bonds,policies,recognizances, stipulations,undertakings,or other like instruments on behalf of the Company,and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I,the undersigned,Vice President of the ZURICH AMERICAN INSURANCE COMPANY,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 3rd day of February , 2025 . SEAL sT� SEAL SEAL E_ k90 rpo bf�.,�aJ 0-':c4 rs7i..t ,r3/4rr,nlpn" FllktnrrlfOr�� 5*1s,��,,to r 100 �I/ Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING 1'HE PRINCIPAL ON 1'HE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way o1utItwo ifif Schaumburg,IL 60196-1056 �.�`�4o°'�t',of?? J", reportsfclaimsezurichna.com .`gyp pp OqI'-ly 1' 800-626-4577 b '0 m SEAL4=E '0 A8363 j 1. O /890 f v Authenticity of this bond can be confirmed a;'aCiitri►MIitator.zurichna.com or 410-559-8790 1 a.Jaq u-wn op• - 6u)dd)ys;Jasu)I► . I 1 o in •V A.a >.9 I, C u Y 0 1 v G am �r 0al 0.a. • o rn } .M m E ORIGIN ID:RBFA (626)813.6693 SHIP DATE OSFEB25 11 C C O1 C! RI ORIGIN NEERMANCE ACTWGT:0.1018 CROSSTOWN ELECTRICAL&DATA CAD:2559053171INET4535 i 0 u 5454 DIAZSTREET I O. -0 c0 IRWINDALE,CA 91706 BILL SENDER . t N , UNITED STATES US • I H°' ' • 4-5E TD HUNTINGTON BEACH PUBLIC WORKS I . • (a •.4 .SDv . /.,- .), .'.tcti,;',is o 2000 MAIN STREET s 03- -� o1 0 1 HUNTINGTON BEACH CA 92648 -. !:', 4' (7714)5365247 REF: y IMCCC61622CROSSTOWN BE SECURNV ti�ti G. -.' 9 u 0 PO DEPP at, • a o L. ill M �NININNIIN0111VIIIIIIII11I1110I911Q111111 113 N 61 Z `1:r 1* rn! . ' D 17 j o a0.' _ l C . u a, CO 2u N FRI — 07 FEB 10:30A 0 E PRIORITY OVERNIGHT 1- r ., TRIO 7719 2393 2637 I 92648 WZ APVA cA-us SNA 1 CD o , o I N O ,- O I , f I I • I' RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating (Date) CITY OF HUNTINGTON BEACH ,, INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: 5 7/z/2c SUBJECT: Bond Acceptance I have received the bonds for OirTVFMCfn Fi€-t (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. 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 // 7,2c (Council Approval Date) CC No. I/f.22 Alet� m No. cr /3y MSC No. City Clerk Vault No. L L)O•N577 Other No. _ _ SIRE System ID No. 4'T07-3D g:/forrns/bond transmittal to treasurer • <c..i o ....1/ CITY OF gl HUNTINGTON BEACH =LCFcoUik \;si''! Lisa Lane Barnes I City Clerk May 12, 2025 Crosstown Electrical & Data, Inc. Attn: David P. Heermance 5454 Diaz St. Irwindale, CA 91706 Re: Bolsa Chica Street Traffic Signal Synchronization Project—CC-1622 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, ' 0;4-4416 A17144 Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov a.w•+. ..,,.e 2000 Main Street, c'f :;.• Huntington Beach,CA c ^> 92648 - ' ' City of Huntington Beach APPROVED 6-0-1 (McKEON-ABSENT) File#: 25-134 MEETING DATE: 3/18/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: John Nguyen, Senior Traffic Engineer Subject: Accept the lowest responsive bid and authorize execution of a construction contract with Crosstown Electrical & Data, Inc., in the amount of$242,967.80, for the construction of a fiber. optic communication system for traffic signal communication along Bolsa Chica Street corridor (CC-1622) _ Statement of Issue: - - On February 7, 2025, bids were opened for the installation of a fiber optic communication system for traffic signal communication along Bolsa Chica Street corridor. City Council action is requested to 7. award the construction contract to Crosstown Electrical & Data, Inc., the lowest responsive and responsible bidder. Financial Impact: The total project cost estimate for this portion of the project is $291,561.36, including construction contingency and construction administration. Grant funds for the project are budgeted in the OCTA Measure M2 Bolsa Chica TS Synchronization business unit 128285282 and matching funds are budgeted in the Air Quality Management District Bolsa Chica Synchronization business unit 20190014. Recommended Action: A) Accept the lowest responsive and responsible bid submitted by Crosstown Electrical & Data, Inc., in the amount of$242,967.80; and B) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the . City Attorney. Alternative Action(s): Do not approve, and direct staff accordingly. • • City of Huntington Beach Page 1 of 3 Printed on 3/12/2025 powered by LegistarTM - 145 File#: 25-134 MEETING DATE: 3/18/2025 Analysis: The Bolsa Chica Regional Traffic Signal Synchronization Program project is part of the Fiscal Year 2024/2025 Capital Improvement Program (CIP) for the installation of fiber optic cable to expand communication to traffic signals, updating traffic controllers, and providing CCTV cameras to allow traffic movement surveillance that is also shared with the Police Department. The overall project is a multi jurisdictional corridor project that includes the Cities of Westminster and Garden Grove. The project segment in the City of Huntington Beach runs along the Bolsa Chica Street from (Heil Avenue to Rancho Road). This project will allow for traffic signals along Bolsa Chica Street to be coordinated and retimed, resulting in a reduction in delays for motorists. The project is grant funded under the OCTA Measure M2 Project P. The total project funding for all participating agencies is $2,169,936 with $1,735,949 funded by the OCTA Measure M2 grant. The Huntington Beach portion of the project includes contract services for the development and implementation of updated traffic signal coordination plans, the preparation of construction documents for the fiber optic communications, and construction costs. A complete set of plans and specifications are available for review at the Public Works counter during normal business hours. Bids were opened on February 7, 2025 and are listed in ascending order: Bidder Submitted and Verified Bid 1 Crosstown Electrical and Data, Inc. $ 242,967.80 • 2 Elecnor Belco Electric, Inc. $244,334.00 • 3 Select Electric, Inc. $289,694.00 4 Yunex LLC $ 309,995.00 5 Alfaro Communications Constructions, Inc. $ 347,777.00 6 International Line Builders, Inc. $383,307.00 7 DBX, Inc. $392,425.00 8 Servitek Electric, Inc. $ 518,714.80 9 Ferreira Construction Co, Inc. $ 610,548.50 The total cost of this project is $291,561.36 as outlined below: Bid $ 242,967.80 10% Construction Contingency $24,296.78 Construction Administration $24,296.78 TOTAL $291,561.36 Environmental Status: This project is categorically exempt pursuant to the California Environmental Quality Act, Section 15301 (c). City of Huntington Beach Page 2 of 3 Printed on 3/12/2025.. powered by LegistarN ' 146 File#: 25-134 MEETING DATE: 3/18/2025 Strategic Plan Goal: Infrastructure & Parks Attachment(s): 1. Location Map 2. PowerPoint Presentation City of Huntington Beach Page 3 of 3 Printed on 3/12/2025 powered by LegistarT"". 147 Qo• S sO 9tiO PROJECT �P� BOLSA AVE. ' , 0 LOCATION UA NI N F / Mc FADDEN AVE. ,c� _� U� ,j_ z EDINGER v~i N AVE. F / o p ¢ HEIL ¢ 3 m AVE. ao o ca o a o z N a m WARNER oLLI .7 AVE.a 5, z 0 a .t L, m SLATER o AVE. , 0 405 , ,-0 TALBERT _ .AVE. . . 90 PACIFIC i 0 ELLIS ` AVE. GARFIELD m AVE. A U) vv) ccnn ci Q \\ CO ,� YORKTOWN AVE. 3 1. 96, T ADAMS AVE. ~ INDIANAPOLIS AVE. Y a J OCEAN z o ix oo 4ATLANTA a z N AVE. CD U W D w z HAM LTON AVE. 1 titJir BANNING • AVE. M \ N NTS PROJECT LOCATION MAP BOLSA CHICA STREET TSSP PROJECT I 0 CITY OF HUNTINGTON BEACH DEPARTMENT OF PUBLIC WORKS OF J 148 �' Bolsa C h ica Street ! Valley ,� �,r .� a.�xsaas s� ► f i # � fix!$ ' ;. !} View St reet Regional Traffic g ff ,:,i,.,:,,,,,,,,,.:,„,,,,R,:.::;.,-."--..-,::,hk,„:,-. :,i, Sig nal Synchronization ���� a ��, tjjrx Pro■ect„it.„,,,,:,:.„:,„..,_.:,,:„.:„.;........,,,,,,,,..„,,,,":::5,:,,,„,-..4,:, C C 1622 t -'LF'V 4t THY .„ „„„„„,,,,,,..„,,,,r. - ,„,,..,„:„,,,,.„,„,,„„,.:,,,,,t.. ,..„,,,A4.-op.,,,,a.„,„.",,,,,,,,„,.,.,„,..,:a..,,,::„.„,. x f -,{ SF Tlrc?-'Y,K p R 1 8 '" ik ege k3'J 4�4`gE(Y� '�"�` �`4'" � F�l�r}1P.�U$� y�Y�^'.. !h E }., 3 ..sp y �„ .,n r6 �/ %,:* i t ,S '1 It '?,:`."'m. ,,,13"` 'r�3 " $� �' - SS t 4t @A' _ £ 3 S' � ark i2 �«L it l dn.4 ,`t.. s his 4 19 i ::Wet' €r 1, �x f, ItAniLAaagaRattyaq ug t y,,7 f.€ t� E t€ '�t , w* i; el z � 0 ''fiY°`�NI to fp ,>�. EP.4tj yppyM Vfq f ��,X E tE k�� R 1 y a a s u imf d tI gg3 6 t u` a fi4 4 �-t t'. f. }ivfAllgf �EaC�lyc`l i F& ilk °�°- 4 a .� Sr 4,* s tb $4 $ s I - 74-1 4[}E � g� �� � �- Irz� � F � (� k -.: A.FlF �j fai S rc, it `` -! �, �, } tau°t�I 144,100. : , a `�T� .'. 149 PROJECT DESCRIPTION This project provides operational and infrastructure improvements at 6 intersections along Bolsa Chica Street from (Heil Avenue to Rancho Road) in Huntington Beach. Improvements within Huntington Beach include: • Installation of fiber optic communication cable and conduit • New traffic signal controllers at 6 traffic signal intersections • Updated traffic signal timing The City of Huntington Beach is Lead Agency: 0,„,„ i®°\NT1Nor,, • Responsible for managing engineering efforts along the entire �i� �oPn844.,, , corridor . • All OCTA funds will be paid to and disbursed by the City of Huntington Beach ��;• F ° 150 PROJECT COSTS The construction cost estimate includes the contractor's bid, 10% for contingencies, and construction administration costs. Contractor's Bid $242,967.80 10% Contingency $24,296.78 Construction Administration $24,296.78 Total $291 ,561 .36 ,1 TlN6ro SIP,K �oPeoli (44 a. / F .oa e stc.dl:„ �. UNT gip, f�I 151 RECOMMENDED ACTION Recommended City Council Action: A)Accept the lowest responsive and responsible bid submitted by Crosstown Electrical & Data, Inc., in the amount of $242,967.80; and B) Authorize the Mayor and City Clerk to execute a construction contract,in a form approved by the City Attorney. ,,f, NSIN to 0c w � ens va y t'11 J7€19Aep 4 10 ,OOuNTV`.c'" 152 • l' , , tvp a 4 d 8 Y/' .f S, Z � F e 2 a '+#,ra ak *s r " § + a_ 4..zn'Questions ? ,...-- v 4, a r d ro ‘'' � a aka+ a � "37 v e t ".....,:,:1,tc-• ,Illi 1 iii r F t t litr fi:r a .! a�, es. .....,., .M.-a • ` s$.,. 1 q Y '...}�.-E. 1.... ` v . ,,- ry_' •"-. ,ire r 3tro" ,. i'� Y ,;;- —ter` „ r, 1 t �-.4 d'H. .� a 153 (©/i . i/ -/ems SECTION A Pub= 1//10125- f/23/2S NOTICE INVITING ELECTRONIC BIDS for the construction of Traffic Signal Synchronization Program (TSSP) Project for Bolsa Chica Street and Valley View Avenue Corridor C.C. No. 1622 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 2:00 PM on FRIDAY, FEBRUARY 7th, 2025, 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://planetbids.com/portal/portal.cfm?CompanylD=15340 Copies of bid documents,including instruction to bidders,bidder proposal form,and specifications may be downloaded free at: https://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 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. A-1 No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashier's check, or 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 time and date. 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: Bolsa Chica Street/Valley View Avenue Corridors Traffic Signal Synchronization Program (TSSP) Project CC #: 1622 Bid Opening Date: February 7, 2025 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. All fiber optic and electrical work must be performed by a contractor that possesses a C- 10 Electrical Contractors License at the time of the bid opening.A contractor who does not possess all the required licenses as stated at the time of the bid opening will be deemed non-responsive and will be disqualified. 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: The project consists primarily of furnishing and installing fiber optic cable for communication,including conduit,pull boxes,fiber optic connections to existing,traffic signal controllers, and CCTV cameras. • The contract shall allow the Contractor 60 working days to complete the contract. • The engineer's estimate of probable construction cost for the work included in the basis of award is $389,694. 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 6th day of June 2024, by Resolution No. 2024-25. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH A-2 -r-lz Column OFFICIAL AD PROOF 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: BwB6rf0iZe9YLJAd3g80 I Proof Updated:Jan.07,2025 at 12:48pm PST Notice Name: NIEB-CC No. 1662 I Publisher ID:0011713199 FILER FILING FOR See Proof on Next Page Donna Switzer Huntington Beach Wave donna.switzer@surfcity-hb.org (714)374-1649 Columns Wide: 5 Ad Class: Legals 01/16/2025:City Notices Notice 767.64 01/23/2025:City Notices Notice 767.63 Subtotal $1535.27 Tax% 0 Total $1535.27 NIEB - CC No. 1062- Page 1 of 3 I1022- SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Traffic Signal Synchronization Program(TSSP) Project for Boise Chico Street and Valley View Avenue Corridor C.C.No.1622 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 2:00 PM on FRIDAY, FEBRUARY 7th,2025, on the City's PlanetBlds 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 protect via the City's Planet Bids System Vendor Portal website at: https://Planetbids.com/portal/porta I.cfm?Company I D=15340 Copies of bid documents, Including instruction to bidders, bidder proposal form,and specifications may be downloaded free at: https://planetbicis.com/portal/portai.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 tothe 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 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, 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 bicl security must be received at the City of Huntington Beach Public Works Office, 2000 Main Street, no later than the bid opening time and date.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: Balsa Chico Street/Valley View Avenue Corridors Traffic Signal Synchronization Program(TSSP)Project CC*:1622 Bid Opening Date:February 7,2025 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. All fiber optic and electrical work must be performed by a contractor that possesses a C-10 Electrical Contractors License at the time of the bid opening. A contractor who does not possess all the required licenses as stated at the time of the bid opening will be deemed non-responsive and will be disqualified. 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: The protect consists primarily of furnishing and installing fiber optic cable for communication, including conduit, pull boxes,fiber optic connections to existing,traffic signal controllers,and CCTV cameras. • The contract shall allow the Contractor 60 working days to complete the contract. • The engineer's estimate of probable construction cost for the work Included In the basis of award is$389,694. 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 NIEB - CC No. 1GG2 - Page 2 of 3 Bidders.Any other contact to City staff regarding this bid solicitation will be referred back to the Planet Bids system. The AGENCY reserves the right to relect any or all bids,to waive any Irregularity cinch 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 6th day of June 2024, by Resolution No.2024-25. Attest: /s/Lisa Lane Barnes CITYCLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:1/16,1/23/25 NIEB - CC No. 1-662 - Page 3 of 3 ROZ2 reINCLUDES 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: 0011713199 Customer's Reference/PO Number: Publication: Huntington Beach Wave Publication Dates: 01/16/2025 and 01/23/2025 Total Amount: $1535.27 Payment Amount: $0.00 Amount Due: $1535.27 Notice ID: BwB6rf0iZe9YLJAd3g80 Invoice Text: SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Traffic Signal Synchronization Program(TSSP) Project for Bolsa Chica Street and Valley View Avenue Corridor C.C. No. 1622 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 2:00 PM on FRIDAY, FEBRUARY 7th, 2025, 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://planetbids.com/portal/portal.cfm?CompanylD=15340 Copies of bid documents, including instruction to bidders, bidder proposal form,and specifications may be downloaded free at: https://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 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 NIEB - CC No. 1662•- Page 1 of 3 ((0 ZZ See Proof on Next Page NCLUDES THE FWNiA N 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: 01/16/2025,01/2312025 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:Jan 23,2025. etiintP S`tture NIEB - CC No. 1662 - Page 1 of 3 i Iip2Z SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Traffic Signal Synchronization Program(TSSP) Project for Bolsa Chico Street and Valley View Avenue Corridor C.C.No.1622 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 2:00 PM on FRIDAY, FEBRUARY 7th,2025, 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 protect via the City's PlanetBlds System Vendor Portal webslte at: https://planetblcls.com/portal/portal.cfm?Company I D=15340 Copies of bid documents, including instruction to bidders, bidder proposal form,and specifications may be downloaded free at: https://planetblds.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. 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 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, 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 bid security must be received at the City of Huntington Beach Public Works Office, 2000 Main Street, no later than the bid opening time and date.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: Bolsa Chica Street/Valley View Avenue Corridors Traffic Signal Synchronization Program(TSSP) Project CC#:1622 Bid Opening Date:February 7,2025 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. All fiber optic and electrical work must be performed by a contractor that possesses a C-10 Electrical Contractors License at the time of the bid opening. A contractor who does not possess all the required licenses as stated at the time of the bid opening will be deemed non-responsive and will be disqualified. 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: The protect consists primarily of furnishing and Installing fiber optic cable for communication, Including conduit, pull boxes,fiber optic connections to existing,traffic signal controllers,and CCTV cameras. • The contract shall allow the Contractor 60 working days to complete the contract. • The engineer's estimate of probable construction cost for the work included in the basis of award Is$389,694. All questions related to this bid solicitation must be submitted through the City's PlanetBlds System Vendor Portal per the information provided in the Instructions to NIEB - CC No. 1662 - Page 2of3 Il0LZ Bidders.Any other contact to City staff regarding this bid solicitation will be referred back to the Planet Blds 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, CALIFORN IA,the 6th day of June 2024,by Resolution No.2024-25. Attest: Is/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:1/16,1/23/2S NIEB - CC No. 1662 - Page 3of3 I IDZZ UNSUCCESSFUL BIDS CC No.. 1622 Bolsa Chica Street Traffic Signal Synchronization Project oi/:t� ao?T'• CITY OF • _ HUNTINGTON BEACH `CF�UUNTY o I' Lisa Lane Barnes I City Clerk July 7, 2025 Alfaro Communications Construction. Inc. 15614 S.Atlantic Ave. Compton, CA 90221 RE: Bolsa Chica Street Traffic Signal Synchronization Project (CC-1622) Enclosed please find your original bid bond for CC No. 1622. Sincerely, Lisa Lane Barnes City Clerk LLB:ds Enclosure July 7, 2025 Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov :SEC1. JOc 1rtasjoatuototoongts$1 tot Bola,Chiti Cofiridott in the TO THE. ;40:14:i1Wlig 1IP 101VittraS o filE .00.114:01L ItAINTiffdrijigttAttii,.. Id tdthU' ksftd hereby ted,pAses- 1.07,Peotgigthg.WOik‘thOrtili.::00crilg,&044tckrox- *orateei.tteces,sarytherefor,...imaccordandeNkrith the,plan:47. nd,!Aiedifidatiaiii•:6nAilt in>theleffibe of 1.410.e41:;. 4*0"er-i0(t)ie:OitY,Pt OW11'10611 13.00, The undersigned 4.g04,•to peifort#the work therein toT:*,:*iti-17.49;101:of andt tinder the supervision off4c,c,-.0*Evoipoq.9..fbc,g4.rof aili#4001100:44klanitt0:4440t*Wk,olitt4ct'.git-**1103/1#gri .thg'*1***1:40....0*0 complete:440-***ithi*69-.*cirki444y8i,:st*tiiVion iho.44.*00.1*it4otiO;so;:kio;'da foot.g.,,a0o40§iboob.,.vtootiso is basedupon car* examination of.0'80*Ai•V,plans, . Instructions :and;all other contract documents If this proposal.is :..debotostfa.aXitafCBItiDER 44ted§f6'00040t4A.:00ittootott.)*A004,044tfl*tliiit,04/teliiiiip 040 piko,s:§et.f0:t6114;itg0110:wioilii400.44..4zBIDDI3Kg4.4.44440***1*...fc.' Pte,r•Jnto ài> tbe mantliiie.#tdtfibed siliAllllA0ENtY-iif the Otaiq -BIDDER understands that a bid foolioo for 06.0 work that the :04040 tot. • ... „ ..„ fot*.,it:ktIv.44$0.4.441.0.4Tp:,s,,Oklfot the p40044:i.Of!POPP:00.g bids,aoitih**aftot00114a40# *defthei00ii*V*11.*based upon.the 4440Lootiti:eiof‘voi .*oisi:40iotity'.ostiNted, Tat AGENCY RESERVES THE RIGHT TO AlfirlIFSFOOM TW. CQNTRACT It is agreed that the otlit AticVot.f.boo$001,'pfic.o..:§..liktit*iticra all appurtenant expense , royalties, •00,,and will be>gg0.01110416a#d:44.4:Af sixty ocly$:;:tiot.i-O*.,:biitOP6iPO:44tg',.X 4000.1* *Tp.q.*.41704ot-i*IxofigstgokotgAqtNcy:30,11:1:iig4 01..rbi4.-rpn41,101).ie4a0vtij:saittq?7,9jgc Iu the case of dscrepaneies in the amounts bid,unit prices shall govern over extended amounts, *A mt.&4..i0408f6P.I:vverA,gg.t.c.4. if aw.arcied the tOritlaCti,the iiiidetSigiied agrees thatln the eventorthe til:PpgR-45 c.,,,.Ngctitigg:0*TOOW0grit.T4:04nd lfilfilg:0)*necosstgy tonas(anc.i..in'oura4c*-cer000,40.0*ithlii 10 working days after tlio date of*.140ENPVS41000C of 4ward of contract tgr the BIDDER1,the proceed of the:security accompanymg this bid owrbeeettigih $00eittii:.(it'th0 AGENCY and tiii$:$4444.i.hoi#00t440 itorofmy,at the A.0.KsTcY$'00104,:b04.0040:roknoll rdvoid. 4,401790010g3his,,propositxtf bid;Ibid ald14611() in the amount of which said isiCkie0jhati,j0f4of the aggreg4teOfthOtg4ilaptio,, as required by the *tog: Inviting',5o.:a1oti,Bids/ottEkttititii ,,Biii*:k0b10 to the AGgOPY:,,, ,.(Pase,*),s0:;'!thelyps4s."`041%'"qertit104ichoOkiAt.71%idei$:BOitt f0.t, ";:a$the case iii4y A0-1 :witta-astiftwoiit:I§otidrofitak6.&otabie., Biddershall signify receipt°fait Mlenci*here,:ifnny; DateReedi,eit_T: : ' • „ .„. SECTION.C. ,PROilECT10:0:SrfiEji()LE )3()LSA,CHIcetEST.,REETN:MOY -.00103.010 ! TRAFFIC SiOTAVSYNtintoliliATIONtROGRAM.(TSSI) WECT C..:11i4,100 1411/OEMS 4nit: 4.ifarAktg2',1 4,7101. . - 4TateniroBW I Mobilization 1 LS $20;956 97 $20,95697 2 FurnishPrcjeetTraffie Control is28,:410£)(i; $ 201[0:00.). • 3 POokfp.-:004to$: : :LS ; '27;825„0.6 .• , . Storm Witer:PollOtiOnPev.enition :Plan: - 1 i ;t; „ $ (siwprio • •• • • . .• . . 4 . Furnish and InstaflNewMcCamn 241470,ATC: EA , $2:0,44:401 006M17 „ 6 Furnish 4#431.4..411:POZ: Camera : 3 EA f.t,4,74671, j.l4,10-00; j7 P.00104 and Install r#4 fiuft.:00A • : EA 4,739 s%/7.8.44 S , Furnish P4TO4:Iliko.g tog Box i „ . 9 Furnish and Instalt*icezEocipsppp 4 . . . . „ . Furnish and Ifisfill:56-SMF6Eible in C6ndpit 9165 . filtrii4t100 Iiiii411:11000.000.COlei* rto 017).,! • P.00:4k „„ loi.f.**141.4t4•Tfr40f** 4$-$0 LF :$,01A-g5 1% Furnish and install Fibor,SviiitOIVEthemat , ;EA 0.14 . , . . I5 Furnish and Install Fmber Distribution Unit 4 EA 6,032.00 iS 24,12800 „ „ . :Remove 040,04 "14 ;EA $1:49.9,44 43874..96 . „ •••• [ : z i ' ,;. , "7260 . LF $141 :$li4.11.66: 1.1 ,Rgmoy.e CoCppper Intoroonnept TOTA.X.:;13A$ ,B0,..4*(wElr ,S,; 347,777.00 ,. TOM AIt)otottomvotbg Ttitioutilidnid Forty'$' :c4.0.iii'llibioistba;spoiiibtliod'Seventy§00,:poliafs,,ifid Zero Cents „ . . _ .. . Note: Reerqb..$ dttoo't.MeAsuitidientaAit pArlida Ait,extensions.of unit j5iidd '"iiill be subject to svdifitatibb.by °Wiwi'.In case velifitaiion,is•Te4piltd between the unit tho pogos$,Ipli,to unit price wilL$ovoit.Tht:owner re$etvoett*ii eit to reject ifiiky,bralf Pitt)Xiias and bid ifmns, 041.,1„ .Lf $7.(./It.:CONTRACV.)0$: titia:00044ce Ydth,00000.0. 04*.44Q,4.4.tigic4.40441. gogh,S4t00040,0p10.0.*1!-p.Ortittk*.ilt.:0#i40.*„.0**:kt bi*igfg*.•044:00:0040(.*:00 kitpog4.41f.:06,44;0001.4404.0041:2N4 00.4'11400401.1 Otith.0*pritio....6640110$ • BidI, W.*.mg,04.4.444#1,4040.444 S4#r Class 001* :?Id*of :Lion* Niigiiti&jtittattbi' . . 7 • • . .„ • ) , „ •.• ,• .„„ 15$§iiiiiiii§4.66.6ft.ht lift°46§441*:13q(ida*,aitiiilek That he is able ta.: and will peiforni,the'heretic; of all work which is AO covered 5 ig the above' '..4,014-101100:00Alid.04, 'That the AGENCY*0 be Aittildiedl6ii00 of all subcontracts eniered iii4.444,bonds foriii0o4 by subcontractor'Alt:**.PrO104: • • • - _ „ NoitOttt,:iSIONita**6.4c07 TO;11$txtrutway mppER,ANTystativOTTF.4)WITH.013), Idedinit iid al of ti. inicbitthe lawg-ofthe5tatcrnfeatifornia that the tnregOktiA,Irge 0.04 0:mA and that this dolata&n:ii.exontditA0 2. Compton poo' qte .0.-Pg0A-10 being :fir0 sOily oni. "clet(o.:ges, ,449. ays b4i -tto '410 is President t naltir0,0.unniith katipns2itpri*Litiipiti,:in-a':thespaittinalOnt 0*foregoing bid that the bid isno made iii:the:Inteteat of;oti':oti the behalf of, any undisclosed person,partnership,..company,. association,organization,.0P:00.04004:1;,iti4Ohdlf*44*:004i#0.and not P:014,§NO or sham,that the:bidder has not ihteetly or indirectly induced or any bidder to .0aiiiiiid„:And'44,04.tidifortr, or Indirectly 0444 conspired, connived, r agreed*ith,Any:Kla.ot 0.anyone else toOtitait a sham bid, or that anyone shalt idfraiii;;krniii,liiddi*that the bidder has not in,any manner, directly prindir04.;:fonglir by agreement, cnnuntinigaiinni or conference with anyone-tin*the bid piice, or that of any other to secure,Any advantage z-as- 'mild.the public body Awarding;the ieontopt:of anyone 40:04.t.oit in.the itopft4. aintragt that all. statements contained ffi iht.,'f)id are true and, further that the bidder has not, -470tiyor - indirectly, m;brnif*d Ins or her.bid prig!:or any breakdown, thereof;, or the vorgentl.AOren*, or or data relative thereto, or paid and will riot pay,:fee to Any‘cnrpcir.atinn,!14aittigrajiipi company' a-agicintint :;70.fgOliM:tcp,§14.44pnairory;,70t to any member or agent thereof to effectuate or sham bid Atfarn Odninitinioatkino•i.Ckiriitinctin ,. . „ Islani0-017,14.14.44:ti 1.5„614 Aye :CA".002,,...51 Addros,;of Sidd.er . . . . _ . :04 PIMITICAOMMENT f1cfriP.MOILFIWAYOftV.11)'CITY'Coot:cm -on*OF:ifIVINTINGTQNSFACWCALIFORMSA 0:1000074011; The undesignedhciebypronuses and agrees that liftheiierformanceottlieworlqlpeeig0 jol*poplrgoti,known as the*4A CiAgg$frgctiVialq View Avenue Corridors Traffic Signal Synchronization ii*tiamfTSS. j!) Project—CC No 1622.0 McweXit)twiThcmplOy and p#Ikp only qualifiedipersons,As(h04:011#41.0.40404to 'work in Proximity ta oteteottiol*on.440 or transmission facilities Tto.*thi:"QuOlifigdPorsop!'is defined if P040, "004,004,j00064;:, h#1440*0.1*."4 The undersigned also promised and agrees that',4,1%!'s*11 work shU be .performed hi accordance with all • applicable electrical utility -4iitoatortequimiidii*Public Utility Commission orders, citC4,10,0:11, r4.14-0)SITA4V511i.kg•Plglit%. The undersigned fijithOr promises and agrees that the vitoijitoo$:11404) shall be,044 are tindhw upon::any g4he0titrAttcir,ostiheotittletoo,thaf.lit4y be retained or employed by*§.Wots,i1044043hattilo undersigned 44.4 lake steps as are ofr.;0$40, to assnre compliance by any said fsubcontractor:or 011. 0:itt000f*with the ,:rgq*oi#0*40..0i.n.c4.11:00* '6..Stoc..:Commais . - • - Contiadior By Ieit 4 ,, p".". . • , . . , Title • oe b ,:. • , -• - ....... §,o$. ;InsQtrAUFfeAmoN ppA$TIONNAIRE Seo.tiot 1062;Md.,13;i440fahall , . • podo poriatty 4i.::P0nrOty 410 fOtIVq4400*q.;.': :QUESTIONNAIRE ft4144.q.:0i4404:: ca,'cer., :Pr tbe:Sicl*-fg any gq09Y.,qP.:,P.f*Ai041'1709414!4 Pr9P404rYIRO.FgO.44 Bidder bthrwii, ,l5tdv6iitett on Federal,State 00.0.41SNOttilentPtOi040:04W,,,04 NiiibUttpxygifIco,,q 4,§40f,mittiORII?: No: IfttiO. Pfr 14:Y0,oxpioio otiOtostoloo:irtiliop400,rovicsa, rci • •-• . . „ „, . ...................... . . . . . .....,. . . „ . . . . , . Ttia.40400xmairo,scpti,atit4toa,p*tof 01.0:-.ptotfosat off ,,,aipaorp:pottioiy the 17t0140s41 stall ,:oc*-stitute 4glidtvee...44fithi$.440.0.0ftwte,, . . . . • . ',POISIITNSATIQN.TIMRANCE:CtrMicATE Pot$00,to$oottoo 1.86t stoto 000ttaototIo:800to .00iig oogo.ot Or14(1P4',4411Agri thgAil0i4..COrt.t0P4*. I Aiii:ow#0 of the provisions of$0:000.110i.),.of the Labor Code wblb require every employer to:be. ifigiiied,agaiiistliabili4tfari.wprkee0.cpmeT,a4p4:oritolindettikes.d11iiis.uraogptirgeotattO with the .,0,tomigiOtt.s-of.*at.004a and I will comply with such provisions liefdte:dthiuteneiim t4g,,pprrot:ologgeof- 4:4Pmfo.ticf9t.*:,:c00:44: " tiugP4Itaro' , 44.1. „ ;'. &tit& j:Crilidtvialliii14iik't" Contractor , . • President . . . . .. .. .._. ...„ 'Title., fl , . . BIDDER'S INFORMATION i3OPEk.cerliftd.5 0.4ttp ottoot 40.144.-C:ogi*OiifeitiouC4twrilotiott tt.t .„ . tfidcfeiNao* 4114SAtiUcye 0#0pt41. .;9024; City, State Zip . . . . „ Telephone Number 0,1=7 State Contractor'atkenseNo and CIas .„ .„ ..„.„. .„. 40tigikalridt:OUs00-4 TO54,140-26. .„ . The'work iiiewasinowdtedy. $ hor .0f0frofact ttn, :Thofollo*orovorsoss,4tIti.-s,alid,c00000004*0.40iiiiroptitiiitpiest 000;'AttaXil--:f.ite040* . W0. 451.00 . . „•.• •:.•••• ".." • - ... ..„ ........... . • . .• • • • . . ....... „.... „ • ••• --......... •••:: . _ The undersigned is:--propatc.51;i9 0*fipt*.;'.,c.0-04:of the gitt,•pf fjotiogto4:0004.4f*:„okuity4 rotonoi,41.V0- othoiv4$0,to podotto.0.0,4piiit.40'...f0'.ilie:,,pititittgo**c4 and ',00r001.1*.itO the pl#Sggi4. -.00# t94,:f AlfaraVionitiAlciti0404i40,4004.,,- p . ......,.... „.. Companygab*, $40i(t*d.0-11idft; ,P0r404..'OSIT$0,..44 . . . „ ::c44 of - . ...„ . _. „.. . . . A notary:public,or othet4fitet,to.roplethig this certificate verifies,only the identity of 0.1c, individual who signed the ,detttit'eae; is attached, and not aceyt*yop,r,y41.14ity.-orthat4psolopent. . • .State.of . ). . . before me MoritkP4.y,and Year :Insert Name and T140i.cif140.4.17. TersonAllyappeared„., .„. . . , „.„. . Igtitie(S)41Si.gifei0) . ....... . „.„.. . _ who proved to me on The basis of sOisfactoty,,,0401cgitg be the PeP090(s.) t.v1Kk§,e.'.441.1:149;:,is/are subscribed to the within instnnient.and acknowledged te ne Thar he/shelthey exectited the same in.)ij /hett.it:ji.6ii Authori*.4.;. 0.44104(i0),and that b$1ii$/fiOthOie:$4044,00(s)::A4,A1***Ft1*Tii th0'.000000.N.P*the.00fitY:,`.t4pPO'ti.064:t of :04014.0000(9#04.5.-..40.0.titolhiii.soutoot, t.carti6..victerPtMi.O'Vorfk.ERx under the 10-**44:fe..:$*e.plC4****It the foregoing paragraph ..„ totte;ot. 8ktfie§S;(111Y.- "sea • • :.$41,14tote, .,„„ . ..„ . . _„ • Oflgot**,TOtio ktptiARFM.Y.TAKr.$E4.,AKAT.), „ . „. . . . ... ........_.. _..._. ...,.„„. .. . . . _.,.. . ......„ .._., . ..„.....„ ,,,.._ .,,,. .. . r..„,..,.„ . taiiittitilia Jurat Certificate a - Alititaxy'Fii.0.0*Ot*:,ii;i4fifi.cOrt'oei,044,1,06,,thii0(kifiOate,.90006.$only the identity of the iniiiiiid0,0who 4ignecp6if document fq,,*6.146',itits..c:004***:att,i0:00i000:nitk***Otitfnep*.idc00,00,-,kit*C10).ii.f.410t4f,:44tii0Ot ttatejit datitOrrili -t County of .,,Ld..t'AtigOle*: , . ... .... ..... f:. ,i t!, • I ::i• -1- $ , . .--i SO:bapibeci`.a..nd aWdrrri0 ter affirmed)before.:ttie..:dri this '.6iiI day of li ...: .0,,,,,,if•.,, . i .T. .. z .LS : OitgO.A16.4 •.1 t1:2$: .i'.by •..• ••-• -- . • ”''''' ''• •••••••• „ ,and •, I'l , . . .. , ,broVetitb rpei•bii°the taiii* , ........ „ fl ••,*nf-i.-:.•:t•slog,ie:,-z - - •,t1 •. 1 - • 'P: satisfactory•tifictenc#0 4q ta:-peKap6."(k1400:appeared ktef..cire 0.10;.. „1. . 1. ..e. . I . N: 1,..:. " . !!!'..- ; '..:.:,-2) , '. — • . g: . ..-,. '..,,• •-,.. ' -,,t,Sii :"., $0 ° ..: . .4 9',-i ; ::GRAC1ELAIOPEt LOPEZ, ..0100.:# 4,0.9.8-84.' .;. : I QraTcietA Lopez Lopez!csierfitittI4666'84 Eio 7.142070 ;.04.--.4.'4.;V:t. : 04taiipiibti..4-•,....-;Oilitittila . Tt...--,,c,..i... '!iliyk,i-..t#4.0iii5frit;11i.,*9•0...f,*irt 0,5,.?..*7...,5:;i5)15.1:-il.F.,0-.5tt5,4?.,,,e,!(.:,),, t. ' MiCtattiii•Ex 'toli:Jtiy4i,20261 rt-, . I., . . . .. , ,,,,, 4• :••t.. " _ ....... , .. .....„ ,..... . ' '' : Of500.44,.-INFORMATION : : :. - - --:•: -- - v ;: 4:Ai.01;41.1./Vtliiiiifrini4.4!10.1i:7.#114.40r,ill-ii 4.iiqi,:,10.fittirqci45.;,:ii..*,11i4 ii.io ,,-,e—.", ,,ft,i-ka:cicit.i,Ilit,,F,f plgi:OrgP10.10 :1-1.f2t0.6 1 0, 1; thi. oral to op ofThuthp),Te4:dolumeTil.aini"mpb..1A!:tiStAft.:tAlprsons.it601.ht:ra:tflehot, ..:A•. Description pf AtfachedIloc.....0 meta . , '. The*11,44016.•:ii400.004:fojkdii'Put'6e4:1311eicilfOr the.,purpose,„ot '.,',00104.0.,(0.1**,-.1,c411:2A0,,s,000 , 'C .. . 814i.46100triti4iy;i,:-oity:offimtio606!Bei'dt :4 ' c*Miirsi of 4.tin,t0:4tati'0•6144011dneOffs '. • . .e a . ,... . . . •;00tlii4i.eyeht,f1•'ii0iifed'irt:tia!aryjNrettit'Oirt'. . •it.' l',64,00. iii,tarztr'a ,'..Pra04.00 ..6 .. . . i A:Pe tt: 17 6** 7 • ......T,.. .,.. —. g i• 0catiaci,0tadi Lopez • ' containing 44 Rags:ancda 2/6/2025—. . n77 7 g fisboobolm j- Destribe.. .I V . g. 4 .a. !•,i,, ., 1 1 . -1.. I . ,G.:...!--1-:Jacg-•::: 04'..5;40.,-.4i!!f...Orrift14'C6.:..7;-AI":t .r...1r.!zs..0.,,k4,eF.ver4 -1174;:(..:667,1,.c.iik,, e,55.pi4.5yif-ti,li,s.i&ro frOilzp„me'odi Al'ir ,:.4t,*;:iy,014 NoitItyikp,'..ccf:ri . . . OidO:Oes,I*.tojett trist00 .Fot-.,* tipse4:944kor:0100i4*1*(id0...$4,1kotogovrojothi#oryfotsimilar work,specifically referencing The *ckigNA±.04 4.ign41 and thecommumction . • • •• • • • _ • installation of fiber optic• cable for • flii:1400.*0..,4400400.4 to suliolkoOpplOV014 010,011.4t0-10.tiliittowijt 44:ipiitipitIO‘b*:';ptqfots,listedherem Listed bilow are the flames,.:444i.twtitti:taotiotro nunbers for three public agencies fbrwhieh the bidder ha :Pqfb,r.111,P4;.0*.itg'Wf,34c.:Y40.1*P,40'.0YPIW4,;. 1 fijeparttoOit,OtrialiisparfitiOi;.'1:1:75.0.:E.'411 St,,Sapht Ann,CA 927(YS Ackkois.'.:(ithiblioAoho- 11/444*,aild.T00.00,0 Norpt:^p.tojo•ekiio•agsot ,:.04g4i4e41.•$41/1.4 L54 ,203i0 TffjçSi0i1104ifteatio0: 05125/nq4 Contract Amount Typ of*04' .11.4*004100. 1%1444 g40.itiolitvtai0444gripto.o toshow 407.14 workc 4044.signal 4446014 ti*And:re2:sieifle',pa*rieilt lloriood A44044 Nameasi4 tapplooe.449,;.:orPtc.11edli.firi4g0::, A1,910;7•12,;()(Y: , ::•12/1.111020, 1;100TC0111#1'ettil. t03140.#4i;titiOigi.project description to ihowsixo04rwoti; Traffic SignA4n4alfati411.4.rkeplAtetai&A:imps,:atiif EkattarSyttetrisaffi&tgitiatiaibet. bpire.SOlicirtt Work Wheel Ramps Maffei I Town Squarer Mumeta.CA 92562 A40.00. • • " " -" • • . . Name and TelephoneNo of Project Manager Richard Scott, . $41000:00„ -0,pttmo.t..Airi,.00t Typ.o.tif•Wok: Prold:o additional,piojot aeteif-pliefittto:.miew:'Atirat*.45.tk Ttaftic Signal Modification,Ftirrnsh and Installation of Pedestrian Access Ramps Poles/Mast . „ . . • $i4400*.00iii41 Staff $.400,04toci3O*,,, For please list.0:14$t;iitoo projects for the critical$401).*.#0000#00, $ittillg,:*pik*Iiiii).1 014 last.fiNf040. Th.-0s2 .00.010*..d,041,5t*ir.0 to be under the employment the bidder Ofthltproloot Bidders are encouraged 401:01-i#4431.0nigpl,01:0.0.40t#0.14.;lititoy3#.44ilittoito flgproi:jo.oto ligtept hotoitl. I. .jznaIAldoilu1 „ . :• " :.Nart14,igrprO00$00,PtAlOrg41..1jaV.ti . . PtOjedik6ii4g0t.' 171404:049272: . . . Avto4olitiLm 4000611; leaf-1.061'64W . ,0 9243' t:Nme „ . . Aitto—fintT ,dWk D4t6ttnvi1ettkf ,Ctosswilk thliancemerti . UstaitStifiligOilArizii:**21).adpes 0-$117.117C-0,04:1 0372,721204 ...„. .„ Ehito:romprded !"04i.titart$-7,(l2.70.140.4),:' att‘1.qh0ng-systems-, !.,05/251,2i1*4:, Atoi*0 •Dafet0/1010:ed Jose**10* . . 10.#14::.-orgtop.ogo,Sogorin-.7-.1o4o.tit :Caltrat*(0.'7. 06$04) $191:6;.711.00.: trOfi g't. Ckitittaa.Atiiiziktiit,. Type ot,:wark boofoti.iiiPIOtod Soldad Canyon Road 5S241&00 Concrete Traffic StgnaLModifiation t)6/1912021 1?i4100:144:lig,,kla0.titt44.4iii0iiiiti Type ofWork t4k.CitiinpietOd. Install Ltghttng and Ramp MtenngSy.temsIJnderground Fiber Optic Sphcing Work Fonci*a$031.460:'06:00Eid!it„ coltithig.(08LIG4,04)...1 2.494:75 47 &acom .',"0$,/,07/2021:, r4`.9jc.0.044.i.04404trkOttigilt, TO.e:tif VOtit: DatOt.ditiiIkt04 'C-41 OONTRAOR ftgPISTRATION WITR:CALIFORNTA::DtrAIONMWOF' OD. USTRIO 14.101,0$$t10) Pt#sliotto.Sl 4.(owns:Labor Code i71.. )) passed by 1ei 000forri4:$410:$014* .03161:#public Nvorks-, Contractor piottoo *144ii,04pireo all contictors and subcontractors Si44i0t and Pgif PlAtfq.Works Projects to register on an annual basis (001't.66 1 through June 30Ititt6 fiSe'al,:yeaf)4iith— ,the;:ealifornia Department of in4,10...i41Acl4fi.04.,.:.014. Currently the annual llo.4-ritontION.'registration fee for; Contractors Each contractor to 49.* rtiiiblid*orkS:eotitrattliMileenawarded sho!lsightlie,foltotyihg:oehigo* PlAY.A0r.VSMT:04$0,04 '6;3944',POS Dtfos Contractor Registration Link-Call(844) 17-6734 .ht*,1/..0iiiiscrolgiokgovit*M.A440.4508407ootio.&4404.0nKRogi,ittootFono: DIVS,CohtfattofRogikittioiltearehable database h#PO/OilliAg404.400141;t0itiSeat.Oh;aOtiotr, w . dll 0.01UPIY-oihIttlig ptoyftsiwis:, fta:13:ortodd Section;1:771.:I'(a) elì'state : contractor or subcontractor shall lidebd,40iAtiite bid on,'be listed in 4,bid proposal, subject to the requirements of Section 41014 of tliergf711g.Contract.Cocioi.,oreogago.4n:the performance any„ , , . .,„ contract rfor j30,440 work, as defined in this chapter,•unless currentlyregistered and 04004 to t).0*0111.)24040*00c,Pu0451httq:S0400;:r7.4$;$ It isniot a'84010:69:0);f.•,thi'00W0#**Oli**00#404: contractor to subnut a bid that is authorized by',Section 70291 of the -.Business and Professions Code' or by Section 0104 or:20.10.15 of the'fAtitie Cohfiact Code, provided the regiStefed[tOpeffOhkpshblie Work 0040,00ki,$,edh0411,254 At.tli tiifitite T rurthemo will,comply by providing proof of rtglwariot with 151R— as the ptfititity:contractor,,as,weltas - tbk ALL Stibeahfr.laaorS, the.limeofsabthifhhg the. Tio""04,1fat0;.-At. ,• ' •' -- • 4 •014,4.0k residëiit Oitiix#00. . .• ,,_. • • - • . . : . Oy. " " , • Title Date' 0000411 rviit'A-egtotoida 76 • • —• • • • , t, DocumentrA310TM — 2010 Bid Bond No:N/A ;..;..,:•:;;;CONTRACTBR: SURETY: legal status and address) (Name, legal.status and principal place Alfaro Communications Construction,Inc. afbusiness)United States Fire Insurance Company 15614 S.Atlantic Ave. 305 Madison Avenue Compton,CA 90221 Morristown, NJ 07962 This document has important legal consequences.Consultation with an attorney is encouraged with ';:�(Name,aegal:status and address) respect to Its completion or City of Huntington Beach modification. ::2000 Main Street Any singular reference to :..Hurttifa ton Btach,.:CA.92648 Contractor,Surety,Owner or ' (10% other party shall be considered Ten Percent of the Total Amount Bid of Bid Amount) •:-::::` ...:°::"::_'. .::.:: .. plural where applicable. oriiddress,.and Project number,if any) Bolsa Chica Street Traffic Signal Synchronization Program Project Project Number,if any:CC-1622 % •zhe<Coritracor°and Surety°are bound to the Owner in the amount set forth above,for the payment of which the and Surety b nd,themselves,their heirs,executors,administrators,successors and assigns,jointly and severati ;as .ovidedhereiri;The conditions of this Bond are such that if the Owner accepts the bid of the Contractor �'ittiiu th e time:specif ed in he bid documents,or within such time period as may be agreed to by the Owner and "° :;Contractor,•and 'Co thent actor either(1)enters into a contract with the Owner in accordance with the terms of such bid,:sad gives'suoh bond.or bonds as may be specified in the bidding or Contract Documents,with a surety admitted :.iri:the juiisdict on of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract prompt:payment of labor and material furnished in the prosecution thereof or(2)pays to the Owner the - _ •:•::•dlfference; iotta;:ezoeetl the arriotilttitf this Bond,between the amount specified in said bid and such larger amount which the O'ner'may in;:good;fa}th contract with another party to perform the work covered by said bid,then this s;: obl' iitiorishall.':bt:nuli and:void;otherwise to remain in full force and effect.The Surety hereb•waives an•notice of ;::-:�:::_:__:::• •:_;;;-�on:agrtticiiteitti5etrvet:a't tFie;:Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of .. ;._nbtice_by the:5uiety shall:noiaRpty,wary extension exceeding sixty(60)days in the aggregate beyond the time for 'acceptanee,of bids specific in;th.d bid documents,and the Owner.and Contractor shall obtain the Surety's consent for • :::.•:.•:.:.:.: ::.::..:::::. extension eyotail.sotty(SO)'days: Bond is issued;:in.connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall • =`be'deemed:t9 be:Su co itxactor and the term Owner shall be deemed to be Contractor. *.then this Bond has;been furnished to comply with a statutory or other legal requirement in the location of the Project, ariprovision in this Bond conflictin with said statutory or legal requirement shall be deemed deleted herefrom and ::provisions conf rming to such statutory or other legal requirement shall be deemed incorporated herein.When so :s:;furnished t e:if keilt is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 27th day of January 2025 Alfaro Communications Construction,Inc. - - (Principal) (Sea!) ,e(Title)• `i United States Fire nce Co (Surety) FRAM cal) ({Fitness) r firA`D-4.111."— (Title) I Irene Lu ng,Aherne `in-Fact snit AIA Document A310' —2010.Copyright®1963,1970 and 2010 by The American Institute of Architects.All rights reeerved.T e:This Ale. Document is protected by U.S.Copyright Law and International Treaties,Unauthorized reproduction or distribution of this Ale N Document,or • any portion of It,may result In severe civii and criminal penalties.and will be prosecuted to the maximum extent possible under the law.This document was created on 01/27/2012 0723:12 under the terms of AIA Documents-on-Demand"order no. 2009397483,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 Drier to is enmoietior.mma CALIFORNIA ALL-PURPOSE 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 J AN 2 72025 before me, Theo Nguyen Luu , Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Irene Luong 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 TNAO NGurEN LUU person(s), or the entity upon behalf of which the person(s) Notary Public-California �'� Orange_ corit-1 county � acted, executed the instrument. n+y Commission#2453804 — My Comm.Expires Jul 18,2027 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 rA— Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner ❑Limited ❑General ❑ Partner ❑Limited❑General ❑ Attorney in Fact RIGHT THUMBPRINT ❑ Attorney in Fact RIGHT THUMBPRINT ❑ Trustee OF SIGNER El Trustee OF SIGNER ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-MORRISTOWN,NEW JERSEY 07626 KNOW ALL MEN BY THESE PRESENTS:That United States Fire Insurance Company,a corporation duly organized and existing under the laws of the state of Delaware,has made,constituted and appointed,and does hereby make,constitute and appoint: James W.Moilanen,Yung T.Mulick,Irene Luong,P.Austin Neff,Emilie Young,Thao Luu each,its true and lawful Attorney(s)-In-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver:Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require,and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office,in amounts or penalties: Unlimited This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein,and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney is granted pursuant to Article IV of the By-Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof,which Articles provide,in pertinent part: Article IV,Execution of Instruments-Except as the Board of Directors may authorize by resolution,the Chairman of the Board,President,any Vice-President,any Assistant Vice President,the Secretary,or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute,affix the corporate seal manually or by facsimile to,acknowledge,verify and deliver any contracts,obligations,instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances,powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases,satisfactions and agency agreements; (b) to appoint,in writing,one or more persons for any or all of the purposes mentioned in the preceding paragraph(a),including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees,undertakings,recognizances,stipulations,powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile,lithographed or otherwise produced. In addition,if and as authorized by the Board of Directors,dividend warrants or checks,or other numerous instruments similar to one another in form,may be signed by the facsimile signature or signatures,lithographed or otherwise produced,of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation,notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF,United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 28th day of October,2024. • UNITED STATES FIRE INSURANCE COMPANY • 'it\\::— • Matthew E.Lubin, President State of New Jersey; County of Morris. ) On this 28th day of October,2024,before me,a Notary public of the State of New Jersey,came the above named officer of United States Fire Insurance Company,to me personally known to be the individual and officer described herein,and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. ETHAN`.:SCHWARTZsur• ttarux�r CINA='OON Jai DIPseams c00841010kl31711 Ethan Schwartz(Notary Public) I,the undersigned officer of United States Fire Insurance Company,a Delaware corporation,do hereby certify that the original Power of Attorney of which the foregoing is a full,true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the 27th day of.Jianuary 2025 UNITED STATES FIRE INSURANCE COMPANY Michael C.Fay,Senior Vice President m • ;i ) STATE OF CALIFORNIA DEPARTMENT OF INSURANCE NQ 07812 SAN FRANCISCO • Certificate of Authority THIS IS TO CERTIFY THAT,Pursuant to the Insurance Code of the State of California, United States Fire Insurance Company of Wilmington, Delaware ,organized under the laws of Delaware ,subject to its Articles of Incorporation or other fundamental organizational documents,is hereby authorized to transact within the 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, and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation of any,of the applicable laws and lawful requirements made -- under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable,and as such laws and requirements now are,or may hereafter be changed or amended. IN WITNESS WHEREOF,effective as of the:::,,.:.-31 s t.,. .... day of,. ...December' . 2003 ,I have hereunto set my hand and caused my official seal to be affixed this 31st day of .15e67fiber 2003 Lif,/ • Byj : - ...x d a�Zodtq ••' } • e. o �y: NOTICE: . :. Qualification with the Secretary of State must be accomplished as',sCgititc... •• ::•', •siumeatpotaticii5_C�o:promptly.. after issuance of this Certificate of Authority.Failure to do so will be a•violation of insumnce Code'Section,701Jandrwill be: grounds for revoking this Certificate of Authority pursuant to the convetiaats made in the application therefor and the conditions contained herein. FORM Ca•] CD 09P 00 38391 -`ems ^... °s omr,w 4°i "_"'m%ry �r:fir.---z ^K.—;., ,tits, , �rFj?.- a I .1e-l -, "Moro C Y Alfaro Communication Construction Inc. ro,fin' 15614 S. Atlantic Avenue Compton CA 90221 M a,. x . City of Huntinqton Beach te. ,.' , OFFICIAL BID SECURITY — DO NOT OPEN s Project Name: Bolsa Chica Street/Valley View Avenue Corridors Traffic Signa :y;Y >4f Synchronization Program (TSSP) Project A ` CC #: 1622 k:- Bid Opening Date: February 7, 2025 .�' ATTN : Public Works Office Yt .- CITY OF HUNTINGTON BEACH , . % �r* ¢ t 2000 Main Street �=y Huntington Beach, California g92648 x 4� h W.- rt :_ CITY OF HUNTINGTON BEACH Lisa Lane Barnes I City Clerk DBX. Inc. 42024 Avendia Alvarado, Suite A Temecula, CA 92590 RE: Bolsa Chica Street Traffic Signal Synchronization Project (CC-1622) Enclosed please find your original bid bond for CC No. 1622. Sincerely, /Pd-.;t1441€,A r Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov DO(' SECTIONC 'PROPOSAL; for the construction of Traffie Signal Improvements for ; Birtsa Chita StreetiVaRey View Avenue Corridors CC.No, I622 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR ANto MEMBERS OF THE COUNCIL OF HUNTINGTON,BEACH: In compliance With the Notice Inviting Sealed 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 Frigineer of the City of 'Huntington Beach,and to enter into a contract at titte following prices: The undersigned agrees to complete the workwithin 60 working days,starting from the date offile:Notice to Proceed. BIDDER declares that this proposal is bed upon careful examination 0*work site,Plans, specifications, Instructions to Bidders and all other contract dacnnient.S. 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 ofthe 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 tlie 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 mitt 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 isnot awarded,theA:GENcY Will reject all bids and willre-advertise the project In the case'of discrepancies in the amounts bid,unit prices shall govern over extended amounts, and words shsill govern over figures. If a*arded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing thenecessary 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 sh1l 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 Bourn in the amount of 10% of bid which said amount is not leas than IO%of the aggregate ofthe total:bid price, as required by the Notice.Inviting Sealed Bids or 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 reeeipt of 411 Addenda here,if any:. Addenda No. Mite ReceiPed „ Barge§Signature James C. Perri, Presidenttecretary/Treasurer • • C-2 . . „ . , . CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT etv-ii.CODE§1189' --.;;,.......;..4.;-.„- ,,,,,Irer,V.,A..,k<.4,...o,,i,.....:;7,,s,",ii",:ii...,,vt.iii4,..I.A.,. .4,. ..4C.I...,i,i.e.Z.' „ . A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to whiclithitbertfficate is attached;and not the truthfulness,accuracy,or validity Of that document .. „ . State of California Countyof ..1±ZiVerSide ) On 02/0171026 „ before me; Sonia Torres, Notary PubliO Date Here triSert Name and Title of the Officer , personallY appeared James C. Perry Name(s)of Signer(s) . j who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/axe SUbsoribed to the within instrument and acknowledged to me that he/she/they executed the same,in ;his/her/their authorized capacity(les),and that by his/her/their signature(s)on the instrument the person(S), . or the entity iAoon behalf of Which the person(s)acted;executed the inetrument., I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph it true and correct. „ ! , ,... ... WITNESS my hand an. official seal. SONiA4ORitES .„,..,..., .,..-, Canvisisitonlk 2475356• ; z:A. -._,. Pt11111C-01.4.1FORNLIt Signature ' '111111 \J',...,;,/ si,m0igooccsarrY ; I -;;- Ownminim Epees Dacember5,2547 :ignature of Notary Pub& , . Place Notary.Seat Above ' „ — IpPTIONAL, „ I 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 Paget: Signer(s) Other Than Named Above: ;Capacki(ies)Claimed lw Signei(S) Signer's Name.. James C. Perry Signer's Name: Corporate officer—litle(S):President/Socretaryffreasurer Dcorporate Officer—litith(s): 0 Partner— 0 Limited 0 General, ELPartner— 0 Limited 0:General ' ClIndiVidual '0,Attorriey in Fact OindividUal * 0 Attorney in Fact 0.TruPtee- ;0 Guardian or Conservator C")Trustee 0 Guardian or Conservator ClOther: El Other: i Signer Is Representing: Signer Is Representing: . ; ! crc-_,.: :-..:_,,,, ,,,,..;' ..-w,•f&f, ,.).._-..... —-.-...-,-..144-,g4,...- 4-4.1e4w:A41%,e---kir#41. - ,,,:le.,;-ce:we..t,c,..,Q,„--d4. ..fa ! , i SECTION C` PROJECT BID SCHEDULE" BOLSA.CIRCA STREETIVALLEY VIEW AVENUE CORRIDORS TRAFFIC SIGNAL SYNCHRONIZATION PROGRAM(TSSP).PROJECT C.C.NO. 1622- "BID:ITEMS v I3esptian" 1 Mobilization 1 . LS ' $SAY).00 $`6;66 •00 • 2 Furnish Project Traffic Control t LS $ ii0040•00 . $` ,1i[X?•l:�Q 3 Pothole for Utilities 1 LS $87D66n $; 'if)i)p. h. • 4 Storm Water Pollution Prevention Plant 1 LS '$:. �--. $ . .t , ($WPPP) Furnish and Install"New McCain.2070 ATC 5 33 EA $ $11 •t crintrgller 6 Furnish and.Install CCTV Camera 3 EA $/22,, 4/.a '$3(,ire0•40 7 Furnish.and Install#6 Pull Box 2 , EA $3 b tJ0 ' $ fciif,�fr}L1-C 8 Furnish and Install#6E:Pull Box 4 EA $ 140 6© " $/4'ieialY) 9 Furnish and Install Splice.Enclosure. 4 EA $'2MO00 $/"9.f,Yz-orl ' 10 Furnish"aniInstxl 9.6-S1V1F4 Cable in.Condirit 9765 LF' _$." Furnish and"Install 12.SW()Drop.Cable in 11 Conduit 1.105 LE $/Q•00 $ ,0119,66 12 Furnish and Install Tracer Wire 8880 LF - $/t 6.0 $/131'3 2 ts-aa 13 , Furnish and 4!'Conduit 50 LF , $ -Gd $"I23, :da -Furnish and Install Fiber Switch/Ethernet �;� 14 3 EA. $gad& : $,21646.tlt5 Switch 15 Furnish.and'rnstall Fiber Distribution Unit 4 EA :$.%i 9fX3,e5© $IV o es�5 16 Remove Pull Box 34 EA $"32 .6d $/iTic.s an-Q(1 C-2.1 t 17 Remove,Copper Interconnect 7200 LF" $ /`.,O() : $ 7, `00 i E TOTAL BASE BID A11%[OUN'r $'3 , '12. .lei TOTAL BID AMOUNT IN WORDS: Three.Hundred,Ninety Two Thousand Four Hundred_Twet tY,F`ive..Dollars and.Zero Cents _ _ 1 E Noe: Refer to Section 7,Measurement and Payment. i - 4 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 pribe'ivill govern.The owner reserves the right'to reject 'any or all proposals and bid items, l � E 1 y _ 3 I t c-2.2. i E • I. . LIST OF SUBCONTRACTORS - 1 In accordance"with Government Code Section 4104,the Bidder shall set"forth the name and business address of each subcontractor'who will perforniworkor render service tote bidder on said contract i an amount=in excess l of one-half of One percent.of the'total bid and the portion,of the work,to be done by such subcontractor. . -Aid :' Name and Adi ress'of Srr8c©ntractor' Stute Clams.. :Dollar X of ' ' :, j :.Item{s)'' ; License . ° Amount ,.Contract i , .', " Number , . 1 I .. 1 • i 1 . - s 1 f 1 I By submission,of this.proposal;the Bidder certifies: , " E 1, That he is able, to and will perform the balance Of all work which is not covered in'the_above i' subcontractors.listing., I' 2'.- That the AGENCY will be furnished copies of all subcontracts entered.into:.and bonds furnished by ii 1 subcontractor for this,project. c-3• i 1 1 ` ; 1 ! 1 i . NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY FODDER AND SUI3MITT-tD WITH BID i I , 1 . . ; . i . ; I declare under penalty of perjury under the laws of the State of California`that the foregoing is true and correct anelthatthis declaration is akecuted on 02/07425,at. TetteCula .. ' Date City State 1 i James C. Parry , being first duly sworn, deposes and says that he or she is President/Secretary/Treasurer of bBX, inc. the party making the foregoing bid that the bid.is.not made in the interest or an 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 i not directly or indirectly induced or solicited any other bidder to put A false Or Shrri,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 , 1 agreement, communication,.or conference with anyone to fix the bid Pride, or that of any other bidder, or to secure any advantage against the,public body awarding the contract of anyone interested in the proposed 1 , 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 • 1 information or data relative thereto, or paid, and:will.not pay fee to any corporation, partnership, company 1 ' association,Organi7ation, bid depository, or to any member or agent thereof to effectuate a collipiive or sham bid.. 1 „ , 1 • . , , 1 , DE3X,inc. ' • „ . _ • , , • Name Of Bidder , • • */ alivtg.b C -c ..4'\ f • - S'''.4,. 1 e o-fBidder 1 , I . i 42024 Avenida Alvarado,:Suite A, Temecula,CA 92590 „ Address of Bidder 1 . 1 . , ! , , , , • . I ' i 1 • : .., 1 I I 1 ! ,„...,.._ ... . ......,.._ . „. ,. . . ... ,. . .,, . . i . . , . , . . .„ . . . . . . . . . . . . . . „ . 1 . . . . , . . , . . . . . . . . , 1 - , dAL1FoRNP.ALL-PURPOSE ACKNOWLEDGMENT ' WM'CODE§11-09, . - . ;• ' 1 ., . . - . „ A notary oUblic,or other officer Completing,this certificate verifies only the identity of the individual who ainect the •document to Which,thiscertificate is:attached,acid notthe truthfulness,,accuracy,or-validity of thatdOcumeht. „ . State of Califorpia County of ;Riverside- . . On 02/071205 before me Sonia Torres, Notary Public.., . -. • , : , . Pate : , Here insert Nerne and-gitle'of the Officer ' 1 ' . -Personally appeared James,C. Perry. . . . . . . Name ),ofSigner(S) , I . . , ! :yuf;lp, proved to'me -on the basis of satiSfactory evidence to be the,person(s); Whose,,naitie(s), is/are stibsert;e0 tO:the Within' instrument and acknowledged to me:that he/the/they:executed 'the same in , I I • , his/her/their authori2edcapatity(ie:s),and that by his/her/theft signature(t):On the instrument the persan(S), . I Or the entity upon:behalf of which,the person(s)acted, executed the instrument. , I certify under PENALTY OP PEF.OURY under-the:laws • I ' , 'of the State of California that the foregoing paragraph . . I Is true arid correct. .. „ SOMA TORRES . WITNESS my hand ndibb'ffigial:seal: -A .. 1 it-`.' '''',-,:. ; .. .- 1 . , Commiwon No.2 '4 475356 . z...."7:,,t.•-,."rtidarAitY'OUBLIC-CALIKONG,fil ''''111Ib.. • , • . • I i , • . , I,\-,Z1.7*/ 4ADIEGOOPUNTY, 1 'Signature lit fVF' N i. ,r, onriggiori Expires Decent*6,202T{ ' •natilie Ofaitthy PubIld . - .... ... .. . ,. . . . i . Place Notary Seal Above 1 : ' 1 . . Though this section is optional,.completing this information can deter alteration of the document or .; fraudulent reattachtnent'Of this form to an unintended docuMent • „; - . ;PeacriptiOn of Attached Document ' ',Fite:or Type of pocument: . i . , . . . . i • .Document.Date:., - ,.. .. Number of-Pages: .' I I . ' I , • ',Signer(S) Other Than: Named Above: . 1 1 , " Cagiacityfiee),,Claimed by Signer(p) 1 Signet's:Nattle: .darrie ,'C. Perry . SigneraNaMe: 1 Corporate Officer—title(it:.) ,..io residentiSbcidiatyfrreasurer C(.Ccirporate'Officer -=‘;Title(s): . ' CIParinet.— 0,Limited 0 General 0:Partner 7-, CI Limited ,0,Peneral 1 ,Caundividqal 0 Attorney inFact El Individual 0 Attorney in Fact j: .- • :El Trustee Ea Guardian.6-r Conservator DITrustee . , 0 duardian.br.:06naervator I 0 Other: , • . I=I•Other: . .. 1 ; • . . . I . Signet Is Re'Presenting; . . Signer IC.Reipresenting: ,. ,„ . . ....... . . 1 . .. .. . , „ - . . . .. I . . , . . „ . ; . . • . . . . .. . . . 1 . i , , I 7 I 1 ' RESOLUTION OF OFFICER'S AUTHORITY i " WHER_AS, from time t© time 'this corporation; being PBX, Inc., a California corporation, is called upon to execute documents by which -this corporation enters into contracts, bonds, obligations of perr"orrnancE,,surety and,of other legal consequences, and 'WHEREAS.,rthird persor.s may require or request come written ,authority evidencing, and ldentif'ing those persons Who are officers and authorized to execute such documents for i arid on behalf of this corporation, now, therefor`, is j "RESOLVED, that DAMES C. PERRY, who is President and.Chief ExectiVe Officer of this corporation, be, and he hereby is, and has been, empowered, authorized and directed to execute any and ail•kinds of documents, contracts,:'bonds, obligations of performance, si 9ty and other dccuments by Which this corporation assumes legal obligations;dealing with private i 1 i and public entities,and , I "RESOLVED FURTHER, that any person who relies upon the authority grarited .and conferred in this resolution shall be indemnified and held harmless from any ctarm with respect to the existence or non-existence of such authority, and may continue to do so until'personally receiving written notice that the authority herein conferred has beer terminated." 9 Dated: `February 7,,2024 1 Jmes C. Perry, Secretary \ SEAL i i i , a i , I i :i i I i , 1 1 7 M . • . . . . 1 . . ' ... . . , 1 ' :CERTIFICATION OF RESOLUTION' . ! . , I,Jatrie 'C. Perry, Secretary of'DBX,, Inc. a•California.corporatiorh cit;-hereby certify that the attached RESOLUTION OF OFFICER'S AUTHORITY, to which I hereby attest, is:a.full, true and correct copy of a resolution, of the Board of Directors of said corporation, duly*Opted and ., 1 approved. by regular action of the said Board of Directors taken on February 7, 2024 in full conformanee with the law and the By Laws of said:corporation. , 1 I further certify that the resolution is.•stiii in full force and effect and has not been amended' or revoked. . . . 1. . • . , • ' . IN WITNESS WHEREOF„ I have hereunto set rely hand as such Secretary and affixed the• , corporate seal.of said Corporation. I botioe under penalty of perjury that the foregoing is:b.-lie and Correct, and, that this , 1 - - • deClaratiOn Was executed atternecpla, California on February 7th, Z025. . . ' f;,...•' Ja 'es C. Perry„Secretary • , _.• ,, . ,• , , I -SEAL : •-,., : . , .• i 1 : 1 a .. . . . . 1 , y:kncitary public or other officer completing this certificate verifies only the identity of the individual who Signed the ! 1 document to'which this certificate is attached,and not the trOthfulhess, accuracy,or validity of that'document. 1 , i , 1 ISTATE OF CALIFORNIA ) r.-!- ----„--,-!,:-7 - - - -- _---. - -. ---t / •..,,.. ,,,..p..w..-0—',. SONLAibiifiES,. , ) SS; ...!:-411Av‘:-.- 'CominitSion'114o 5356i4711 ; t!" . • . 411.- .NaTMY,Plitim1i0:dAtikoRi4 ! . I Vi-.1.,n1 • sAttoigoo'coiiiirre f . COUNTY OF RIVERSIDE ) „: :7.-*,..-C. Cognispon 043,m,..9ecynbET5,2W I . 1 1 Subscribeda „ nd worn to befOre me this 7th day of February 2025,.'by James C. Perry 'prOved to.Mean the basis of satisfactory evidence to, be the'perion'who,appeared 1 , before Ire. , . . _ i . . 1 •. . 1 , '• . , . , , . . - i . I IThr :Y;;AGR:EEl N'I'. ' " HONORABLE +13 OR AN])C=TYCO13NGII:` ., 'C`,TY.OF FHU1411'�TOTO1'Y-BEACH,,CLIE'ORNIk . .[,:,:�'. • Gent/ nen T£ieondersi" edhereb. inisesand` est atintiie, erformance=of#lie,woile"p ecift.O'iri:thefcontract;,known • ; ;'•- a's:the`Bolsa,"C6ica,Street/'t`all'ey View•-Avveniue Corridors•Traffe.Signal Synchronization Program(TSB , " Project,—'<C.0 Na.�,.1622; rt` eni lo. `fend of l ze'only qualified;persons,as hereinarfter defined;,to worktinn'pr xini 4 , 'elects cal:secon -or E aiis iisston:fac iities.. 1711e•terri�:°"Qualified-t iso .°'is deffiied•' _arty,- �. �� _ . • , ."in Tithe Sr California;Ad riinistr five;Code,Section 160;,asp follows.". , I } ualifiedPerson. '4:person who 'b reason:o;. erien Tor' ristructzorn' `f a iiil ar with,the operation to; " � 11,. ,.. 'lie?pexformed'and the:�rzcrrds:'Y1Zv�llpeW 'i ' 1, 'The?uude signett lso,.-promised,and:•:agiees that all such work shall ?O''performed. i accordance-;wi h all applicable_e10$0at•ui1`lity compaiiY'A reg01i*Hems,p111ilic SHA. trtili4 :O10:01QII or40t is.. ±4$-4pito ifoJio Ca-Oreqiemen y :• i The•:undersigne4,toi,ther:promises':and agrees.that":the•Iprovis ons,herein sh'aell%�be;andJare.,binding upon,'any' 1 li ' subcontriactcar or subc o •tors sbe.retained or employed,by the;undersigned,"and brat the undersigned ;,:•"u`,'. 'shall.take steps,as are necessary:to;-assure:compliance by:any:saui,subcontractor'or subcontractora�witl the ' requirements contained.=Lierein.. • • • ' ' Contraetoi: .,4 1 . .1 James:tt;.'Ferry Pres Tit1e.4 ert ecre ry;�.reasnrer�;..- Date �°o2107/2025 J,, 1 - i CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CW1L CODE§1109 „ . notary public or other officer completing this certificate verifies only the identity of the individual who signed the ' document tavhichr this certiffdatels ettadhed,andnot the truthfulness,adcuraoy; validityof that doCumenf. . „ State of California ) ,County of Riverside On 02/07/2025 before me, Sofia Torres, Notary Public Data ' 1 , Here insert Name andTitleof the Officer :personally appeared James a:Perry Name(s)of Signers; who proved.to me on the basis of satisfactory evidence to be the person(s) whose harne(syis/are Subscribed to the within,instrument and acknowledged to me that he/she/they executed the same in 'hie/her/their authorized,capacity(ies),and that byli*heritheir signature(s)on the instrUrnent the person( ), or the entity upon,behalf of which the person(s)acted, executed the instrument, Certify.Under PENALTY OF PERJURY ender the laws Of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. SOMA"toRiES: cerrimission No.2475356 t NOTA C RY PUBLI -,CAUFORN1A W:41p7.1 SAN DIEGo_ ,courire Signature jet Commissim ExPintppoenio0iV127 '41..'nature of Notary Public • Place Notary Sea!Above .„. „ I „ OPTIONAL . Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended dOdurnent. " Description Of'Attached Document Title or Type of Document: Document'bate: Number of Pages: Signer(sY Other Than Named Above: . , ,Dapacity(fes)Claimed by Signer(*) Signer's Name: James C. Perry Signer's Name: Corporate Officer— Title(a):presidenvsdcretaryrreeiikurer 0 Corporate Officer—Title(s): 0 Partner 0:Limited 0 General 0:Partner— taLimited 0:General 0 Individual 0 Attorney in Fact 0 Individual 0 Attorney in Feet °0TrUstee 0 Guardian or Conservator ; 0 Trustee , 0 Guardian or Conservator 0 Other: 0 Other: Signer is Representing; ' Signer Is Representing •• • • , 410, DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10'162,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. N/A Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shalt constitute signature of this questionnaire. G6' 1 COMPENSATION IlVSTTRANCE"CERTIFICATE Pursuant:to,Section,1:86.1 of the State Labor'Code, each contractcfr to whom a public works contract has-been .awarded shall sign the.following certificate. E . t I am aware Of the.provi'sions:of Section,3700 of the Labor Code which.require•every einplgyerto be" insured,against liability'for worker's compensation or to undertake;self-insurance in accordance withi"the " { provisions_of that:code,.and I will:comply with such provisionsbefore commencing the performance(of' . the work of th'is�contract. E DBX.. Inc., + Contractor . ,•()JIMA e• ,92:„J----- •-• - . : , : " . I By. 'am,Jes C.:Perry [ 3 ., President/Secretary/Treasurer Title: " i I r 'Date:.02/01/2025 i • 3 ' , C-7 , CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODES 1189 ..c c. ", c e.. :cvix. , zTgc (. c,Frfr; , c� ,t=e,4r : ,c . r ckz ,c ,r-,�i:,rcxrr. .e-oev t 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 tiae°truthfulness,accuracy,or validity of that document.: State-of California County of Riverside' On-" 02/0:7/2025 before me, Sonia Torres, Notary Public' Date Here Insert Name•and Title.of the Officer personally appeared James C.Perry Narne(s)of Signer's): - „ 1 - . who proved- to ;me on the basis of satisfactory evidence to be the person(s)` whose,name((. is/are :subscribed to the within instrument and,acknowledged to me"that.he/she/they executed the same in his/her/their authorized capacity(es)',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-underthetaws of the State'of California that the foregoing paragrapph, is'trite:and correct. WITNESS my hand an official.seal.. ' I , f3 `":... SOMATORRES• -1 ` n S ' Commiplcn No;247535$ .4 i t, .':''� NOTARY"PUBLIC-CALIFORNIA 'Signature # ,4..,* SAN oIEGO COUNTY /gnature of Notary Public i 3 CanmistioEYpirsDecsraber5,2027 i Place'Notary-Seat 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"doci rnent E 3 t ' ;Description df;Attached"Document, Title or Type of:Doeurrient: Document Date: - Number Of Pages: i Signer(s) Other Than Named Above: --„ ..-_ .. I Capacity(ies):Claimed by-Signers), 1 Signer's Name: Janies•G: Perry Signer's Name:."" >_4 Corporate".Officer=Title(s):PresidentlSecietary/Treasurer 0 Corporate Officer—Title.(s): ©.Partner— 0 Limited C General 0 Partner— 0 Limited Ea General: , O:Individual (=i Attorney.inFact 0-Individual" 0 Attorney in:'Fact p,Trustee Q-Guardian or Conservator. 0 Trustee 0 Guardian or Conservator O:Other:' - Other:. 0 i i Signer Is Representing; Signe..,„,...siee.„..,:,....:_„....„,.;....,„4.4:sa...._„„yi.i...„4,.„_:...,...t.x.„..„.....4774_,r. IS Representing _ . , :_..e.o .,,,, ,,(...:_ i1/44,„.4.,„„4 , I : , . . , 1t i : BIDDER'S J UFOR flON BIDDEN.certifies that the following information is true and correct: DBX, Inc. Bidder.Flame 42024 Avenida Alvarado. Suite A Business Address Temecula. CA'.92590 City, State Zip ( 951: )" 296-9909 Telephone Number, 24054.7 A& C-i 0 State.Cositractor's License No.and Class 01.12.011966 Original Date Issued ;07131/2025 Expiration Date ' The work site was inspected by James C. Perry of our office on 01122 ,2025. The;following are persons,firms,and corporations having a principal interest in this proposal; DBX,.inc . ."_ Corporation'- . . James C. Perry,President James:C_Perry,SecretarylTreasurer 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 withthe'plans and specifications set forth.. DBX. Inc. Coompany Name .tore of Bidder Jarries C. Perry, President/Secretary/Treasurer Printed or Typed Signature : - , " - - - ., „-, ,,,,, -,-. ....r.,„ •-- _- --- ,,-.,:,,,.,......--.-'. •:; . , , . . . • . . , . . , ., . . . • . , . . . . . . . . ' . . .. . . . , . .. „ . , . . . , . . . . , ,CA).ilFORNIA ALL-PURPOSE:ACKNOWLEDdit5ENT • . 'Clift L:CODE:§:1189 . --k,.;:i---itz, f,cw-- ,,,, --A-stersa-c- ,c4i.w..,4,t--erx-, . , . . . . „ . . „ . . A notary public or other officer completing.this certificate verifies only the identity of the;individual who,signed the . . doCuirientto which,this:certffiaateis,attachertand,not the truthfutness,,accuracy,oryijidity-of that document.. . . State of Celifernia , . . - ' County of 'Riverside , . . . . On .02/07/2025 before me, ' Sorg? Torres, Notary Publid Date Here InsertNameand TitlesOf the Wiper spersonally appeared James'G. Perry . ..- Nwne(sYof Signer(s)'• ' . :. . . . . . . . , . .. who proved to me on the basis of satisfaOtery 'evidence to, be the person(s) 'vrThose, name(S),is/ate - subscribed to the within instrument and acknowledged to me that he/she/they executed the same:in • ,hisiher/theirauthorized capacity(ies),and that by:hiether/their'SignatureN on the„instrument.the person(s),, or the entity;upon behalf,Of which the.person(s)ebtecli.eirecuted-theInStrument. . • . . , . ' I:Certify under PENALTY'OF -F5FI.JURY under the laws of•the State of California that the foregoing paragraph; ..: ''- , . . ' IS true and correct, : . . , . . , „ . - ' WITNESS'my hand and" - cial seal. . . sb,-,,,' toEs. , . . ‘ . , Y . i : . . . _ y,_ ,•4 i.,.:4:,., CommisNin 2475356: t fik ik ' - • NOTARY,PliaLIC:4 CALFORNWS • ' , r,V.417, sANI?IgropcouNTy Signature. ...iv, campission eqifies Deteinber 6i RP7 1. ; ' 1 ti711‘.f,iNiatary,Ptiblic . . . , . , . . . . • • Place NOtary Seat Above : . . „ OPTIONAL Though this section is optional,•completing thiSirtifOnnation cart deter alferatiOn of the docurnentror , . fraudulent reattachmentof this form to an unintended document 'Description of Attached Document • „ . . , , • ' Trtle or Type-of bocument: . „ . „ __ . DoCurrient12- ate:., „ - . . Number Of Page& , , „ ., . Signer('S) Other Than Nettled ,Above:„.__ • . . . . tapacitylies),Ciaimed.by'Signer(s)• . "Signer's Name:, James C. PeiTy. . Signer's Name: , Corporate Officer—Title(S)::President/Secretaey/Teesurer EiCorporate Molar—Title(* ,0-:Partner — 0-14irnited 01Qenerat „ 0 Partner--.- 0,(imited '0 General: 0°Individual ,•,0 Attorney in Fact 0 Individual ;0:Attorney in Fact ,0 Trustee 0 Guardian or Conservator 0:Trustee EIGUardian or Conservator 0,Other: . , 0 Other: . . . „ Signer Is Representing: ' ,. ‘ Signer Is Representing: , . . . . . ..... , . . . . , . . , . . .• . . , . . . . . . . . . ' . . . . . . . . . . . , . . . . . .„ . , . . . ,. .. „ I NOTARY CER1'lr'1CATE Subscribed and sworn to before Me.this. ,day of .,2a_.. i . • i } A.notary public er other officer. completing this certificate verifies only the identity of .- ' individual who signed the'document, to, which this certificate is attached; and n► the • truthfulness,accuracy,.or validity of that document t 1 I State of ) -County of )' , 3 J On. be€oreme, Month,Day,and Year Insert'Nam and Title of Notary i personally appeared . Name(s)"bf S'ao r(s) - i I who.Moved to me on the basis of"satisfactory e, ence to-be the person(s)whose.name(s);"is/are:subscriibed to a the within instrument'and acknowledged to m= that he/she/they executed'the same'in his/her/their authorized 1 °capacity(ies),,and=that by.his/her/their°signa P•:-(s)on the instrument the person(s);or the entity upon behalf of ' which the persons)acted;executed'the , A neat. I I certify under PENALTY.OF PE',,'.`°Y under thelaws of the State of California thatthe foregoing paragraph I is true:and correct I WITNESS my'hand and'off 'al seal. - `Signature ' , Signature of•Netary Public (PLACE"NOTARY SEAL ABOVE). , , I 1 I See attached notarial`crtificate- i , 1 C=9 1 . 1 . i . , . i I • , . . . i ! . , < 1 Bidder's Project History , • i , I For the purposes of this project,the bidder Shall provide project history of sirpilar.)Vori,c;specifically referencing ; ! the Construction of underground Signal: conduit, and the installation of fiber optic cable for.drimmunication. Bidders are encouraged to submit supplemental relevant project history in;addition to the projects listed herein.. ;, 1 Listed below are the names,address and telephone numbers for three public agencies for Which the bidder hss performed similar work within the past five years I_ CITY OF TEMECULA 41001? MAIN STRFFT TFMFCtil A, CA 92590, Name,and Addtessof Public Agency . I - Name and Telephone No.of PrOject Manager: hri-a.tAil-iit&951-308,i6388.ohris.whiteOternemilaca.gbv. :$453,035.00 1 Traffin,Sinnl InStnlIntion • - tOtt9/2023 . I „. . ' Contract Atoonnt : Type:of WOik Date completed : • i Provide additional project description to show similar work: , I Rancho California-Rd and Tee Dr Traffic Installation . , . _ , ... , ! 1 ' • 2. bounty.afSan'Diego - - , . • - .' . . . . . . I Name and Address of Public.Agency , 1 , 0 - i ' - - Name and telephone No.of Project Manner: AndreiPineda,„6193404905,AnareLtiineda@Scicoontyca.gov i 1 $1,369,969.74 Traffic Signal installation- : 'O3/08/2023: . 1 1 . ; tOritraCt Amount Type of Work 'bate Completed . ; 1 . i Provide additional project deScriPtion to show siinitar Avolik:; 1 TraffIc SigrillnsthIIàtion , I Old HWY.395 at Rainbow Glen Road&Sionth'MISSibd:Road at Green.Canyon Road 1 3. 'City'of Pasadena f90N.Garfield Ave.Pasadena, 9110f . ' Name and Acidiess Of Public Agency „ . Name and Telephone No.of Project Manager:- Evin-Jiang.625-744-71,03:.eliangacitvofoasaderia.et. 1 1 . 1 5420;803.01 . - Installation of NewtTraffinSignals ' --. '08/0112.02. , .. : _ •1.. i Contract Amount Type of Work Date Completed . 1 Provide additional project description to show similar work:, , I Installation of new traffic Signal at the InteriectiOn:of Fair'oaks Ave aridSellelide Dr. . . 1 ! . . . . • . 1 1 . • I 1 . . , C-Ifi • . 1 1 • . . . 1 I . i, < „ i - . • . 1 , .. . ., . , . . . . . . i ! . . 1 ' ! ! , 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 least three projects for which the critical staffhas performed' , 1 1 Siitilar work within the last:five ye*, 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- James C. Perry , Name of proposed.Project Manager . ! 1 - , Telephone No,of proposed Project Manager 951,296,-9909 1' . 1 , . i ,RanchoCalifornia Rd anditeeDETraffit Signal Installation.$483,035.00 _ . 10/19/2023 Project Name-4 Contract Amount Type of Work '- ' Date Completed 1 . I Traffic Signal Installation, 1 , Old HWYT395 etRainbow Glen.Road$<, I South Mission Road at Green Canyon Road ,1.369.069124 , 03/08/2023 , Project'Name k.Contract Amount Type of Work Date Completed I . . 1 - Installation of newitraffiO ignal atthe= lthersectiorr.OfFair Oaks Ave and Bellevue-Dr.:$420',,803.01„ es/0i1/2822 Date -- 1 Project Name k ContractAnfount. type Of Work D Completed " ' ! „ 1 ' 1 7- Tim Searrtan ' - , : Name dppappseCittiPerintendent I , . Telephone NO. of Proposed'Superintendent: .q.09,--72 T-4404, , : . . . ' . i ,1 .. Rancho California,Rd and Tee Dr Traffic Signal InStallation.$483:035:60, 1,0/19/2023. i :! Project Name&Contract Amount Type Of Work ' Date-CoMpidte4 , 1 Traffic-Si§nal"tnetallation . , = . , I . 'OldFIWY.395.etRainbow Glen Road 8c 1 , ..9:o.th MissionJ; (1ip,ci.pi Green Canyon Road$T.369:069:24' .. 03/08/2023 - i Project Nan*&Contract Amount Type of Work : Date'Completed i ! . ' . ; Installation of new Traffic'51grialat the „ Intersection I - ntersedtton of Fair Oaks Ave arid Bellevue Dr.$420:,80101: -08/009 00 , ,.... ,.„ ..... , . . Project Name&COntract.Amount . Type cifWo* , Date Completed , . t • , , . . , . . , . 1 I , :61;:i J . . . . „ 1 . . ' i 1 i ' 1 CONTRACTOR REGISTRATION WITH'CA FOR? DEPAR. 1 ' OF INDUSTRW,RELATIONS(1)1kt, ) CERHEICATE, i „ Pursuant to SR 854 (citing Tabor Code Section I771,I(a)); passed by the California State Senate on June, 26, 2014, established a new public works,Contractor Registration Program, Which,requires all contractors i. . , I and subcontractors bidding and,performing.Work on Public Works Projects to register on an annual basis (each July 1 Through June 30 state Racal 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 1 public works cditract has been awarded shall sign the following CeriifiCate. > ' i. . , " • 'DIR FACT SIIEET on,SW-854 ., 1 lattp-ilwww:dir.ca,goviDISE/PublicWorks/SB854FactSheet 6.30.14.pdf 1 DIR's COntractotRegistration Link—col(844)-522-0734 https://eftling.dir.ca.gov/PWCR/ActiOnServlet?action----displaYpikiCkegistrationForm 1 , DIR's.Contractor Registration search.ible databaSet . i 1 1 httpa://efilblg.dir.ca.gov/PWCR/Searcli.actiort i 1 - I am aware and will comply with the*visions of Labor Code Section 1:771.11(4)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-4164 of the Public Contract Code,or engage in the performance of any contract for public work, as defined. in-:fis:chapter, unless currently registered and qualified to 1 . perform public work pursuant to Section 1725.5..Itis not a violation of this section for an unregistered , . . contractor to submit a bid that is authorized by Section 70294 of the Business and Professions Code or by Section 10104 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 DII2:as the_priroary contactor; as'well as 1 for ALL subcontradots..at the time.of submitting the bid.: i • , :DBX,'Inc.. i „. 1 Contractor' , - James C.Perry i ' . 1 - , , ,., , ,. . • „,, - _ . „ , , , , . • i i .. , . ....„ . ' . . .. President/SeteetaryiTrea8Urer Title , , . Date:02/07/2025 . 1 PWCRegistratien.#: , , 1000004242 .1 • i . ,.. „ . ,C-12 1 , • 1 1 „' . ._. ..,....... .. . .....,. ..... . . ,.. ...;,... . ....... . •„... . . „.„. , I . . „ . . . . . , . , 1 , . . • . i . . „ . . . . , . .. • . • ' .", . . .. . • .` . . . , . . , • . i L. • . . . .,, . .1 . . . . i . 'CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT . CIVIL,CODE.§1189 1• - . . . - . - " '— . . .. . . . • ' . ' A notary public or other Officer'completing this certificate verifies only the identity of the individual who'signed the • . 1 . , document to which this certificate is attached,and not accuracy,orvalidlty of that document ' .. .• . , ., . . . " State Of OalifOrnia . , . • .' . • . ... . . , , 1 , .County of Riverside . . . . i . . . .1, . On, 02/07/2025, before me, . Santa Torres, Notary Public • , - • ; i . ..1 Date .' Here Insert Name and Title of the O'fffcer .. . .. • - , . personallyappeared James C. Per'. : ' • •Name(s)of Signe:TS), .. . , . . . . , . , , . .. . , . . • . „ ... . . . , . . " ' . who proved to, Me on the basis of satisfactory evidence tO,,be the,person(sy, whose nam,e(s):is/are subscribed to the within instrument and acknowledged to me that he/the/they executed the same in , - hit/her/their authorized capacity(ies),andlhatOyhisiheritheir signattire(s).on the,instrument the,perSon(s), 1 ' Or'theeritky upon.behalf,of Which the person(s) acted, o'cacuted.the.irittrythent. . . . I certify under PENALTY OF PERJURY under the laws_ .. i . . . of the State of California that telorpg#4,paragraph ,,. • ' 1 is true and correct. .1 . . , . . . WITNESS myhand and Official,teal. ' , ,. - .: ' . , • { ,",, ,,,..2., -SONIA TORRES I ., . signature ;i:; 'i::''‘:::‘:-,Notary Public- .,...L,.., -. Commission No 2475358 ,,,i• *i,v,,,,k,,,',:,.:4;';:,.NOTARY`PUEILIC-CALIFORNIA,15" • caiiimissi3nEioas,Dectiriter5,2b27 - . Jna nature,o_ . 1 . ' .. . ... . , . .„ . ' • . . . ' . . .. . . . . . . , . . . . . 1 .. . . . . . . . Place Notary Seal Above - OPTIONAL; • - ' . .. • . . . .. Though this section is'optional,:completing Misinformation can defer'altetation'Of the document or fraudulent reattachrhent of this form to;an Unintended document. , ' '.' Description,of Attached Document ! " • . 1 . " Title Or Type of-DoCument:. . „ . . . Document Date - .Number of Pages: .• • , -. . : • . , _ Signer(s), Other Than Named Above:. . .,. 1 Dapacit (ies),Claimed by Signer(s) . ' 1 Signer's Name: James C. Perry Signers Name . . . ._ .. . .... „ ,. Corporate Officer— Title(s):President/Secieittryfrreasurer 0-Ohmorate Officer.r.-Title(s) . . 1 ' ' Cr Partner— 0 Limited 0 General ; • 0 Partner— laLimited` 0-Generai1 '• ' 1 i 0 Individual' 0,4torney'inFact El'Individual: 0 AttiOrneyin,Fact • ' : EiTruptee EIGUardien1or'Conservator f=i Trustee '0 Ouardiarr or Conservator CrOther: , 0-Other: .. . . „..-. . , '. I , Signer Is keirpreseting:• . . -, „ Signer Is Representing ,. .. 1 . . .. ,- .-:-.: -. --.. . , - • - . . . , „ . . . . , , i . . • . . . ... , , . . • . . . . . . . . . . •1 . . . 1 . • , . . . . , 1 ' . , . i - 2/6/25,2:28 PM DBX,INC. - . . . •, . 1 . . . . , Dia a-ei cskillteas, „ . - •11V11 044480111414 fit . et-PR;POblic Seaich: 4r, :: ; . ,••467.,,::4441",,i twoiliiiitill1111411014 .. ' . . . „.„,..._ JP James-Reny " . . . Puljlic-Works:SuPPort , . ; . Legout : . ; . , . , .. . Contractors; ., . : . . .. . . . . " ' . i . . Projects • . . . .. . '. , . , Services : . . . .. • . ' . ' . . : . . . . . " : . . Your infomiation v, - .. . ; . . ligrog ,,` Customer Acovunt LoOlvao: > DBX,INC. „ , 0 Searcti , • . , . . • , . , . . „ Customer Accopnt Lopkup, ., . .. . ' . .. . . . . Name ' .• . . . . . . „ . , . ,. CustornerAccOunt " 421 DBX,ANC. , . . . „ Contractor :: • ' Website ' .. (empty)• ' . .- , . " . .. .. , Email . • . . . . . • dbxinc@hotmail.gorn ' • i ' . . . ' . .. Address 1 . , . . . ' • • 1 ' . [ 42024AVENIDA ALVARACitZSUITE A — -7-- • - Addi'est2 . , : 1 . ........._ . . .... - . . City " ': . • . TEMECULA . , " J , --- ' •State. . ' I - - - CA • ...............— . , ' . .. Zip' „ 925,90 ..,...,„,_ ......,_ .,..,...— . ,httgs•fisdrytced.dir.-c**Aqgsp?id=dicptibild:ft)ern&table=x_cdoi2 csrru9rfaLcustomer.accounclookupRisy,kLid=c667be9c343c6106ch75bea2bW.,,:.,_21/2‘. 2/6/25,2:28 PM DBX,INC. Contractor Status I DIRApproved CSLB € 240547 Legal Name DBX INC. Business Structure !. --None - Business Phone 9512969909 Registration Mather President James C..Perry PWCR 1600004242 .Registration Start Date • 1 2023-07-01 Registration End Date 2025-06-30 Doing Business As(DBA) i DBX,INC. _. . _ Crafts ,taborer and Related Classifications OPERATING.ENGINEER(BUILDING CONSTRUCTION) Electrician Legacy'Regfstration Date 1,2023-07-01 Legacy Registration Expiration 2025-06-30. Related Lists watatigaf:Rtgistratigaz tga Terms&Condit€oqs Privacy POlicr gisclainier Nondiscrimination Notice Copyright2024State of California AwssibilitY diria.gov https:/Lservices.dicea.govtgsp?id=dir publia_farm&table=x edol2 csm_portal_customer account lookup&sys id=ca667be9c3430106c675bea2b0137. 212 .._ .1... .. ... - --........_,_.„ . . - •!4 " ,,. February 06,2025: ,Dear CuStomiir, . ' . . . . ; . ThelbilisVing is the proof-of-deliverylortracking number:771846000680: . ,, .. .' • . . „ .., DaliverrinfomlatIon: ; ','Status: Delivered DettVenediTo: Mailroom . ; , Ill .,. 'SIgnedlor by: B.IVEY DertveriLocetion: - 2009'MAtm.p.r . . • ServIce"typez FedEx 2D,ay,AM . . SpeciekHandling: Deliver Weekday. HUNTINOT,ON,SEACH, .At,92648 , . . ' , • Delivery date: Fetr4,.2026 09:22 . . " ShIpping Wm-station: ..- ; 2 Tfacidng number: - 771846000680 Ship Date: Feb 3, 025 i - Weight 1.01.13/0A5 KG . I Redtplertt City of Huntingto,n'Beach,Public Warks Office Stephany Bravo, . 2000'Main Street • 42024.Avenida Alvarado,Ste A . I . . HUNTINGTON BEACH,CA,US,92648' . SuiteA. • Temecula',CA,US,,92590 , . ; . . . , • I, . i Reference -• • Bolsa Chica StA/alley'Vlew,Ave Rurthase Order Corridors C.C.No.1622 .1 ; . i . . . . . . • . . , . , . • . , . , . 1; . . i i I . „ . I . ..- 1 ., : , . , • . ° . , . ,. . -,,,,,-,--,%.,-,7--„;;;,-1-,:i-i,r:r.z.--,;,-4';,,',-,••,-,--7,,,.4;.,7,,,,,F57;-44., -.•.is,ti.*:;:i• • iii ,,„.: • tx . -- ,...4—' -tio.'','14.10. -•:',4,..0, .14;11..-.it- : •:,...444,-.—y ?•,:i:•••r — -41...6.t.r. ,.., :..•,',44'.-,x't•Lis,'117-4 ''''f.: :.—...;V‘A'W•iT ,V. . ' AliW„,--t,'"• • ,,„ 104,-.."4:•,%-tviii-5-44'. ,..- 1-- • ''...' r -j, • ' •• - ',...- ,' ':.1sift"i 4;:i,/',",i4°.;t:', 'I'''- ' ,;, , • • :'1.1- t'1.210`.' 111;'..1f#1' i,,',. .. '..' ,vt,:' .:44T1.11:4.44:02'...*:t. ....0.4:"P41.*•'.t .' .:. 4".... ''' 531"..":,. ;,. .1;.4"en-4 : ::..' *...'' . 4':4 'II:- "" " 44rs .1.0.'-'',1 'IX--°,,I , . 4.1,,,...i.„,.......,...t., ,..!„..;.;:.:.4.t.:4,.....,„1.,,,..,v.,:,.....ttc..r.: ::...... .4....,...:. ___. .,..,,,p.,.. :. i'.•4-.1:-.1.-•f j r'''' .'t.a',,,*-'.4,-',.. ,-- s,!0 On.,`V:4'!,t4. k trz.1 %.i. flN.,"°•tri,...;....t1..17xli.ge°1;;:it,.41 4 l ',V'.7-"-If'- ' ..'t,".-'''04°,4.40"..1,°,;;;,:•-" ,:", .1;''7!',;/ •.'',' **414iLl'Iitri, ••;,"7;>•;;;,,,j0.0,v ,•....*::-.;:.-°;;I:k,I7.°,"•,i;- 1 'I"-•?::or ',7:1':‘,t"4 Z,4: '',''4'.;''4.4r..!.',.'"„.4' ,,,,,..,,,'''''1":4:;feeitt.4.4.2,•ii4 '","' ",,, '.",1"'''''"'''.•"...., '''' '''44"'; 1 . . , , , . Thank youfor choosing FeclEx• . , • " " 1 . . Liberty Mutual Surety Libe it'3;'.1Viutual. . ' irrri Cowan,§14ite 1011*irvinct,Callforniai92614•(94%203400" smart .1.4,rticlibertyrnuititilaurety.corn gip BOND , . BOND NO. • . . - Premium f Nil KNOW ALL MEN BY THESE PRESEWS, , That we DBX, Inc. as Principal,and The Ohio Casualty Insurance Company , , a corPoraton ' .. authorized to transact a general surety business in-the-State of Calif brn_i_a as Surety,are held and firmly bound unto , City of ji,untington Beach • _ (hereinafter called the,Obligee) ' in the full and just sum of ten percent of amount bicl , . Dollars,($ 10% .. ,„ )for the payment whereof in lawful money of the United States,we bind ourselves,our heirs,administrators,axecutord,successoreand assigns,:jointly and severally,firmly these presenta. , WHEFtEAS,the saki:PRINCIPAL:110 stthrniftedithe accompanying bidlor , traffic Signal Sychroni7ation'Program (TSSP),Projett for Boise Chica St./Valley View Aye. 1Qorridors C.C. No,1622 NOW,THEREFORE, if the Obligee shall accept,the,bid of the Principal'end the Principal shall enter intoa , Contract with the Obiigeein accordancevilttithetenitsOf such bid,orin,the eventof the failure of the Principattp.enter such Contract,if the Principal shall pay to the Obligee the'difference not to exceed the penalty hereof between the amount Specified in saidbid and such tergeramount for which theObligee-inay imgeod faithcontraCt with another party , to perform the Work covered by said bid,then,this obligatienahall,be null andvaid,,otherwiee to,remain:in tit force and r : effect , , • . . „ Signed and Sealectthis 2Ind , day of January , 2025 „ 1 „ . * ' DB-X, Inc.. . The Ohio casualty 2,,Insurance company S ; , 4041011r I / 40PP! ..t.:-------:-7'-- „ By: • - pencer Fla e, :AtkineYhtn•Fact c. 9erryevrtzwitentit:eci-ekary Principal -ri--ccrsqk-er- . • 11141(I8(3.1d Uund)(REV;Wl9) : - . • . ' * „ •• : . • . , . . , , . . . . , . ... „............' •- • --;,..-.. „ : . .. , -„ . , . ...„_. „. .„..„ . „ ......... ._. ......._ ..„.... „„,..... _ _ „.......,.. ... .. , -: . . „ . . . CALIFORNIA ALL-PURPOSE ACKNOWLEOGIVIENT, CIVIL CODES 1189 . . -. . A notary public or other officer completing this certificatO,verifieeenty the identity of the individual who signed the document to which this'.certificate`is attached,ehd,nottheiruthfulhese,sectiraCy,or velidity'ofthat,doctnient. • „ „ , $tate of California • -) „ . , :County of RiVe'rside On (12/03/2025 befOre 111 ,, , Sonia Torre ; Notary Public, , , Date ' . Here insert Wine and Title of the.Officer personally 'appeared James C. Perry Name(s)of Signer(s) . . . . who prbVed to me ori the basis Of satisfactory:evidence ta,be,the person( ) Whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/tier/their authorized capacity(ies),and that his/her/their signature(s)on theinatrurnentthe person(s), - or the:entity upon behalf of which the persori(s) acted,executed The instrOment. I certify under PENALTY OF PERJURY under the laws . ' of the State of California that the;foregoing,paragraph is title ard'Oohed: . ,. 11:ViTI)ISS my boric:tend Official,Seali. : i .4. - SpNlikTORRi5S: , E..L.4-M,F;:tt ,Cciminissibn No:.2476356 . 1:74.0'-'?1-1:1 NOITARY PUBLIC-CALIFORNIA 3 Signature ! V-1.1,i.i, SANTORO°COUNTY 2 . . . ' 1 .-,ir."."' <Contain EaplosDeciabar5.#7 1 :-----CP)1, tura,of, oteryPublic , . . , . . Place Notary Seal,Above . ' OPTIONAL Though this section is option*, completing this information can deter alteration of the document at , fraudulent reattachment of thie:forrntaan unintended docuntent. ,Description of Attached Document Title or Type of,Dotunient ._ . Document Date Number of Pages . .-. .. . Signer(s) Other Than Named Above Cepabity(fes),Claimed by Signer(s) . . , Signer's Name James a:Perry, Signer's Name: Corporate Officer—title(S):,Presidenusecretaryirreasurer 0 Corporate Officer—711t4(s): ' ' O,Partner 0 Limited aGeneral 0 Partner— 0:United 0::General 0 Individual 0AttorneY in Foot 0:IndiVitlual 0:Att6rney in Pact 0 Trustee 0 Guardian or Conservator . Cr Trustee Li Guardian or Conseil/at:4' 0 Other: . . - 0 Other: Signer Is Representing Signet Is Representing . INx--c.?u,‘,—,I.A.,;:_k •-cot.,..-. ..... ...<:,... .c,6:or,—.t.--v-4..La16(444..-"\ce‘,-. 0.2 ..-.._x ,.... .-1L'aZtak,... 1' . . . . . . - _ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CODES 1-109 A notary publid or other'officer completing this certificate verities only the identity of the indiVidual who signed the , document to which this certificateis attached,and:not the truthfulness,accuracy,or validity of that cloeurnent. State of California. County of Orange Heather Willis,Notary Public On January 22,2025 ,before me, Date Here insert Name and Title of the Offider personally appeared Spencer Flake „ Narne0 of$igner(S): MI6 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 Wher/their aithorized:capacity(les);and that by his/her/their Signature(s):On the instrument the person(s), or the entity upon:behaif:Of which the person(s);acted,executed the instrument ' I Certify under PENALTY OF PEPAJPY under the laws of the State of California:that the foregoing paragraph is true and correct HEATHER WILLIS 76' WITNESS my hand anif official seat COMM:#2493695 .4..dck=1 NOTARY PUBLIC•CALIFORNIA , ORANGE courry 0 ' Signature • COMM.EXPIRES SEIPT.25i y70284 Sigegt(riv of NotertPtiblic 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 antinintendeddoctiment.S pesciipbon Of Attacbed Document Title or Type of Document - Document Date: Number of Page's: - Signer(s) Other Than Named AboVe: Cariecitylies),Claimed by Signers) Signer's Name:' Signer's Name: 0 Corporate Officer 0 Corporate Officer Title(s): D.Partner— 0 United, 0 General C.Partner — Limited C;3'QpnerOt 0 Individual: 0 Attomeyin Fact Individual CI Atiorney Fact -0'Trustee Guardian:6rConservator aTruStee 0 Guardian or Conservator 0 Other: E.-1 Other: .Signer Is Representing: Signer Is Representing '0201 4 National Notary,Association•www.NationalNotary.org•14800-USNOTARY(T-800-876-6821) Item 45907 I . ThiiPower,of Attorney limits th@,acts offhose�nemed'herein,andihey haven-authority'tc _ i '.'bind the Company�except in`the:raaraterand'to-the extent herein stated: . ! ' 'l \A'� Libel ' Liberty'Mutual Insurance Company '. . rPfr Mutaal Thrr.Ohio:Casualty fnsurance Company Certificate He:`"8212tW3,-971911, ' West American insurance.Company . SURETY POWER OF e4TTQC �i '( KNOWN ALL PERSONS:BY THESE`PRESENTS:That The Ohha:Casuaity Insurance Company,is a corporaton'duly organized'undeerthelaws-of the,States'New klampshiie,:thaV _ Liberty*tuatlnsuranceCompany is acorp ration<duly:organized wider the laws of theState of Massachusetts„and:West;Americari,InsurancaCompanyis acaporehen duly organized, uhderthelawsoftheStateofIndiana(hennn:coilectivelycalledtheCoinpanies) purswint to and Wauthonty herein set forth does hereby name consbtutaandappoinL ChartesL, ' Flake.David'L•Culbertson;•Heartier Willis;.'Karen.Lotz,,Lexie`Sherwood.Spencer Flake . . .all.ofthe:cityof, ' Anaheim. ' ': 'stateof". 'CA:' `'each individually-ir there be;morethari"onenatried,istrue:andlawruetomey=in-facttaMake ' '-execute Seat acknowled9ewanddeliver',.forand:onitsbehelfassurety ant as•its`acfand'deed,any and:all undertakings bonds:recognixancasand'othersurakehligations,:inpursuance.. ' •;; of these presents and shall be as.binding upon Companies as if'they have beeruduly signed by the president and=attested'bylhe:secretary of the Companies:in'their own;proper, persons. i 'IN:WITNESSWHEREOF,,this Rower of Attorney has been,subsc ibed by an,authorized officer orofiraat'of the Companies and:tirecerporata seals of:lheCompa Companies' have been,a6txedi thereto:this ,.26th. 'clay et ._:"'3iine , '202i . . Uberty<Muuuail lnsuranCe company tt+s� . 3,"rrrs% p4str. The Oilo Casualty InsuranceCanpan., . °�?°e. yc, ? a�r° r 9 uavo+ % {hlestAmenprt;lnsurrne"Company • 4, „ , ,- i919 rs 2 1091t. 0 ; I ' 'q°NUo Q 'yXtitF"5 0A Y5 44tANr" d '.., • . 7•C7; ; ed David M Carer AssisfantSecrelaty .: i € Z.'�.'StateofPENNSYLVANIA' -. r• - ap,,CountyofMONTGOMERY, - ;c,E.; ; =..On.this'26th .day.of tune . , 202,1'. before rite personallY'appea "David IACaray,>who.arknowledgedhimsalfroba`theAssistantsacretaryol1therty'Mutualknsurancejf,,ar 4 Company The Ohio CasualtyGompany,and West AinedcaeInsuranc rede Company;and that he,as thick being<authorized:seto,do„exearie:ttte foregoing in�iunent for the�purpose's. —• k v> therein contained by signing.onbehalf of theeorporaderrp by himself as a duly authodzed'ofticer. '"' ' .. m IN-WiTNESSWHHEREOF,.Lhaveh emu*srrbscribed.my name end.efitxed:mynotariai seal atPlyinduth Meeting,Pennsyliiania;°on the.day and,yearfustaimvewritten, €6,02, o>; _ 4 rrh . e canmoinvcaau,at,a«msyt !+m=Haaryseai. ,sue..--r rtr�o `+l„4' Te,esa-Ra$iella,tetaryPubllc - ;� ''�N• i St; er fir. aleree29 20P5 By: ,4' ar ' i ':c,�' r _cammas(on numeer.masoaa eresa.Pasteila:Notary Pubkio Q a, i ova' . • • 4 - . •`ram-` •,..0 :This Power of Attorney is made,and.executcad pursuant to and by:authority�'of the=following 8ydays ands Authorizations of The Ohio`Casualty Insurance.Company„Liberty:Mutual t .ap - c hisinanceCompany;and WestArnencan:insurance Company,wbictilesolutions are now m fat farce and effect reading,astotfows ! �442': _ ',ARTiCLE IV=OFF10E S Section 12.Poirrer`of�Attorney ``� o`ca o c • •4 ;*.'; Any:officer ar other of trial of the:Corporation authorized for that purpose in Writing`by the Chairman.cr the President end' to Such limitation IS the Ctiaimtan orthe, ,�,, + g : • President may prescribe shall appoint such attorneys-in:-fact,as.iney be necessary to act imbehatf of the Corporation to make" seal,actinowiei a and deliver as surety j,, ; S, any and all bonds,recognizances,and.otthersurety ahliigations Such atlameys.indact,.subjectto.the limitations set forilvin their,respectivapowers.ofattorney,shall_el=a: i .or• +-• " have full power to hied'the Corporation by their signature and.exeerxttion:Of any such;{itshirrtirutLg=and`.to•attach thereto the seai',of the:Corpoiation:.When so:exewted;such iz��`, •instruments shall;be'as binding,aeif signed by the President and attested`to bythe•Secretary Any power or:autho ity:granted`to:any°representative ar attruney=in fact under the �e i rovistonsofthisarticlema be time the•Board;theChairman thePresidenter the-afterorotficers`"" un such oweraraulhordy:' 'a a, p Y Y by r, by !f p tL.a Afir,fd )tlli-4ecution ofroritracfs:Serdton S:.Sur y Bonds and hhdertafsings-'` .. .Any officer of the,Company;autori ediforthat purpose,in,writing:by thechairman or the president and subject te..such limitationsas•thacilaiimamorthepresident they prescnbe,: ' shall appoint,such attomeys'itt=fact;es,may be necessary to actin behalfoulhe`C6mpany to:make,execute.seal;•actaiowtodga'andsdeltvecas:suretyaty,anpallundertakings,.'. ' 1 ' bonds;recognizanoes and_other safety obligatfons Such attorneys in,factsuhjectto;thelimitations setforth in their respective powers of attorney;,shalt'have:full porier'tobind the s Company*their signature.and exeaition:of.'any such instruments and<to:attact thereto.the seal of the'CompanyMWhen so�executetlsuchinstnnpehisshall�be:as.binding asif. trio secrete sigriedbythepreSident:andabated'by, secretary ; .,Certificate of uesigpatron.-The President of the Company„acting-pursuant to the Bylaws'cif the eempany.authorizes:DavidM.Carey.:Assistani;secret*to"eppoint such attameys�in- ', 'fart'as-may'benecessary<taactonbehalf"oftheCompanytomake,exeate.seal„adcnowledgeand'denieras;suretyanyrandalltundertakings bonds,recbgruianceaandother;surtety.. , obifgations , . , , Authorization=.Byunanimnous consent of.the Company`s Board ofDirectors,itheCompanyconsentethatfacsimile.ormechanically',reproducedstgnatureofarryessistantsecretary_ofIlie" ,t Company,'wherever appearing upotra,C atiffed;caopy:cferty`pewer•of attomey,iesued'by, !tie Company in cannection.withsurdty<bands;shall be vatid&and bindngupon,the`Cornpaisy,with, the same:force:and:effectas though:manuallyafiixed: . I,Renee�C,Uewiellyn; re undersigned,Assistant Secretary;The Ohio Casualty insurance;Cmnpany;Liberty Mutual Company:.and West American Insurance Company do ; hereby certify ttiattttie:origioal powerofatomey'ofwhich the foregoing.is a full;true`and,correctr opyofthe'PowerofAttori ey:executed bysaid Companiese.isiitfaillorce and'offectend ' hasnotbeenrevoked. . IN.TESTIMONY WHEREOF,Ihave.hereunto'setniyrhandandafRxedthe.sealsofsaid'Companie"sthis, 22nd day of January., ',..2025 ,. tt78U q, tYt rNSU , ttiSU " , ,. rciitis ,,p ` .Q b„aes a ; va, *Date. 4? Renee.C:�f lewellyn,AssistantlSecretary'. L'Ms-t2ar3 LMic ocicw/tic Munrconzr2t ' . . i • � ;Libe Mutual. Liberty Mutual Surety 17771 Cowan,Suite 100•Irvine,California 92614•(949)263-3300 SURETY www.libertyrnutualsurety.com BID BOND BOND NO. N/A Premium:Nil • KNOW ALL MEN BY THESE PRESENTS, That we DBX, Inc. as Principal,and The Ohio Casualty Insurance Company a corporation authorized to transact a general surety business in the State of Cal if ornia as Surety,are held and firmly bound unto City of Huntington Beach • (hereinafter called the Obligee) in the full and just sum of ten percent of amount bid Dollars, ($ 10% )for the payment whereof in lawful money of the United States,we bind ourselves,our heirs,administrators,executors,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the said PRINCIPAL has submitted the accompanying bid for Traffic Signal Sychronization Program (TSSP) Project for Bolsa Chica St. /Valley View Ave. Corridors C.C. No. 1622 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,or in the event of the failure of the Principal to enter such Contract, 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 22nd day of January , 2025 . YEAR DBX, Inc. • The Ohio Casualty. Insurance Company Suret eec. ce cr,"Vrrxdm'f1Secrekory Principal pencer Flake, Attorney-In-Fact 7rtasurar ID-1198(Bid Bond)(REV.5119) 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 Riverside On 02/03/2025 before me, Sonia Torres, Notary Public Date Here Insert Name and Title of the Officer personally appeared James C. Perry 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. SONIA TORRES :� y Commission No.2475356 z z' :}F.: NOTARY RY PUBLIC-CALIFORNIA ySAN DIEGO COUNTY Signature Commission Expires December 5,2027 f ture of otary 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: James C. Perry Signer's Name: El Corporate Officer — Title(s):President/Secretary/Treasurer ❑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 ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: • LJJ��%G�`UC` J.�=W�vei�^' J�'�='S�. _`�'C`L `C:'L�`^- `CiIS�C%U` � - "Z-'• CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 .mac r rcrc rc e�c�c r�c�ec.¢�rc�rser�r�acee�ex c rFcc��=ram r r nc cc�cc r�c�curcrer,er.,er„4;�ccv�c-rc rFr.,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 January 22, 2025 before me, Heather Willis, Notary Public Date Here Insert Name and Title of the Officer personally appeared Spencer Flake 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. rN HEATHER WILLIS 1 WITNESS my hand and official seal. 0 COMM.#2498695 g s 1.1 +�NOTARY PUBLIC- CALIFORNIA /4/(14. 5 'L! iil(,`� ORANGE COUNTY 0 Signature -. ''COMM.EXPIRES SEPT.25 20�25� 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 ❑Other: Cl Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association •www.NationalNotary.org r 1-800-US NOTARY(1-800-876-6827) Item#5907 This Power of Attorney limits the acts of those named herein,and they have no authority to dr bind the Company except in the manner and to the extent herein_stated. • *V-k Liberty Liberty Mutual Insurance Company r*t Mutual. The Ohio Casualty Insurance Company Certificate No: 8212043-971919 West American Insurance Company SURETY POWER OF ATTORNEY • KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that ' Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Charles L. Flake,David L.Culbertson,Heather Willis,Karen Letz,'Lexie Sherwood,Spencer Flake all of the city of Anaheim state of CA each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 26th day of June , 2024 . Liberty Mutual Insurance Company P`%NSuti P01 IN au %Hsu'? The Ohio Casualty Insurance Company oaPo�r+ yJ oowPo�y. \(7 ORPor4r 4 West American Insurance Company F $' 3 Fo m 3 o A+ F Cr c/iX 'a1912 ry� z 2 1919�� o Q 1991 3 /'/ cic E dui S4CHUs/ds O NAMP`'a,aa YS 'Nolo,- Oda , '` o.0 �h * ►e� J'Hl * 1 J'M * 1 I By' 4/1 /4. m David M.Carey,Assistant Secretary = ✓c`o State of PENNSYLVANIA SS •— = ,County of MONTGOMERY o , E 0 On this 26th day of June , 2024 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance cmi n o— Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes a?m therein contained by signing on behalf of the corporations by himself as a duly authorized officer. >g CC IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. 0 En c•m a O Q4. Mp W�`4< Commonwealth of Pennsylvania-Notary Seal ,. 7 Teresa Pastella,Notary Public �'tp f' u = Montgomery County di/ 'f ������� ` o c-, OF My commission expires March 28,2025 By: /� -{—r.L4(J o a) C ,. . 9. Nm Commission number 1126044 N4js.,`'' JP ,cj Member,Pennsylvania Association of Notaries eresa Pastella,Notary Public O�o CV �a? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 0? E•-G Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o a? ARTICLE IV—OFFICERS:Section 12.Power of Attorney. o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the a o 72 o President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety m CO To a.) any and all undertakings,bonds,recognizances and other surety obligations.Such attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall c 3 o have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such�o a. z oinstruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the to provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ti w ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the . Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if . signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with •the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 22nd day of January , 2025 . P�mute,. P01 1NSup d 1NSuk. j °p�o�ro m c epoq,,,:cs It 0 `et`oaPOR4r 4, 1912 0 1919111 1991 o L ` s w O Q o B . a,1�/'r4CNustaaa -,N4MPs` Ab ''s vND A P• Az, y• Renee C.Llewellyn,Assistant Secretary 7 * 0 S./ * 1,‘‘ M * 0 LMS-12873 LMIC OCIC WAIC Multi Co 02/21 • .-. r 1, ry v , �, _ Njx L: f- tJ • f:r.,,,,:_,"•;:',. ;; • 7`K' r • �yvy � l�Fa2�,L YI ,i .y�:%i=iy ORIGIN ID:HMTA (951)296-9909 • SHIP DATE:03FEB25 Yr3.`: STEPHANY BRAVO ACTWGT:0.25 LB ;{.; CAD:260426581/INET4535 r.: ' ;.;',+42024 AVENIDA ALVARADO,STE A ,,;� SUITE A °, ' TEMECULA,CA 92590 �S: 4' — BILL SENDER ;fxi UNITED STATES US �zy TO CITY OF HUNTINGTON BEACH7. `_' PUBLIC WORKS OFFICE I z.r °S 2000 MAIN STREET HUNTINGTON BEACH CA 92 48 -‹ -i q _, t (714)536-5431 , INV: REF:BOLSA CH CA STNALLEY VIEW AVE _" ;.. NV: ' ';:. CP0:CORRIDORS C.C.NO.1622 DEPT: Vl .>' III IIIIIIIIIIIIIIIIIIIIIIIIII III IIIIIIIIIIIIIII• IIIIIIIIIIIIIII > > ' iy�,' , Ir �II uK '� F}t , ,, Express -(5 . E.;i: A i tcl ii• N 'Nf-'23,:i a"4111 E :4 ,., fD 0 . us p co , `,• • (.0 ',Ai 0 5 FEB 10 : 3 OA ' GI n — .`T =''• WEDil ,gy MORNING 2DAY �,. a�i m :;q; 0 0 7718 4600 0680 0 ka fD m • f? 92 64 8 r ` ✓,92 A PVAACA—US SNA n y , , g. 0 ® . 7.4 ". rt H — i't, G N 'S 1;^i a oi / W • i, , M• 4(coo. n ik< ♦ 1 — is y DBX, Inc. 42024 Avenida Alvarado Suite A Temecula, CA 92590 License No. 240547 C-10 & A DIR No. 1000004242 "OFFICIAL BID SECURITY—DO NOT OPEN" For the: Project Name: Bolsa Chica StreetNalley View Avenue Corridors Traffic Signal Synchronization Program (TSSP) Project CC#: 1622 Bid Opening Date: February 7, 2025, 2:00PM **DO NOT OPEN WITH REGULAR MAIL*` CITY OF HUNTINGTON BEACH Lisa Lane Barnes I City Clerk u July 7, 2025 Elecnor Belco Electric, Inc. 14320 Albers Way Chino, CA 91710 RE: Bolsa Chica Street Traffic Signal Synchronization Project (CC-1622) Enclosed please find your original bid bond for CC No. 1622. Sincerely, X1411/letillte- AKar. Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov ES { SECTION C PROPOSAL for the construction of Traffic Signal Improvements for Bolsa Chica Street/Valley View Avenue Corridors C.C.No. 1622 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed 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 60 working days,starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is 'accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts, and words shall govern over figures. ..... ... ... ..... I If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in i 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 i 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 , I 0%.ofi4Amount which said amount is not less than 10%ofthe.ageegate of the total bid price, i as required by the Notice Inviting Sealed Bids or Electronic:Ma --- WO to the AGENCY. (Please insert the words "Cash", "Certified Check",or zdieis Bond for'', ",as the case may .„I be) Any standard Surety Bid Bond form is acceptable. 1 ) Bidder shall signify receipt of all Addenda here,if any Addenda No: Date Received Bidder's Signature _ t , . , - " _ „ „ .,.• „ ..„ _... . . ...., I: I. • - C-2 t 11! .t tocuent310 T .:0.P# 2010 Conforms with The American institute of Architects MA Document 310 Bid Bond CONTRACTOR: • SURETY: i (Name,legal gams and address) (Nm ie legal emus and pelnellnrl place ofb►n*ic e) • Liberty Mutual Insurance Company Eleanor Beico Electric, Inc. 175 Berkeley Street lids document has Impotent 14320 Albers Way Boston,MA 02116 legal consequonc.a Consultatlen • Chino,CA 91710 Mailing Address for Node's wlgr loin attorney Is encouraged • 175 Berkeley Street with respect to Its completion or modification.OWNER: Boston,MA 02166 Wean..legal stnlrcs and address) My singuhr reference to 1 City of Huntington Beach other Contractor, shll Surety..Comer n.d;or ' 2000 Main Street plural wham applicable. • Huntington Beach,CA 92648 BOND AMOUNT: 10% , Ten Percent of Amount Bid PROJECT: • (Nano.locaion or adebusx and Prefect number.gray) • • Traffic Signal Synchronization Program(TSSP)Project for Balsa Chica Street/Valley View Avenue Corridors; CC No. 1622 The Contractor and Surety arc bound to the Owner in the amount sat forth above.for the payment of which the Contractor and Surety bind themselves.their hairs.o ton5aadntim'tratora.SiiiPOSMISS11141.91igg jointly and eovarali* uwidaniherein.TheccndkiOnsofthis Bond aro snob hot if the Qwncr aeeepts ilie bid oEthc omnetor a*itiii>'tho time specified le the tnd'doeitntents,or withut rielr,time period es may►be agreed to by the Onineiliat Caimactor;and tini Comractoielther(I)enters into a eontnict with the Owner iniieioidance with the tams of such bid.sad gives such bond or,bonds as may be specified in the bidding orContrsel Document;with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithibl 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 mid bid and such larger amount for which the Owner may in good.faith comma with another party to pedbnn tho work covered by mid bid,Oren this obligation shell be null and void,otherwise to remain in fun fuzee and effect.The Surety hereby waives any notice of an agreement between Ilse Owner and Conlraclnr to extend the•dme in which the Owner may accept tie bid.Waiver ofnotice by the Sumty shall nab apply to any extension exceeding sixty(60)days in the uggragale beyond the time for acceptance of bids specified inebe bid documents,and the Owner and Contractor shall obtain the Surely's consent tier an extension beyond sixty(60)days. If this Bond is issued in coruscation with a subcontractors bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the terra Owner shall be deemed to be Contractor. 'Ina a di iiiiiilrl tt been lbmished toaml wiii ie statutory or other legatiaigrinsment in the locution of the Pngeet,any provision in iltiaBinatcrialliethOith said xletufm ur,ignk*omment shall bo dcemc di oted horefrimt and provisions conRnming to such ►netuh►ry ur ether hod requirement shall bolleienied incorporated hersi&When"in(Wished,the intent is that this Bond shall be anmrucd as a calumny bond and not as a common law bond. Signed and scaled this 23rd day of January,2025. Efitelfi u:,8eidiE ttfc;.lip . tit. • #0' nStiran ii pibli assa • :., 1912 " 4l'lnrasv) Alec Steinfeldt n10 t uba)MlCtlelleAntie ffilrOttartley«h 8t fr,', ;-; 8-0034/AS 8t10 .• CA..,...LIFOR111.1A,A.Lt. 1-PURP.OS.E- • • .: , - „ , 1 .. ,.........i .. _, CERTIFICATE OF ACKNOWLEDGMENT • 1 A notary public or other officer completing this certificate verifies only the identity, . i 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.Cajifomja.,,., „,, , } . ., ,•• , • • . . •.• . County of,Son,Bemardino, „. ,...--, } , . v j' • , .. , On,...„02/03/25....... ........... .... . ....,before me,,,.Rebecoa..WIlks,:,.Notary.Public„„•. „..„..._, (Mere mart name end tate atthe Macon • .- • • personally appeared,.JPtiri.,Wonq.. .„. . . . " who proved to me on the basis Of satisfactoryvidence be the so (s) WhOse , (, .. A. ,,44 .., subscribed to the.* and acknowledged to me that Iriiti, instrument • ,•.„." , 1.49-,l- • ey executed the same 10,00,pr/their authorized capacity(ies), and that by 4,4D 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 I: the foregoing paragraph is true and correct. . , , , ,„..„..s...1-4„...., REBECCA VVILKS II !. , „.„,..c. ei,,,„ WITNESS my hand and official seal :., • ,4,5c:.-4, commisoon o 2462475 , •• • .., -,•-r-, , Notary Public-California •,..... -,,,,...!; ,-,1- • , 1 ..• : :.,,,-‘,, ..:.,.% :-.,-", sanBemardkv3„caynly ' • , .• . : ,-, 1, ! "•%'..-....-,..L7,; •/:•''Lly Comm.Expires SeP.9,2027, • . . . Notary publlotgriattir* ,::,,. (Notary Public Seal) i,„„,, ,.„, „: :..., ,,,.:- , • . .:,. „t :: - . •.: . :. •• ' .,, . :„.,..._ .........„.......... . .. .. ...„. . . .. .. .. . . . . „ .... . . . ..... . ,...... INSTRUCTIONS FOR COMPLETING THIS FORM ADDITIONAL OPTIONAL INFORMATION • This form complies with current California statute.,regarding notary wording and, ! ! • ; , DESCRIPTION OF THE ATTACHED DOCUMENT • • if needed,should be completed and attached to the document.Acknowledgments ! i from other states may be completed for documents being sent to that state so long ! • as the wording does not require the California notary to violate California notary . 1 fi i :!!bid bond ••• - ..." law. . . K (ritle:ot desaiptiori of attached docethent) ' -. ' .- : • State and County information must be the State and County where the document . 1.E.! . . $ 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 ofattactied documenteontinued) 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 1 . .,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. i 1 tAi6Adn CLAIMED'BY THE-816NER--7: • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. '; - • he/she/theyr is/ere)or circling the correct forms.Failure to correctly indicate this ; 0 Individual(s) El information may lead to rejection of document recording; 0 Corporate Officer ! : i: • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines,..lf seal impression smudges,re-seal if a (Title) '' . . sufficient area permits,otherwise complete a different acknowledgment form;0 Partner(s • Signature of the notary public must match the signature on file with the office of, 1 ) the county clerk.. 1 ; 0 Attorney-in-Fact . ..• 4* Additional information is not required but could help to ensure this ! 1, 0 Trustee(s) i, acknowledgment is not misused or attached to a different document. 0 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 1 :,, . • corporate officer,indicate the title(Le.CEO,CFO,Secretary). i . www.NotaryClasses.com 800-873-9865 • Securely attach this document to the signed document with a staple, . , . . _ ......... ..... ... .. , .... ,.. „, . . .. ........ ........ , ..... , . . „ ., .... ... „.. . . .. . ..,. „ -,... ,.. , .........,. NOTARY ACKNOWLEDGMENT OF SURETY.f State of Connecticut County of Hartford ss. On this the 23rd day of January /025 before me, Alyx Nardini,the undersigned officer,personally appeared — known to me (or agitiateh#45prOvenY to be the person whose name is subscribed as Attorney-In-Fact for UbedMutua tnsuraceCompanv..... d aclmowledged that s/he executed the same as the act of his/her principal for the purposes therein contained, In witness whereof!hereunto set my hand. ALYX Sig* ; cifiNnia NOTARY PUBLNARDIN1IC-#192451 Date Commission Expires:August 31,2029 STATE OF CONNECTICUT Alyx Nardini MY COMMISSION EXPIRES AUG.31,2029 Printed Name of Notary Labe NUtU POWER OF ATTORNEY SURETY Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company • • KNOWN ALL„PERIICKDI BY THESE PRESEMIltatiT4Ohio Casuattithulhf(WciPPaRY eaceqtWoixiodbkireltio*Ott**laws of the Slate of Neeflth**leal •• Liberty/Must;thariimonCompany la a comoratiadithroubnized war the tows o!la mate of firaatfaal**ofektiOacmiatitisurana camps:*is 4,44ipirs*.aly iiiitoorekt*iiiiiithwitiokoctat*Igiamitogootkovitkattiolto:.70140410410:::0041*****001,4*66.41,11.0nite08,M4001100814000tnt 4Atittilli Ando:Matof Uwatyof aka Wirt— atoainV lW titaUlat4ttinhaiki*I:iiikbar—gun*andjul(cMYtanoblf*rohnk* ! Iaigkm;o0inataloicinfailgrignigitkivoto•honlybOWunth********,00:0*04)0M004,0 tabgotautubtkih--,Paquit*Itt to;Mt:P*014 !• ''.0itiet$.0**0160;00Fatiatattitlai,a0000a40.tiactialtiils can dram Principe Name: Bleopor likotoo.glearic,inc '" • • • ''''' Oates,Name: City affitundrigtoraBeech ; Surly Band Number • Sid Bend Amount:gacigsgfgai IN WITNESS WHEREOF,this Power or Attorney hes been subscribed by an authorized officer or official of the Companies and the corporate seats of the Companies have been affixed thereto this 90.day of September,M. . . Liberty Mullet Insurance Company „.•• • -• : •• ge4 , trsu, The Ohio Casualty Insurance Company 10 11,40 tr,7."?71, Weal American Insurance Camay r.• 1912 "o • 1919 1991 :03 • t;* •" ••" ? ;-• Ekd BY:" •• • * : if* * ;• Nathan J Zangerle.Assistant SartherY •• • • • • STATE OF PENNSYLVANIA as • COUNTY OF MONTGONERY On Mende/of September.MA:bort=me pathway appeared Nathan&Impede,stho aduithatodged Inmsedb be the Assistant Secretary of Uberty Mutual Insurance Conway, The Olio Casualty Company,end West American Instance Company,and that he.as such.being authorized so to do,mato the foregoing instiumne for the purposes therein contained byiagning on behaff ol the corporations by himself as s duly authorized officer IN WITNESS WHEREOF,I have hereunto aubsxibed my name and affixed my notarial seal at Plymouth Meating„Peneavanta.an the day and year feral above written. '• , t m '!.4131461516 Tet:28;•2°2' ',atic!harcirm, yP • rh... .1 • • "C""1"ritWeiler IT18°44 • ••Teresa Palette.Notary-Puha •• Des Power of Altonvey is made and executed purivant to and by attrithritylet the biasing By-laws and'Authorizations or The Ohio Casualty Insurance Company,liberty Mutual Insurance Company.and West and Insurance Company each resolutions are now in full fame and effect reading as Mow ARTICLE IV-OFFICERS:Section 12.?mar of Altorney, • 'AM OfkleklerOber-011ffetdt.thiqthiatifinbingthaldler th.t purpore in *Ai•diria,iiiiii**Piiist—*wit**tioiktotabst toopornioit TOtheiethi*fiethththX;ethefectheekthethithetheIth04.4.4050000'4011ItoeffithththelleOfeteet-Mthethe theiftheee410401.'''' '-'!•".'.VieIdththetheethee* :2fotit4441046(0.110t-hriadui•rigrigiigh!**4thOrnfakoPrOltuh*S0 oltawYOnhiok ititnicttigia tiOdels aatlaitn*gilit Oiaointrt 410114001011.1*****0****MOVIttingadficeq410084306410110ialitiathi''"' Magittilii,10-014,4046.01t_ttoitio4401264SiE insbumanilehag bo a indium dittoed by gia"kialtkintand abated*b gbabWk***014411046164 404$1100tag!ligatTinA011901WItP. prawns of this article may be revoked al any lane by the Board.the Chipman.thiPhisterthret by the alfiracirefraiiirinfing suds power " ARTICLE at-Execution of Contracts:Section 5,,Steely Sonde end Undertakings, „. Kiniittthirirafflii0:iiiitititiOridIbit****11,400‘•,-,k10*thegbiffid0OuTIMOtglit Ofeeethelieff*ffect‘ffee.detheetheeftekeethef' fth)ff#11threthfftgleoththo; *iii09.10tOchOotholegOotto#tonyhatnot?”0410 tdolitiOtt,iftt t.i.Ott.tOttif:ttst.01.*:0:oitfi*;t04$01itttit.:Oktiftiv **0440000100:, handkm:coptimnsgandotharainntyobbgagniia,lattignMayWOnt.g400401ti*budidkith06h*I*OhthAtechmet 1114100004000,04ind Ore Company Sidr aignanneinal*notion or.any suds Insbeinenta and to eitodtatliblheaftelltri.C**Athithlotalffed:010netntiMingri*****4 as if stoned by lea president and allotted by the seeretery.:, Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of are Company,authorizes Nathan 4,Zangede,Assistant Secretary to appeal such alloneysinfact as may be necessary to ad on bribe(ol the Company to make,execute,seal,edema*and deliwzr as surety any and ell undertakings,bonds.rocognizences and other surety obligMiona• AuthodzatIon-By minima,consent of the Companifs Board of Directors.tho Company consent,that baba or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a cerfited,copy of any power of altornerthetted by the Company in comae,'with surety bonds,shalt be valid and binding upon the Company Sier the same brim entailed as though manually eftheli I.Renee C.Uenalyn,the undersigned,faristant Secretary,of Libony,Mutual Insurance Company,The Ohio Casually Insurance Company,and West American Insurance Company do hereby catty that this power of attorney executed by said Companies Is In he force and effect end has not been revoked IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of saidC.omparnes Iris 23rd day of January 2025 . 4S sP77'17f* -" 7t:k• . . 1912 f 1919 • 1991 • " • ' Assidfht Secretary' ;E4/•-• ',4'441'.*••"*P, LACC40C1C.WAIC•SurePaih_092024 • : : SECTION C I PROJECT BID SCHEDULE BOLSA CHICA STREET/VALLEY VIEW AVENUE CORRIDORS TRAFFIC SIGNAL SYNCHRONIZATION PROGRAM(TSSP)PROJECT C.C.No.1622 4 BID ITEMS .Milo 'Uiiix Umt To Coat 1 No.. h . 'Descriptiui► � � . :Quaintity,p Coat I :':Mobilization 1 LS $IO,SoO $',, l0,50®.__.. j 2 Furnish Project Traffic Control 1 LS ' $-tO, , _. i $ t0,59`.:?_- -_.; ' - 3 Pothole for Utilities 1 LS $:.:.(o,OflO. . $. (0,000 4 Storm Water Pollution Prevention Plan 1 LS $ l,500 $ 5 P Furnish and•Install New McCain 2070 Alt $- ' ''1% °`- controller 3' EA ' .6 ' Furnish and Install CCTV Camera 3 ! EA $ $,1cio •.$:2`, ' , , „ • 7 Furnish and Install #6 Pull Box 2 ; EA ' $.1,.. ............ '' $,.3.Co....__,; 8 Furnish and Install#6E Pull Box 4' EA $2,S0° $......::::....:... ... 9 Furnish and Install Splice Enclosure 3 4 EA .$.i,. $ G,yOO 10 Furnish and Install 96 SMFO Cable in Conduit 1 y 9765 : LF $ 5.20 $ 50,17 B _ l: _ . ' Furnish and Install 12 SMFO Drop Cable in Z° 2,M31 -•I•' Conduit 1105 LF $ Z' $ i. 12 ''Furnish and Install Tracer Wire 8880 ' LF ' $ i.q'S $ 1"1,3«0 13 Furnish and Install 4"Conduit 50 LF , $ 81-1.50 . 1,$ y,22.5 I'. 'Furnish and Install Fiber Switch/Ethernet •1 14 Switch i 3 EA ; $4,0`l0 $..12,120.... .... i • 15 Furnish and Install Fiber Distribution Unit 4 EA ' ,$• ,Z,,Gco r $,:.._‘_O.i`t00.:..:.::.:... •! 16 Remove Pull Box 34 EA $" C-2.1 17 Remove Copper Interconnect 7200 LF $ t.02 $w:7,3411 ' TOTAL BASE BID AMOUNT $,. ,44,3 !-1,.CO . ....__... . TOTAL BID AMOUNT IN WORDS: TT.►a aoQro Sri .FWa- -ct-lokMAr ti tREa- twr eD Faa---ri Veils-IV-S. 16.74.0 zo. .::GS..:...:.::.:..:........:.:::. 9 Note: Refer to Section 7,Measurement and Payment. All extensions of unit prices will be subject to verification by Owner. In case verification is required 3 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. 1 ii C-2.2 :1 ` 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 and the portion of the work to be done by such subcontractor. . Bid" Name and Address of Subcontractor ! State` Class Dollar l of.......... • Item(s) { License Amount ': Contract . , _. . . . . z . Number ��a4�xovs 7 . • • ......... .. ... .. ::>. is • 4` (i • • is • • 3 • • r • 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 forthis project. i i i 1 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 1 , 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 on1-31-2025,at Date Chino,CA City State John Wong being first duly sworn, deposes and says that or she is Vice President of ,Eleenor Bele°Electric,Inc. the party making the foregoing bid that the bid is not made in the interest of, or on the behalf cif, 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. John Wong/Vice President Name of Bidder i S:`yo.(kt ,;,t,: Bidder 14320 Albers Way Chino,CA 91710 Address of Bidder CA-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 Bolsa Chica Street/Valley View Avenue Corridors Traffic Signal Synchronization Program(TSSP) Project—C.C.No.: 1622, (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. Elecnor Belco Electric,Inc„. Contractor _ ,John Wong . . _ Vice President Title Date:1-3.1-2025 CS DISQUALIFICATION QUESTIONNAIRE I 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. 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 qa i®@ 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. Elecnor Belco Electric,Inc. Contractor John Wong' By v . . Vice President .,. Title Date:.1-31-2025.... . .....,::..:....:.:..:::_...:::.......... 1 ' BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: MecumBelco Electric,Inc..., 'Bidder Name 14320 Albers Way Business Address Chino CA 91710 City, State Zip ( 909 _) 993-5470 _ , ,_. , Telephone Number ",738518/A.:B,..C-10,.. State Contractor's License No.and Class 7-28-1997 Original Date Issued 7-31-2025 . Expiration Date The work site was inspected by.. Ralph Anima of our office on January 29,2025. The following are persons,fines,and corporations having a principal interest in this proposal:;, Alberto Garcia De Los Angeles/CEO .John Wong/Vice President Jeroni Gervilla/Chief Financial Officer Secretary Pedro Enrile/_ ecr S Leonardo Sancho/President , 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. Elecnor Belco Electric,Inc. Co 00 a,r;Name Silo"., b z Bidder John i 'President Printed or Typed Signature .. ........ ... Cam.. . ...... s ., i UNANIMOUS WRITTEN CONSENT IN LIEU OF 2024 ANNUAL MEETING OF THE SOLE SHAREHOLDER . OF ELECNOR BELCO ELECTRIC,INC. • • March 1,2024 .......... i The undersigned, being the sole shareholder of Elecnor Belco Electric, Inc., a California corporation(the"Company"),hereby takes the following actions and adopts the following resolutions • 1. by unanimous written consent in lieu of holding a meeting of the Shareholders of the Company: - WHEREAS,the sole Shareholder has determined that it is in the Company's best interests to appoint a revised slate of Directors of the Company. NOW, THEREFORE, BE IT RESOLVED, that the following persons be, and hereby are, elected to serve as Directors of the Company until their respective successors are elected and qualified at or before the next annual meeting of the Shareholder(s),or until their earlier respective deaths,resignations or removals: Jesus Alberto D[ez Fernandez Albeito.Garcia De Los Angeles David Rodriguez Pablo Sanchez AND IT IS FURTHER RESOLVED,that all actions heretofore taken by the Directors of the 4 Company on behalf of and in the name of the Company,relating to the conduct of the business of the • Company,the expenditure of money,the making of contracts and all other acts taken or omitted in the performance of their duties to the Company be, and the same hereby are, in all respects, approved, ratified and affirmed,as of the date taken,done or omitted,respectively. IN WITNESS WHEREOF, the undersigned, being the sole shareholder of Elecnor Belco Electric,Inc.,has executed these actions by written consent as of the date first written above. ELECNOR,INC. ,{rla+^!;-, Alberto"Ga"icia De Los Angela§;President&CEO—' - . t g 9 is is , d 1 UNANIMOUS WRITTEN CONSENT IN LIEU OF 2024 ANNUAL MEETING OF THE BOARD OF DIRECTORS OF ELECNOR BELCO ELECTRIC,INC. . i March 1,2024 i The undersigned, being all of the members of the Board of Directors (the "Board") of Elecnor Belco I Electric,Inc.,a California corporation(the"Company"),in lieu of holding a meeting of the Board,,hereby take the following actions and adopt the following resolutions by unanimous written consent: a I l• WHEREAS,the Board has determined that it is in the Company's best interests to appoint a revised slate of Officers of the Company. NOW,THEREFORE,BE IT RESOLVED,that the following persons be,and hereby are,elected to the offices set forth opposite their respective names,to hold such offices until their respective successors are elected and qualified at or before the next annual meeting of the Board,or until their earlier respective deaths,resignations or removals: i t J NAMES ,OFFICE Alberto Garcia De Los Angeles President and Chief Executive Officer i, Jeroni Gervilla Chief Financial Officer F: Roger DeVito Chief Legal Officer, Senior Vice President, and Assistant Secretary Pedro Enrile Secretary Leonardo Sancho Frances Vice President John Wong Administrative Vice President-Licensing Pablo Sanchez Administrative Vice President-Licensing FURTHER RESOLVED,that Alberto Garcia De Los Angeles,Jeroni Gervilla,Leonardo Sancho Frances and Roger DeVito in their respective capacities(listed above)subject to such supervisory powers of the Board of Directors,hereby are authorized and directed to perform all the duties commonly incident t to that office;shall have authority to execute in the name of the Company contracts,leases and other written instruments to be executed by the Company;and,shall perform such other duties as the Board of Directors may from time to time determine. • FURTHER RESOLVED,that the President and Chief Executive Officer may delegate authority to any Chief Financial Officer or Chief Operating Officer or Senior Vice President or Vice President as•and within their authority levels as set forth in the Company's Bylaws,as the same may be amended from time to time; AND IT IS FURTHER RESOLVED, that all actions heretofore taken by the officers of the , Company on behalf of and in the name of the Company, relating to the conduct of the business of the Company, the expenditure of money,the making of contracts and all other acts taken or omitted in the I performance of their duties to the Company be,and the same hereby are,in all respects,approved,ratified and affirmed,as of the date taken,done or omitted,respectively. 1 ,} g8 !: The actions taken by the Board Consent shall have the same force and effect as if taken by the undersigned at a meeting of the Board of Directors,duly called and constituted pursuant to the Bylaws of the Company and the laws of the State of California, This Board Consent may be executed in counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same document. IN WITNESS WHEREOF,the undersigned,being all of the members of the Board of Directors of Elecnor Belco Electric,Inc.,have executed these actions by written consent as of the date first written above. } Jesus"Alberto Dlez me '.tit;Director Alberto Garcia I)e Los Angeles,Director • .........:.... David Rodriguez,Director P*fi "• "' Director ` �R 2 NOTARY CERTIFICATE Subscribed and sworn to before me this_day of ,,20... 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. Countyof,. ...................................... .. ..............._ ) 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 , . „ .. . , ... .. „ .. „ • il i , .1.1„ ,_ . ,, ,, ' in• : ..!.A.. ALL- •• CALIF, .RNI ., ', PURPOSE 7,0 : .• ''Ad ''N 'LtbdiVit- (t CERTIFICATE:OF A. K , OW ',,' - : : •-NH . . , . 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, arid not the truthfulness accuracy, or validity of that document. i . 1r State of California } • . _ County of San Bernardino .... . On,02103/25 ,..„.„„„„„„„„„„„„before me, ....Rebecca Wilks„Notary.Public _. , . ,. ,, (Here wesestname and Wie of the officer) • .. personally appeared,...4011n,,W.ping..: . . ..... ,,, ., ..,., , :.! who proved to me on the basis..of s-atisfactory eVidette to be the-perton(*-Whote namefe) re subscribed to thelahlh instrument and acknowledged to me that <St he/they executed the same in tzi:er/their authorized capacity(ies), and that by er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(e) acted, executed the instrument. i I certify under PENALTY OF PERJURY under the laws of the State of California that • the foregoing paragraph is true and correct . ' . .1 !,•-,..‘,.,.!--4-.0',.. REBECCA WILXS , WITNESS my hand and official seal; _,./,-, . • .„,. :, • -,,,: •.);.,;:,.,,i, Commission#2462475 .1i'_;`,1-48 i. Notary Public-Cardomia 'i 1 „ • ., .. ' 21174 `Notiy'Public Signature ""-'• ' - .(Notary Public Seal) _ _ . ,.,.„ ,. INSTRUCTIONS FOR.COMPLETING THIS FORM ADDITIONAL OPTIONAL INFORMATION This form complies with current California statutes regarding notary wording and, . . DESCRIPTION OF THE ATTACHED DOCUMENT I, if needed.should be completed and attached to the document Acknowledgments . 4 from other stales may be.completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary bid bond i ,,4: law. ! r(Titliitir description of attached document)" - ; • State and County information must be the State and County where the document ' . i 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 desolation of attached dcictimerififentitivacI)' - ' ;, 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 Nonikeir of Pages Document!pata, , ,„ 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 BYTHEtIGNEIR ' " • Indicate the correct singular or plural forms by crossing off incorrect forms(iA: • : IZI Individual(s) . he/sheithayr is/ere)or circling the correct forms.Failure to correctly indicate this information may lead to rejection of document recording. i 0 Corporate Officer , • The notary seal impression must be clear and photographically reproducibl „. Impression must not cover text or lines.If seal impression smudges,re-seal if a (Tittey""" sufficient area pits,otherwise complete a differeM acknowledgment fomt,, • Signature of the notary public must match the signature on file with the office of ' • 1 0 Partner(s) the county clerk. . ., 0 Attorney-in-Fact , 4, Additional information is not required but could help to ensure this 0 Trustee(s) ,• acknowledgment is not misused or attached to a diffemit document, • Indicate title or type of attached document,number of pages and date. , 1 0 Other, . , 4, 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 steal; _ . . . . . . i a • Bidder's Project History il r', For the purposes of this project,the bidder shall provide project history of similar work,specifically referencing E the construction of underground signal conduit, and the installation of fiber optic cable for communication. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. ii 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, µ City of Glendp.le1.633 East Broadway.Glendale,CA 91206 Name and Address of Public Agency Name and Telephone No. of Project Manager: Sarkis Oganesyan/818-548-3945 $2,844,613 Traffic Signal Improvements&Fiber Work . February 2021 • Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. City of Palm Springs/62000 East Tahgtiitz Canyon Way Palm Springs,CA 92262 Name and Address of Public Agency Name and Telephone No_of Project Manager:,!Sevin Higgins/909-890-9693. ..., 847 759 TO-Mc Signal&ADA'inifi v Tilit<..._. _.. December 2021 Contract Amount Type of Work M` Date Completed Provide additional project description to show similar work: i 1 City of}lunt rigtili Park 65$0:Mil ve. t/.; ex:A t1, agtnit:Paik,trA„__ . 6., Name and Address of Public Agency Name and Telephone No. of Project Manager: Cesar Rol lan/323-584-6320 $1,013,928 Signal Synchronization&Bus,Speeit Improvements, April 2020 : Contract Amount Type of Work Date Completed Provide additional project description to show similar work: ACTIVE PROJECTS b.01C01.: tiwist . , ...•. • . • •- ._. _ . .• •. . . • ... • ... • • ••• - 2/3/2025 -..„. ...---,,„--,,-;,;• -..'..„----'.:-..• '•'-'.--,.‘:,,,,,71:-.7-7•,'-.t-,i: "-:',.-Z:.-7.-..,," ,,,1,•:71•:` ..,it,..ti...- .''1, -1 -' - ''''. .0ii„.4.:-;•,-1-iiiirt:t4..,. t'-'"i"..,..,;1."..:,::4.4".t‘:,'. '',,...,- f'• 1.,,,*• , ,-,. o h. - . --k- ': - .-.-i -n/4-.,:.-: - t,,-, i •-. .,-,--, .',,,,,•,,,-- I.- 4,,,,,;‘••: ,b q!4.1,, 4. :• L '': # fii;4 Ili'' *•4 *: -7'f,e;',,:,' '' *,, '''''°,': ' `A-.,'.. A*.ttil . .-;',/..,*ot„:.• --,,,_!. ',it-4.,„_,„,-,„ ,,:-.; , , rs„,,•. ,,,,. ,a..."...,...:%*;:,,,,, 43,, ' ,-,,t) ' k.,,tisiii, 1.!4tt,•.' , #,. •.' ,.# 4 .1....AA, 4 t ijasydt, . iity it:R.f:,..:, -....",.:.e.„.;11.0;,44.•: „.:...., .•.„„A„,,,,,...*5:0414. lik7i*. 1...i....; ,°--* .-sr, 11.:".:°.rt.- °,., , •.t.,;,*::;:,.I.: -.4.., 01,c, • -6,.,y;•.,A.1.,.7..4.1P.1,,,,'"'r.,,,,,4... ..• ';1'C.."*'••..":':•,,''''•:***,'• •‘ •f..,•: ' ' i • '',11:-• s'e..4', 4 1','''' tw.le't "%,0,- $.'''I"•••••i"*1'.. ' '. #0E•::. •4, -:75-1"-:,---7-,-:.'''-,4-- e',.!* -.:•*r.,,, '•'Z 1 '' '' '""''—70'....!.'t. ' .}..... ..., ,*4W',r1... .:.1.• ',, ' 's, 'A,., :-Z.,4,,,,;,, ,''• •2':44'"•':::':2'''' '- ,''',• '4„,4•".4,47,;:: .:'.4 '• .4 ..t..., ",',, , .• •a,...,,, — 14-0042 • ' INTERSECTION IMPROVEMENT UNIT.15 CIP/STM-.. . .- - ' -.,LOS ANGELES ' - -' .......„ .. . " CITY OF LOSAN GELES $465, 582.32 •...... ..,. „ ..... .. . „ . . . '• 14,0158 "•'• :` WESTSIDE UNIT 2 SERIES TO MULTIPLE HV CONY,:::.,• _..- -.....LOS ANGELES. , . CITY OF LOS ANGELES„ . , .. $2, ,538,656.38 ,- .ALL . . . . 14,0187 ...'i ' , . .. . . TRACT 17057 AN6.11572.:::::.:.:::::...:::.•.1•:...:.c,.....- •:....„• ' -• •cmislo ' ., ALL AMERICAN ASPHALT . . ... $455,27.1.50 ' . 14,0257. : j..... TRACT 19994-BLOCK 4STRaTIMPRovEmENTS'• " '': • .' • -CHINO ' ALL AMERICAN ASPHALT .. ... • $1,240,718.12„ . „. ... _ 14,0270. ' ,... ".... tNHANCtali4TA's8ctlitITY.ILIOHTING :: 'I' LOS ANGELES. ..,„ . . CITY OF LOS ANOELES.„..... . . . .. $538,472.00 • 2: . ,,... . . , .144321: ..... ".. :'D5 ASTO%CADENCE/TREBLE AND MERIT , •• IRVINE . ..• ALL.AMERICAN ASPHALT........,. . . . . $. 9,162.09- •' . .144327 - -- -- '. . RCMU FIBER:OUTSIDE PLANT FO NETWORK, ; :: .RANCHO CUCAMONGA CITY OF RANCHO CUCAMONGA` . . •' . $0.00.s. 14-0327,020'. .... RCMU FIBER-HOMECOMING AT THE RESORT . RANCHO CUCAMONGA .CITY OF RANCHO CUCAMONGA, ..... . . $762;917,63 ' ..... ...... 14-0327.028, D'ItCOMpUTER SUPPLY . . RANCHO CUCANIONGA. . ..„„ CITY OF RAN. . CHO CUCAMONGA ...... . ' $93,443.00. 14-0327.999: RCMU FIBER-EXPLORATORY WORK ,, .. • , RANCHO CUCAMONGA. ." ;" .1"-CITY OF RANCHO CUCAMONGA ' -'.'$60603.08" •, 14-0341 :: „. VENTURA BLVD.„ , . _ . . , , . .LOS ANGELES . .. .. • ,—,,...-:CITY OF LOS ANGELES --'- '- " $.1,.219687.60, . ,14,0375_ .1 . .„... _ . ... .... WILSHIRE BLVD -- . '- ...' .,..... ......- LOS ANGELES - ' "CITY OF"to$ANGELES ' - -,1•-,.-$2,180,913.66 • ..,..„. •.._. . . ' .14-.0417...:, _ SAN FERNANDO.R11.BIKEPAIIIPHASE A..__..._ ..: •!. LOS'ANGELES. ... ..... . , SULLY.-MILLER..CONTRACTING - --.,; $.303.1,368,66 .. .. . . . _ .14,0422_, „„ ..,.......,GRAND AVE.AND GOLDEN:SPRINGS-DR. - ' INDUSTRY . LOS ANGELES ENGINEERING $993 813.35 '. .. .14,0518..„::...: :::.....2.. ...;:::.:WII,MINGTON.WATERFRONT PROMENADE • 7- PORT OF LOS ANGELES SULLY MILLER CONTRACTING „ $6559095,19 - -:..14,0540 '..-, - ......--CV LINK MULTI-MODAL TRANSPORTATION COACHELLA VALLEY '.. . . AMES CONSTRUCTION,INC. ,$1,536,786.00 ..- • . ... . '. 7.. 140858 ' ' CENTRAL AVE:INTERCHANGE AT STATE ROUTE 60 ..CIIINO. _. _ „. . SECURITY PAVING . .$1,597,000.00. ............ ..„.._. . 144564 SHADOW ROCK AND HIGHLAND PARK TS . . . . . JURUPA VALLEY . . . . . . . LENNAR .• . 'S690,034.00 14-0571 THE NOW ...... . WEST HOLLYWOOD .... , , LAYTON CONSTRUCTION .• • $52,000.00 , , ._. - .... •. .... . ., .• . . , 14-0583 - . CALTRANS 08,1P7304 . , : COLTON . „ .SECURITY PAVING.:. . .• -. • .$1266,900.00*• ,- .• 14-0597 . . .VICTORIA ST.AND HERITAGE.CIRCLE TS , .- ... ..FONTANA.',•.• .:..' . ..: ' 2.-.- . TRI, POINTE HOMES.INC. . . •.. -.,$446,20(1.B1,„1: •' . .„ . .. . -. ..--.-... ...._...„ 14,0604-. .. . . ...EDISONAVE..STREET IMPROVEMENTS ,- ., •. ,CHINO ALL. ......... ,_... ALL AMERICAN ASPHALT • $1,396,110,001" I ... ...... .. .. . , . ... ..„ . ,• .„ .. .. . .. .,-, - ... 14-0614 . . . HIGHWAY SAFtireYLE6':=7:OLYMPIC BLVD,• ,I _..- ,, : LOS ANGELES _ _ ‘,, _ CITY OF LOS ANGELES $566,499.00- , ‘, 14-0620_ .. . -..: .••. ..... THE HOMESTEAD.;LIMONITE AVE:: .7-1:- EASTVALE•-- . ALL AMERICAN ASPHALT $369 000.00 144-627-7 . TINGLEW200i):AVE,.&MANHATTANBEACH BLVD.- REDONDO BEACH ..,- -,--. ..7. ALL AMERICAN ASPHALT $277,891.00'.,•. . „ . • • ....:14-0638„:. .. ....• ••••-:-FLILLERTON RD.GRADE SEPARATION 14-0646--' ittif St/S11/44C/EkkaBiKE PATH .-- -SANTA MONICA .- ACCESS PACIFIC,INC.. . . ..... „, $1,690,920.00 . - ' - 14-0668 ' FALLONCREST-ARCHIBALD AND GRAND PARK ; .. . ONTARIO . . . .. .... LENNAR„ . .. . . •..„ .$225,307.00. ' 14-0698 MCKINLEY STREET GRADE SEPARATION CORONA. ... . . .WALSH CONSTRUCTION CO. .$2,711,100.00 .., ' 14-0710 .IJCI CAC STREET. ND PATHWAY LIGHTING ,_ IRVINE . . .: ......••, .. .......... .BERGELECTRIC.. .. . . . $0.00 .. . .'. . , „.. , • , , 14-0711 HIGH FRICTION SURFACE.TREATMENT . .... CITY OF RIVERSIDE-•.• -2 .....:. .. ' ..s1.765.093.42 . .. 14,0722. „ . .. TOWN CENTER STREET IMPROVEMENTS............„ . _ . . CHINO ..- .: '.-..........ALL.AMIERICANASPHALT .....„ :..„,' • S1i766,724.66 : .. 14-0728. .. ... '... . .„ „MARKET STREET CORRIDOR.... . . - ' ---„ICISTOSEACH-:.. .. 2...'- : -::::-::,..:....;.:.".Aii.AMERACAN ASPHALT .• ' .$17:477i10OT00-• I. ..........14,0737 . .. . ..IMPLEMENTATION.OPADVANCEDDTLEMMA.ZONE: ..,, . ;SAN-BERNARDINO• .. . ' -CITY. OF SAN BERNARDINO . -k $...315_7. 3....14.0.0 '. '.. 14-0743, . .CEDARS-SINAI MARINA DM...REY HOSPITAL MARINA DEL REY - BERGELECTRIC , $354 843.90 , .. • . Page 1 of 7 . . ii }P ,.yi; ACTIVE PROJECTS �'b ek± o, ,:.., $ nor �,, .. _ tr �p�g�y j�3.: i` ':gip=ti �J ,'4' �° ,: a,r� .�F, �, .: 1""<D�. ,:; <`�^ ' 'a, IA:: . v. � v,R'>£ ry-'W :�A .'S; ;� ''" ' wg tta* '.r/ <y % CL :fi` -,$`� s. ftw =r_ '� wx-a . �E .,;. i FK� .ice.,. . m � `: :.:14-0746 - :. • ' _.DISTRICT 2 MARINE WAY ' - A . ,. 3,9 m, j IRVINE ALL AMERICAN ASPHALT $203,904AQ` . . 14-0752 - " ORCHARD HILLS(PA-I)NEIGHBORHOOD 4 IRVINE ...F,....... :... HILLCREST CONTRACTING ":'� :µ--.. __ `$721 000.00':.- ' .: 140767•..: ._. ONTARIO RANCH RD.BRIDGE .ONTARIO..... .... RIVERSIDE.CONSTRUCTION $373.I89:00 _ - 14 0769 :::.: . ....: TORRANCEBLVD:RESURFACING.µ . _ . REDONDO BEACH, . HARDY.AND.HARPER. ' $83a;; 84.00i . 14=0770'.=: . ' ::. :: ;:',,,SIERRA-AVE.WIDENING FONTANA..: LOS ANGELES ENGINEERING $.I:301',9.80 Ab:, '1.470771 " :.. LOS-NIETOS:SAFE'ROUTES-TO SCHOOL-PHASE! „ LOS ANGELES EXCEL PAVING. $217.051.00 • 14-0775 :.'MERRILL,SULTANA.EUCALYPTUS AND EUCLIDFIBER L `' ONTARIO ' • 'EUCLID LAND VENTURE,. LC $867.836.00 14-0780 __-,:_... :` .'...4TH STREET ENHANCEMENT PROJECT.. - .. ..,-.--: ::SANTA:MONICA' ACCESS PACIFIC . $496.320.00 ' 1470781 . .......EAST LA COMMUNITY.ROADWAY IMPROVEMENT • ': ' ' LOS':ANGRI:PS:.-. ::'.:=,::"::: . EXCEL PAVING' ' • •• :$193t644:00 : 14-0784 MERRILL,SULTANA,EUCALYPTUS AND.EUCLID TS ,. .ONTARIO. ..:..... ::_.EUCLID LAND VENTURE,LLC $1 626;581.00 14-0786 TRACT 20157 STREET IMPROVEMENTS ` ' " .:.. :::..ONTARIO... ..:..:::::::...::.. .:. .::. :. ALL AMERICAN ASPHALT :-:;.-$43:452.00 14-0788 .3RD ST./5TH..ST.CORRIDOR. ..... . HIGHLAND.. .7:::�" ::....":°::;.GRANITE:CONSTRUCTION: '. :;::.m. = :$;1.454;454;00 - . ' 14-0790 ' • • MICHIGAN AVE.GREENWAY&20TH ST.PROJECT SANTA MONICA " . ::. ACCESS PACIFIC ' • .$356;349.00 140791- - ARTESIA GREAT BLVD... LONG BEACH . .-GRANITE.CONSTRUCTION ........:...:`.. $11.782,,880A0' ' 140794 '.... ...... ...... MURRIETA RD.AND LA PIEDRA RD. ,. MENIFEE .... . LENNAR HOMES.. ... . . : :$490;790.00 . '1441796 :";• `,VERMONTAVE;PEDESTRIAN IMPROVEMENTS • LOS ANGELES LANDSCAPE.SUPPORT SRVICES $628.679.00 ' ,14-0797• : ` 'RIVERSIDE:DR.AND IIAMNERAVE.ST.IMPROVEMENTS- ONTARIO ALL,AMERICAN ASPHALT $2.350,1.76_00. 14-0799 ;. ....: �ELAC-:SOUTH:GATEEDUCATIONAL CENTER . SOUTH GATE BERNARDS $602,804.00 . ...14-0805. ' .:... : _- . ._.AVIARA WEST.. :-:: _.._ .•::',CARLSBAD • .. ,_ WERMERS MULTI-FAMILY.CORP;...... ,S3§§,59Q.QQ ..... 1. 1470807 ' 'LAKEWOOD BLVD:TRAFFIC SIGNAL IMPROVEMENTS ' . BELLFLOWER .:_.... ... CITYOF BELLFLOWER ___ _, ' •$3,545,651.00 4-0815 ._. . PENNSYLVANIA.AVE.:WIDENING ' , . . ,.BEAUMOINT - ..._. : -.... .........ALL•AMERICANASPHALT:::.�, .,• - ,$281.446.00 14-0817 TRACT.19979 PINE AVE.,BICKMORE AVE:::....`:..._:•' ". .�' ." : "_CHINO:`.. .•...••:`::' :._ ..::...ALL AMERICAN ASPHALT:.. .„ '• .:'":S 1 Q7,598.00:.`.. 14-0820 , CASTAIC RD.AT.RIDGE ROUTE RD.. ... . . . CASTAIC. . . - 2:.„ 2. .COUNTY'OF LOS ANGELES_ . $1a951.442:00 14-0823 HSIP TRAFFIC SIGNAL UPGRADE AND RECONSTRUCTION^. HAWTHORNE -,. .. .. -.. :.....CITY..OF.HAW.THORNE`'. : . ' $4:299,186.00._,_ 1.4-0826, SPLICING AND TESTING OF.FIBER OPTIC CABLE _..PASADENA .... ..... ...CITY.OF PASADENA:.7„ .: .` ' m.$452.98611. :' , .14-0828 ORCHARD HILLS(PA-9)NEIGHBORHOOD 4 .. . , IRVINE . ALL AMERICAN ASPHALT $244-444_00 :: -:•14=0831 EUCLID,EUCALYPTUS SULTANA AND MERRILL`m _ ONTARIO .... ALL AMERICAN ASPHALT. . $395,376.Q0.. ' '14;0833..._ . .;BRISTOL ST_AND.SANTA CLARA AVE.TS"" • SANTA ANA. CITY OF SANTA ANA. 4 3 245 00 '...14-0834 . ..-_ .. ,. ........ LANDFILL.ROAD REHABII,ITATIONAND TRUCK"SCALE �� BEAUMONT GRIFFITH COMPANY $642,QOO,9Q :,-.1'4-0835 STATE ROUTE 210./.ALDER AVE....:.`.. RIALTO RIVERSIDE CONSTRUCTION $951QQQ 00 ..1.4-0841 ... - .: `HAWTHORNE:BLVD.MOBILITY: : ;.. :. : :::HAWTHORNS=::: > '.: • :CITY OFHAWTHORNE . :...:$2:353-4 6.00 .14-0847 . ._. . . :........HSIP CYCLE10 ::`: .: :.... .. RIDGECREST-.: . : CITY OF RIDGECREST. $785,6 000 14-0850 D2 MARINE WAYAT BAKE PARKWAY IMPROVEMENTS:.. ..... "``- ...' I.IRVINE `: ' HERITAGE FIELDS EL TORO_LLC:_• ..... ..$947.240 b0.2. , 14-0851 OAK SPRINGS..RANCHII .WILDOMAR WERMERS COMPANIES.. :.:.::.:::5181 2(ri 0 .: 14-0856 SAN GABRIEL VALLEY TRAFFIC SIGNAL SAFETY .. - ...COVINA. ..__:. :. : COUNTY OF LOS ANGELES . .: :..$1.451,15' .00,••' 14-0858 . . ... LAKE AVE,.PEDESTRIAN ACCESS:.:: PASADENA .. .. CITY OF PASADENA'. ,._. ... ' :' $2,773,8165.34:.. 14-0859 2022 PAVEMENT REHABILITATION CULVER CITY' -. , ,. „' HARDY'AND HARPER.. - $233:955.00 _ Page 2 of 7 • ACTIVE PROJECTS bell to, t „._..... ... 2/3 Z Z5_ . ;1;,r�• � "F � .�+.E y. .!kw.� x�� �.` � ;.;.r,.,r •�c. y. • •,� �+a r, "��n +^ +r re,.��P "x�, T �'. ++. •+ " >'' t'� .c,7"o�t3e���L� �, Art";�`.._�.:.T:'. ��.a F'.,w•y a; �, n �C :.t� €��� ���` 4µ �,q }�'.* ��� 14,0860 '� _.. ......._. :.ARTERIALSTREET IMPROVEMENTS:- 7 ` .• PARAMOUNT .. EXCEL PAVING $.129,956.00 .....14-0863m::.; PICO RIVERAREGIONAL=BIKEWAY PROJECT PICO RIVERA " • • ..._ GRIFFITH COMPANY.. - .. $626,000.00. 14 0865:.,:: .::`.....::: . .- :::TUSTIN AVE:/ROSE DR.RTSSP ... ... ORANGE CITY OF ORANGE..._ ... ,......$739,641 A0 : _.,,7.14-0868::•-: TCC ACTIVE-TRANSPORTATION PROJECTS'C&D . -ONI'ARIO .._. ........ ._ , _,. , ...CT&T.CONCRETE PAVING,INC.- '::,...:.$189,700.00`') 14-0871' °-. SANDQUIST RD.AND LAURITSEN a), _• ..... . • ._ .. CHINA LAKE , ........ . SULLY-MILLER CONTRACTING: $3611000.00^: '. 14-0872 CENTRAL LIBRARY FIBER OPTIC DESIGN PROJECT. ....; ... _HUNTINGTON BEACH.....::;.: CITY OF.HUNTINGTON.BEACH;:.,::: ::]:a:::;$145,763:00 14-0873 . HEIL AVE..FIRE STATION 8. ....: .::._ .._... »HUNTINGTON.BEACH:L;.::- ::::.:.CITY:OFHUNTINGTON:BEACH: • $308,008.00 .. 14.-0874... ....ON..-CALL TRAFFIC.SIGNAL AND SAFETY-..CONTRACT.A_.' -LOS..ANGELES:=::::.:>:::.; ..:.-...l.,l.,„.":17...;:1COUNTY.OF LOS'ANGELES: $0.00 ;; .1.-087 .001. .. ..... .. __....HAWTHORNE BLVD.TSSP ... ::- -. - LOS:ANGELES:::...... • COUNTY OF LOS"ANGELES 5545,100.00.__._; . 14-0875 ,_ PEDESTRIAN HYBRID.SIGNAL(HAWK)::INSTALLATION:. ' .' " LA•PUENTE..:.,•...:, ........•.. CITY OF LA PUENTE • $247.286.00' ' 14-0876__._. . DISTRICT.2 BAKE PARKWAY.AND MARINE WAY i•-. .' IRVINE .,....., HILLCREST CONTRACTING. _ __.... - 82,,992,60 = 14 0878 °:1GIOJAVE DR-AT"CONDOR RD:TS • VICTORVILLB CITY OF VICTORVILLE $795 622.00`.`y.' . .1.1441879;:_ ON=CALLTRAFFICSIGNAL AND SAFETY-CONTRACT C .. -LOS'ANGELES_ ...._ . . COUNTY OF LOS ANGELES. .. .... '.. ._ ,..$0.00 1 1;1 �-: ' 14-0879:0.01 • WINDSOR AVE AND FIGUEROA DR -....___._ ......- . ._• -ALTADENA__ _._......... _CO UNTY Of LOS 14-0880.. .. • EAST LOS ANGELES-CESAR E.CHAVEZ AVE. . . . LOS ANGELES. . ..... .... .__._ ..... EX EL PAVING ANGELES $$2670 770 06 _ : 14-0882 .. .__ ... SYPHON RESERVOIR IMPROVEMENT_... . . .... _'_....._ _. .. .,- IRVINE.. ..... . , ; . EXCEL.PAVING_.. . ..,-:-:_ . :. :,,..:$302,450:00:8 14-0883 ON-CALL TRAFFIC SIGNAL AND SAFETY-_CONTRACT E. .. -. LOS ANGELES_. ._. -COUNTY F.LOS:ANGELES:,._.. , ::_--: " --.$0;00 ;lii: : - ' 14-0883.001. OVER HILL DR.AT.58TH PLACE/ORCHID DR.:_: LOS.ANGELES.' .. . :: ....,w"W=COUNTY:OF LOS:ANGELES: 1.1 420 645:00 14-0884 , PURCHASE.AND DELIVER(9)MYERS TYPE II SERVICE/BBS .. IRVINE HERITAGEFIELDSEL.TORO,:LLC 1 F...- $103;177.00 . r 14-0885.... .D2 MUIRLANDS AND.STERLING SIGNAL IMPROVEMENTS:-.. .. :::; --',-IRVINE":",::::-,,:::. -.:: :•-HERITAGE FIELDS EL TORO LLC "$492 000.00°_;:. ' 14-0886 . TS MODIFICATION.AT VARSITY AVE.AND UNIVERSITY:::;. .,;;,: :SA.N BERNARDINO21..:_'.`, ...• '.. - PGC BUILDERS • • $147;000.00: a :.1470887... MISSION BLVD.AND.PYRITE ST.IMPROVEMENTS... :_•:JURUPA VALLEY ALL AMERICAN ASPHALT =.. $1,210,272.00 l s 14-0888:,. . ..: VARIOUS SIGNALIZED;INTERSECTIONS:.--:-.,,. .::::_7 .. ::•..:_ • COMMERCE' CITY OF COMMERCE 51;532 906 00 .14-0889. .. :::=. . -1:... 2022/2023.COBG STREET IMPROVEME 4.NTS._. .. RIVERSIDE HARDY AND HARPER $41,102.00 ' :14=0890..TT ..: .. .ALDER.MIDLE:SCHOOL:SAFE ROUTES TO SCHOOL_ FONTANA I ........................ ;L AMERICAN ASPHALT.. . - .. $188,500.00 :14-0891..-:. :. NEW TS INSTALL ON BELLFLOWER BLVD.AT CEDAR ST BELLFLOWER CITY OF BELLFLOWER . ..........__....... $51.0,270.00 - •14-0892 • TS•MODIFICATION ON BELLFLOWER BLVD.AT PARK-ST:; ._BELLFLOWER .. . CITY.OF BELLFLOWER...... . .. .. ... $418,888.00. :. . 14-0894 " TS IMPROVEMENTS AT VARIOUS LOCATIONS- • .SOUTH EL MONTE i' . ............ CITY OF.SOUTH EL MONTE ll $38.1,707.00.. 14-0895'_ GENEVIEVE&RALSTON CIRCUIT LIGHTING UPGRADE SAN BERNARDNIO CITY OF SAN BERNARDINO . .. ... ,i,....'$045,193..00. . 14-0897 TRAFFIC SIGNAL.REHABILITATION.PROGRAM. _._._.NEWPORT..BEACH.,... _.. ,...,,.CITY OF NEWPORT BEACH ._... ..-.._. ' ......$i 20f;888.00 ..:- 14-0901 HSIP CYCLE 10 PEDESTRIAN CROSSING AT RAMON.RD. ... ._... ..._ CATHEDRAL..CITY_. ._` ,._CITY OF CATHEDRAL CITY _ .. , ..:$1.071,88$00 14-0903 -.T.ON-CALL TRAFFIC SIGNAL AND SAFETY.-CONTIACT.D.._.. :_ ...... ...... .-LOS ANGELES .,.... ..COUNTY OE.LOS_ANGELES.:,.. ..,...:- .$1,609;881.00 .:. 14-0904 _LA NOVIA AV.E AND CALLE ARROYO TRAFFIC SIGNAL.....,... SAN.JUAN.CAPISTRANO_ .. . ......... _.......... ....RJ NOBLE::......:::... .... .7 . .__,` ':7 $520,000:00 14-0907. 2785IRVINEBLVD..CULTIVATE IRVINE. ......:::�::.... .._.... :......-.::...,:-..__HILLCREST.CONTRACTING :::.:._,;_. ::;:$10,240:00..:: ....14-0908 __ :..._ . __. _.........._ 1-215.INTERCHANGEAT BONNIE.DR... ......_ ... _........_ PERRIS V;.---::.:....'s;:':._:: ::::GRANITE;CONSTRUCTION:._,.. ..::-�' : :_;$427,400.00-_ 14-0909 ; JEFFERSON MONROVIA SOUTH MONROVLA.. -,:.• .. ..... .. T I_...... ... -.- ;_:$212,554.00 Page 3 of 7 .... .,.. „ . . . .. .. . . -.... . .. ACTIVE PROJECTS be.:ICO: _ 2/3/2025 . . . .. ... , _ ,... . „_.. ..„., ... .... . •„ . ........ ....:„. ..... _ ,. „. .,._. . ......... ,. .....: .---....-„,.... .......,. ... _. _ .,-• • .,., , . • , — • - ----•-,1,-,,,,,-.,------:--:-1; ,,..;...- •;,, .. ... ... -;„,. ' , -•$', .e-„. ,7" ..K--"", -.? :: '--7.-51:47-';-,W.,"-E!Z....1441;i•%'''''''')". •,• '''' ' '0 AT,'''-'77.' ' ,, ., '''Z''. , ' ',*7' * ' s 'fsi.::;;:,.:',.j:.,;-••‘ 477440 _ •':,:' Pt,',..;..r*,,'1,;•::tr•igi';.fi, 71,7i'..tki,y. ,,.1.1 ,70,1',317,4,t,v..:•: ,.:,-.0... ,lx-svi...40fi jekte.,..,.. , II. ,,,....;.:ii.:::.$,, ,17:‘,....ti.i..7..T.,;A*,.:3114:.Q40.7:‘,.,,,:it.:144,r,„„iv,..„#,!,. 44.14• r:-..'4 :.. t'• i...;:r.''',:r',. t 4.440,,,it.,v,t*,44,,..,' ,,;•.*, —. , :, ,'7 ,•1,I. 1....:40,- ...!';,.)„ . ; . •3•',,, ...... , -. ,_ -1+0910' : I ARPA NEIGHBORHOOD STREETLIGHTS f PHASE 1 i '. ....:SANTA ANA....._ „ _..,.,_.. . . .........„CITY OF SANTA ANA---_-.,.......: . ,..'$-676,386.00 -14-0911 I• PEDESTRIAN AND MOBILITY.IMPROVEMENTS PHASE II..j . _.:SANTA ANA . ...,....„.......„. . . .„ ..:.CITY OF SANTA ANA -- :7.$2:/8-8.(iti7:00-:i ' - 14-0912 f i -;•MERRILL AVE.FIBER OPTIC AND STREET LIM-ITING. ......',i .. .. . . ONTAR10:::::„ ..._. . _.....EUCLID;LANaVENTURE:2,4,:-LC•:- -:•:::'-,• .7•1:$211-,51200; ; I . •;; 14-0913 1;i ' MERRILL i•AVE.FIBER OPTIC AND STREET LIGHTING- 1 ...,. , . ,,,..ONTARIO . , ••-t•: ..•.,::,.,,'...:.-oRovr LASffil:VENTURE,'LLC - -$261,402.00 14-091•52.•••] ; . .ATP.CYCLES CATHEDRAL CANYON.DR. _.... „•..::: CATHEDRAL CITY :: 1,, -..-.. . • '•RIVERSIDE CONSTRUCTION • $335770:00. ' 1+09.16 .1: i .BLOCK 9 STREET IMPROVEMENTS ,.. '........_......... „:;1,1.'„,,,,....„:11:::-.7'1'1..-CHIN07.."....-::::.;:.*:f;,;..i..::,:-::::.;:...:.,•...,;:„.,. .ALLAMER1CAN-ASPHALT T $484370,00 1 ' 140917.„ ',, EMERALD PARK—ARCHIBALD&.ONARIOAANCIIRD....-. .'•...1.,:-: -:'..;•••::::::::.ONTAR10:-,,,,,:„::,:.:„,.•-•-: .,:I-2- ---ALL AMERICAN ASPHALT • •$743,967.00 ! . . .. 14,09.19... •1::',.. ....... :WATKINS DR.&W.BIG SPRINGS•Iti3:7-TS•:••:•:••7•11...•".": F.::],,:,:..•::•:"•,--RIVERSIDE:TT:-.::-.- " . . " -..." CITY OF RIVERSIDE -;••- : -•••• •-• :' $602,852200--••; ! ..14-.0920,... i . .. CITYWIDE STREET PAVEMENT REHABILITATION -.:_::2:"g...:;;;;;;--.;:-;I:.:•: .,CORONA- '-----••--...:•••: '-'- • ALL AMERICAN ASPHALT" -- -•• -•' 7-$-714,657.00 ' - 14-0921 -:„ .. . . ..... -,.., ;:,,ESCONDIDO:,•.',BEAR vALLEy.,:,..;::::: ..- . -•:••• :,:;* • ' ESCONDIDO ' • TRUMARK HOMES $619,980.00 i _• 140923..„%;-•::.;•.•ON,EALLTRAFFICSIGNAL.Aiiny,SAFETY;CONTRACT B-, P ..- ' -LOS ANGELES ' ' COUNTY OF LOS ANGELES: ••• •• 7 .$3,484,887.00 ., . •__14;0924 •';. . • - TRAFFIC SIGNAL UPGRADE' : ":7' ----- -VERNON . CITY OF VERNON $247,000.00 • :-. 14-0925: ; ' ..•-•CONSTRUCTION OF YORBA AVE.STREET IMPROV. ' 1 .. -.- CHINO__ . : ...•• :. • „HARDY AND HARPER :$16,600.00 ......!: , 14-0926•. - •5TH ST.AT PEDLEY RD. ' • • : • SAN BERNARDINO HARDY.AND HARPER ,..$175,400.00. .. i ... , ., . 2 1: 14-0927- • CV LINK MULTILMODALTRASTSPORTATION-SEG.3/4/5 ' COACHELLA VALLEY . - . . AMES CONSTRUCTION. $1,377,625.00-.- 14-0928• . *TRAFFIC'SIGNAL UPGRADES AT PIGEON PASS RD. . .. MORENO.VALLEY__. „ .. .CITY_OF_MORENO VALLEY. ..-- • . .$268,440.00', 14-0929 ' FIRE STATION 9 AT 4101 LONG BEACH BLVD. ._,.. -__ _. ...LONG BEACH.__m_._ : __. _AMG&ASSOCIATES,INC. ...- - ...L.'.....$387358:002--:: 14-0930 LOGISTICENTER AT ONTARIO RANCH .ONTAR10..„..... _ _. .„... . .„ FULLMER CONSTRUCTION-•.::•.1.•:•••:71!-; • .S760,266.00%4 14-0932 : SYCAMORE HILLS DISTRIBUTION CENTER.1 &2 . . .. .RIVERSIDE......... ... ...: . ••FULtMER•CONSTRUCTION.••••":.••:...•:-:..-- .- : $496600.00::- ,14-0933 : ALTADENA DR,AND WASHINGTON BLVD.ROADWAY. - ' . _„..LOS.ANGELES ..--.1. ...• t,..., SULLY-MILLER CONTRACTING ::;::::1. ,.„7.,.:$800i756,00: ii ...14,0934 ..: .. ..OAK VIEW STREETSCAPE IMPROVEMENTS ' ,HUNTINGTOKBEACH: ... • • • EXCEL PAVING 2 $392,144.00- .., . .. ; 1; •:. ..14,0935 „. .. „TRAFFIC SAFETY...IMPROVEMENTS.HSIP CYCLE.10 7. "--- •••:•,........:::,, .':..::;;;PARAMOIINT..':••••••.:.::::::::::.1:„:::::::;,,....,:: .:::::::.--..:•-::CITY OF PARAMOUNT•••••••••••• •$5 108800 :! 1 i. ..14,0936... :.._ ... ....:.... ....:.:.:... i.::.-mARIN EVAY7STA6h12;.:::_:7:::"..i....1:-: 7' ..:-... '. - .::;-. IRVINE:-,..",?•-•• • : • .._... ''ALL AMERICAN ASPHALT • •• : :$585006.00 •I' :_.14,0937._ ' . -1.---:7---'.7 ._77.72"-:Tiiiig'REALIGNMENT- :...721•'•':T ::-:i.-''. ' ' ':,--,:,:::-..--":. -IRVINE:-::.;•:,:.::.,,-- . ,------: -SAVANT"CONSTRUCTION,,INC.,. -$591,651,00 • . 1+0939.„. :2.: ,„.OLYMPIC:BIND:IMPROVEMENTS PROJECT - -••,, --SANTA MONICA • • • - • - — ACCESS PACIFIC -$782450.00 •,, • . . 14419467.1'. .7'„:11VILStuRE131,45.7SAPETY:.imPitbytmg1:117glifiAsE 2A --- ---$ARtkivibigiCA "--- • " ,AettgsPACIpc - ' - ---" -- $466,166:66- .': 1446041. . • •- .: ..1-rHSIP-TiAFFICSIGNALSi 12 LOCATIONS •" ' • ••• - LAKEWOOD: : • - . ---- --CITY OF LAKEWOOD • $1,525,888.00 . . .. .. ., . __ i• ......I44)942 ,I. 1 .": ••---- -"-- •'EL RANCHO'VERDE -- • : : ' - -- 'RIALTO LENNAR .._ ... ....t454,950.00... ' 14-0943 - -TRAFFICSIGNAL AT OAK GLEN-RD.AND COLOttADOST YUCAIPA : : .. CITY OF YUCAIPA ' .$314,888.0Ci.... .....„. .„ ., . 14-0944 TRABUCO ROAD REHABILITATION PROJECT - : LAKE FOREST ALL AMERICAN ASPHALT.. , ..$340,001.00 ' l' 14-0946 FOOTHILL BLVD.OFFSITE STREET IMPROVEMENTS, IVALTO .. . . . .HILLCREST CONTRACTING_ .. .. ; $50,880.00 14-0947 PALMER AVE.&GREEN ST,REHABILITATION PROJECT. i . GLENDALE _,. .- .. .ALL AMERICAN ASPHALT . . H... ..$96.000.0011:: : 14-0948 ' CLINTON KEITH RD.&DATE ST.PAVEMENT REHAB. • . . . MURRIETA .. ....:_. _ . ONYX PAVING. . .. •2. _.$44,945.26•:; :, •i ; 14-0949 .. . SALT LAKE AVE.IMPROVEMENTS • , , . . .CUDAHY_„ . ....._.., rt.__. _.....CITY OF CUDAHY. ............ .. . . _ ..§200,182.00 . - . . . 14-0950,, • ,GRAND AVE.VISION PROJECT,..PHASE 2. ._ , . . ..__ESCONDIDO . II NATIONWIDE CONTRACTING SERVICES , . .1$737,328161.ii f: .. 14-0951 PACIFIC AVE.AND BOGART.AVE.TRAFFIC SIGNAL . . :.. .BALDWIN PARK. -. : .CITY OF BALDWIN PARK• • ;;•• $1,808,347.00' . 1, Page 4 of 7 ACTIVE PROJECTS belta. elecnor 2/3/2025 • _ . . _ . . . , '"".•••• ": , ". • ',. t. , -'—4,,.1 .'',4`'.4.',''''''''.• . '.... ,.- '' . .''''::4-z.: .4: ''''..; "t4f.''''.-........ii,.'-‘• ' 4a,ciV',.....;• ••it'::*A:At-4.-4.0•74A‘Ata.,0'.'N.;;;,;. ;* .r: ... '.:...4.r0.. . , ,': :"....;"."'',,,,,V7i,7",..:Z:Ipriklitg7;;:ita 74%,-3.1.4.: .*, 766ki** ar:::,-,yV,k0 ' '''•V.1,,ettittlie*?.4»,,...': •.:i%c 13,..MA,°:' " 'T11- Vt't'4 . . 4; : -;,:t-atlit . .14,0952;:' '.. ITT. -: . -..- ;:NORTHGATE MARKET#47 - ' - '; , LYNWOOD - r' SAVANT CONSTRUCTION,INC, ::; .$570,524.00 144953.::„.; -. ....::-SEVENTIT STREET TRAFFICSIGNAL MODIFICATIONS VICTORVILLE -1 Jp., 7 , . CITY OF VICTORVILLE „„ ...._ j: .. $3.99,6,873.00:::::::.., 14,0955 : '--- ' ' ARTERIAL STREET REHABILITATION - '„ .. -CERRITOS_ ._. . .: ....„ .. ... ... _ :ONYX PAVING .,., ,, $118286,08.0.0'7: ..'.. 14-0956 . . ----- BANNER PARK II--- ... _. , MENIFEE „, .'. PULTE HOME COMPANY,,LLC . . , :, , $1,041,88 00 --1460 .1 : • • CHOC SOUTH WEST TOW,git. ORANGE BERGELECTRIC:1.-7'.-7":1 .'":"'''',1 l7f'::;$3013.9-•.00 : • 14:0958 : GROVE&EUCAYLTUS AND GROVE&EAST BORBA TS*, . i .„........ ,. ,ONTARIO... ... „. . ... , ....:.„ :::.'. -''-,. PRCiLOGIS'.7"1:.t7.•.fi:-..7.: ' ...::-: ..:;$Lo1-6,-.1oomo '• 14;499• li ;' -, _ PALMDALE BLVD(SR,I38)./SR-14 . _ , . :. : GRIFFITHtOMPANY.: .- - ' '-- • •-3 ..--$2784,880.00 . PALMDALE . ' - : :'AT..11..;AMERICAN ASPHALT:y... .. '- - $115,0S2110 14-0961 Li ... ... ...126 NORTFILYNX ST.- . ..,. .... . : .._-...:IRY-- ,:.: 'i -; . - •-•:::: • . - • •• -• • ••• , -, -- .,a05-ictio.1441962 : :. . . .RAMONA GATEWAY PHASE 1 : ..........„....._-,_ _ 3-."---PERRIS . :::..,:::::.:... : .....:, ::-FUL,LMER CONSTRUCTION ,. • . ' ,52 ...1.4-0963 , ,.„ST.JOHN CAPACITY:ENHANCEMENtPROJECT. -..: '.‘ '"...':::.IPASADENA.. .:... -11-., :::: ' :"' . ' HARDY'AND HARPER $461 3.00 , _., 14-0964 ANNUAL PAVEMENT •MAINTENANCE --'- ' . _ -.-. ORANGE-;.-- 1 ' HARDY AND HARPER $60,240.00 .14,0965. 1 , ,„ ;;TRICONVINCHESTER: -, . . ' : i.„, ... MENIFEE WOODBRIDGE PACIFIC GROUP - --.7 . $249.8 I 5.00 14-.0966.„;! :::..:ARPANE-I6fititikaiiNDSTREETLIGHtS-PHASE II • 1 - SANTA ANA '.,; - ---- -C-ITYOF :SANTAAN-A - ' --' $823,888.00 1.3.:14,0968 ::' 2: :2;„CVENICMULTI;MODALTRANSPORTATION-std.6 11 ''coAcHELL"A".VALLEY G. _ NITE CONSTRUCTION $1,999,694.00 . ... -KPb PROMENADE ' - 1 " ..".-'SAN'JACINTO . MOOTE COMPANITES . .. $576,977.06' 14000"..::-i;....:2:.2 7 SS. . SPROUTS NO.465 .:1 !-_•-•"- --APPLE VALLEY ' AO GENERAL CONTRACTING . „ . $366,975.00v___ 14;002 7.. FERN AVE.AND EUCALYPTUS AVE.TRAFFIC SIGNAL : I CHIN_ 0 .. . CITY_OF.CHINO .. :.. .$1,146,360.00._ 14-0973 - STEWART St.&PENNSYLVANIA AVE.SAFETY ' SANTA MONICA . _EXCEL PAVING__ . $1,250,519.00 14-004 ; —7-' JACKSON ST.IMPROVEMENT PROJECT _. . ,i. . INDIO. _. . .. . .. , GRANITE CONSTRUCTION. . ,._ ;: ;;;:$431,909.00::::::;_: 4 0975 - f 'SHADY VIEW-TRAFFIC SIGNAL IMPROVEMENTS , ' .... CHINO HILLS . .. _ .TRUMARK.HOMES .:;_,....-, _ .. .-$443,632.00 1 - 14-0976 ':: ; WEST WHITTIER/LOS NIETOS.,MINES BLVD. r:J, LOS ANGELES.. .. , . . _„ - . -EXCE1PAVING -;; ..... .. .,.. ,$810,611.00 .... 14-0971 13 . CIELO TRAFFIC SIGNAL. ..... :: .. i .'.. ._, .... SAN MARCOS : _ ,-.:',- : .._ 2,::::;:.:7MERITAGE HOMES : .... ,, $381,507.00,--, .14-0978 1 ... _ . „PRESERVE PINE FRONTAGE. . . ,.. _. _ ....CHINO:.-.1ONTAMO ._,.:. , ; , ...:_,:.A.1.41.-.AMERI, ;CAN_ .,AS TALI $1_T .i.,.. _.--.,_..;..., ..,..,_-.:fi696,7.82647.0.000_, 14-0979 ; I .. . ..... DUSA(PERI/RUBD- - . • 3 •- - ' - -,3.: .- . -IANDSEA HOMES- 14-0980. .: :2022/2023_ARTERIAL AND MINOR STREETS MAINTENANCE r• •,:,‘,..- :RIVERSIDE ..„ . :::: :::„., .,,......:.ALL AMERICAN ASPHALT $1,,490,938.00_ „. 140981 TRAFFIC SIGNAL AT.BAL.:. DWIN:A:Vt.:AND-LIVE OAK , . .: , 1: TEMPLE CITY :::.....77.77 ::;::::::7:77. 7----CityDFTEmPf.:Ecrrf---- $433740.00 14 0982 COLLEGEPARIC,`OAksrAVE.,,, - ::.::......:-........-:.... ....: .::-...::: :: CHINO .:-.i..,"..1-3..1.-11:-7,-.- SZ .-::.-:--."-„ALL AMERICANASPHALT-- - -193,302.007 .14,,0984 :: : 3 ..„ , :', PORTOLAANtilkmBOREEINTERStent* IRVINE.: `' -- ' - :` "- ' HILLCREST CONTRACTING s' $-11,74.2'.00 ' : .14;0985:::„.:i ::::::::CITYWIDE'PAVEMENTAEHABILITATION PROGRAM ' - -.M CrItE- NO-VALLEY : - ^-' '- HARDY AND HARPER - -'-'' - ..'' —i-23--400000--1-; . _ 14-0986 : a'::: .3:_".23;.:.-- OLYMPIC BLVD.AND 26TH St., • 'SANTA MONICA HARDY AND HARPER .. . $100,841.00 . .. , , ,- 14-0981' ; ''.—BLOCK 3A TRACT-164201-5 STREET IMPROVEMENTS ... , CHINO 7 - ALL AMERICAN ASPHALT $373,120.00 . I-44088 • : ' '"C'Alt-gON ST:BEAUTIFICATION PHASE II PROJECT i _11-!.!kWAIIAN GARDENS HARDY AND HARPER .$1,593,974.00 .,. ; - 140919 LINCOLN NEIGHBORHOOD CORRIDOR STREETSCAPE SANTA MONICA .. .. CITY OF SANTA MONICA. . . . $511820200 • 14-0991 : SB-1 MAIN.S.T.PAVEMENT REHABILITATION J . _LAKE Ele,S1NORE ...._ . ALL AMERICAN ASPHALT „ _ . $2,489,128.00 _I 14-090 i CRENSHAW BLVD.IMPROVEMENT PROJECT ? ; INGLEWOOD „ ,.. ' .ALL AMERICAN ASPHALT . . . $6,148,000.00:-..; 140993 ; STATE STREET IMPROVEMENTS . SAN JACINTO RJ NOBLE . $280,180.00 . _ Page 5 of 7 .. ......„ . ACTIVE PROJECTS belav elecnor 7";71'':7:: --%-'-',,'' '72'•..;.4, *R i!-.1t4..t 4:''''.'''74:;',',;*I.-.'1'.-''''w"..::7:,';',I.'::";;:',:i"i"•'' llarbk7'`''':•;;:r:- . ' ---''- ''''--F;;-:' ''''' V`- '''''lri* ' -17`;'''',71,77--- '''''• ''''''''..-. .. .'; '''i- 1111114,.: ••''''•' ''''.),'' ,•4 • .-- -1/''',""Mr.;'''' •*'''''‘'".''''' 1,,..". ',':,.i="s".4.;J.;,•1*W''''''".." , 't . 1.,., ,,'' 1.-!•!..; ,- : ''.-. -.".:4,:r.;',..'''', • ,.' .t4'F'si,. .,-,747W.._m..:' ,•440z;' • •. .4,41/..t3 ,CT ,' • ...-194, .7,' ::-,-- . . ,! v OC TIO "1-0-7-";‘, v',-i',. ,:= 0 ".... ' ii'' ',''411. .il ' ;;.:C.-9,44,,"..Ja-t--1, , •°- - ' '4 ii.* ',.;.;4'..?:?..' 41.4.-i.;,,,,;•• - ..--..,.- .4 . %-.,4-,'?-0-4 -7 .' .‘, ....": ' . ,- , ,,:•.: • „,,, , . ,:,:. -4. :'''',/1'' ',''', g'it*t ,"4•.i.,1'.1..;..-...-'•".1;. ._.4tt:".....:•:,-.z,g7v.,„.--,. ..,;::,;.,...".,,.'"; ,. _,,,,-,__ , . _ „, .. , v ,. .,,,,,,, ',, • ,,,,,,,, , . :„. ',%_..t:,4,e.• '. „._‘,:,-HvALuE,W; 1470994 .: : .:.,: '.:: •PRADOTRAFFICSTONAL MODIFICATIONS . ^ 11'., - '- TEMECULA- ' ..*'.. .. MERITAGE,HOMES . _ . . .... .. _. .1159,771,06...,.., 7.14-0996:1;• '.-.!::1'....,...,-DOWNTOWN ONTARIOLMJIhr APARTMENTS , ONTARIO.. . ..__ _ :,,,„........„,.„... „.. . C.W..jmuvgw.... ...„”.......,. . • ••• :$159,940.00-7-- , -.14-099'.t-T- - -TgMO-D.AT WARNER AVE.AND WRIGHT.'SV' ' --...-.1 .. SANTA ANA „ 11 _ . .. .. ..CITY OF.SANTA-ANA •:.-. ^ . ' ,•,$561,868.00.,. .!:. 14-0998 TEFFERSON DEL ORO STREET LIGHTING . .. . ..... . _. .„MENIFEE -' • • . ;101:....7.-7.7.T.-7T--[-. 7.:S1360406.:...::. - i 410999 7 f. PARKVIEW AFFORDABLE HOUSING(1351 E.„41ST ST.). _., _.„ . ...LOS.ANGELES . .. . : . . . LENA CONSTRUCTION :::,..12.:;„...............• 7..T..-',$24,442:00. 14-1900 I. COLIMA RD.-CITY OF WHITTLER TO FULLERTONRD. ,'... ...... .WHITTIER .•_.:.: -.c ' . . --'SULLY:MILLEItCONTRACTING„.-,.,- --.,-$6,224,908.00 . 1471001 ]'' . _. VAN BURENRESURFACING. : ....„. _......,,.. . : ,. ..,..., woOpoiEst•'• ' ..-:::::.2.-•-•.f7:::.:1:::,ALLAMERICAN•ASPHALT- •••:•-•- : - $514,158-.00- .1.4710021T.: '...„.... .. ..„ ......VENTANA IB BACKBONE , . .. - -.:- '' .1.2.,1...::**-777FONTANA' :. - "i -•---••• PitItHOME131JILDERS;INC.- - -..-- --$640,360.00- . 14-1003 :i . DAY CREEK CHANNEL BIKE TRAIL IMPROVEMENT - ---,',-.RAisteko:cucA/vioNGAT::::•: :....,1.:.:.,•1..1..S....1JUILERS&CONSULTANTS . $231,000.00 . 14-1004 .,_,.. . .. ,DESTINATION CRENSHAW. .:-7- •' •.:•. :':" ,..,‘ ".'''• • .;r:bg•ANGELES: .:: ::::•,',77...' .".7 -BUILDGROUP ... , $66„.200.00 1471005..., :, . . .„.RAMONA OATEWAY-PHASEir-.::::.2.:-:.L.J:.:.......:: :,:i':-....:;_.:-;• :PERRIS-' ' :.. - FULLMER CONSTRUCTION -* . $678;596.00. - ., . 14-1006 _.. !CITYWIDE TRAFFIC*SIGNAL:SYNCHRONIZAT -ION-PROJECT SAN FERNANDO CITY'OF SAN FERNANDO . V12,750.00. 14,1007.„.. !:„UNSIGNALIZEDINTERSECTIONSAPETY.IMPROVEMENTS. , CULVER,CITY .... CITY OF CULVER CITY . $463407.00:. . . .. , ...„ ..............._ .... . .- .. , . „. . „VI-10 -687 " -: i' MUIRLANDS.&STERLING STREET • •: ' .IRVINE HILLCREST CONTRACTING : .. .$25,881.00. ...... . .:,....1411009.111 1:::,::..ARVINE CENTER DRIVE PAVEMENT REHABILITATION %.- IRVINE ONYX PAVING . . . .. ' $495,180.00 . ...14;1016 I': RANCHO AND LAKE FOREST STREET IMPROVEMENTS • ! LAKE FOREST ALL AMERICAN ASPHALT . __,„ .'$780,367.00 . . • _ 1.4-11i11 •ri .. .. . PD LINK PHASE 2 '_ •:1 PALM DESERT , : __ . _GRANITE CONSTRUCTION_ _ __ .._$158,870.00___: .. :„... .,.. - 14-1012 j - :-. PROGRESS LIGHT FIXTURE IRVINE HILLCREST CONTRACTING . . -$5,823.00 -14=1013 7 WOODRUFF AVE PAVEMENT REHABILITATION PROJECT:-!; DOWNEY . , - .. _ RI NOBLE _ ........ _ . . , . . ....$65,120.00-.'i ' 14-1014 i I- COSTCO WHOLESALE HIGHLAND NEW WAREHOUSE : ii .... .HIGHLAND, .... ......, W.L.BUTLER.CONSTRUCTION;INC.:...1 -. :7 054,854:00 - I4-1615 ' 1 . . . ... .MOVE..COLVER.CITY 2623 .._: _ . .i:. , CULVER CITY........... .., .. , STERNDAHL EVitkPRISES:IIC T....• .. : -S2'71..082:00 1471016, ', : SEGERSTROM AVE.AND SPRUCE ST_TRAFFIC SIGNAL..- .. ,.• . SANTAANA--....::';:,..7,, :; 7: . -.CITY:'OP-SANTA-ANA:::•.•„. -•-:•.::::. •:":' ---$642,628.00 --;' 1471017 i; CITYWIDE PEDESTRIAN CROSSING UPGRADE PROJECT. .:g..LA.CANADA FLINTRIDGE'..t. 71.....,..CITY OFIACANAOA:FLINTRIDGE:.7- . .$679,843.00:Fi ._ SEGUNDO 147.1018 . .-. . _ARMSTRONG FIBER COMMUNICATION Pkbitcr-7.L:,. J.,:.72•:-.7.LikviNET.,:". ::--•:•••:,„,•;, .•7 i T.::::ANGELES.CONTItAadif:INC --.--' $183%,523004i -: ,- _ . ....„ ....,.. ...., .. ,.„. i . 14,1019 ... , . ON CALL SIGNAL MAINTENANCE:. .-:.."7:i ..-..•::'.:,1„.. EL SEG UND'& . .::••..; 1.1..,-..•;,..„, .- • :'CITY OF ' - $0.00 14-1020....„, .....„...l...... ,ORANGETHORPE AVE INFRASTRUCTURE :::::,..i-!,- ".-,T f•"-.1--FULLEILTON;;„1:- • ::T. .:•-••••::'_ -- - . RJ NOBLE . - ' - $10,000-00 14-1021 ..„,„.DOWNTOWN.GLENDALE:SIGNAL,AND MOBILITY::.-.- ) !•-„•.:-..7:72.7.:OLENbALE:• • " 7-- - CITY OF GLENDALE -• - • 77$8-,262;888.40 ,-.14-1022 ,:•:: ,..WALNUT GROVE AVE:AND.BROADWAYiNTERSECTION2. tli.:,- • ••'--:SAN GABRIEL . - - .. SULLY MILLER CONTRACTING -$387;1•27:00- .. 14.71023 •„.; 7:-..LA CRESCENTA•AVENUE REHABILITATION PROJECT --,ii GLENDALE ALL AMERICAN ASPHALT- '' $1.918-.457.00 :- ,...,.....1.41024,:::::::: GROVE:,AV.L.ANDAIOLT,BLV,15,INTERSECTION WIDENING 1 1 'ONTARIO ' - SULLY-MILLER CONTRACTING _ $y91;535.00. .. ,...• .. 141025:7-. .- DISTRTCY I SOUTH BEACONSIGNAL IMPROV. - '. I ' ' IRVINE , HERITAGE FIELDS EL TORO LLC ... $87500.00.... ' , •. 1471027 ' .- SUNSHINE-GARDENS- - . . - ENCINITAS . . . 'WERMERS COMPANIES . ,.. 1 . $36,985.00......'• 14-1028 ' - - GARDEN GROVEBLVD.AND BROOKHURST ' i GARDEN GROVE - . . .. .RI NOBLE . , .. . i , $4,600.00. • , 14:1629 '.•• PROJECT VIENTOII _ ., ... . _ -... I. 'DESERT nor SPRINGS i, : „.BERGELECTRIC . • •$52,000.00„.....„.:. . 14-1030. ' SAN TIMOTEO RD.AND AND NE'VADA ST.POTHOLING . „REDLANDS, ..... ,.. ......... ... TRUMARK HOMES .., . ..„ . ... , .Si 8,574.00_,;.;., ... ....... ... 14-1031 777 N.FRONT ST.TSM „ .BURBANK . . . PORTRAIT CONTRUCTION $463,35400•... .. • Page 6 of 7 :.„-',,,;;.1.7 -ff.ft,'-,.,,;•• ACTIVE PROJECTS betta. 0,crip, . .. . 2/3/2025_ ......... ., ,_ . ,, —,.,:.,.;... ,...,..,,..„.. •;. s;••„:-,-„,. ,,,;-.:;,::.-•,,,•!,,,..r.4... --.,..,:;>.ir•„',...,,,,I. ..........; •::-..kt,..........,,-- ,4i,%:.,1,'1,',J,,,,,,-„,;-•,.-,7„.,:v'„•-•••-•;„-:...,;•-.••...r• .„..7,-71":•.•:-::'%,i:,-,:rf-i,...4,:v",:‘,1•„*,.',4*.e..,,y4:: -,* :,:t":".a.';:„.;',.• ,,,':.•••,,:.:::.;.;'";*: :::4,"4:4;A:*;,?:''I :, ', " ito t"•-•.4"..L 4'.e. ';j''..T°' '; ' lita" • ` t , '''. I L ';'.1.'r; :',:e k+4 .Ca 4' *P.?,,,,A414 0 ' ' r., ,".- •_ '.;,,'; ,$:•l'ititi,, ...r i..k., . .... :.,•:;..4-....,..,,,e,,A,A.,,. ....,,.„, --,-- :-... : i '': ° . ''' .::::t*V'41-.4i447-r...'444',...`...,7":*...:."-:--ti.,:.1-'...f.40:7' '''.-.:'-1.-_"-t.:-.1....:,.:-,_,PH,.--.%-s-lf-..1`..'.:*;;:...:7'.. ...-7'.,i4.-.'.-1.',•,.i:.-.*:::-44,.ti..--....- ,: !:,...,.."?‘..-......- ::_!:,.....)„„..-,,r,...,5*4-......;:,t4,- .'..,-.... .....,,;i7i.'....t..--,--.,. -...,:t=,,, -,./.0._,:..:...VAL •-• •',. - . -:, • -14-1032 if. ..,....•..iWALNDTbROVE-AVE.STREET LIGHT INSTALLATION . ROSEMEAD... ... ... CITY OF ROSEMEAD........ .... ,. .. ..5619,256.00...._ ,,• >:•-• 141033 --''TCC ACTIVE TRANSPORTATION PROJECT A&PROJECT C **** : • ,--ONTARI_ 0 .,. .. -....,...... ,,. ....._ ALL.AMERICAN.ASPHALT ..........,...„ •,......$21949,200.00 ....... _ k -0•11-77 ' — 14.L1034 - - ' ''- ,:GAGE INDUSTRIAL BUILDINGS I & HUN.1 ....... -_,I. :_ , • TIN-. GTON PARK, .. . 1 .,. ...,......_FULLMER CONSTRUCTION...... ...............,..,,,---.$1,4792:, - 1- • • J •- 14:1 OS - .... - -CAR:MtNITAAD:AND IMPERIAL HIGHWAY . .. .., :WHITHER. „ .„.. „ ' ... COUNTY OF LOS ANGELES -.•:$7T46. -,-5---9-_-910-.... .-:j ,.._14-103.67....::,7,..' s':-'...'..aTRAFFICSIGNAL IMPROVEMENTSV0241 PARAMOUNT. CITY OF..PARAMOUNT:::::::• •--.:'144037_''.:.- „7-REDLANroSTBLVLISTREETLIGHTIMPROVEMENTS:::- . , ,, .MORENOVALIY _ , .. 2 CITY OF MORENO, VALLEY • S216,7805,00 '• ' 14-1038,... -ANNUAL CITYWIDERESURFACING&TADA IMPROVEMENT.:. 2.. ............,-PASADENA _',,,_,,_ - . , -ALLAMERICANASP• T. .... __. -,,,...- 14-1039 STREET LIGHT RELOCATION . _BELLFLOWER-''. .--'-•-'......'_-:--.-----AZUREDEVELOPMENT• .7-•---„I- .... 4104 7- '- ' - -' ' BLOCK,1 1_STREETIMPROVEMENTS :CHINO ALL AMERICAN ASPHALT .S1.382.4-6,100-- . s! 141041:-L':'-'CONSTRUCTION13Fi:TRAPPICTSIONAL IMPROVEMENTS:.-, ••••••VARIO.US_OC.LOCATIONS.:•_ ,, ...7.-:::-..„:2. :7' ••-• •OCTA , ,S4517,6,64:00 14-1.042 TRAFFIC SIGNAL MOD:MAGNOLIA'AVE. •_ . .. .... „. - RIVERSIDE'•-• ' '- .-7; -----.'' -. PARKWAY CONIBUCTION.• ,_ ...,:,..„.-.. .., --L4 1043 ••' — STREET IMPROVEMENTS MILL CREEK RD. , ... ..,, .ONTARIO :::. .. ,.. , - , • . ALL AMERICAN:ASPHALT::•••••••••••••:::---: :•,--:$165,802:00-;• : . .— 114,4044' - _-SOUTH MALL PARKING LOT MAN 6TH STREETS LI,• .. CORONA ,, ,. .. • •... • R2BUILD • $121.7.?....01 .i.99....:. '.‘•"14;rots: .: . ----- .---.--.....- --.:"'IONCALL FIBER,OPTICTESTING.:: •......"-...--"...7.: „, 2 "...r"':' -GLENDALE"-• ., , .:,L... • --.--CITY:Or:9T , IDALANIE , c, „. .------._.2,-...:: „..,:s,lis,ta,i19:?,,.20--.: !. :, .. 14,.io,46 . GRACE PARK. . .. •••• • INGELWOOD - ',F . .PULTE HOME COMP ._ ,.LL „ uu .,:14;1047-17'- '.______._ - TI1A-CIENDA:AVE.•STREET IMPROVEMENTS, ., DESERT HOT SPRINGS `• ALL AMERICAN ASPHALT . . . • : ''" .$1419,560-4- '‘ 1 ••2....-14-•1048-•_•'. ."TRAFFICSIGNALSAT.FOOTHILL BLVD:AND VERDUGO.-.' :::•LA•CANADA.ELINTRIDOE,,7__ ,.,-,...CITY OF LACXNAD, A, •FLINTRI_ DOE• ,. __: i 4743_47400 14-1049 : ATP CYCLE 5.-VINE ST.-ANDIf8T:BIKE.BLVD: ..,• . , S648 0134-00 -• ' ''-'1•14-105i1- ' ' - '2023/2024 SB-1 STREET MAINTENANCE. . . ......_ ..- . . ..,.... .. „RIVERSIDE ... . „. ...... ,... ;ALLLAMERICAlq.:ASPIIALT....7..:1 •••' l'11'..f"i.-'.'':-..S46,jj.0•:00 I-44051_2:„.',-.:.,....•-•__•-•SERRANO:AVEAETIABILITATIONTROJECT-..1--' •, • ..• . •,••• tANAHEIM.. ,,,..., ,,,,,AL AMERICAN ASPHALT •:, $10,42,00. ' • 144052...- •:..'••:--...:-.*:.' 2.:1*-,,,"-71110THSTREETIMPROVEMENTS.- . . . '.''..., '_1, ,1:: -- .. .1-1AWTHORNE...:- . ..: :- SEOUEL.CONTRACTORS-, :‘•••••$10,626112••••,..,- !' .i'''''''•- '''•---ELECNORTHAWKEYE—- .:•••-•'-.7 •-40:00. 14-1053 . VEOLIA . •- ***** ''SANDIEGO' - , - - - - ------- - .._ ''-'• '•14.1054.-- ..;:i.I.-..............- ,:.:12...•-l'AVEMENTMANAOEMENT PLAN 'LAGUNA WOODS . • HARDY AND HARPER ' t55.915,00 : .1 .' 1441153:1..„ ,:"7 '..I::.7f-22......-. : .7--..BEVERLY:PL 9272- ' - . -- • ••• -- - -• • ' • - ----•-•••2.BUILDGROUP,-, -,•$24:646pp ..: - ..... 1E'••. '......- '•:.':'' -' '.• ...' ' '''''''' .'-''-- '' ' (< ''' - ' ' ''' '' ' i;'''- ' ' ''''' ' ' '':'''''.'":'':' ' TOT AI:A 'i2I140109'70-' . „. •,.. • • ',._.....,• .. ...•.• .•..••••• .• ....•.... • • . . . .• . . • • - Page 7 of 7 - • - • -• --• • . • • t i II ,l r 1 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. .T.B.D. .... ............ ..................... . ...... Name of proposed Project Manager Telephone No.of proposed Project Manager: 909-993-5470 City of Bellflower/$3,545,651 Traffic._Signal Improvements, ........... June 2023...... ................................. Project Name&Contract Amount Type of Work Date Completed City of Horne/$4,299,186 HSIP Traffic Signal Project Name&Contract Amount Type of Work Date Completed ... City of Victorville/$3,996,873 Traffic Signal Modifications,_..._._..___ December,2024.................,,.;_ Project Name&Contract Amount Type of Work Date Completed 2. Ralph Antuna __ Name of proposed Superintendent _..,:,,,;;...._......::..:.::::::... .::.:..._.............,::: '"Telephone No.of proposed Superintendent: 909-993-5470 City of Santa Ana/$2,288,087 Pedestrian&Mobility Improvements_ July,2024_., ... Project Name&Contract Amount Type of Work Date Completed County of Los Angeles/$3;41t4487 On-Call Traffic Signal December 2024 ,_ Project Name&Contract Amount Type of Work Date Completed City of Pasadena/.$2,773,865,34 _ _ Traffic.Signal Modifications___ ._ _.......-_..._March 2024 _ - Project Name&Contract Amount Type of Work Date Completed , .H�... COMPLETED PROJECTS • lie. i • k i1ikl . , .44:k.:- '' ,f:- '::;-,. . s ','','"' ' — .,.,,,4.,- -='e.''--V.•tr4'.'••;77,„, ,,;,: ',!•*.i.,,!!0'..*::.:7-;::',:-!;:. ,,!-*.'„W " - ,t-':.,:7'-‘,.! :-:' 7' : ••;:,,,,,, '':""''''• ---' " ,-,i,-, _1! .totorii:;. . .>..s .. ... .�., l ..,.. .z.�"."< ,,. '4 .�s, �� . �8„a,� ^c • �. �zi'7s° _ .__<. ._ ._. _ ,.�� � ,..._.�� . s. _s_ .,�. .«i_,-»... �z.1.»,., :s - 14-0001.00Q1 .. ALTON PARKWAY.WIDENING ,-_..::-:: .. .. , '. LAKE FOREST " °.,..• HILLCREST CONTRACTING"-.... $115,110.79 ' 14-0001.0002 - • STREET IMPROVEMENTS AT KRAEMER B.LVL?:. —. " ' -.... ' BREA.. .. ...TITAN ENGINEERING.. .. i $375,016,52..,,,. 14-0001.0003 LA FLORESTA SCE AND TIME WARNER. .... • ,.BREA _.TITAN ENGINEERING $112,676.72 14-000.1:0004 .,...... .. CYPRESS VILLAGE.. • • IRVINE ALLAMERICANASPHALT . m$51,560.75 . 1420002 GREENSPOT RD,IMPROVEMENTS ., .. ..,...__.- HI,GHLAND:..... -•. _ _.. .,MAMCO,INC.......... $1,724,048.57 :14-0003.0001 .... .. .ROSECRANS AND MARQUARDT SANTA FE SPRINGS ` ' • .. HARDY&HARPER • $253,419,007.- .14-0003:0002 1325 GRAND CENTRAL PED.CROSSWALK . ` .,:.,-. . GLENDALE ... . .. . • DISNEY.. .._ • .$98,884.96 :. . .' 14-0004.0001 STEWART ST.UNDERPASS_ ...:......... .._. LOMA LINDA • USS CAL BUILDERS ; ', $551,122.10 ' 14-0005 NOGALES'ST.GRADE SEPARATION- ., '.. INDUSTRY GRIFFITH COMPANY $2,426,618.02.. . _..14-0006 :: .MAGNOLIA BLVD,WIDENING LOS ANGELES.........:....... ,.;.:.._:...GRIFFITH COMPANY . $490,860.00 1 . .14-0007.. .. I-15 LA.MESA/.:NISQUALLI INTERCHANGE `•:VICTORVILLE"._•. RIVERSIDE CONSTRUCTION $460,602:80 ' 14 0008 •. RIALTO SHOPPING CENTER RIALTO. ..:.... MOAT EJ.BiIILDERS_. :. ::>.,. $60,951.21....._ .14-0009.._.. ._........ . : . :::::..:. .. 1-15.CLINTON,.REITH.:.._..:..::: WILDOMAR GRIFFITH<COMPANY -- "- r $236;931. 0 _ 14-0010 T-10 CHERRY AVE. FONTANA .ORTIZ ENTERPRISES,,,,..... .$1 b73,971.42.,;. 14-0011 ::. .... SAN.FERNANDO::.. ::.:.:. .PETERSON-CHASE - , : $948,095.42 ....... . .._GALTRANS_ROUTE101/134.(07-266104) ..:... . ;.._;..:::, ,,::,:::14-00.12 ':' : .FARE COLLECTION EQUIP.(FOOTHILL TRANSIT) • POMONA _ E,C.CONSTRUCTION $25,000,00: 14-0013 ,. • INTERCONNECT AND IS AT LA MESA RD. - VICTORVILLE _....... CITY OF VICTORVILLE . ..$1,278,432,85 ... ..14,0014. '„ W, -_ -. SAN JOSE WIDENING AT CHARLIE RD- _.. . INDUSTRY GRIFFITH COMPANY • $44,570.00 - 14-001$ i 1-• -,PLANNING AREA 5B-.IRVINE BLVD. • . . ....................IRVINE _ __._. *„...- HILLCREST CONTRACTING..._........_ -.. $3.95,019,2(1 14-0016.. _ - .. . JEEFREY REGIONAL BIKE TRAIL_..... _ IRVINE ..: - .:. .:::.HILLCREST-CONTRACTING $281,000.00• . :, ..14-0017.__'w_,,_ CURB RAMPS AND SIDEVJALK‘IMPROVEIVIENTS r '': -'ORANGE COUNTY_.•"'•. HIGHLAND CONSTRUCTION •$239,732.53 _, '. ' )4-0018 CLAY ST./UNION PACIFIC RAILROAD GRADE.SEP:. JURUPA VALLEY . . AMES CONSTRUCTION , .$493,923.55.......... . ,.....14-0019.. I.. . . ..MAGNOLIAAVEIBNSF RAILWAY GRADE SEP....:.:..::.... _:..::::::::::::::: -RIVERSIDE . OHL USA $1,489,047.56 14-0020 2014-2016•SITE IMPROVEMENTS - W •. ... ` ......._.. ..PORTOFLA_ _ _ . . ....... ......SH,4WNAN .. _ ..$54,761..217..: 14-0021 ... .. .LAKEVIEW AVE.RAILROAD GRADE SEP.;, ANAHEIM:: ._ OHL USA $2,069,636.82 ..,.: :,1_. 4-0022 ! SR210 TUJUNGA WASH "-• .. 'LOS ANGELES• SECURITY PAVING " ; *$1;065,365.55... • 14-0023 ' - FAIRWAY DR.AND WALNUT DR.NORTH ' ' INDUSTRY PIMA CORPORATION $136,365,07.,.. 14-0024, . ... .. .. ..PLANNING AREA 515.7 PHASE 1 BACKBONE IRVINE J HILLCREST'CONTRACTING $174,866.30 1410025 ' - AS NEEDED 2013-14 TRAFFIC SIGNAL LOS ANGELES .. .. _:COUNTY OF LOS ANGELES... -.$1,864,310 92 14-0026 - FIRESTONE BLVD.BRIDGE......:.... NORWALIC.... ......_.........._. ..::::..: :..:::.;::REYES.CONSTRUCTION._.._ . . . .. $325,428.99 . :.::;,14-0027.:.,.,,..:........ ..TRAFFIC.SIGNAL MODERNIZATION-PHASE6-• NEWPORT BEACH• CITY OF NEWPORT BEACH $837,264,73 14-0028 , CAJALCO RD.AND CLARK$T.TRAFFIC SIGNALS MEAD_VALLEY.... ........ ... 'COUNTY OF RIVERSIDE ... . .....: .........,$1.17,717.50 14-0029 .: GRAND AVE,WIDENING PROM 1st ST.TO 4TH:ST;::.:.. ....; SANTA.ANA... ....... :.. ... . ,,_..".,,,,,EXCEL:.AVLNG .T.....,,._. '..;;;:::.$568,638.28 ' . ...14-0030... : ,...,. ..:, "..BASE.LINE UNDERCROSSING AT ROUTE 15 ` RANCHO CUCAMONGA • .' '`FLATIRON WEST ' . . ' '$2'3173,405.96 14-003T'" .,.,, T.HIGHWAYI11'AND RANK SINATRA DR.. .,.,.. ; _ RANCHO.MIRAGE... .. TRI STAR CONSTRUCTION..:�.,_. . , .$354,328,02 14 0032 , . ...I-10 CITRUS AVE.INTERCHANGE" ,,,,,.:FONTANA.... BRUTOCO • $7,612.11 14-0033 • TRABUCO GATEWAY ' ,` IRVINB' HILLCREST_CONTRACTING $26,000.00 ..... ._14-0034 , ...GATEWAY CITIES"ATMS IMPROVEMENT.PROJECT_, .: LOS ANGELES..... . . COUNTY.OF LOS ANGELES.....,.. :-,.._$.1,21:1,3$7.65. • 14-0035 ' FARRELL DR.RIGHT TURN LANE AT VISTA CHINO ' PALM'SPRINGS '' - HILLCREST CONTRACTING $.136,133.86w" 14-0036 ROUTES ROSECRANS CRANE OPERATOR RENTAL).... ..._. -, NORWALK .. ..w. :"_.,_.....$IIIMMICK:CONSTRUCTION..:. . ........$11.,800..0.0: 14 0037.. ..... , . HERONDO-ST/HARBOR DR.GATEWAY IMPS. REDONDO BEACH EXCEL PAVING "." ... •$1,538,473.26 ';....14-0038 LACIENEGA BLVD.-OLYMPICTO AIRDROME . -.. LOS ANGELES _... , ...• CITY OFLOS.ANGELLES .$1„178,419.36 ,.14-0039. ' ..:. :::....:.. _BARHAM.BLVD._STREET IMPROVEMENTS:...,.>. .. 1';...... LOS:ANGELES. :,.:._.__,,..,.-.._.,._..- ..USS CAL BUILDERS $94,131.30 14-0040 "` WILSON AVE./HARVEY DR.AND BROADWAY • " GLENDALE' i CITY OF GLENDALE ..$338,632.43 . 14-.0041 : . ...... MOORPARK ST.WIDENING.._: :....:.:.....LOS.ANGELES_:...:.:..•.-_:.... _:_w. . GRIFFITH COMPANY _.. _._ .......,.$248,4$0.20:.:.. ." . ..:.:,1.4-0044.. ::........:.....:.....W: '2014-2015.STREETLIGHT IMPROVEMENT ' ..:NEWPORT BEACH CITY OF NEWPORT BEACH $972;18419 144645 • _..... . _,..,,,C_LIGHT SYNCHRONIZATION..............._.,;. INGLEWOOD __., .......... CITY,OF INGLEWOOD $537,550.00..2 . 1.47.0046:::_ :..: ,,.. "..I-10:AT JEFFERSON STREET:IMPROVEMENTS_.__.:.,....::.�;::' :::.::::::::::;;:;;.::; INDIO-:-._........._.---::—::::::::-.. ....,-RIVERSIDE CONSTRUCTION $1,-926,460.99 :• 14-0047 ... .....-PORTOLA SPRINGS(PA 6)BRIDGE&TRAIL IMPROV ...�. IRVINE '_ HILLCREST CONTRACTING $234,496107 ,. :14-0048 ..........IN-FILL STREET LIGHTING AT.FAIR.OAKS AVE,. :;.. ... .PASADENA .........._..._...,.... CITY OF..PASADENA ..._ ; . ...$3:15,800 00 ...::,� 14-0049 RIVERSIDE DR.AT CENTRAL AVE: ..:_„_,,, .,;_-> „.' ,,'CHINO-"-,_"„�,. - CITY OF CHINO ' _. ""._ .; .._—$214,640:02 14-0050 IN-FILL STREET,LIGHTING AT'EAST.COLORADO . .. .PASADENA`' _ ..CITY OF PASADENA. . ... ..... . ....... $690 935.53 .. .. .. .14-0051 .:::.:.....:..:::...:CAMINO REAL.PAVEMENT.RESTRIPING. ......w_.JURUP,A VALLEY ALL AMERICAN ASPHALT $19,000.00 14-0052 ::.-HARBOR BLVD.AND LAMBERT RD,, . . . :I A HABRA SHAWNAN $212 235,4 7_ 4 .14-0053 ' .. . . _: :.GILBERT STREET IMPROVEMENTS . . : ... ..-.........-ORANGE . ," . :. ::..... ALL.:AMERICAN.ASPHALT_.....:.:.:.:.:.:.......::::::.$496,555.06 . 14-0054 , BICYCLE TRANSPORTATION ACCOUNT'>.. 'TEMPLE CITY .-... ALL AMERICAN ASPHALT '''............,..................$18 867.70 ' 14-0055 108TH ST.ET AL LOS ANGELES LOS ANGELES.ENGINEERING, .....$380,633.90 . ..14-0056... .,...._:w. ,_. _,::._,,.BEAR VALLEY STORM DRAIN VICTORVILLE . : O'DUFFY CONSTRUCTION $178,345.93 . •' "- 14-0057,, ....GREEN RIVEE.RD;WIDENING... . „._ ,CORONA... .. ... __.. ..SULLY-MILLER..CONYRpCTING i .....000,119.35 14-0058. 1440,5.MANCHESTER AVE.._.:.:.:... .... ..._ .- ANAHEIM.:.....:::..: . :._:::.:;:BERGRLFCTRIC CORPORATION. : $lb 830.,.00.:.....::: ... ......::. .. .. .... . :14-0059 ... RAMONA EXPRESSWAY ST.IMPROVEMENT „ PERRIS • ALL:AMERICAN ASPHALT--; .::.✓ $256,536.45 :— ._14-0060..,. DOVER J. R.AND.WESTCLIFF DRREHABILITATION NEWPORT BEACH......: -.-............,ALL AMERICAN ASPHALT __.__.. $708,517.83 _- . 14-0061.:. '... _,SIGNAL MODIFICATIONS AT,OLD.RIVER SCHOOL ;11 DOWNEY CITY OF DOWNEY $8,500.00 14-0062 W.C.FIELDS,STREET WIDENING IMPROVEMENTS. ., ;k. .........-LOS ANGELES .,__.,, USS CAL BUILDERS. .. ..._........' ... ..$210,000.65. . 14-0063 .. .. 20.FY. 14/2015 PAVEMENT REHABILITATION ...... :: . ..:... :ONTARIO ....ALL AMERICAN ASPHALT w,...,.$34,000.00,...... 14-0064 = w._.SHRiNERS FOR CHILDREN MEDICAL CENTER: ` .''.. ' 'PASADENA ` . �BERGI LECTRIC CORPORATION. .'. ..$46,791:00.. 14-0065. .: .........:.CARSON..ST.MASTER PLAN..IMPLEMENTATION.... _. `__. ... . CARSON,..._... .,, • POWELL CONSTRUCTORS . $3,330 603.62.. M ..14-0066 _. .. FIRESTONE BLVD. NORWALK COUNTY OF LOS ANGELES $717,614.21 14-0067 - TUSTIN RANCH RD,.AND IRVINE BLVD.: _-..._TUSTIN, .,,". .:, . THE MARK COMPANY_ ' $379,847.55......_ 14-0068,. - . .. .VERDUGOA„VE.BTREET.IMPROVEMENTS..... :.. BURBANK........ .. ...._.CITY..OF BURBANK.......:.: . . $518,425.53°. ._:: .....___ . 14-0069 .! FOOTHILL PARKWAY WIDENING •••1! ,•••••••••"- "CORONA:, ALL AMERICAINIASP.HALT „ 14-0070 :„LOCUST AVE.STREET TMPROVEMENTS,7, • • --,RIALTO.,-.71._1 -.v.ANc.E..coRFORATION...- 14-0071)........ ,TRAFfIC.SIGNALS AT ANDERSON AND PROSPECT ;: LOMA LINDA " •-• • : BERGELECTRIC"CORPORATION ) •"-$3181•50.01; ! `'):•••••••14-0072.• ! STREET REHABILITATION-70ITYWIDE(13/14). „ ,POMONA_. ..ALL AMERICAN ASPHALT $1,166 98 • 147.0073 . „„ JEFFERSON BRIDGE CONDUIT SYSTEM ..... INDIO IMPERIAL IRRIGATION'DISTRICT)---) ')--$243;II•6704''. •• 1,---14f0014- 7 IRVINE BLVD PEDESTRIAN OVERCROSSING IRVINE ..„ 7 Tpovmu,coNsuvoiTots-,, :.i...::10171EgitY,AVE.BETWEEN:JOIH ...„.„ :„..„ALL AmERIcAN.AsEHALT.1. . I _.$7,400.00 ......... 14-0076 ! TRAFFIC SIGNALS AT'AMETHYSY-A—Nti HOOK.-- 7 c"------ViCToZifill.7 17 -Crfir-I*VICTORVIO,E- • 140077 R9.1.CORRIDORTrwRovEmENTs., ..„ i[ CORONA71. . $1,060,00160_,, 14-0078 : --,-„„.„_==,NALLEY VIEW AND ADOREE ST LA mIRADA • • CITY OF LA MIRADA "---------"064;61-0:75---- 144109-7 • -7- " LOIsIG BEACH ALL AmERIcAN.AOHALT 140080... ), . ...............ORTEGA )$63,100.00 14:0081 •••••-lyikIRoLrNic PARKING LOT ‘: - RIALTO• ••••••"-" • • KASA CONSTRUCTION i • _ . BICYCLE SYSTEM GAP CLOSURE . LONG BEACH , )),SULLY;MILLER CONTRACTING- ..„ 5336,78721 -14-0083.„....! _.„.„ ALTON PARKWAY STREET IMPROVEMENTS• • " •• "IRVINE.. " • •• ALLAMERICANASPHALT-. • $930,1•41.53" • ti• .. ,LAUREL ST,BEAUTIFICATION;GMH ; GLENDALE ' ALLIA.MERICAXASNALt. ...-1$2.3.8),383,9.47_ 1,--..AS,NEEDED 1!...=...)..,„.....LOSANGELES, • „,-; -COUNTY OF LOS ANGELES $1,484,480.98 •11.- "-CRmc-,•7EpEXPANSION"---- -'••=••-"-)•=''''•••7 r•-•••)•••••=') .-'-"CORONA -•-• : "BERGELECTRIC coRpoRATION7.17.I •-,--$.474-,114,$6‘..-. 4, 14-0087 •..,...PLANNING AREA .. IRVINE .. KEC ENGINEERING_ 14-0088 • -MAINST.,LAKE ST.Aisti.milANArotis'AVE." AtiisTrimoromilacir.- •"."." ALL AMERICAR ASPHALT ••••••••••••••••‘;-••••••••••--17,200:00-• 14,0089' HIGHWAY.SAFETY IMPROVEMENT PROGRAM ...„ SOUTH GATB CITY OF SOUTH GATE $634,037 99. ...14-0090 WIDEN-145-MOJAVE DR.TOSTODDARD WELLS RD, VICTORVILLE AMES CONSTRUCTION,INC, $2,325,528.46 14-0091 •• )•;•••• PLANNING AREA 1 EASTFOOT BASIN ) • • ICECENONEERING•- .• - 14-0092 IRVINE BLVD PHASE 3 IRVINE ..... „.HILLcREsT.coNTRAcTING...: ...„$82881293 14:0093 - :cRERSHAW BLVD.TS SYNCHRONIZATION ••• LOS ANGELES COUNTY OF LOS ANOFT PS ,•_•$I,568,5460". 14-0094. DlivV/t.LEET.NIANAQEMcNtPARKING L0T „,„ BERNARD_ INQ., ALL AMERIck-N ASPHALT . _$24.1,873.48........., Hi 14-0095 f HOMELAND MDPLINEL,STAGE 1"•• • •-SAN BERNARDINO " • "))))) " ))-): -$126,78914- 14;01506 : $ONYTT.S813.OVERLAND STREET IMPROVEMENTS 11 CULVER CITYL . „..., 77 „ .$473,161:041,-; SOUTH..GATE _....,REU.ScONST.RuCTION - . . - 14-0098 TRAFFIC.ST0441;01FRAsTIWCTLJRE UpoRApES---11_ DIAMOND BAR ' • CITY.fOrPtAMONO BAR " $420,871 90 r • EL...14,4002T, „,• LIMONITE AVE.PAvEl4ER.T..REBABILITATION...„ _j JURUPA VALLEY !S ......1„ $34,600,0.0 r 14-0100 FERNWOOD AVE.&BULLIS RD.TS IMPROVEMENT ""I 1: LYNWOOD ' ):CITY'OF'LYNWOOD: -$224,718:00- E,_14-0101 .MAGNOLIA;ST.AND BOLSA AVE._Thif..WIDENING WESTMINSTER •••••••• VTDOTSAMARZICH • • •::$309,00000 CONVENTIONCENTERPEDESTRIANBRIDGE....... ..:. LONG BEACH !:....„ P-OWELL:CONSTRUCTORS,- i'••••••••••14:0103 •• " • • • RIVERSIDE DR.NEAR-ZOO-BRIDGE LOS ANGELES f"). •" Okla ENTERPRISES,61t: $485,745 30 . 1. _FIRESTONE„...BLvD-7 ALL AMERICAN ASPHALT_ _ 14-0105 TEMPORARY VDS AT YNEZ AND RANCHO VISTA • 1 4 • • TEMECULA r • HE --$10y5:06 ir-1410166; 7 BICYCLE FACILITIES AND CITYWIDE DlicEvaie- GLENDALEa ALL AMERICAN ASPHALT $183,1185:4. • • • • 14-0107 ' FOOTHILL BLVD.FROM ROSEMEAD TO_SHAMROCK' ' ,.:...........,LOS ANGELES - . .. C,.... F 0... .: E. ... OUNTY O .LOS.ANG LE 14-010$... . .......... .,RIDGE_VALLEY AT MAGNET SIGNALIZATION.:... ........., .............._......_,.........IRVINE. , ,:v;.:...,.:,_.,,,.:HERITAGE FIELDS LLC < '$436,651.81.` '; 11 .:1._...,,•.... L. TRAFFIC SIGNAL LEFT TURN PHASING&_UPGRADE CULVER CITY ..... CITY OF CULVER_CITY..... . 4..44.:.:.$.1,035.,714.69...; 14- 110 TRAFFIC SIGNAL UPGRADES AT.V.ARIOUS LOC,....._ .- : . ..-,:._ . ..DOWNEY....,,;, ........... . _.CITY OF,DOWNEY. .._ $1,793,000.17 il .._..1.4-0111 .. !,..:::NEIGHBORHOOD:LIGHT.ING FOR ENHANCED SAFETY : SANTAMONICA" . '" "CITY OF SANT'A MONICA .,.- '.: ,..2 $680,120.00 ' , 14-0112 MCGAW-AVE:AND ARMSTRONG AVE.-TS•INSTALL_ ., ..-...... IRVINE . .. _. __• --CITY.OF:IIiVINE_.___ w ::.._._$557,490.00. ....._...._14-0113 TUSTIN.ST,AND LINCOLNAVE:,.................:....::.: ORANGE ::_ . -. .. ALL AMERICAN ASPHALT . $231;313.88"m, ... 14,0114 ` ALTON PARKWAY-WEST CORE TECH ...-__-._... __.�,... .._.._.._ VERTICAL CONSTRUCTION,INC._._ $20,819.00.. IRVINE 14.-0115 .. .. .._..__.._LAKE F-REST.... ...-. .KASA CONSTRUCTION. $.92,190.00..... PORTOI.A PARKWAY IMPROVEMENTS..._ ,,.. � . ___ FQ _- , _--_. 1..- ...; __,..._.. PEDESTRIAN STREET IMPROVEMENTS LYNWOOD_ _.. ALL AMERICAN ASPHALT . $177 600.001 -` 14-0117 ; `... .._BELLFLOWER BLVD,AT IMPERIAL HIGHWAY... ._...- ......:...._.. ....DO.WNEY.. . SHAWNAN:.__-._:.,__..:.W...-... >$451,891.87—-M .. 14-0118_....'_.<:,.., •, ....__....1.1TH..STREET IMPROVEMENTS._:_. :. ..—.. :.. ::::.-, . ... ..::.... ,.. . -. .UP ALL LAND AMERICAI�-ASPHALT .' '_ ` $241;944 80 _`:. . :. 14-0119 TS AT SERFAS CLUB.._AND'RANCHO CORONA CORONA .. ., • .. .,.CITY OF CORONA__., $280,225 68 14-0.120 .. ,.....CARSON ST.AND AVALON.BLVD_INTERSECTION z.,- ....... . CARSON _ _.:. ALL.AMERICAN.:ASPHALT .,... .1 . $7,158.35 - 144 121 . , NISQUALLIRD AT FIRST ST... ,,,VICTORVILLE CITY OF"VICTORVILLE ` .7, $601;951:00_.. ." ...14-0122.....1.� ... _MISSION/WINEVILLE_TRAFFIC SIGNAL_.. ............. .`:j..... JURUPA VALLEY.-_ ...... _,. CITY.OF JURUPAVALLEY . _-r 1 . $293,3,8.1.00........,; 1 -14-0123 ''__s .,. ::: ..TRAFFIC SIGNAL:TNSTALLAT:.CARNELIAN-ST.•. ., ;: RANCHO CUCAMONGA CITY OF RANCHO CUCAMONGA ""; $1;092;589:02" ; 14-0124' ` WILDOMAR SQUARE._. .._ . ._. WILDOMAR „.. . PRIMUS CONTRACTING GROUP... .$120,533.0Q__u Jr..._14-0125 : :_....._ _:.--:,:KAISER CHTNQ CHINO...__.:.:.,;:::;.:..,. ._:.:._ PLATINUM ALL AMERLCAN:ASPHALT_. $163,324.35 .. 14-0126 .' ' ;: ' MOJAVE-T&M :. -BARSTOW . _.. PLATINUM SCAFFOLDING.,-' $217,405,79 _14-0127.. > _.... TS_AT..ORANGEGROVEAND•COLORADO::.::.::._...:.:...,:::,.. .::_._____,. PASADENA ...... ..:....... _..._......._._............._CITYOF.PASADENA:.:: :.::_::::.._:: - .$423,950,08....,.... ::.:.:::14,0128, . .... -REPLACE STOLEN WIRE AT WALNUT-STREET. RIALTO r- - VANCE CORPORATION ..S7,078:78. 1420129 ` _... TRAFFIC SIGNALS AT SUMNERAVE AND 65TH ST ._. !!: .__ EASTVALE ..._..__ i CITY OF EASTVALE ..._....__..._ $189,974.00...._..._ 1_14-0130. •, _,.„„,TRAFFIC SIGNALS AT.ARTESIAAND E .INDUSTRY.. ;.', -<;_LAMIRADA . ._:::; CITY.OF-LAMIRADA . $299,490.43 14-0131 _.FIBER OPTIC NETWORK EXPANSION ... _— EL SEGUNDO :... 1 . ..... CITY:OF ETSEGUNDO_... $5361(i4.234 _1470132._ 2...._PEDESTRIAN CROSSWALK IMPROVEMENT.._ , . .:i ji. ... .... .CUDAHY._ _._._._...-._.. ;. ....,................_.,,CITY_OF CUDAHY.,: ._:-n,1 .._.:..$.1,012,169.90 14-0133 BASE LINE AND 5TH STJGREENSPOT CORRIDORS. .7 ' :.. HIGHLAND _.... .. CITY'OF HIGHLAND . . . . '... .'$217,181,61 .14-0134 _ , • BRI T L STREET .....:.::::..:.........: _.. � COSTA MESA.......: ._,. .SULLY-MILLER CONTRACTING ,--; -.....$.33.1,508.87 .: ... 14..0.135........' ................:...:..........::._8TH ST...AND,:OCFA FIRE:STATION. . ......._..._....':_..._.: .IRVINE RJ NOBLE $370,517.79 " z. :_.::, ,_:::�:_.RED..._.... . .._... _..............:......._...._.__�.....�. "- 14-0136_..... ....... ... .._...._ ....._....... _.... HERITAGE PARK . ....... LANDS_. EBS..:::-_.._.__... $55,$341.0 ,...-. ..14-0137._._..... _,.. ..:...-. . . _...._.-.., ,FLORENCE AVE.._: . ._. ,:. ._ -,.,,..._`: ,. : L OS.ANGELES::......_..;,;...............COUI!ITY..OF LOS..ANGFT.PS:__,:...:.. :-:-::.:.$2,100.,8.16.77::._ 14-0138" i TS BATTERY BACK-UP AT..20)LOCATIONS' .'' 1 --'—I)IAMOND AR :_" 7---.,-,....- - CITYOFDIAMOND BAR. :,-...$193,560:00w -_.._14.-0139 _ HIGH DESERT GATEWAYWEST SITE WORK..., , •. 1 _ ._.,_.. HESPERIA ..... ., € ..LYLEPARKS.JR.CONSTRUCTION., ..._.,$88,816.00 ..,,.,_. , '- .1470.140 . ...............................CITRUS..AND RAMONA..GRADE:.CROSSING ., ....__.__COVINA_ _ . .-:. .:::SULLY-MILLER CONTRACTING $600,651.25 i 14-0141 • A ST.AT 4TH ST.TRAFFIC SIGNAL '.: '.....3 PERRIS CITY'OF PERRIS ........._......•' : :`$127,209.78 ! . 144142 ,,BIKE..TECHNOLQOY DEMONSTRATION. - SANTAMONICA.:.. CITY.OF.s0I.TAMONICA.:........ .. . ..$249,397.03 14-0143 i BEVERLY CENTER RENOVATIONS i ; LOS ANGELES I.` BERGELECTR1C`CORPORATIONW - ....194,186.73-..'.. 14-0144 : ..... . .ORCHARD HILLS.(PA 0 ... IRVINE .__. _. .: q . ALL.AMERICAN ASPHALT............-1 . . $406,441.32 ..., . •-•' 1420145 DISTRICT 3 BARRANCA.,• ..•,' . ....W _INE '• ALL AMERICAN ASPHALT , ..i,', ...$1,W1,159-..16 „.... .... . . .. . . .., :! c .......1470146._J 1 , TRAFFIC_SIONALyps.AT 15..LOCATIONS, ;: RA.N.CHQCucAMONOA,„,::;,....._CITY.DERANCHO..CLICAMONGA„,....-A i„,.--,$157,40.0.0.0.,._„.. 14-0147 !: 1 IMPERIAL HIGHWAY TRAFFIC SIGNAL -- -a- i ----DOWNEY' "'I..-- -r----'''''''-------tITY‘OF'DOWNE-Y---— ,-T---$490,374.77----!- ' 14,0.148,..;I,:. •-._TRAFFIC SIGNAL INFRASTRUCTURE UPGRADES. ;, ,.DIAMOND BAR . : CITY OF DIAMOND BAR , .. _ . „ ' _ .$489,709,00 ::... 14-.049_,) i .. ...._.... ......,..EUCLID AVE.EMERGENCY REPAIRS .. • UPLAND ALL AMERICAN'ASPHALT-- !- --1;------t60I15116'• -, ,, .. . 14:0150'-'. --'-'-TRAFF1C"OlikliicTIORCOMMUNICATTON UPGRADE :. pbmoNA 'CITY OF PQMONA.................. ......„ !! .....$947,107.03... .....14-015.1..........•1-_____FY 2016,17.TRAFFIC SIGNAL REHABILITATION________' ...... NEWPORT BEACH. _.. __CITY OF...NEWPORT BEACH :! $660,817.16 4:40152' --- -il --STREET lant;ON MISSION DR:AND PADILLA ST•i-.-7 i SAN GABRIEL . - ALL AMERICAN ASP IA LT - ii—S51:768,80,,-,2 1470153....':R. : .. . .. _ . :. ALONDRA BLVD,.T„....71_,........„._ __..._kC'! , ,..2-LAMIRAD.A.„. .! . .' .. .CITY.OELA.MIRADA. .I!:1 $191,149,22,......f.: .[ 14-0154 ' :I WATER WAREHOUSE#1 PAVING PROJECT ------ - ' - VICTORVILLE-- !-' ALL AMERICAN ---'''i': "S25,788.00 ."!! ! . . „ ... 14-0155 VANpuREN WIDENING • RIVERSIDE.._ „.._ • -' ...... . _ALL AlvIERICAINI.ASPHALT _......:,!y _$771701.94. ....:, . . .... . I_ 1.4701.50„.,.- li•----..--'''''- - • MOFFETT.,DR..EXTENSIONBRIDGE . . . .. i I .._.._... TUSTIN .-,,.. . USS CAL BUILDERS 1!': .$384,185.61 14:0157 7 !1! -RELOCATEEXISTING STREET LIGHT — i- ' ' PASADENA - • PR CONSTRUCTION ; ; $42 069.51 , ,..14,..0.159, :, TS IMPROVEMENTS ON SANTA.MONICA BLVIX,.... I- WEST HOLLYWOOD.. . ........,....SULLY,MILLER.CONTRACTING..„....,I- :,.. :$642,215.8.3...,...,.; 14-0160- ,,i, - - - LA MESAAND-AMETHYST"ROADWAY REHAB. .',, " ""-VICTORVILLE !-------- ,;C.A.RASMUSSEN- ---- - !! $120;800.00- 146161 ,,i; .1 2:117.TRAFTFIC sIONAL.MOb..:AT 12 INTERSECTIONS.......„! 1.......i............1........LYNWOQD.:!. i . :. l.. :•.,.........._CITY,OF LYNWOOD_ ..............;..1....$1:621,362.21.'... 1 :'._,..14-0162,J,l'....._ ...__.,.,PAN/ID A.BROWN MIDDLE SCHOOL i li - WILDOMAR H&H GENERAL CONTRACTING [1 S276,069.00 ' '• .-. 14-0163- !: I, OCEAN VIEW BLVD.REHABILITATION-- — !! 'i -: ",GLENDALET; : EXCEL PAVING, ...._ 1- $579,404.77 ,, ! ...- ...147„0.164_ ::,t ._ _ ,,, . _BAszuNt.Rom) . ...,.1...,..‘ . . . .,' RANCHO,.,., CUCAIVIC*IdA:. , ALL_AMEFtICA/NIASPHALT ,1 !: , .„$35,800,00. I4016'5"-: 1!"-----....aSWOitTirST:ANteAaSSANpRo BLVD.; , ,1"---IVIORENO'VAlitir- •° • ,.' bebtIFF1(CONSTRUCTION ' --- ,. ' •s/02;000.00'.„.': 1 14-0166 .:,:i TRAFFIC SIGNAL SAFETY 11V1PROV.-MAAR RIX._ ..„1 1....„.................„LA pLJENTE „.,.................. ..•., „CITY.OF.LA P.IIENTE ......... .....i,i,... $849,103.38,„, 14-0167 H1i TOWNE AVE.AND RIVERSIDE Dit.TS '! " -1 : -- • - -POMONA - -- - - - - CITY OF POMONA ,',,II'- $125,987:80 -- ! 14-016-8 ,:i 1PAVEMENT REftABILITATION,MARGARITA Rp,.. _f !- ... ..,.....TWECULA .„.„......, ... . ALL AMERICAN ASPHALT:...,..1,-f 1 :.$1 0,400,0.0. „14-0169......_: ,• . . . .t1..,ToRO..T.s.:symgRoNizAmN. ....•.... ............-LAGUNA.WOODS.......„ ,... ',.'''.....,...„...CITY.OF:LAGUNA WOODS, , ...„- ,.. $354,500.00 XI" 1*.0I10 : '7', • 'MOULToNPARK.WAy REGioi441,Tsi.syNeinioN„.y. -,,, 1 LAGUNA WOODS ..: CITY OF LAGUNA WOODS - !. i - '$2711101:54•- . 1 L._147017.1.2: !„._FOOTHILL,BLVD„„AND„DALTONAVE.TS INSTALL,_1,!......_ ...„.....AZIJSA_ . .. _! ,„ , CITY OF AZUSA .„.: _ „_ '.. ..$353,850.00......-:',:I 14-0172 -' - ' --ORCHARD HILL NTS-BASIN-------------------I -------a-IRVINE " • "" . • "---KEG ENGINEERING-- S25 1,875.77-- •i) 140173.I.I..71'7.......I,. IcAzAN.11aLlitfriUFFICNONALIMPROY . ..,. - , ijoni4L,......._. .... ._.. „..,., .. CITY OF[Win, _..,.....,.....,..,7 1 r_11,1003;368;.:24 14,0174.„ .i-.„''''''„..„TS.AT KRAMERIA AND VILLAGE WEST DR. ... RIVERSIDE ALL AMERICAN ASPHALT .i ;, !:$279,347.32 . 1 14,0175 I- • CREAN LUTHERAN HIGFISETIOOL -- i' -----IRVINE m !- - ALL AMERICAN ASPHALT ! i: !$245,192.18 1 ......1.4.0176_1.',___ _ __.,........=,.....=BAKER.Avt,AND.6TH.SLt. . :.. :1 !-- :ONTARIO, .C.rry:(A„.0NTAR10...._ ''''.„... ! .,.. $.633,14043,.....,I i- -1440177'---'''. -----SB49966 FIRESTONE&HILDRETH STARBUCKS------7-,---------SOUTH GATE j---- -If PR CONSTRUCTION "--- 1.'., '--$31J75:21----. .! 14-0178 '-' TEMP.VDS.AT RED HILL . ......... . .._ ....:', . ....... ...IRVINE .. . .,... ___! _ S E PIPE LINE CONSTRUCTION 1',I $5 ,874,00' -: ...,., ..,.. ,, . ._14-0179, I._ ._ ......_ ., ._ FASTPRK SENSOR SYSTEM..,... . „.. .,_-_....-.LOS ANGELES. ... '.! --WORLDSENSING.. _. ..., ....:•.!.„..$12,272.02....•: ',1 14-0.180 : : RAMSEY ST.TRAFFIC SIGNALS- .. • -1..!;" ' --BANNING`''. • .- - -- --.• CITY OF'BANNING---- i_ I - $452'979.50 ' . • 1 i[....,14,0181.„.,.; .2 .:...._,sx62.AND.LEAR.A ...TRAFFIC SIGNAL ,., ....2 .....TwNTy.N.wETALms _,..,,,,,„CiTy..,0F.TWENTyNtNE.pams L „.$551,080.55,. ....' i A:cm-;,1 LOS PATRONES PARKWAY ROADWAY IMPROV, " F- -- MISSION MO - -- - -- RI NOBLE -------:T." 013-5:571:961-. j7.7.i4,0ii3...'1. I._ ETTIANAC RD,AINID IVILIR.RIETA RD._...,..., .....1;I.:, ... _.--.-.TE7:WS___.: . ._ '.... . . .OTT OF PE!!-RRITS , ,,, „:' ..$269,264,07-7 • . . . . _ . • . . . . . . . . . . . . ._ . . . . .. . . . . _ .. . . ... .. .... . ....:... .. . .__,.1.--01.84... :'.. . _____... VENICE DUAL.FORCE.MAIN"„` _:.:_.: :- :°:LOS ANGELES VADNIAS TRENCHLESS'SERVICES: ` -$516 179.38.. : 14-0185" r - STREET LIGHT INSTALLATION ON STEWART-St;.'. SANTA MONICA..' , "—CITY..OF SANTA-MONICA77 •µ-':f .. $1 ;..:114-0186 u` • HWY'III At CLUB.DIt....,.,,,:,,:_.,......-,...:F. `...w,,,...__.INDIAN.WELLS,........:.. .....::.....:.:CITY;.OF_INDIAN_WELLSs,�,.... $233,971.52 ,_.14-0188:;? ' I-210 LOGISTICS CENTER III OFFSITE NORM: • _ -- RIALTO --.- - - HILLCRESTCONTRACTING - $590,326 28 , 14-0189 r ... . ...........CAMPUS IMPROVEMENTS.-PHASE.1B...........:...... ............:: .SAN BERNARDNIO-. . . • ._......:.....::ROADWAY EN•GINEERING :.:.:.,.::::.$192,725.0.0 , 14-019(3.,.. . -.TRAFFIC.:SIGNAL ON.MOJAVEDR,-AND.EASTTRAIL VICTORVILLE ' ' '-" CITY`OF VICTORVILLE"_..,�-. •° _�_.$417,738:30 • - 19 - _ - ._._ ATP_CYCLE II ONTARIO ROADWAY,ENGINEERING..._..,..;:._ ::.. ;$64,569 00. . . 14-0192.. . ,°CONTRACT.D2 OFF-SITE STREET..IMPROVEMENTS..::„,. _. ._,,..............-WINE . .. ALL AMERICAN ASPHALT $983;324.57 '; i 14-0193._ — u:KARMA AUTOMOTIVE ST:IMPROVEMENTS IRVINE'- ', CALIFORNIA COMMERCIAL" `$530,840.19 s,.. .14-0194. .'; .. FOOTHILL BLVD..AND..PALM.DR.TRAFFIC SIGNALS, . .AZUSA, ,._,...... .: ..... .:._.... ..:.,CITY.-OE..AZU.SA .,.,_,..�,,:_:� :....::.$256,174.5.1....... , ... .. ..... .......:5_::::::._. ;._.:,_.... :: .........:MOFFETT DR AND LEGACY RD. ,-•TUSTIN. . -.......... SUKUT CONSTRUCTION il....._"........ :._.......$1,853,032.20 • • 14-0196 FOSTER RD.SIDE PANEL IMPROVEMENTS NORWALIC SHAWN-AAN: _... __._..-----._.. $615,810.52.._ . ;. 14-0197.:. .' TRAFFIC..SIGNALS_AT.LATIJERA.BLVD..&:74.TH.ST_.--::-� ...,�__,LOS:ANGELES_ _ BUILDGROUP ' $178;586.08 ,14 0198• : `TEMP:VDSAT PERRIS-BLVD.AND JFK DR. - " w MORENO VALLEY -.` .,,... .7-HERMAN._WEISSKER ._ T T$,134,104.78 " 14-0199.1:.: € _...TS.MOD.AT CLARK:ST.AND_BOX.SPRINGS..RD,L.._. .-_.....- .- _ --- _. MORENO VALLEY - :-. .WERMERS MULTI FAMILY CORP 08 2 ARTERIAL STREET RESURFACING ALONDRA'BLVD.: --"PAR AMOUNT ALLAMERICAN ASPHALT —. . -'3267200,00..,.7.... , .. 14-0201..___� _.__._.STATE COLLEGE BLVD.GRADE.SEPARATION_... :,::: FULLERTON- .._. :. ..:::...._.__.._..STEINYELECTRIC,..__,.._:-_....:_..::...:__�, $33,735.94 , 14-0202..:. :: , ....._.._,,_ . .MADISON_AVE..APARTMENTS ..&a MURRIETA STEINY ELECTRIC $35539.19 ' • 14-0203 INTERSECTION IMPROVEMENTS'AT PCH M -7,. .P •LOMITAt . GRIFFITH....-. 7...._ COMPANY . . , $598 271.17_..._.., P ,. 144)204..... < .... FREEWAY.AND ARTERIAL-SIGNAL.S.YNCH.. :,.: :. .._RANCHO CUCAMONGA.., ,: . .CITY...OF.RANCHO...CUCAMONGA $649,185.92 14-0205 - '.` ` .. PENNSYLVANIA AVE AND 26TH ST,: SANTA MONICA—. STEINY ELECTRIC - .$,94,252 38 ,.�' S 14-0206•. ..._ _GILMANSPRINGS RD,,AND SH-79 NB RAMP. _, ._._ GILMAN SPRINGS...-. fz,. .ALL.AMERICAN.ASPHALT _ $207,573 00 ::.::, : .._ 14-0207 RYON AND ALONDRA ' —BELLFLOWER _. `"•.,_--- ALL AMERICAN ASPHALT ,__ _. '. --$7,200.00:W-- 14-0208 ..... ;. _ ...... .SOTO.ST.BRIDGE. --...W. .. ... .• 3 .. . LOS ANGELES.. ..... STEINY ELECTRIC.. ......... $1,053_.12 • 14-0209:. .:.:::.. ...:_...............:.::_.....:... ,...... .WE$TFIELD- ...... • ..._... _ -, - CENTURY CITY STEINY ELECTRIC $1 053.12 .__14-0210` ........... .... BAKER ST.APARTMENTS • E -- _.. : - ,. COSTA MESA ......__._. STEINY ELECTRIC............ $2,106.23 .. •..,..147021.1__:, :_..CSULIi_MSX.UTILITIES INFRASTRUCTURE UPGRADE ___:. _LONG.BEACH:�._.. <.. - :-.-__..:.:C.W.-DRIVER_ ......_._.........._....._....._._..< ........ $1.0,-5.90,00._.._; it 14-0212 ': LOS TRANCOS/EAST PELTASON`TRAFFIC SIGNALS IRVINE - ... UC IRVINE $329,905:3$ :••: 14-0213 < A ..S..-.. ACCESSIBLE PEDESTRIAN]SIGNALS ALISO VIEJO •CITY OFALISO VIEIO .............. $100,285.00 i 14-02.14..., LOS"TRAICOS SERVICE ROAD IRVINE UC IRVINE $255,326.01 14,0215' 1y -CONTRACT D1 ON-SITE STREET IMPROVEMENTS IRVINE_.............._.... . -......_"HILLCREST CONTRACTING . , _..$233,580.03 ;_. ..14-0216___..:' .. ........VAN _.STATIONNO.39 . :...._...._.............:.......: .. `,..__... LOS ANGELES__ .. - FORD E,C.,INC.INC. .............. A,.,_. ` __._3$232,918.27..,..._ KSE UNDERGROUND UTILITIES $6,862.44 11 14=0218 '.' ` _. KRAEMER JUNCTION • KRAEMER JUNCTION • KEIWIT '- •$2,123,29,1.30... .... ....... .... • • .. .14.-0.219....: .SAFE ROUTES-TO SCHOOL:CYCLE 10...w... .,_,.m:..�; _.... SOUTH GATE_:,w.. .......... "- .:.. ..,,CITY,OF.SOUTH.GATE._.. .E $456,258.25...... 14-0220 IMPERIAL HIGHWAY IMPROVEMENTS #.... ._ INGLEWOOD SHAWNAN__.__ - -.u$1250;875:67 14-0221_. ! • STREET LIGHT.MODERNIZATION ___ ._.._ . .._...:SANTA.MONICA.......::::..:.: . ... CITY OF SANTAMONICA . $1,551,362.84 : :: 14-0222.,:. 1, :.:.:.::::::::...:.:::.::::.Y.,,,__....==_.TALARIA.TRAFFIC..SIGNALS::::::..:,.,,..........,..,_......:.......:::-i', ;...:::::::::,.--,:-HURBANK ....._.. ... MCCORMICK CONSTRUCTION ; $231,902.00 SANTA ANITA 14 0223 SB47 .... 1_ 2 _,I,L,... ....... .69_7_ &.GARVEY,LI.,_..-... EL MONTE PR CONSTRUCTION •••••- 7II I, "-$9,904:00----- , ..... ,,........„ _ .. . _. _. _ . 140224:11...,..„...„FAsTp.A.KSENSOKSYSTEM(WARDLOW STATION.._„...„.i „..::„...LONO_BEACH. .........._.„.......„„. ,...,... WQRLOSENSING. . ..... ,....II ;• .$27,807,02, 14;025.. ..,ii„,..„,......,.. HOBART INTERMOOAL FACILITY„(BNSF), I. _LOS ANGELES.,.........,_---. ;...--.......„.....ORANITE CONSTRUCTION-,- -II I . $662,604.00 ; I ! ; 14-0226- •III RESIDENTIAL STItEETLIGHTTNa UPGRADE-•- "I Ii•---•- bOviNgy— ---''----------- :--*:CITY OF DOWNEY ii'I •$66,072.-36'• -, ..14;0227,:::::f;!I .. ......„... . ,1701 E,EDINGER.AVE,.BUILDING.J. „. .....„..........,_ I•I, $ANTA ANA - .. . 'VAT...INCORPORATION.. j! , $1331 8.8.71.„.,........ ,_.,..r.14.0228 ..; _. - __. .. __EUCLID AND BICKMORE CHINO CHINO • - I'I •-•741ILLCREST-C6NtitActiNG-------1 •:-------$6.00- •- i 14-0229 . ILI.'--"' WASHINGTON AVE.TRACT-3'1461 OFFSITE • I MURiirETA. • „. HWREST CONTRACTING............ ...I. I........!$430,042,09.....-; i:...,..14,0230....: ',..,LOs.sgitRANos..INFRAMuCTORE.gaitovEmENTs.....)1. . .......CHINQ HILLS_ ... ,. ___LOS:ANGELES ENGINEERING II,' $363,999.29 ;• Ili 14-0231 ..:iiI•-••--1274W PERRIS.&ELDER BOOSTER PUMP STATIoN.. ...•1 s .. .moRExoy.Atuy...'.... ''R:gH CONSTRUCTION SERVICES !!•:. -$95,".500,0ci-..1:i. !i 1]-:•144023 :,j ,PETERS CANYON CHANNEL, .,... .„.. : .,....:..r.,:. .. Ttr. .riN.. „ . , KEC...gNOINEEKING...._,,,__I‘.......,...:$440,448,70___....i,l, 14-0233 '1: 2018 PAVEMENT REHABILITATION--'• - •I ---CULVER-CITY- • ••-• •*ALL AMERICAN ASPHALT --$49;198:05"•••-- i !I .,... II 14:0234 •Ic------------- ATP SAFE ROUTES TO SCHOOL _ I -I LOS ANGELES.. .... - SULLY MILLER CONTRACTING.. II,L. $2,396,313.53 14405- „' • . AVE AVE J:.!.. , ___...FONTAI4A__.......i..___.,_„„SC_FONTANA DEVELOPMENT CO :::.„...:$535,4,00.84,_ , -.:, ,_ -- 14-0236 ' - `SAND CANYON-trA;ISij•FREE Miff TURN ' 1 .I••• •-:•••••••••• IRV1NE••••••••••------------- :I '-HILLCREST CONTRACTING il SI33;55104 , •I• _1420237 _;, ....: :RENAISSANCE PARKWAY AYALA DR.IMP.ROV.; I . .ItTALTO. „.,: ALL AMERICA14ASPHALt ---I'•I f„.$481,731..76 ',- 14„7.0238_...I.L. LAKEST.//-15.QFP.„RAMP&STREET IMPROVEMENTS -I, LAKE ELSINORE . -;„.. RJ NOBLE COMPANY .! $419,214.19: • II ! ; „1420239 ri 1 • -•4TH...STREET TCP. -STORM DRAIN ; RANCHO CUCAMONGA 7 MURRIETA DEVELOPMENT CO. ...:I. II $17,178.98 --.. - :.... ., .... .. .. , .„ . . ... .. . . ... „; ..„:1470240.,„ ,!! . __,„..,„ „„.:.....„...MISSION.sT.IMPROVEMENT.. -.- -- I';!,••---SOUTH PASADEN4 ,..... ...AMERiCA15._,ASPHALT SOUTH I ..$71,746.08_,., ., ! .1 ---.14:0241.' -,:i 1•""'' ---------TRAFFIC SIGNACUPGRADES-•:PHASE III 'I•1'''.--••••••-•DIAMONDB-AR•----- ' i•I•--".•"--CITY OF DIAMOND EAR - •• -•-I I":..$413',975.50-• .• ,I, --,...- .-. . ...— . ... ...... ......II„._14-0242 !-: UPTOWN.SURFACE LOT t: _WHIT.T.IER. . ! . ... EiCEL PAVING ....„ . ,.„. ..]: _ :S125,012,04 14-0243 !,II; 2018-2020 SITE IMPROVEMENTS •I; LOS ANGELES . , SHAWNAN • III II • $14,453:93' -- ...-, ,. I, IL-144)244. 1;1.7._ . .. ... ORANGE COUNTY QUAIL PARK . .. ... 1 „..„.,.„. .I11.VINE ..,-,, ..„ „,--SUKUTCONSTRUCTION.„.7. 7..:II iI.---.$53,308.,34 1 ,...1470245_...J il.._EXTEitioR.LuD LIOHT,coNWRsIoNA.TITARIOus,.„..... :::__:..„.„..........„.....CARSON..............,..,..,,,... ..,', •,I,.................. ....C.ITY.OF cARsoN............................„! ._,...,$31:13,000.00...........„.14-02461 II-' •I- • STREET RESURFACING ----7- - - • • TEMPLE CITY- 7. • '• • --ALL•AMERICAlsjIMPHALtI-I- 7: I, $4,7i0-•.00-. ... .......... ... .._„..........____ _ _ _ . ,1470247 ,,,I, __ ARTERIAL SPEED MANAGEMENT PROJECT .. - . ... PASADENA „... ....„ .....„__. ___CITY OFPASADENA.... .....$97,940.00_,..„. ; • ,... I •• 14-0248 I II GENE AUTRY•WAY•-• • - ' - - - - I I-- ---ANIAHEIM••• - -:' • • ' -GRIFFITH COMPANY-- -• ; 71 c••••••$t,707;05154 •I I . , I ; .1470249.. t;ji EL SEGuND0 tikV.p.MOBILITY IMPROVEMENT 1-I RAWTHORNE ,, • SHAWNAN 7::.,.-• „„...„.•.1. '. .••••$2,%/0.4,1180-. 1 i:_...14,0250,._„1 1,..,..,. . __.,,: ...:.....: MURRIETAtixomoNs.. ..._ . .,... ..,,,,,. ;.1: .,...:.„„.„„:„,..„..muRKETA, .„.:.„ ...„........_Faumus„coNTRACTINaGRoup._„ :_$23524.9.-..60- 14-o251 --'•j': -'••••WARNER AVE.&SUNFLOWER TS MODIFICATION j I SANTA ANA •: CITY OF SANTA ANA'I•-• •••• •• I;Ii; --$1"47•52:-00 I, I,.....147052 ..I': • ... . ..I-..... ..12 PARI&LACE.III... . ....................,_ _:„;,.._:„.j,f._, ,_.:0*ARib........,___ ...... ....,ALL.AMERICANAspHALT:.: ....._ 1.I.,......:.,...$63,21.2.o.a....:„.2 !, 14-0253 I I MEDIA DISTRICT SIGNALPICOIECT-2PHASEY----I•I: - •BiTRIBA/"%"11C -: "CITY•OVsuRBANK-----•-71.7-$2,216,194.607 1.4-0254...„...1 !...„.mmupIAN,-:.BART(*Al);STRET._ImPkOvEMENTS.11:. !.1; .. ...itivERsil*, -: ,. . ALL AMERICAN ASPHALT ..„. ...II'. ...$276,035.03 •I.,,.1470255 2 II --- ; ,-BNSE,OVERHEAD BRIDGE TO LOT 5 !I I SAN BERNARDINO AMES CONSTRUCTION.INC. I; I $573,605.37 I !. 14-0256 ! SAN BERNARDINO STREET REHABILITATION il , MONTCLAIR i . ALL AMERICAN ASPHALT.... ....71,. ' • $69,242.00- .7 I'•i'- ..••II . , ,I L..1440.258. ..•I 'I . . ...... ,...... ii,. EYKNOX BLVD....-.„.... . - .1' L.,, „ PRit.TS_ ._ ,. ALL AMERICAN ASPHALT, -„...I. ..... .$971,933.77 •I 7••••-•••-•14-0259- • STREET.TRAFFICSIGNALAND-L-A'N-15SCAPE •-•---k c--- •••IiiGHLANTh '----------''---'7- 1tiT1IOF HIGHLAND - -$694;55140-1 II 144)260• II :I- EtICLIO-AVE.STREET--&TRAFFIC IMPROVEMENTS If • CHINO _ • • -• •ALL AMERICAN ASPHALT ... ' '. .$454694.40 I. I II:..i..14-6261.• : III PERS:AYE'.Ai•ID.EUCALY.ETIJ.S,,AVE._ :,1. .CHINO„... .. ,.„ •..„ .„LENNAit.HOMES- . ,,. ; I . .$342,686.00......I I, , .. . . . . . • ! • . . • . , . ., . • . • - . . . . . . . , ' ' • - . ... _ . .. _ ..... . . . . . . 14-0262 _",_-..__ PINE AVE.STREETIMPROVEMENTS -`" .............. :`'"' CHINO "_...__,....,.._...,:.. ... ALL ASPHALT .... $365 320.1.7 __ . :' 14-0263 ; ; PAVEMENT REHABILITATION..PROGRAM .:........ ... TEMECULA .._ ,... RI NOBLE COMPANY.... $21 223,37 1 14,0264 SB-I.MAINTENANCE,AND.TRAFFIC,IMPROVEMENTS..:_ ,: RIVERSIDE EBS ... $381,370:91F` ' 14-0265' ; 1 ,GREEN VALLEY BACKBONE GRADING — -. `�: PERRIS . ..GREEN VALLEY..RECOVERI'_...... ,..$42,491<00 . ,14-0266 ..1 „ PROTECTED PERMISSIVE LEFT TURN PHASING, • .. , , . IRVINE. • _ ... CITY;OF IRVINE ., $820,036.58 14-02.67::::::. : .;,,,__.,.._�...FLETCHER PARKWAY INTERCONNECT IMPROu:f' '_",. SA CITY.OF LA MESA' 14-0268 FASTPARK .. ... .LOS ANGELES ... ,-.:,...._:WQRLDSENSING. ....:$18,691;.:68:::.:.:: : 1 w......1.4-0269:.:.:: STEVENSONPARK CARBON —CITY, OFCARSON_ ____:, ,,, ✓_.a.�..$58,574.00 .. . 14-0271_..'`.,_..... _ _.."..:. -=-�'A'''ST:AT IRVINE BLVD._ _•_-W .. VNE HILLCREST CONTRACTING , :_._.. $274,927.90.-- : 14-0272..,”4w 7.SAN.JOSE:CREEKWATERRECLAMATIONPLANT . - . ...,,,a..:...WHITTIER,-_:._-.w .. . SAK.CONSTRUCTION,LLC $95,542A ... 0" , 14-0273 ' _ 'DINAR SHORE DRIVE CATHEDRAL CITY ALLAMERICAN,ASPHALT 111,631.5.6 _.- 14-0274,, ...;SAN DIMAS.AVE.PAVEMENT REHABILITATION ,., ..,,. .SAN DIMAS.- ..,,,.,.:. . ALLAMERICAN ASPHALT : . ..!.I'...... $45,700.00,,. ? '-: .,140275.7."". , .,.,,.OLYMPIAD RD./FELIPERI).TRAFFIC SIGNAL NIISSIONVIEJO `' ` CITY OF MISSION.VIEJO > $357,100A0 , 1470276 '. - ----WORLD._WORLD OILHEATTRACE.-DKE •• • ..... . :^ ........ LOS ANGELES •,.-VALIN.CORPORATION,. ,• _ ....:.'... ....... $7,603,20 s ' . : .14-0277._ .......... PAVEMENT MANAGEMENT..PROGRAM:_......r,,,,.. --."._:.,HIGHLAND.. ALL AMERICAN ASPHALT ' $158,040:00 14=0218 . ARTERIAL STREET RESURFACING _.. ....PARAMOUNT .P ALL AMERICAN ASPHALT $216 600 00.. AT&T CONDUITS...-..MOFFETT..A.LEGACY , AT&T .. .,.,........ '.: . $194,580.00. 14-0279,..... � . TUSTIN . 14-0280 r,€, PORTOLA PARKWAY OFF-SITE STREET IMPROV".,,, - .IRVINE 'RJ NOBLE COMPANY: ...°$274,796-,05._ ; , 14-0281 • .Y_2017-2018 STREETLIGHT IMPROVEMENT, .NEWPORT BEACH •_-._. .CITY.OF NEW.PORT BEACH..: $513,304,03. ., 14-0282 , , I-215 AT;SCOTT.RD.:INTERCHANGE..IMPROVEMENTS. ;:: MENIFEE GUY F.ATKINSON' $2,339,483:33 ' .';' :_14-0283' '.... LIMONITE AVE.AT I-15 INTERCHANGEIMPROV: ' •_ - ' .-EASTVALE••_.. -...•.• 'GIN-F.'ATKINSON- - .$2,898�004.44 '' 14-0284.. r - PHASE.,-1'SLURRY.SEAL-ARTERIAL REHAB — ; : MORENO..VALLEY.............. A.LL.A.MERICAN.ASPHALT' $107,700 00_• ....._..14-0285..__.i E.......:,.:BIKE NETWORK LINKAGES TO EXPQLINE RAIL - .,, .SANTA MONICA CITY OF SANTA MONICA : $4,735,814:65-z- , -14 0286_._. r, ADVANCED TRAFFIC MANAGEMENT PHASES SANTA MONICA ` ,._ :"CITYTOF.SANTA MONICA. -$2,084,66568 " y 14-0287LOS ANGELES UNITED ENGINEERING.. .... ..•:.$451,028..73. ._, :, NORTH SPRING ST..BRIDGE PHASE. :_... ..14.-0288.::::`:`::::_ .,.,.,......,:;:;,:;:.,:TRANSFER:TAB LER „EPLACEMENT ' COLTON GRANITE CONSTRUCTION '-$522;680:17`- •` 14-0289 : - _ :._ REPLACE OLD HEAT TRACE WIRE SOUTH GATE WORLD OIL CORPORATION $1,777.60 14-0296 . . .. ADACURB-RAMP.IMPROVEMENTS _ _, :.___HERMOSA BEACH _ .. ,:...... __.,_EBS__.._.,—:-.w.__.......:..' �. ..:$80,440.69 E . -14-0291 - INDIAN CANYON.DR _,._._. .„-: - --- , .: .. .. .. ...... ..:::::::.:.::::::::::::......,::.-...:..... ._, ,... ._..-...... . . ..:.:.::.::...:: :.�_�_ _:..-' �.:.:....:.�PALMS __. . . _ . . °'-$4,930,262. SPRINGS, : ,::.,.�...,._CITY_OF.PALM-:SPRINGS 26 . ;.....14-0292:::-.:.: : ._....:..::.::...........:,.,,,,:,.:..::MEADOWS ARBORETUM . ' : ' FONTANA = -SULLY-MILLER CONTRACTING.: _'I _$174 560.00 .. 14-0293 '...,....TAYLOR YARD EIKEWAY/PEDESTRIAN BRIDGE LOS ANGELES "W T 'ORTTZ ENTERPRISES,INC . " . $1 t589,919.54 14 0294 DUARTE RD. ARCADIA_ _ CITY OF ARCADIA • 921,236 33 . 14-0295 OVERHILL DR.-.LA BREA AVE..TO_SLAUSON..AVE. ` :... LOS ANGELES. GRIFFITH COMPANY ...-.._ . $286,118.10 14.,0296 _. INDIAN AVE.AND MARKHAM:.ST.TRAFFIC.SIGNAL. ..•" :-__-__"."_.._PERRIS, .... .- HILLCREST..CONTRACTING. .$195,266.65 ....14-0297...: ... :.:...::.::.:...::::CITRUS AVE.STREET:.IMPROVEMENTS;..�::.-.::..-:::-:.::::: :: '.......FONTANA.. AI L'AMERICAN'ASPHALT : • ' $53 606.58-........., . 14-0298 • , __..,.,-.......---.AVENIDA VISTA HERMOSA SAN CLEMENTE ALL AMERICAN ASPHALT • , T$26,478.- 0 - 14-0299 W`'—REROUTE OF TRAFFIC SIGNAL CONDUIT CULVER CITY' BERGELECTRICCORPORATION .. $5,021.90 14-0300 ._.; PRAIRIE-AVE,.IMPROVEMENT PROJECT-PHASE.,...._.. .1 1_ . ...._HAW._THORNE.. °_.. .•.. ._ CITY OF HAWTHORNE .......$3,430,823.34. ,. - _ 1470301.,_._:, ...1ST STREET AND HERBERT.AVE,"TRAFFIC.SIGNALS.. . .. .. LOS ANGELES____... ...COUNTY.OF LOS ANGELES.:............:. $956,986,09.. ... , ..„.„.14-0302......:1„ .„.„1„.„._ .-..,,1;,.:VISTA CHINO TRAFFIC SIGNALS- " —'' PALM SPRINGS••• : " - - ' CITY OF PALM SPRINGS .......:. :,....$1,035541:291'• . . ^1441.303 : REPAIR SIC CABLE AT LAGUNA CANYON - • .. IRVINE 777: "." . • -.. AkizoisiAPliqLtNE „I., :..,.! .-, $9.500.00.. .. '!. 14 I: . • -0504 • ! • -... PALM AVE AND CAMINO AVENNTURA TS .. .., ....'..; ...DESERT,HOT„SPRINGS Ii. ..,.. CITY OF DESERT.HOT.SPRINGS..._....:I..„:._$400,492,39 . . .. ., ............ •_„.„14-0305.. .„...... . .....„„.......24960.MICHELE ROAD„. ....,.., ,...... ... ,. . PERRIS. ......„.....„.... . _ .., „..„.„.„ .DUKE REALTY-.„ ... . ^ - •;•'- $134,917:66' •-• : •, ......140306 ARCHIBALD SL AND.tilBERIOPM;-...-....-77:..'-, '-'-- ---- ONTARIO .--.—^ ''-CITY OF ONTARIO - : $146-,180.413..„ . .11443307 , ::---"TRAFFIC SIGNAL INSTALLATION 4gi MODIFICATION- ; ' •• GLENDALE-- : .-- CITY OF GLENDALE! . ,1:.-...$2,192,511.44 . . . !! ; 14-0308 ! ".^ PHANTOM WEST STREET LIGHTING • - i . VICTORVILLE . 71:.., .„ ... __CITY OF VICTORVILLE. • !. .:$.155,494.00....,...!,' i 14-0309 - :': HSIP INTERSECTION.IMPROVEMENTS-. ,. .....,. ...LA QUINTA .„ _ .....„....1_....„...... CITY OF LA QUINTA„ „:„....„, . . . .$828,214.00_.. 14-03.1„0....,:!„..„:„ ,_..._____.......FIBER OPTIC CONNECTION. ..:„....„.„.,....„„ . , .....„„ :FULLERTON__,, -, ............-..........CITY;OF FuLLER.T.M...;:',.!=.:::- -....:'$0.1,561.21.- 14-03 u.„....,, ,.,.........„...... . ....:.,...,....,..„.......,„...65o.fMEtgot-AvE •-. "' .• . ."" -- , ... ''•LOS".ANGELES ^"-"I-"•••••' FORZA CONSTRUCTION INC4 --s:f• -$21.,50060^ ^-!^:• -1! 14-0312^- 1 "---HIGH INTENSITY ACTIVATED CROSSWALK ROSEMEAD ' :..; .... ' CITY OF'ROSEMEAD , '$.10962-9.00 : _14-0313 . '..^^.^.. filowtoLA-gPRINGS(PA-.9 ENCLAVE 5B BASIN 70A.. . IRVINE ..• . .ALL OIERicANAPIIALT. . .. .. ..$217,506.00 .. . . , „.„ . ..... ... ........„„ ....... , . „... _„.., ..._ . .... ...... ... .. . 14-0314.......!. .........PORTOLA SPRINGS(PA7.6)ENCLAVE.513 BASIN 70B. ..... , IRVINE. ..„... ALL.AMERICANASPHALT... . -; :.,.....$215,700.00 .14-0315 - i....,.... ... AVENUE 48 STREET IMPROVEMENT !!!!_.. COACHELLA_ ....„.,...,,.:.,._ -..GRANITE CONSTRUCTION.--.•' .. .. -$428,363.19 :. !.. .14-03.16..:1: :.......EDINGER AVE.Y.EGIONAL,TS:SYNCHRONIZATION - ': .1- ..i„.... IRVINE -- -- • -- --;CITY OF IRVINE- - • "..-- • • •$1,;139)388.^011.-:-. -140317-7,- •- ; ' MERRILL AVE.AT OLEANDEIL^AVE. FONTANAI " CITY OF FOIsITANA" :- . $589,690,85 - - ! -14031S 27--... TRAFFIC SIGNAL i$Attitif SYSTEM.'...'''---. DUARTE .CITY OF DUARTE• • ; ...."$1.01411.44. . .. ...... ... • -,,,_ 14-0319. .: ! MERIDIAN PARKWAY. . . RIVERSIDE . . ., ,.. LEWIS MANAGEMENT „._ $726,271..06„,--,-, !,.......14-0320 ,...;I..... . . ,PEDESTRIANSAFETY IMPROVEMENTS MANHATTAN-BEACH....! ....--:OTY.OEMANHATTAN-BEACH..„........ (,.„.„......$268,281.38!!..::::::.1! ,• ! 14-0322 . , WALKWAY LIGHTING IMPROVEMENT :---...."''''.....-DOWNEY ; -'.... CITY OF DOWNEY - "IT $56,51800----1 .,' 14-0323 ; . ... DOUGLAS STREET PAVING „ ...._. . . _ .•...:...!..iEL SEGUNDO .. ..„ „ ,ALL AMERICAN ASPHALT. . . 1.1 . $66,06.66........1.: 14,0324 . . i. .. .. . STREET LIGHT CONDUIT INSTALLATION_ . „. .„_ ..PALNIDESERT..... ... -.... .. ;CITY OF PALM DESERT.. . ____ !. !.. .... $81,608.00.. ....:i I .. !. .. 14,0325._ . .. ....„, .CORONA,,HARRISON.ST.AND_MAIN.ST:!.................... .,..... „.„...„......... CORONA_. ...„ ...„ ..„,. ---.-.---,WERKERS.MULTI-FAMILY-. .--. : . ...$8,500.00.,..........„..-; • . ;• ..... 14-0326........, ,„ „ ALTON PARKWAY STREET IMPROVEMENTS "::: .: : i ..:.:_J.;... ..-..,.iRviNEr....„....:._...1„.....-: 1..;...•--.„.=,.,„.ALL.-AMERIS CAN.ASPHALT- -":', '.-$11;000.00--- : • -;-140327.2:1 . ------ •••'''RCMUMER-VICTORIA GARDENS ' • RANCHO CUCAMONGA' : -CITY OF RANCHO CUCAMONGA !!;!i $96,522.58- 14-0127.2.2 ,..-- RCMU FIBER-.IWO „.......„. . RANCHO CUCAMONGA .crly.OF RANCHO_CUCAmONGA.....„1. ;1$26,478.46 ...:..', ; !,140327.2,4i , RCMU FIBER 7;VICTORIA GARDENS DISTRIBUTION..- :_RANCHO CUCAMONGA„...:.......,.....CITY„OF,RANCHO_CUCAMONQA-..1 L. .$65,367.51......_ .1.1,...14-03273::T .-" ', ^ "•:2: -' RCMU FIBER;432:BAcic.BONt:L.....:....... - -- --; •••:•lig:A:Kw:CUCAMONGA,... -71-1CITY OF RANCHO CUCAMONGA :-'' $589,369:30-- :-- !' •-•14-0327:40-.:' •- ItCMUFIBER-HAVENAND.CHURCH CONDUIT - ' !' RANCHO CUCAMONGA ' ' CITY OF RANCHO CUCAMONGA '7;"i --- t41,40'.43- .: ...,.....14=OSTITS RCMU FIBER-.THE„ , .... . . ...... n....... ROW •- RANCHO CUCAMONGA ^ CITY OFIRANc140-cticAMONGA' ...441.03211...67, .?... „. .__..... .., RCMU.FIBER DAY CREEK • .1..•• ... RANCHO CUCAMONGA CITY OF RANCHO CUCAMONGA .,:7......„$122,497.26....._:...! :- .140327.7„:;-;,.... ..... ............ ....!., RCMU.FIBER,7 THERESORT, - RANCHO„CUCAMONGA„. ..........CITY.OF RANCHO.CUCAMONGA .:::s..... $6331,326,62.........;- : ..... 14-0327.8 .. .. . RCMU.FIBER.-PREMEER,SWIM.ACADEMY.. „.......... ; RANCHO CUCAMONGA - ----CITY;OPRANCHaCUCAMONGA..::;:.; 'J:.-.:.,:-.-•"$4,135.9811' 14;0'317.9 .. f. .: • Itemu FIBER- PUBLIC-SAFETY FACILITY -- -- -: RANCHO.CUCAMONGA • ; ' 'CITY OF RANCHO CUCAMONGA' !,'- $120.,383.61- 1 , ., 14-0327.10'- • "RCMU FIBER-DAY CREEK VILLAS SR APT , ' RANCHO CUCAMONGA •' CITY OF RANCHO CUCAMONGA ?i $118,178.50 :,t . 14-0327,11 i :1 RCMU FIBER-CADENCE SENIOR LIVING CENTER , RANCHO cucAmoNGA.. „CITY OF RANCHO CUCAMONGA ..^ I- 1$60;887.321„Il • 14-0327,12.1..:.. . „RCMU FIBER 7 ARROWHEAD CREDIT UNION , ._ „: RANCHO CUCAMONGA ._„CITY„OKRANCHO,COCAMONGA.....%',.,...._$38,301.43 . ". .140327.13:,•:, ,.. ,...„:„RCMIJ FIBER-ASPIR.E.SALON STUDIO........ -,-.,....„, .. RANCHO CUCAMONGA. ..CITY OF.RANCHO.CUCAMONGA-..-i.i J . $22,152.06........., 1.4032714! ::..:.:._ReMan:Bgx,;:mAYTEN;131.1SINESS:PARK XT.-GREEN:- 1-,RANCHO1CUCAMONGA.-, • "-CITY OF RANCHO CUCAMONGA ' I:'.-"-'" $16,3406 14032715.,!'.' • "'RCMU FIBER-WESTERN NATIONAL BUILDERS - ";-RANCHO CUCAMONGA ' ^ 'Clinr0V -RANctio-cucAMONOK ', $3-,51111.207' ,,, ...... , .. . .. .. . . , ,•,,,,• , , , . . . ' • • . . . • - ...: ' .. . ... ...., • ':.14-0327.016! ItCMU FIBER-432 FIBER.BACKBONE BUILD ArtanBALri RANCHO CUCAMONGA• ,..S2:QV OF RANCHO CUCAMONGA 2 $103,288,75...... ' 14--0321,017 (I.._ 7.....:"..., •RCm0 FIBER-DIAMOND CARD •••-• - 'T RANCHO CUCAMONGA..- CITY OF...RANCHO:CUCAMONGA ..... .. ......$93,925.12.:„..... ! : 1476327.0.18 L. .:: ........_.2.... .RCMU.FIBER 7..HAVEN SQUARE ,... .:............_,..,i.,..RANCHO.CIICAMONOA,, . ..CITY_OERANCHO,CLICAMONGA. ;-,.„--;,....$5,001,94' 140327,0,19 ii „ .. ....RCMU FIBER-.,7TH AND 8TILST AO SMITH,-...,.-;,-,..',;5-RANCHO...cucAlv-IoNoA„-'':::;--CITY OF RANCHO CUCAMONGA -.156:046:88 147.037.021 II._.,,..RCMU:EIEER.,-:7100 HAVEN AVE HAVENC.OtRT • . *. RANCHO CUCAMONGA.:' CITY OF RANCHO CUCAMONGA •.1'; •...:S37-536.92'. 14=0627623. : . -RCIVIYFIBER-IIOMECOMINOA-T-TIIE RESORT ,.7.-RANCHO.CUCAMONGA..: 1 ..„.CITY OF RANCHO CUCAMONGA ..:1 I..........$72,460.30_ ...:., : t14:0327:92-4 : 7: RCMU FIBER L MO HAVEN AVE RAVEN COURT11.AllHo.:.cucAMoNoA.. '.. .0iTY"..OF RANCHGCUCAMON94:...i .,. $21,101.65.,„ 14-032,7.026. ........ ., ..11.....„.„.... . .ARRON.ROUTE CONDUIT.______.-- ....._ RANCHO CUCAMONGA .,,...CITY OF RANCHO CUCAMONGA i .--...`:$10,210.00.-.T., 140327.027 ..„..... .. ...._ ..... FIRE STATION 178._, .... . „. ...............„.,..,r] . ANcH0..-„cUCATVIONGA 1::-'efTy:.OF5RANCHO CUCAMONGA-T -.""--$2f,93344 ; ], ..„.147.0328 „„..,;.„............R.T.ALTO.METROLINICPARKINGLOTEXPANSION--T r----- RIALTo-------------- '2" .-...-- FAcEtii-AinisTom- - -----' -$203,5-6-9:16- , . 1: 140329 fioiNS.................... • ,....„ „ :...... CARLSBAD . ORTIZ ENTERPRISES INC ' $327 982 00 - ., . ........ ... •, . ,,,,,,_ ., „.. ...........„ . 14-0330.....1 . .. .. LA SIERRA AVE.RESURFACING . . ,- .:._ .. RIVERSIDE_ . . : .. ALLAmERICAN.ASPHALT__ .,. ,..:_.......:.$133,490.00. .... • . ,_ ......... ..... .. _140331„...1.........,..„.....„. , . . 2019 PAVEMENT REHABILITATION.. ' t .,. . CULVER Crry,..,.,...,„_:. . .._ALLAMERICANAsKiALT_..„.:,:.:,;::::.t226;666.:88...7:::'• , .! 140332 ...; ..... .............:...„ _,EDINGER AV.E.AEHABILITATION-„,,,..„,._„.........-,..,..: -HUNTINGTON REAcir.i.:::. ::_:..,:,-;.,:-:_iii::_:_i_:.:_:.:ATXAMFRICAN ASPHALT '.- "-""":"$28",675:17' '• ..14-0333.:::::: .:...1:::::„SANTAtLARITICVALLEy SHERIFFS-STATION-•''''':'' --sANTACLARITA • '• ,- TOR0 ENTERPRISES---- '. 7132056.06' - , :• 14-0334- : ' ":•• - " • 4Tit'ST:aTENSION ' 7--• --- 77• • ' BEAUMONT. - -- GRANITE CONSTRUCTION. $1,282,567.55 :114433511 -.. ETHANAC Rb..WIDENING PROJECT PERRIS ................, ............ .. ..., . ....., .... ALAB. ...AS. SI. _ ---:--' ::$14.,,00(1.00,.. ..„ _ . ........ , . i:--14-0336, ! , .STREET LIGHT CONDUIT INSTALLATION . .......„, '',. „.„ REDLANDS„,______:: 2 .... .. „.CITY.OF,.REDLANDS... -,...,..,......,.... v.:..,-$66,797.00...._ ...!, .140337 ...J ,............ ... ..._CYCLE,5,GRANT B TRAFFIC . . i MANHATTANEACH:....,„;,,.....,..„:CITY OF.MANHATTANBEACHL;:;:" 727:$407,87569 14.70338_,_.._,,,--...,.........„MONROVIARENEW.ALNORTFISECTION-.---i'. f --• -----MONROvIA- .- -'''"' :z- SULLY-MILLER CONTRACTING---''"!'..-'S943,314,86- .... ... ., i 11-140339';" ' . HOT SPOT fgrtitstalOistPROJECT i 1 PICO RIVERA . i SEQUEL CONTRACTORS .$225,165.00 . .:_____ ....„. . . .., . „........„. ...................._„.. ..... 14-0340 ; .YORBA AVE.AND LOS SERRANOS COUNTRY CLUB__.,I'1,..._.„ .....cmNo HILLS . . ..I .: :...•.-1 • .. .•ONyKrAviNG... . • „ .:, ._S61,880.00....... ' . .. _____ _. , ...... „ ........ .... ....................... 1420342:,. ! ............ ... ......„........ . _ PINE 84,MILL.CREEK.......,.. . ;. . ...::..„„....! t .:....„..................CHINO„„. „._____.„:,,: ..„GRAY WEST CONSTRUCTION- --;A.- - $8,500.00, 14-0343 .: - ..FIREsTATIONNO.„5/LIBRARY FIBER OPTIC j i_..NEW.rORT:BEACH.:........,...',,.,....,....:.„....-.... A-,-..-1TELACIL„,......... .,. ,. , ' --. -:-I.„-_,:,$40;86600-- 14-0344........:..„:„::;:::::::..1...:.::::.,..:trONTINOTONDR:::Twfic.:'SIONALS .- ,I;:-1.:I!f:: .:IAAcADIA° •------ !--- - -my OP'AlicADIA—— : — i704,868.41-- 14-6345 '"'i.... - ' "COVINA 3-TRAF-PIC SIGNALS.-- - • ' ---1 --' ' COVINA - ' : !.' -----CITY VENTURES . ' $213-,14144 14-0346 . LIMONITE AVENUE... ;i- .JURUPA vrAttEY1.•'I 1 ............. :CITY OF AMOK:VALLEY T , . :f133,411::•0••••'': ............... ..,,. .. .. _ ......_ 14-0347'...„. ...„....„... . .... . ...SIGNAL.SYNCHRONIZATION „. : . HUNTINGTON PARK .....11 _CITY OF HUNTINGTON.PARk . ..i . ..$1,01.3,928.64_,.. ,-...„.....140.348..._„....„. ,..,_.TRAF.FIC,SIGNAL.REHAI3ILITATION.2018-19.:-.----A.'1,-. NEWPORT.BEACH....., ,....: ................ ..cify:OF NEWPORT BEACH.- .......-. „.. $874,570.28.......„2, 14.0349......: ....„...........'......---'1.--INGLEW0011AVEAMPROVEMENTS.-T".- ,„:.„-.....i L.,„:„•...*_,LAWNDALE 1:* ''''"7i.1.****•••••••••• - • EXCEL PAVING-- ----'- -$532,47490 140330 ' 'SPLICING AND TESTINd'OFTIBER OPTIC CABLE- 'III' PASADENA - .. f - • CITY OF PASADENA - - $169-,-31.1.0 • - -714:0351 ; . TARGET T2479 SUNSET,2020 _ . ... ..... SI ..1 :...I.LOS•ANOELES-- , 1. .: w,HrrniojruRNER... . 2-2 .2, 11..$430,3.74.06.1. ......1.1.4„.0jr5i.....,.:.....1 „ ,.. .wil-SHIREPARKINo LoT.sTALLs r_ ........:..r..„.. j.,,,...,,....:.,..,..FuLLERTON...,_„,,..., i.,.. _,.... HARDY AND HARP. .ER . .- _A13,000.06.1 '.. 14-0353 UNITED ROCK INTERSECTION WpiOVEMENT71:11i 11';':.:!:-.2.1•771awiNDALE..1,....::. -...;:.17.17;suLLY:g4ILLER:CONTRACTING7•..! .....$339405:33 . 1420334--"' -"---'.- "•DEL MAR:BLVD.:AND WILSONAVE:TS-- '' ,.i1-".."-:- PASADENA -'.--' i--- BERGELECTRIC - $123,07634 14-0355 : SUNKIST ELEMENTARY SCHOOL ''-" ' s'. ANAHEIM i DINNER CONSTRUCTION,.INC. •-••••••••••s'65‘1-60.63"-•••• ._ . '. 14-0356 ; AMETHYST AVE STREET 1MPROVEMENTS „ . '.11 RANCHO_CUCAMONOA [ : SEQUEL CONTRACTORS ........ . . $237479..64 .14,0357, ... 2019,CITYWIDE ROADWAY IMPROVEMENT.PROJECT...1, ','. ..LAKE FOREST..._ :,' I 2 ALL AMERICAN ASPHALT .. , . .. „$4.11,181.05-„:. 140358 .! .. ----. ..-DOWNTOWN VILLAGE PARKING LOT . -GLENDORA ) 1 ALL AMERICAN ASPHALT ; $0.00 14-0359 -'. 440Ntim$1•;TRAFFIC SIGNAL INTERCONNECT ;. INDIO r ciTy.O.F..M..10.. . _...._...—. . ..$689,080.39• . . • , . , . . • • ' • . . . • • • • ::7 14-0360_:: "} • :SMO. -REUSE OF EXCESS AIRFIELD'PAVEMENT - �'�' SANTA MONICA • SULLY-MILLER CONTRACTING- ' ' "$272,242.61 14-0361 PARAMOUNT BLVD..AND SOMERSET RANCH RD. .SOUTH_GATE •• • CITY.OF SOUTH GATE .... $26 925.00....... 14 0362 TUSTIN RANCH RD;. • • . . .TUSTIN HILLCREST.CONTRACTING_.............:.:.._;..,...:$506,9.81.02...::::::.., 14-0363... -.. .. . . . .... ....... .MEADOWS ARBORETUM._,...... .:. .::::..-..... .:.,'. .. :...:... EONTANA ,:.:.::...:...<,. .:-..SULLY.MILLER_CONTRACTING...,- $86,262:00 . : . .1470364., , :-_......_ ...... .DUNE PALMS ROAD WIDENING. ::;:::.-;:.--::.:.::: ` ` LA.! QUII�TA JACOBSSON-ENGINEERING • ...$171,572:80 .., .14-0365.=:`:• =' .....:.::._VAN BUREN BLVD.PHASE III WIDENING ...,.,. .RIVERSIDE- ALL AMERICAN ASPHALT.. . ._._. `.: .$954,538 46.. _3 -14-0366 : Y .....".._• . ` ALESSANDRO COMMERCE CENTER. - •__ • RIVERSIDE..... ._.. .-FULLMER.CONSTRUCTION . ....., $288,489.00..„. , ...14-036.7_ .;......._ .. ONTARIO RANCH.RD,AND__A ST:. ..._... .._ • ,ONTARIO _: _.... _LENNAR HOMES.__ . .......$569,106.83:.:_ i , 14-0368 . .........._.. LAWLESS.RD..AND.PIGEON PASS RD. MORENO VALLEY.:...:..:.:::..::.:...........HIL LC REST CONTRACTING ',-::: • -$14 550.00 . .. • .14-0369._._:` :- :..,.. .. _ ....MAIN ST,IMPROVEMENTS.: .::..::.::.:••,.:,,,,: -;:,:'_ LOS ANGELES SULLY-MILLER... CONTRACTING $1,957 689.97 .............. .14-0370:_. :.:GOTHARD St'AND CENTER AVE:TRAFFIC SIGNAL HUNTINGTON BEACH W 1 .. CITY.OF.HUNTINGTON BEACH - .$344,902.28 . i 14-0371 • VARIOUS STREET IMPROVEMENT PROJECT HUNTINGTON_PARK. ._. SULLY-MILLER CONTRACTING.__ _.: •,$3,400.00: ,. ' 14-0372 : . _...WHITTIER BLVD.AND HACIENDA RD..,.:.. LA HABRA .. ..... :... .. __....EXCEL PAVING. .., .... ... ,..... $330,276.52......:. 14-0373 .. _DOLPHIN PARK. - .._ :. . .:.......CARSON........ .: . CITY.OF-CARBON:..:.:-...,,. -:° -:. $41a426:00.....:..:_ _...14-0374 , .. _,.2017/2018.CDBG:.STREETIMPROVEMENTS- ::;: RIVERSIDE • : ' - ..SEQUELCONTRACTORS _. -$615593:59. 14-0376 • , • • •NANDINA INDUSTRI•AL CENTER _, MORENO VALLEY ':ATM DUKE REALTY..._ ....... .• w. 1 _$80,200 00 _14.-0.377..7,. ; _.. .. • ....WASHINGTONST,.TS.INSTALLATIONS.. ...... TEMECULA.........:..:, P:ULTE.HOME.COMPANY,:LLC::: $954,633.58 '....14-0378...'.-,_...MAJOR:ARTERIAL.PAVEMENT REHABILITATION ' 'RANCHO CUCAMONGA ALL AMERICANASPHALT '$j100,085.84 14-0379 ... ": `:FIRESTONE BLVD.-STREET—IMPROVEMENT DOWNEY ALL AMERICANASPHALT .:... .:$139•507.88 : :' '14-0380 ••. STREET LIGHTING FOR-TERRA VISTA PARKWAY • r RANCHO CUCAMONGA_.. CITY OF RANCHO_CUCAMONGA, I. ..:$118,388.00 14-0381.._ .LOS.PATRONES PARKWAY IMPROVEMENTS......... ... : '.RANCHOAN.MISSION,VIEJO_., .........SUKUTCONSTRUCTION........ . _..: �_$43,130.51 .._..14-0382.... . . .-ELECTRIC VEHICLE CHARGING STATIONS `. S 14-0383. RIVERSIDE DOWNTOWN METROLIN•K STATION---.:-:`„ RIVERSIDE REYES CONSTRUCTION ,.,", - -$520390:19 ._ 14-0384: ; ` STREET IMPROVEMENTS'ON EASTERN AVE.• B ELL CONSTRUCTION ..... .. • � ..._ C CONSTRUCTION $271,528.8b 14=0385 W : COLLEGE PARK TRAFFIC SIGNAL INTERCONNECT ,,• CHINO . ... LENN.AR HOMES .$415,470.00 14-0386 ATP CYCLE 3.PALIVI DR.SAFETY IMPROVEMENTS ...DESERT HOT SPRINGS DESERT CONCEPTS. .. .$.110,7.00.00., . ........ .. ;...,_14-0387 . :. . CITYWIDE PAVEMENT.REHABILITATION:_- __..._..:.:.:..._,; ....:::.......MORENO::VALLEY ALL AMERICAN ASPHALT,;:.:.:::::::..;..:.:. ._:.::.::$467r654.34 .:..: ;, 14-0388 EL'PRADO RD..RECONSTRUCTIONPROJECT",....- .:;::: _: ..:...::.:.:.:.:......•'CHINO. ;` ALL AMERICAN:ASPHALT $121 049.96 ::..:,::.14-03.89. RIVERSIDE.DR.AND JOY ST; SWORE HARDESTY AND ASSOCIATES • �ry$355,147.89 14-0390.`' • .`ALAMEDA AVE.AND ROUTE 134 WB RAMPS - - • • • . •BURBANK' _ ........ • MCCORMICK CONSTRUCTION • $168,859,66 • n 14-0391 RE-WIRE INTERSECTION WASHINGTON/MILES LA.QUINTA __.. CITY OF LA•QUINTA... .. ....; .$49,285.00... .. ........:14-0392 .- .. 2018/2019 SB-I.MAINTENANCE AND TRAFFIC _ .,,..,.. _...._... . _„RIVERSIDE....: • '.- :,.......; EBS... .. .....::. ... , $1,019,399.38 . r..:»„140393.�: TS.MODIFICATIONS AND.INTERCONNECT_., _ :..,.....,.__.-PALM DESERT::-: : .....::::- ::CITY::OF:PAtm:..DESERT:: : :' : ;::-$602 259:05 : 14=0394.. . : _..... ....ONTARIORANCH:LOGISTICSCENTER TS'`` ` ONTARIO _ " ONTARIO LAND VENTURES LLC $1 131,215 15 14-0395 -.._" "` PARAMOUNT MEDIAN ISLAND DOWNEY ALL AMERICAN ASPHALT • ....$19 515:82:_ . 14-0396 • • _ ". ._ BUTTERFIELD STAGE RD." TEMECULA. . . WOODSIDE.HOMES. . . .... $1 104,209.22 • a 14-0397. .... ..NEW TRAFFIC.SIGNAL INSTALLATIONS: BELLFLOWER ._-, , CITY:OF BELLFLOWER._.... .. ._ _? ... .$700,476.91. 14-0398:._. _ .TEMP-VDS AT RESEARCH AND SCIENTIFIC:....._ ::.....:.:.:. ____...._IRVINE . . .. ... ARIZONA.PIPELINE ... ..:::.::::. :... ..,..$21,000.00 ' F -...:.:..;CITY OF PERRIS $49 903.00" 14-0399.. .. .. .. ..............................._.... _SENIOR CENTER-SCE..;._......:.:,.::_...:..:_.:_::;:::_:;:::..:,;;. :;...:;;:::•-:... :::..:.::�:�PERRIS.....�.:........_ .... :: .. a 14=0400 EL PASEO PEDESTRIAN IMPROVEMENTS a PALM DESERT — CITY OF PALM DESERT• — — ~ $931355'98- _.SANTA ANA RETAIL CENTER .... _ .._. ...,.• . .":.• SANTA:ANA.; .: - :PECONSTRUCTION $6,000:00 .14-0402....':....=STREET:LIGHTING.MODERNIZATION=PACKAGE2 - SANTA MONICA`' SANT A MONICA. - .._ _- . $0,00 ,.. .. „ 14-0403 _ INSTALL TRAFFIC SIGNAL.CONDUIT ._.. CARBON • RI NOBLE . . __ ._.. _.... • $33,006.09... 14-0404 ELECTRIC VEHICLE INFRASTRUCTURE . . ..SAN.BERNARDINO . ... SAN__BERNARDINO..COUNCIL...... ..: : .. .$363,000.00 _. . _-.04 5:::... ._ . . ....SEQUEL_CONTRACTORS . ...$71,096.64 14-0405. .. 103RD.ST.GREEN.AyIPROVEMENT_ ... _...___LOS,.Al�1GELES. ... .... ..14-0406.. :: ... ... ........_.._TRAFFIC_SIGNALS.AT_PIERSON BLVD :: ._._....:.::.--_ DESERT.HO.T:SPRINGS CITY:OFDESERTHOT'SPRINGS° $600,922:54 ! ,... 14=0407... 7::': �u.MCCAI L BLVD:�AND AQUA DR TS ._ MENIFEE LENNAR HOMES• .. ::$537,744.86 { -140408 .. 'CITYWIDE TSCOMMUNICATION(EAST) . ;...... . _._ MENIFEE CITY OFMENIFEE__. .. . .$455,740.80.. 144140'9 __ MONTEREY RD.STREET IMPROVEMENT• • SOUTH PASADENA _.. EC CONSTRUCTION .._. $263,469.09,. ' .: 14-0410....._... SAN GORGONIO.VILLAGE TRAFFIC SIGNAL_..._.,.--.._. BEAUMONT .. ..........,:.... .....:LYLEE_PARKS::JR,-CONSTRUCTION ,. ...._$1.16,416.02....... 14-0411.... .. .:.. . ..::...:..TRAFFIC.SIGNAL.BATTERY B : . ...... . .:.--_....:::.:.::. _Y,_.._..m... ...I BACKUP_ . . ... . .... ...:, CHINO ... :��._.:...:-.::..:,...--...�-::.:.-:-....CITY_OF CHINO $234 00000...:::: . 14=04I2' " ._°'-.. 'ALICIA.PARKWAY•ARTERIAL PAVEMENT LAGUNA NIGUEL _ ' ALL AMERICAN ASPHALT..... -. $54,000.00 14-0413 :ry . TRAFFIC SIGNAL AT WARREN-AND-AUTO-BIND, -___..• HEMET CITY OF HEMET--: ...$290,356.39 . • 14-0 14 EDINGER PROTECTED.BIKE LANES .. .SANTA ANA ALLAMERICAN ASPHALT $199,764.20.. _ .. 14-0415... `.. . .... MCCALL MESA TRACT.3.1098 TRAFFICSIGNALS .:. . .................MENIFEE ._ ..; ._.- ... ..... ....:LEENNAR HOMES..: .. . ...$906,446.07.. ' ._ 14,0416 :..::.._PEDESTRIAN COUNTDOWN_SIGNAL.IMPR.._..- -.._::.:...WHITTIER: .:..E::_ .. _.:.._::„ -...•CITY OF:WHITTIER-,::.. ' $347,766.66. ° .::14-0418:_: <................ ...... PINEAVE.'STREET IMPROVEMENT .... .'... ` _ . CHINO HILLS.. ................. • ALL A➢iIERICA.N ASPHALT' '$56,000,00 : : 14-0419 SCHOOLSFIRSTRH-2 OFFSITE STREET IMPROV. • • ...TUSTIN C.W.DRIVER ............... $357493.00_.... : : 14-0420 ... VALLEY BLVD..OFF-SITE..IMPROVEMENTS . ..... .. ..rv� RIALTO .... _ BIG_BENENGINEERING,.INC, : .$107,510.00.. ; 14-0421 . ,. ...:.TRAFFIC SIGNAL INTERCONNECT.. .. .............. .. ..RANCHO MIRAGE.. . CITY.OF..RANCHO.MIRAGE._.......; .....$2,,932,003.00_. ;. .. 14-0423.__.3._..__:.MERIDIAN:PA.RKWAY.AND TRUCKACCESS RD.___......w._ .__., ....RIVERSIDE.... < T. ... .PRIMUS.BUILDERS,.INC. .. .:,.$292,200:80::. .14_0424..:: . •:...I.HW .:74AND:SOPHIE.ST : .: ;.::::: ::COUNTY.OFRIVERSIDE _ . ...... COUNTY'OF RIVERSIDE $500,585.90. 14-0425 . . •..` ATP CYCLE 2-COMMUNITY LINKAGES • -` LYNWOOD....'..........._.,... ...._._...._.... ALL AMERICAN•ASPHALT,.. 7_.. $159 913.97 - 11 14-0426 SHERMAN.WAY STREETSCAPE IMPROVEMENTS LOS ANGELES - .SULLY-MILLER CONTRACTING $279,440:45' 14-0427 '_...FIBER OPTICS COMMUNICATION DESIGN/TESTING .. GLENDALE.._.__...... .... CITY OF.GLENDALE, $.149,858.00.._. . 14-0428.. .. . .........__. NUEVO RD.BRIDGE RECONSTRUCTION.:: ...:.:. ... . PERRIS,. . ... .............;. ALABBASI ,... . . .. ,... .::..,: ..::$344,270.00:»..:...: ' ..._14-0429..:..., ;_ :....:.-:ATLANTIC BI:�L�:CORRIDOR_Il�IPROVEIvIENT:__�:: :;' " :w:: COMMERCE......_..:._:.:.::::. .: _.: :._....__SHAWNAN $184,763.4T ,. . 14-0431 HIGHLAND SPRINGS AVE.IMPROVEMENTS •. . _._ . .'BANNING ALL ASPHALT . ,$1,118_,729.56 ...14.-0432 . " • SAN PEDRO WATERFRONT BERTHS 74-84. . . • LOS ANGELES...... . ..... .GRIFFITH COMPANY $4;904,548.21 14-0433 r_. PALMDALE RI).AND MCART RD.......... .................. .. .. VICTORVILLE .. _. ._DESERT DESIGN BUILDERS ..Y . '$358.576.18 .. ' .......... LEWIS MANAGEMENT._C.ORP.... ._.'`.... ._..$20,000.00 . .......14-0434......; _.._. ....... .POTHOLING.LEGACYPARKIlVIPROVEMENT..... ... ... .............._... .CHINO..... .__._..............__... . 14-0435_.. ....,__... _.... .GARFJELD.AVE..AT.RANDOLPH ST.., . .. ... LOS ANGELES . ,-.COUNTY.OF:LOS ANGELES:.:- --,:... .:......::$667,037:52 .W 14-0436. .... .,..�...... , (2).TRAFFIC SIGNAL CABINETS - � ' ` REDLANDS CITY OF REDLANDS,- . 1( _,$169,236.86_ ;_. 14-0437 ^ •'CITYWIDE BICYCLE AND PEDESTRIAN IMPROV RIVERSIDE- • CITY OF-RIVERSIDE . - • $971 471.62 1410438 '.. ............ ORCHARDHILLS BASIN.REWORK ___... _.. .... _.! . ... _ ,...IRVINE _....-. .... KEC.ENGINEERING,. .. ,.:,..:.... $69,647.88._..... 14-0439 . -. . . ..INNOVATION.PARK.OFFSITE.-SAND CANYON.. . .. .. ........... _ .IRVINE,. ._._ ..-... . . ._HILLCREST CONTRACTING _ .. ? '.....3280,236.29.: .....14,0440.... ,....PALM DR..STREET.LIGHTING..AND.SAF.ETY IMPROV........:. ; DESERT HOT_.SPRINGS:. :. :.:ALL AMERICAN-ASPHALLL_,,..,).:_,.. "$.7.1... .....: 1410441 .- : , . INGLEWOODINTERMODALTRANSIT/PARK......... " INGLEWOOD - GR.IFFITH COMPANY '$356,820:00 : • . -14-0442" _ m UNION SOUTH BAY CARBON • KATERRA CONSTRUCTION LLC $160,708.75.. .. 14-0443 . • . TR19006.ORCHARD HILLS.. ....... IRVINE HILLCREST CONTRACTING . ;S1,497.69 14-0444 ATP CYCLE HI-SAFE ROUTES TO SCHOOL ONTARIO EPSILON ENGINEERING . . $64,452.00 , . ,,,,.... ........ ...,. .„. ...... . , _ . 14.7,0445_ ;.. ,„____ .. THEMERGE,OFFSITE.&.RETAIL.._„_ _____. ________EASTVALE .'' .. .,.. L_FULLMERCQNSTRUCTION. ---S:-..3538,437:00 j ,.. 14,0446 ....: -::_-_-_„.,... -:CULVERDRAND IRVINE BLVD:- •. '' -:: ! ' ---- IRVINE'.- --.--- ! - HILLCREST CONTRACTING:--. .! $92,2412.8-5- • 14-0447' ' .' ••-•-' 'CROSSWALIC--U-PGRADES PHASE II ; ...„ :: ...- ...„...SANTA ANA • -......„ ;.:„ ..... CITY OF,SANTA ANA ,. •.:.•. $288106.20... • _ . 14=0448 i:i 'CITYWIDE TS COMMUNICATION(WEST) . ; ; IVLENIFEE...., ...._ - , • .CITY OF MENIFEE _.,_ .-, .. _$484,577.24 1470449 . :' ...... , _ . FLORENCEAVE.WIDENING : . SANTA FE SPRINGS : HARDY AND HARPER . i- .$522,422.26 i •. 14-0450.... ; !:. ...,.. .,..... ..:„TRAFFIC.MANAGEMENT_CENTER.. -... , ..._.,- ;. .- .-,..,.FONTANA -27:.:::::.. :;::::::::;,;...::T'CITY OF FONTANA *****' '....•.: $1.259,29983 ....14045 I-.:. L. „. _.:::: ' .----." -''. : 'HAMNERiitAtt-- '- ------ - - - ------ .1 -- - - EASTVALE " : . '-.LYLE PARKS-JR:CONSTRUCTION.2-.! - $263,454.08.- 14-0452 ' .' MIDTOWN COMMERCIAL TRAFFIC SIGNAL - ': ',.. -.-.,BURBANK '............ CITY OF BURBANK; , , ' $3,004,555.26 14:0453 i ..,_-'.INNOVATION PARK(SPECTRUM 7.)ON-SITE... 1 i IRVINE ,„. _ . HILLCREST CONTRACTING.„. A.... :$428,252.65 ........,!'I : 1. 1440454 ,i1. . ... BREA.BLVD.RECONSTRUCTION_.„....,......... _,.... ..f,......................FULLERTON .. .... liAltDY_AND_HARPER,,.„.. _..:':;.„....$119,609.43 ...- •: 1.. 14,0455., i '.•;, _CASCADE STREET IMPROVEMENTS;'. ' :.2.:.-,....':.". ;.-, ,_,:::::;::::;:;:iiNTAR10..m::::1„......-- ::. •.-,•_1'.'„, ALL AMERICAN''ASPHALT '' '; -':''''I126-;,28.1.00 .1440456 :,1''' -'.-'• - --SUNDANCECORPORATE CENTER: - '•.!-. - •. 'BEAUMONT ' ' ' '- . ' 'LISTER CONSTRUCTION-''----::f!' - S273,042.00 i r 14:0457--'i:II - HIGHLAND AVE REHABILITATION PROJECT 1— i.; GLENDALE "-- .. ..... „VART.CONSTRUCTION!INC.. .i.••••' ....$25!709.94....... i 14-0459 . I 4........ .. HARLEY KNOX BLVD..AND..REDLANDS AVE. I-!,„_ PERRIS . _ , HILLCREST CONTRACTING_„. . ;:... ,.,$29,67.7.00......!. !- : 1470460__t ... ..... _SAN JACINTO„AVE.AND.REDLANDS.AVE..TS !' : .. ,.. ...P.ERRIS . .............„........ _ _ . CITY:OF PERRIS. -$27,811.00.........._A i.....14,0461....i I-... .... ..- „. _BICKMOREAVE.._ .„_____.. „. .. -!I: .i.- :::: ..:CHINO„.1......„, :.. .7-,,,., 11ILLCRES.T;CONTItACTING-'-.;' ' $683,•804.97'. 1440462.-...--.1;.." ::::- INSTALLATION OFEV CHARGING EQUIPMENT •:: ' - ' " BREA'''''''-- ' ' 'PREFERRED POWER SOLUTIONS. ''":'•-•;. '$28 475.00---. I410463 ' !i;.... TAHQUITZ CANYON WAY AND CIVIC DR.TS . .: . PALM SPRINGS ' : . CITY OF PALM SPRINGS ••••! -.....i $436,624,08 140464 'H' :: .flAVENAVt..AtMtiltiLLAVt.TRAFFIC SIGNALS...: ': ... ...."ONTARIO .1... .ii. ;. .. ''''illi...1.. ..LENNAR • ••• . '.•'........$369,837.58....,.. ; "... ,14-0465• !: WILMINGTON AVE.IMPROVEMENTS. ., _ COMPTON .. . • .SUPERIOR PAVEMENT MARKINGS. !' !... .$69.7,928.49 14-0466 _„! • ..„ .. ,...„.., „......,...SAN.PEDRO.WATERFRONT „ ,„, _„ ...„. . l' !..... .,.: LOS.ANGELES SULLY-MILLER CONTRACTING ::::..$1,207,041151:1..:1 :114;0467.,...:2 C..:.. ...:-.,.:;;;; ..,,,:Z„HAWK SIGNAL AT-GAGE AVE. :" ::il HUNTINGTON PARK . •'- CITY OF HUNTINGTON PARK ' I '-;$194,731.00 1 !i 14:048 "7!; : 'VARIOUS ARTERIAL ANDRESIDENTIAL STREETS • ' T --.-,GARDEN GROVE : . RI NOBLE -—- ' $91,754.03.... 140409 , .: NEW TS AT..GARFIELD_AVE..AND MULLER ST:-. ,.. . __.BELL GARDENS . ..:: • ,_.. .CITY OF BELL GARDENS.... .• ,._ •$365,717.02.......', 1 ‘1..„,. 14-0470 .. .• . ____ .....W.ALMART..STORE NO.,2077-07.. . s! LAKE ELSINORE - !. SHAMES CONSTRUCTION.CO.,LTD.1'_.......$261,104.10. ..., ' .--"R.I.NOBLE:..7..71"::-..Z7:::":Z.""":....".7:7..:::".:.:"::::::...:$36,00000-'-:.--.":'•; ::„..14.-0472-..±.!.,L..:::::: PEDESTRIAN SAFETY - !:i! ' ORANGE . '- ' - 'CITY OF ORANGE • -- --' ' ! 2$145,772.00 14-0474 -- -:-- CITYWIDE PAVEMENT REHABILITATION li!' MORENO VALLEY -. HARDY AND HARPER „ . ' ! - $455,30-0".00-....: !I....14-0475. ' ........."..... ."-LE4...VIRGENES RD.TRAFFIC SIGNALS ,.. ::•! LOS ANGELES. .., ..., ' . COUNTY OF LOS ANGELES .. . „ $146,847.00.. ! . 14-0476 . I • FLOWER STR,ETBIKEWAY .. .. SANTA ANA..... . i, ,......, ..CITY OF SANTA ANA.:..... , .... .„_,.$757,163.09--- ! 1470477_.! !.. ,... _...SAN:FERNANDO ROAD_REHABILITATION...., . _ . _GLENDALE. ,..,... .... 1 GJ.GENTRY.-. .- -:!.! ..........:$21,003.12...........!, !L,. 14,1'0478-, ' .. ,-...—..,.::...,..,.:„.. .., STERLING AVE.,S__ ;-2- ' ;"-- '"' '"'''' ';:!.:!.:;_j;.:SAM:AVANAithrNO::-..:_-,.. ;,..._-......... -r. ..icoNy-ic P.A.ViNd7.::..7." -';':'---.„.."I --"03--,230.:33' -- , 14-0'479 :: "—-LYONS AVENUEAT APPLE STREET : !i ' SANTA CLARITA-- . : -" CITY OF SANTA CLARITA ''!: $130,099.00 . . 1410480---1. • -• ...rE.'ANAHEIM ST.AND ATLANTIC AVE. . ; LONG BEACH „ - PR CONSTRUCTION.. .................i .. ._. $41,197.79 . ' . ,....... .. . ....,.. ..... L. .14-0481 ...... ....... 36701W.IMPERIAL HIGHWAY STREET LIGHT ,. •!, ... . HAWTHORNE _.... „..._.... „ P.OURNAMDARI,INC. ......._ .....1 _... $20,388.00.. ..,..: 14-0482... . •. , ._ . „ .......PEDESTRIAN HYBRID.BEACON... . . ...-:; !:..... MORENO VALLEY.- .... . -...:„SIDRA GROUP,INC. . . ... -!..: ......$135,507.5.1_ .1 14,0483. . ',' .._FY_2019/20.FLASHING.YELLOWARROW: . ...:.:....• ,ILRANCH6CUCAMONGA._-....__I,CITY„OFRANCHOICUCAMONG !•!.:11:7.$287„05683'..-.1'; .; .; „..:14,0484:..: ....:::-...„LONG BEACH BLVD:/105 FWY INTERCHANGE- ' 'i'''''''''''''---.LYNWOOD- ' - ' : . HARDYAND HARPER 'i -'• $16,938.91 . 14-0485 _ ' ' ''......'- - .... A STREET IMPROVEMENTS PERRIS . '. •HILLCREST CONTRACTING 2: $203,256.19 . . . .. ' -....14-0486 : • '' -KATELLA AVE.WIDENING . ANAHEIM... ,. ...... 1,.. ARCHICO DESIGN AND BUILD ' $718.892.51_... _ _. 14-04.87 ADVANCED TRAFFIC MANAGEMENT :„ RANCHO CUCAMONGA ! CITY OF RANCHO CUCAMONGA . .$1,166,626.80 • . . . . . , ... . . • • ., °'. . ., . . .. . . _ . ... .........„...._ . ... ....,, _ .... ....._ _ ..„..... ... ..„ ..--.....-- ...... .- _ . . _ . 14-.0488._,.._ ......„_,....... N._VERDUGaRD.TRAFFIC SIGNALS " - - - - - GLENDALE ' , , ' CITY OF GLENDALE'.: ._ il d„.;$3104,823,35 -......14,0489_,. ', ..„11::....----- CONDUIT ALONG BOB HOPE DR -77- .-..„ 'RANCHO MIRAGE ; ''. CITY OF RANCHO MIRAGE__ .........!j _._$24136.0,00 i 1 14-0490-- !--;;;•20211.SPRINGAVEMENT MANAGEMENT PROGRAM:- ...... .LANCASTER... ....„.„SULLY,MILLER.CONTRACTING,...,.;!i' ' $581,73919: : . 14-0491 I i ; - CV LINK ON-STREET.CLAsswAND.NEv.PATH . ..... PALM DESERT __.,.................GRANITE CONSTRUCTION."-----fl ..-$208.,II: 3..-'. : .. 1470492 . ...,. .. . .„ cHAKEmcaST.IMPROVEMENT__„, .. ---..... : : ::::.SOUTILGATE: --- ----- HARDY AND HARPER -7 $68..281:74 14,0493.....j: : : .. 3.190.ALABAMASTREETIMPROVEMENTS ! REDLANDS • "---- --, ' DuKERtALTY : : -..........1711' $4o,jitit.06:.. 1._.,14,0494..5,',,-,'„1.17!":',f,:::!.:-,:.77:"""". 2-0519-,-GLENDORA--- , . ; . . GLENDORA. ...,, cAL PACIFIC CONSTRUCTORS,INC. . .. $17,215.00.. 144495. . . UPGRADE EXISTING MARREDCROSSWALKS..i.„.:. 1„.:,.._ .. _MORENO VALLEY .. : . ...CITY OEMORENO.,YALLEY... ... . ,: . S289,800.00 ......„ !' , r• 14:0496 1, .vAituiBIND.AT ALMOND AV.E._TRAFFICsIONAL........ ..„. ....._.,.....FoNTANA. ...ALL AMERICAN ASPHALT ' ""---$404,73085 ! 'I .... 14-0497. : : . 1 TRAFFIC SIGNAL AND ADA IMPROVEMENTS. .... .... PALM SPRINGS - - •' ---'CITY.OF PALM-SPRINGS -- , ::.-.$3,0977037' ' . 14,0498 . ... ....VENTURA.BLVVTYRONEAVE;.-MOORPARK- • •-•• - SHERMAN OAKS- ', ' 1-PACIFIC STAR CAPITAL.::::... .!N:.'': :044573.51' ..' . I 1*009.,..: ':' Lj-""---*"-- --TRAFFIC SIGN-ALIMPROVEMENTS . . . - . -CATHEDRAL CITY, ' CITY OF CATHEDRAL CITY „ A ,. ..$1,569,506.54,.....,_. ....,_..... 14-0500 :! . -MERRILL AND HAVEN AVE STREET IMPROVE.. ': -- : ONTARIO. . .....AtL,AMERICAN,ASPHALT. , ,'I] :.. ....:$31,627.00.......... . 144501 :;:, :I :HWY i 8 AND APPLE NALLEYRD. . .. .. ..APPLEVALLEY.„: ,.,„ _ .. ,P.OWELL_CONSTR.UCTORS1 ,...2..,....:.;:.;: -.:,"."."-.$650",88541- ' • '_ ...... . „ .....14,0502. , . . . .TRAFFIC_SIGNAL INSTALLATION ! GARDEN GROvE....;. '•-- -- --"atir OFOARDEN GROVE . - i; !-$794496.00 14,0503„,..2 'L,„ .. _CASMALIA ST,ImPROVEmENT::PRoJECT: ' : RIALTO HARDY AND HARPER ... ' $92475100.... : L...14-,0504,"„.., :;,::..:,:,. .'. ":'.; . - RANCHODIAMANTE ' " • -.2" - ' I -HEMET _ :_.' . ... .'„ LENNAkHOMES ----7 $158,265.91... • : i* 14:0505-7 'El -LOOP REPAIR ON PHILADELPHIATAND GROVE.--:...7:11 1 ONTARIO ,'.- , 2 PR CONSTRUCTION ...„ .........l' ; $3,500.00„. . . ... . , 14-0506 ..::' ... 7.• - :- .VAN VLIET STREET LIGHTING ....__ • . ., i... . CHINO, ....„ ., .,. _,,,,..,.1.XWIS.MANAGEMENT.CORP... .. .1„..:„.......;$265;;720151':','•. : ..„14-0507 .,‘r. ... . . .. . ........„LABREA AND QUEEN RE-WIRE .,„,....,.......„.....- i .,, ....,..._-INGLEWOOD '.., . -::INLAND ENGINEERING SERVICES " " $19.637.00 .-. 14-0508 ..L HIGHLAND FAIRVIEW-CORPORATE PARK PHASEIII-1.----MORENO VALLEY ' •- MI!fliV AND S.EVERSON. • -I. •!1"-:$67.3059.20..7 , ._...... . . , .....„...„„.„...„,....„...., [ •.',,,"14-0509 - il: COLORADO ST.AND COLUMBUS AVE. .„ GLENDALE ..„ ...HARDY AND_HARPER .... .:1]i... $540,055.78 i 1 - 14:0510 I - VERNOLA MARKET PLACE _.- 2 :17 if T.-- ..1.111RUPA VALLEY_ ..WERMERS MULTI-FAMILY CORK ...! .. .$3,720.00 14-0511 : . 7: i:. 07180 ALABAMA OFFSITE PACKAGE . . 6... . ........REDLANDS _ . . ..... .... :ALL AMERICANASPHALT.., ......j;....... $82,174.83....... 14-0512_ 1 it... FOOTHILLBLVD..PAVEMENTREHABILITATION...,...),.(..,RANCHO„CUCAMONGA . ALL AMERICAN 1 7-$442;906:61- 14-.0513 „: i.. ..........VENEYARD AVE.AT SAN BERNARDINO.RD.---;:-.;:: -7L.4RANCHO'CuCMoNGA ' '" CITY OF RANCHO-COCA1v-IONGA- ', ;'-'$109,321.00 14-05.14.., :... ...; .. EUCALYPTUS'AVE.STREET IMPROVEMENT 'f in- -ONTARIO ---'. -..: ... ALL AMERICAN ASPHALT! ..1 '...... t724,60115.. 1470:515 . '''- 77-'GOETZ‘RD.WIDENING IMPROVEMENTS' '::! PERRIS . . „ .. ...... . .. „ ....ALABBASI ......„ . . 2 .$701,785.43 ... .. f : !`•.- .14:0516:' , '': SIERRA AVE PAVEMENT.REHABILITATION , !. .... ..... :NORCO „.,.... , .. . ONYX4PAVING....... - ,.. „. -.$34,342.00.,,,,,,,,,.„,! ,, . ..__.......,.............„.„.....,.. ...,,, . .. ., . . _.. .140517 ...: - .. . .„...,: „„........PROTECTED LEFT-TURN SIGNAL„...., . ..„.. „:... ; ,.... ..,..„.R1ALTO. . 7.:!.. ..1:,..,... ,,,...,,:....rCITY.-0ERIALTOI,:.....-.. . ...._ . $786,079.27". • 14,0517.1..1,- ._ „...,.. ....... ..PROTECTED LEFT-TURN SIGNAL .. .". .........::„.,:,.,;:i.:..i.,:iJ-: ;,:',11ALTO:7--- ..- --- ''""-."-- '*CITY.OF RIALTO--- " ', ' $378,-670110' 1 ).....14-.0519 .,........___',..BItIdGS,RD..AND.EVENING'GLOW DR:TS -::., - FRENCH VALLEY • - --COUNTY OF RIVERSIDE $ 2.7,932.48 1;-14-0520 SYCAMORE CANYON iliNti:AND MINNESOTA-WAY 'I.:' ' BOX SPRINGS . '' TT. COUNTY OF RIVERSIDE i ..:$459,023.00.. ! : , T • 1441521-7 - TRAFFIC SIGNAL LEFT TURN PHASING UPGRADE_ . .. • „.. CULVER CITY. .CITY OF CULVER CITY, ....,._... .. .$1,813,264.86 .. 14-0522..„...: • , .„ ... ..BROADWAY.,IMPROVEMENTS....„. ....„. ,'„:, .„... _CARSON_ .......„..... ..., „... ........-.CITY OF CARSON. .. . ...$1,3.86,065.63..„...., 14-0523 . !, . .. . BASELINE ROAD IMPROVENIENTPROJECT .. ... . „ .RIALTO,............ - ' ; . . . . ALL AMERICAN ASPHALT •--I.•' $247,15161" „...14,0524. . . TRAFFICINTERCONNECT_SYSTEKUPGRADES-- • ". ! . --• COMMERCE ------- - '- "-CITY OF COMMERCE : $1,286678.42 =14,0525..;_l . • - GROVE;MERRILL AND FLIGHT AVE ; I CHINO- • - , - ALL AMERICAN ASPHALT ---,.....--:... $135,^224-.16.7. -. -14-052-6--- **GROVE,FLIGHT AND MERRILL AVE.TS -... ....CHINO' , .„ ...I...„,- ....:7 i MituE.ANa SEVERSON, .- .1.„. . $852,312.51 „..... 14-0527.. . TS FOR.BOX.CULVERT,CACTUSLVETERANS.wAy.....:II. .MORENOVALLEY.. ......: ...._.__LEWIS MANAGEMENTCORP.,..: .....„: .......„ .$8,200.00...•.:'..:.- .14-0528_, BEVERLY CENTER RENOVATION i.1 LOS ANGELES .! BERGELECTRIC-*. • - ----. ..".. .$14,3644-0 -'*** • .. . • _..114;0529._:' :::`GILBERT ST./IDAHO ST:REGIONAL TS SYNCH. FULLERTON_ _ CITY •OF FULLERTON $232 465.15.. ._ , 14-0530 PALOMAR AVE.WIDENING PROJECT YUCCA VALLEY ...... . .._ ..: ALL AMERICAN ASPHALT ,_.. $124,124,09,.:_... i -. 14-0531 :_ • 2.6 . MERIDIAN K4.SIGNALS •...._.:.. MORENO VALLEY, .:..... ..:.LEWIS MANAGEMENT.CORP.,.:::,::::;;'.:;..,$843,44Q.26.:`:,-, . 14-0532 .. ..... .... .....FAIRVIEW..RD.HSIP.,IMPROVEMENT..PROJECT ._: ..,,,,._ ...COSTA MESA :,:...:.::.....:::HARDY�AND HARPER ,:_"..: .. ; . $307;877:19 ... .......:... . : 14-0533 .. . .. ........ .. .SADDLEBACK COLLEGE(T/M} MISSION VIEJO " . RJ NOBLE ...._. : . ._ . $37 166.63 14-0534- EL SEGUNDO BLVD.AND DOTY AVE. .__ .. HAWTHORNE • .., .SHAWNAN .... ...$5 557.00 ...... 14-0535 EUCALYPTUS AVE. STREET IMPROVEMENTS _. . ONTARIO ...... , .. ..., ...ALL AMERICAN.ASPHALT .....$64,385.00...:.... 14-05• ROSECRANS AVE,,RESURFACII�IG PROJECT.(WI. „I.. . .MANHATTAN.BEACH. . ALL.AMERICAN ASPHALT.,..:_._.:::-".::...:.$20,469:26.;: :. 14-0537 HUNTER COURT..:. ................:....... . .. _ . ....LAKE FOREST ..:.ELEVEN_WESTERN_BUILDERS',INC;',- '"" "$99 887:66 ........14-05.3.8 ..:.>.:�.:._:PRAIRIE,AVE..IMPROVEMENT"PROJECT. PHASE:II". ;'7.: 'HAWTHORNE ..'` SHAWNAN '... .- ''.`$518 485:05 14=0539:' ::< ;-__:.:.::ROADWAY AND UTILITY IMPROVEMENTS RANCHO MIRAGE c GRANITE CONSTRUCTION $980;115.93.-.: 14-0541 . MAJOR STREET REHABILITATION.... POMONA....._._..._....._...._...' ....... ALL AMERICAN ASPHALT $.1,218,860.45_...:1 14-0542 - I . . • _SOLAR RADAR SPEED SIGNS:::::::::.....__....._._._._.._ RIVERSIDE_........._........... LEWIS_...._. MANAGEMENT CORP, t':.- $12,1.70.00 14-0543 ....ADVANCED DILEMMA ZONE DETECTION ZONE.... .. MORENO VALLEY -.. .. . _....,,,.::CITY::OF::MORENO":VALLEY..:;::;;;;--:.__ ,_- $790;076.62 .' , . 14-0544:. ... ..._...._.ALTITUDE BUSINESS.CENTER:TS.`..,'.. ;:;;:°-.;;:: `•,::;::. : CHINO:. . . : 'PACIFIC COAST ENGINEERING,:INC. $1318,965:17 % :'14-0545 ' ..: REPLACE DAMAGED TSPOLE"SHAFT.. -DESERT'HOT SPRINGS CITY'OF DESERT HOT SPRINGS $28,231.00 vi 14-0546 ': WEST HAVEN OFFSITE STREET IMPROVEMENTS' . .. ' '.ONTARIO. . .ALL AMERICAN ASPHALT ..$120,382.00 . . 14-0547 . .... MERRILL'AVE,BRIDGE..WIDENING....... . ,-.. ONTARIO...... . POW.ELL CONSTRUCTORS —. .......$259R 17.7.71... . 14-0548. `,r..:. .. . .........190TII.ST.KING..HARBOR.ENTRY SIGN ,_:-..__,.-._ ......_...REDONDO BEACH..<,...,-._,, . .:...:CITY:OF:.REDONDO BEACH_::::.....'...:...:: $156,356:66:' _.` , ........::... 1 .....14-0549..... : LITTLE LEAGUE:DR,.AND..MAGNOLIA AVE:.SL___. :`::`SAN BERNARDINO , TRUMARKHOMES" $129.746.00 - ° .::.1470550```: ;Y. : : TS REPAIR AT ROSEMEAD/MARSHALL • . ROSEMEAD ER ENGINEERING $4,019.22 , , - 14-0551 _ TRAFFIC SIGNAL HARDWARE UPGRADES _PALM DESERT __ CITY OF PALM DESERT:... ... .$287,912.00 .....: 14-0552 .1 ALTITUDE BUSINESSCENTER ST.IMPROV:.,._..._.. - . ...... CHINO HARDY AND.HARPER ,.__ ::.........$62,536.00 .: 14-0553.. CROSSROADS II ..... .-. ..: ._.._....._:..:.-.-:BEAUMONT ...................... ........._GRANITE CONSTRUCTION_. :'_ ;: $676,710.98',:. ...14-0554,.: :: _. . . .CANYON SPRINGS MARKET PLACE .:.:•:.:.n...:.: ' :.:::.::::::::°:::: RIVERSIDE:::::.:::;:: . . _ :DPRCONSTRUCTION : "'"$502,518:00" . ', 14-0555... .E , HIGHLAND AVE.AT 210 ..... ' "``°SAN BERNARDINO ALL AMERICAN ASPHALT ---• • ORANGE... .._.................. ..CITY.OF.ORANGE..._ $185,271.67. .._... • i 14-0557...' ' PCH AT..HAWTHORNE.BLVD...INTE TION RSEC IMP; ,. . ...TORRANCE. . . ... .. ........ ... .GRIFFITH COMPANY _ ,..._.......3..: ....._.$936,465,70 _ :....__.140559 ' : ..:. ... . . .......__......... SKYLINE RANCH.: ...... . .. SANTA CLARITA.......,.,.... .._.._...:.. - .PARDEE.HOMES.::.::. ..:::...:::$22,410.00. ::::.:' ;: .:14-0560 .:'....._._.....___..,........ _LOS::ANGELES:COUNTRY.CLUB::;w.. . ;:: ':..,:.:._;:'::.LOS`ANGF.T.FS: . :. :: BERGFT,FCTRIC $21,644:00 >_,:_14-0561. : `` :SOUTH GATE POLICE DEPT."PARKING LOT •.. SOUTH GATE EC CONSTRUCTION • $20640:12' 14-0562 JAMES AA MUSICK FACILITY JAIL. .._.. IRVINE _ BERGELECTRIC ___..... °... $363,086,06 ... ..:1.4.-0563 . '. .. .. RAMONA EXPRESSWAY_....... ......_........... _ .. GILMANHOT.SPRINGS .__.._...._.....ALL AMERICAN ASPHALT ... .$139.319.00 1 . 14-0565. ., ' TS MODIFICATIONS PROJECT _ RANCHO CUCAMONGA ... CITY_.OF RANCHO..CUCAMONGA....'-:..::$209,074.00 . 14-0566:.: : .. .... .........5TH STREET WEST.AND AUTO CENTER DR . . , . .. .._..PALMDALE .. . .. . ... .:..:.:...::::.CITY.OF.PALMDALE.. ,.... :.: $360 815:00 .. 14-0567.',...: .... ..........:`.. PROJECT,BRUIN:. ._ .::` .. .. OXNARD BERGELECTRIC $28,589:00 14-0568 . ` USC IBC VALLEY SURFACE APRKING LOT' ... ' ' , LOS ANGELES BERGELECTRIC $17,622.50. . 14-0569 .. ' AMAR RD:AND NOGALES ST:;..... ......... ... . WALNUT. . ALL.AMERICAN.ASPHALT. . $4,500.00 . • • . .147 570..._: :. .. • _...... 9TH AND.VINEYARD . _ _ .. ....._. ....:........`.;.:RANCHO.CUCAMONGA...- ... ....FULLMER CONSTRUCTION $64,743.00 _...._14-0572_ :.... ._-._. .PAVEMENT.REHABILITATION.PROGRAM. ...................:; .. .._...:.TEMEC.ULA ...:............_:._.....:..............__.:....: -. ..RJNOBLE ....:.. .....,$49,682.20, 3 __._14-0573., PERRIS MARCH PLAZA .. .. '-- ' PERRIS - ROCKWOOD CONSTRUCTION ....::., '` `" $4,540:00 .. ..... 147057.4_, ....__.y: ... „.RESIDENTIAL,ST:REHABILITATION TORRANCE ALL AMERICAN ASPHALT_ • $62 937.24 ..114-0575::::;s: -::.... ............. 859 N:DETROIT ST:,--...... .... LOS ANGELES R JCA.CONSTRUCTION COMPANY._ ; :....:_$34,913,89. :_ 14=0576• I ARTESIA MITIGATE PEDESTRIAN AND.BICYCLE _...... ARTESIA .:. ' -_. _-. HARDY.AND.HARPER.-.-. _... . :, .$240,380.45.. , 14-0577 UCR STUDENT SUCCESS.CENTER . .RIVERSIDE . .. BERGELECTRIC.::.,°° `' _ $4:700.00 _.. 1470578 . . ., . LOS.ROBLES HOSPITAL . . ..THOUSAND OAKS. . :: BERGELECTRIC _ $3,500.00 14,0579„ .. ': ... , .LINCOLN:A:VE.,:PEDESTRIAN PATHWAY ''' SANTA ANA WRIGHT CONSTRUCTION . ..$111,642.28. .. 14:0580 ': ``- N.INDIAN CANYON DR:WIDENING .'_ N.PALM SPRINGS ALL AMERICAN. . $304,794.32. .-., ' 14-0581 .. . .._" GREEN TREEBLVD.EXTENSION..._.. .... T�.... .... . .. ..VICTORVILLE . ._. .-.SKANSKA ........._.. ....._, . .,.. .$1,252,329.33:..:.. 1 14-0582 , EMERGENCY REPAIR WORK__ .._........__.. .._.. _.. SOUTH.GATE'.. . ._-.. ._..CITY.OF.SOUTH GATE':::::::::: :: <` ".$28,355,61'. -. _14-0584 ; _� .ALISO.VIEJO BEHAVORIAL HEALTHCARE ._._ '. ._ .-... . ALISON VIFJO �� �.' :.-:. ... BERGELECTRIC " $3 SOO.00µ W . 14-0585 • ...WILSHIRE:BLVD.TEMPLE.EVENTS;BUILDING ` . , ..___--..LOS ANGELES 'BERGELECTRIC . ' # , _.._. $3,940.00' . .... ....... " .14,0586' : ' .... .•..... ....CPRPARKING LOT LIGHTING REPAIR,......___. ... ,,_ _ . "SYLMAR .. . ALL AMERICAN ASPHALT_.... .... . __....._.$8,853,11.-. . . - 14-0587 1 _.-._ .‘GLASSELL ST.AND COLLINS.AVE.LEFT TURN ..... :, ' ORANGE ......... , . CITY_OF.ORANGE ..._ _.:....$284,331.07..... . 14-0588..... f ...... .....TS MOD...-.LAKEWOOD AND HARDWICK -.... LAKEWOOD..:._ --: ' . . .._,.CITY..OF.LAKEWOOD........ .::::::.: :`::.:..:::$269,735.27.�. ... ._..14-0589 .., ... .......1313.1:LOS..ANGELESST.._... ......:..............:..: .. _....:. . ._.:..:_.IRWINDALE:.;=...�...= --�,.:...- DUKE REALTY _. _.. ,=$728791.51..........:: I. 14-0590._-. , ,. CHAPMAN.A.VE.ANI).FELDNER RD LEFTTURN - .. . ......._.. ORANGE ,CITY OF ORANGE - . .. _ $259,463.82 "14-0591 .. , •CHAPMAN AVE:'AND FLOWER'ST:LEFT TURN_' rv71 ORANGE: ..... .. :CITY OF ORANGE . .... : ',..... $281,728.94.. 14-0592 I: TS INSTALLATION AND MOD.-PHASE 2...... ., ' _GLENDALE.... . .. .. _,..:CITY.OF...GLENDALE . •.......__.. , ...$2,191,269,60..,.,_! j : _14-0593 . . .... .ANAHEIM CANYON.METROLINK STATION .......::........,< ANAHEIM,. . . ........... . ..STACEY-AND WITBECK,.... ....._..... .._._..$904,16.4.98..,:......., 14- 5..4... :;;' . .202.1.FALLPAVEMENT,REHABILITATION .__.,.........._,e=:..::..:.:_.:.....:... =.ONTARIO,:..,...-- ::..:.::_,,...:..,,w:.........ALL:AMERICANASPHALT _ •:;; $162,440.00---: ___.:_14:0595..:,? w.:.., .._ :.........,..:::CHINO::ADARAMPS.:(T ; ... `:CHINO......_.. - MILLIE AND SEVERSON._.. . $6 996:99... . ., I4-0596 '' - .._._... - 13344 MAIN ST: ._...f .._ LOS ANGELES .. _. .... .-. MILLIE AND.SEVERSON ....I, __-_$19.677.00 ._..: . .- 14-0598.'. .;: -.....INDUSTRIAL BLVD.AND SILICA pg................ VICTORVILLE ..., ..... ` .............SULLY-MILLER CONTRACTING. .. ..... $26,084.00__. . .14-0599 ..: _.........BUILDING 14.,CONSTRUCTION. SANTAANA.. -_.,_.................::... BRIGGS.ELECTRIC,.INC,. ,.$819,107.62.:.: ..: . 00 ... ..... .. .._ . SUNDANCE.CHERRY AVE.., .. . __ ..... BEAUMONT..............._...:....::.:...:..::,. . HARDY AND..HARPER : $33,563.69 ;.......14-0 :601.:..:.:' ..:.::..:.::::::::::::.:.::......13TH.ST.PAVEMENT REHABILITATION UPLAND r: HARDY AND HARPER - -'... ,$7 409:43--- 14-0602- STREET RESURFACING AND SEWER REPAIR GLENDALE TORO ENTERPRISES • • •$135�456.00. . 14-0603 ..223RD ST.IMPROVEMENTS : . .. ...._CARSON .... ALL AMERICAN ASPHALT . , ..$193 566.79. . . • __.. 14-0605 ... DOWNTOWN FIBER OPTIC..COMMUNICATIONS ' 1; HUNTINGTON BEACH.. ......... .City OF.HUNTINGTON.BEACH.-....._: .-...$806,118.61...__. .. 14-0606. .. .. . ,TRAFFIC.SIGNAL.MODIFICATIONS:--,......:-_..:::_. .::......:: .HUNTINGTON BEACH....:.. CITY OF.HUNTINGTON BEACH.,„.--. $41.1,162:78,___:.: : ,14-0607,,.. i .......,,,.::,.. .SCHOOL.:CROSSWALK.IMPROVEMENTS<_:=_::::::;::.1:..-.:w'.:.=::,.RANCHO CUCAMONGA CITY OF RANCHO CUCAMONGA "$131,078.68 '' ; ..14 0608:_:`7 ... MISSION BLVD:PAVEMENT REHABILITATION r JURUPA VALLEY "ALL AMERICAN ASPHALT .• $22,488.00 14-0609 CITY-WIDE TS IMPROVMENTS.PROJEC'F.. ....... CLAREMONT... CITY OF CLAREMONT.............. $525 364.57.. .. li 14-0610 . .. HARBOR BLVD..AND,ARBOLITA DR,TS ........ . .... LAHABRA. . .., . .CITY OF.LA.HABRA_ .... ..... , $298,467 60.:.... 14-0611............. . _ .BASE LINE RD..STREET'LIGHT .. . .. .-...,,;;, RANCHO CUCAMONGA . ..._CITY_OF RANCHO CUCAMONGA .: $16,706.29...,....:.. .14,0612,_... ..-... .. 2019/2020 ARTERIAL AND MINOR:ST.MAINT, _',...,-.a, RIVERSIDE.:::-. . . . . :.ALL:AMERICAN ASPHALT `: $380 195,89 ...14-0613...., w.:::.,... :.- ' .HENDERSON.AVE: ..:. PORTERVILLEW _ ` CA PROFESSIONAL ENGINEERING " . . $20 a00:00._ .......... 14-0615........: HERITAGETRAFFIC SIGNAL MODIFICATIONS REDLANDS _ LENNAR ..,.-----' ..... ..... $339,040.15 14-0616 CITY.OF HOPE CANCER CENTER::.::.. . .. IRVINE.. _ ..... _. BERGELECTRIC.. ..... .....$0 00 ............. . , _.14-0617 . ; HIGUERA ST.BRIDGE.REPLACEMENT , ....,:,::l..'... .... CULVER.CITY......... . : 1. .ORTIZ.ENTERPRISES..____ ...:... ...$309,0.14.15_..._.: .BADILLO ST IMPROVEMENTS COVINA SEQUEL CONTRACTORS ..14 0618_._; Q $24,420:00::.....:_" . . .... .. . ...... „ ... ....... ................ ...... , 14-.0619.1,7 r::::,:',::.:.„.- -::!."1::::"!!':--------LOS-ALISOS BLVD-.. : • • ---- --17-- -...-„MISSIONVIEJO ALL AMERICAN ASPHALT............. ! : ... $96,453.00 . ., . 14-0621! - INSTALLATION OF FLASHING BEACON : ! .. PALM.SPRINGS„ . ...... .:CITY OF.PALM SPRINGS.„.....,...„.„,'! ' $333,355.02 .. . ...... ..... ... ...... . .. .. ..„......„ ....... , 14-0622 ...:,-. „„.CENTINELA AVE. . ,.. . „INGLEWOOD.......„....: .„.. ....ALL AMERICAN ASPHALT,:.11.7:1;:: :,1.;:--1$I,250,306.53!: -- . _ •- . - 14-0623.... - .; ..„., ....„ ..EL MONTE BIKE.BLVD. , , „ .EL MONTE.„,„, ...--: .--,',.-f: :ALL AMERICAN ASPHALT - •*I !':: $24,969.87 :..,1470624.,.' :... ..STREET REHABILITATION-GRAND AVE: -'::::!!'";:•- ' !• • - :-. CHINO-- ::: - '''-''-- • 'SEQUEL CONTRACTORS. ..-- c• : $8501971,0 1470625 ,::;-f:' -;!!': - - '" ! DI BARRANCA AND LAUNCH IRVINE HARDY AND HARPER..._„... . . ,..... $281,364.08 : ':•• 14-0626 ! ';" ! •- -GRAND AVE PAVEMENT REHABILITATION_ . . ' . ,....... CHINO HILLS_. .,„...„., „. . ......,. RJ NOBLE„,... ..,.. .. .....„ ..;-, '.. $84,53.1.65____;! 1440628, ,-- • GLENDALE RATPMS _ . ..... . .GLENDALE .. „ „ - . .CITY OF GLENDALE...... .. ....,.. . ..$370;500:0011.1:::::: :,....:...14-0629. ..., .„ .....,.. ..ON-CALL FIBER OPTIC TESTING „ . „ . .-- -...... . „GLENDALE:. ..........„..._ " ..fftITY OF GLENDALE-.----1 - $11,1-99,996-.99-', r ,.....:14_.0630... ! , ......CONDUIT INSTALL;REWIRE.'it TS CABINET-c----- - I:.-' ----REDLANDS--- ' '. .—-CITY OF REDIANDS — !f .$1-11312.71 . I 1.4-06I.1----;'•.---!-• NEIGHBORHOOD STREET IMPROVEMENTS .,..... _._. ::- PARAMOUNT -- ' ; . , ALL AMERICAN ASPHALT „.. : :!,.....„ $24,894.00 .. ...i I 14-0632-:i.; INYOKERN AND JACK'S RANCH GATE . ... i• CHINA LAKE . ................ ..... .... .....BERGELECTRIC....- .......„,,..„!:. . ... .$655,916.16,.......,". 14=0-633 '1"--- --- YNEZRD:AND WAVERLY LANE. ... . . ... ... . , .,..TEMECULA._ _ ,.... L„,MERITAGE.HOME.OF_CALIEORNIA.,.!:':..,.:$507,149:417:::: - „14-0634 .-- ! . VILLAGECENTER,DR.. ... ...._. .. — ....„CHINO.IIILLS„.„..„:„:„„„:,.: :::......:-77.HARDY.AND HARPER '-----. :.- -$84,500.00' ..14,70635... • f.......SLOVER.A.VE.DRAINAGE.AND.TS IMPROVEMENTS--- i!---- SANBERNARDINU-- • '''-VANCECORPORATION ' .! .$24012.46 , ,.•14-0636 :::. 'WINCHESTER'RD.ANDTHOMPSON'AVE T FRENCH VALLEY.-: ' FRENCH VALLEY MARKETPLACE,"2::.:..:.$3712:821.45....: 14-0637 'I --:F1XED NETWORK POLES ... ... . FONTANA,„ „ .,.... CUCAMONGA VALLEY WATER...,...;,:.1...........$29,000.00. i .. 14-0639 .... :-.. . . LIGHT POLE INSTALLATION . . .„.., ....,„ ' ... .......POMONA.... .... .....„ : ....,„....FOOTHILL TRANSIT. - ,- ...1,! . $24,150.00___!, 1440640 ......„!i ... . ........, . .. ,UCI VERANO:8„.. ..., ......„. ,.. . .--,!:-!!„,.. ....,. IR.VINE, ...,_ , ..:.:„ -- . .......:- .BERGELECTRIC :......::--:-:-.-7::::*„.::::;:.-'' - .$17,500.00 'I 14-0641, - [!.. . . ...ATP SAFE ROUTES TO ........i......:T........•:._: ::....isit.:...i...:L.;!,-..ommicr..-.:,-.•:::.".:i:.'------ ALL-AMERICAN ASPHALT' ---- `' ;$i149.,I 51.28: 1.....„14;:0642.„..„;;i: ''7:1:r:-RONWAY EDGES ENHANCEMENT PROJECT T ! FULLERTON •- - ! ' ALL AMERICAN ASPHALT .: $1,068098.26 !' 14 0643 --:::' - -- HSIP CYCLE-8 TS IMPROVEMENTS •: 7..: LAKE ELSINORE .:. CITY.OF LAKE ELSINORE. .-!:........:$593,872.74 .14:0644 „ CITY OF HOPE NORTH EAST PARKING STRUCTURE ... :!.!i,..., . ....DUARTE .. ... . „.. ,. BERGELECTRIC ... ., ..:, „I .'..,.._$10,959.00 ....., i:j .1.4;0645. i, ... WEST_CARSON COMMUNITY BIKEWAYS...................._......! f): - .LOS.ANGELES.......,........... ,. . —.HARDY:AND-1-1ARPER.,.......,„„... ..:',-i-—... $88,210-.33 ---1 .. .. . . . , . i 14-0647: -J! . . . .PAVEMENT REHAB.- ,,, '- , 7.-..........1Z-1,:7 ::":M012.ENOVALLEY: : -- - -"ALL AMERICAN ASPHALT--''''''''' •: ' $80,378.00 ' : • .14-0648- 1 :-...-,...:..,...I-:..:•::;.;... .::.:ALABAMA:ST;ANDORANGE'AVE. ---! !!!:'.' ' REDLANDS :"- --WERMERS COMPANIES — • $427,604.88.. I4L0649' :', - - --POTHOLE EXISTING UTILITES -* .'!'i, MENIFEE LENNAR i $1,390.33 ........ ,! 14-0650 .,'.', CLARK...AVE.REHABILITATION PROJECT . ..„„ i .. ......-,BELLFLOWER.. , . . .R.I.NOBLE cOMPANY._. ,.. ,,.-!„....„,:$55,260.00.. ': 1. .. 14-0651, .: .. . ., . ... ,„.._ .. HIS?,PERRIS BLVD.,.„ .,„... _ . ... ...) : .. , ... PERRIS!)„,„... „..:.„ .„ ,. _ ...-CITY,OF PERRIS-- . „.„,..,,:.„:„,..! ',..,..,,.,,,,$789,826:59.:".'.7 . ... ..,.. 1470652. I: . . .PLAZA DEL AMO. . . ...... 2.!,.. . ,, TORRANCE- ..,.,.:; ; .ALL.AMERICAN:AgPilAbr ,- . $95,451-.90*• ! : :. _14-0653 ....! 1 „....„„„,:„:„.„,...„.::.:..TEMPORARY....VDS CAMERAS;_ - - ---2'' 'SANTA CLAIIITA 1 " ' ALL AMEItiCA.i4 kstifALTT 1. .,- --$22,938.08 •i !, -14-0654.-4 ...- -'BATTERY BUS CHARGING INFRASTRUCTURE ....:, ----NORWALK. 1-- ....CITY OF.NORWALK , $1.02,155.91. ! .; 14-0655 .. ... ----- •.GREEN STREETS PROJECTS . ........,:.7.1.... LAKE ELSINORE. . i .HILLCREST:CONTRACTING „‘::. ...$292801.00 ..., ! : '!,.......147:0656 .7.... ;..i i .*......AUNTINGTON DR.,.. SAN GABRIEL BLVD; ,„ _ ... i'.!!._ , .SAN GABRIEL. . . .. . .... .SEQUELCONTRACTORS... ...„...- .. ,$414,614.82. ' . 14-0657 ! GLENN RANCH RD REHABILITATION _. ..„...: :.'',... .„-„,,,:LAKE FOREST•--2-......... :-.:,..,,s'y,...,,,::ALL AMERICAN ASPHALT -: --:`•-'14000.00 , .......14-0658 ..! .,. .....,..,....EUCLID.'77.:WESTMINSTERINTERSECTION -' : - ! -GARDEN'GROVE - . - ' "RI NOBLE ..: • -- 1 . $392,701.00 : ! 14.40659: .:‘. -7-- --- -'SAN.JACINTO ST.RESURFACING ''.': ' RIVERSIDE -',' HARDY AND HARPER - al ••• $I 0 1;13o:967f l' ! 1. 14.-0660 ' . ' REPAIR BBS AT.FIRST ST.AND.EMORY AVE.. ! !: .-- .BEAUMONT LYLE PARKS JR.CONSTRUCTION_ .i ..... $3120.27..._ ..*: 1.1. 14-0661 ' .... • ...7 EUCALYPTUS.AVE.BRIDGE . , _ .............. . i...... ONTARIO.... ......... .. 1, ..........POWELL CONSTRUCTORS ...... . ..: . $287,870.22, ....* ..14-0662 ..- „.._.„.„ . „... ..LUGONIA.ST.CONDUIT INSTALL. „ . ... REDLANDS . .-...„., . .... . ... ..CITY_OR REDLANDS.. . -..,.. ..„..$1050011*:*.-..* --1470663.....i -ELAN- 100&200 ELK LANE : : • ' - SANTA-ANA •••!:WER.MERS-COMPANIES- '' -— -$499,006.01- .., ...„_. , n .14,0664- _. .—.__:.--TERRACES:AT WALNUT ..........' WALNUT' :. SUKUT CONSTRUCTION ,.$450,215.53 . 14=0665 ;-. FY 2020-2I ANNUAL•PAVEMENT MAINTENANCE ., , ORANGE. . RJ.NOBLE COMPANY ... , $1 830.02 ,.._ is 14-0666 .. FY 2020-21 ROADWAY REHABILITI ATION . ..--.• , ..PLACENTIA ..... „ . ..._. . ...........RI.NOBLE.COMPANY..::...::.:: ....._ : : :..:.....:$1,830.02 : !: . 14-0667 OCEAN BLVD..SIDEWALK IMPROVEMENTS. ._ .NEWPORT.BEACH . _I,. VIDO SAMARZICH,INC. . .::..::7$29;730:20....: , 14-0669. ,.. .-_,.,...,.._, ,JOHN.J.BENOIT DETENTION CENTER,. ... .._... . ....._RIVERSIDE ::�:::.;..:::'. .: ':: GRANITE CONSTRUCTION . m ''-:$589 393.79 : .._..14,0670 ......:: ......_ _ -_...,...'......STARLING:AVE..AT CHINO AVE.:..:.... ._.._.......... ..: ONTARION..............._ ...... LENNAR _-. .,, . . "-..'$762,519.62.....v..; " 14=0671'— . -VAN NESS AVE:AN1D:139TH ST..IMPROVEMENTS GARDENA _.....: •• w, ALL AMERICAN ASPHALT $31,753,15. 14-0672 ... ALEXANDER.-.BEECHWO.OD..AND SHIRLEY ......:.:.:.::. ...... LYNWOOD .. ..., SULLY.-MILLER CONTRACTING....: „__.,,_..$37,000,00 14-0673 ..? , MILL CREEKAVE..AND_ONTARIO RANCH.RD._-. .. .. . . ONTARIO .,..--..:.:..:.."'.... . .SHEA HOMES . .. $:1;008,931�35: . 14-0.67.4.:.....t _.:. .:. ._-.. FIRESTONE.METRQBLUE LINE STATION.„......„...„.„........ :__LOS.ANGELES;;: :': .`..... :LOSANGELES ENGINEERING' -_...--$397 791.86 >:.:..:14-0675::=-?,.:: -_:.: :_:SANTE FE AVE.SYNCHRONIZATION — LONG BEACH ` CTTY OF LONG BEACH— $3�170 571.68 ; 14-0676 PEDESTRIAN CROSSING'ENHANCEMENTS . • PASADENA CITY OF,PASADENA $152,745.80. . 14-0677— . DESERT SANDSPARK.CITY FIBER CONNECTION. ...... '.. .•. . •PALMDALE.._ , .. ..: .... ...._..:CITY:—OF PALMDALE... . :._.-.,: -.-_,.$63,072.58:... i 14;0678,,,._ .' WILMINGTON..WATERERONTPROMENADE_._. .: ::: ..::.............LOS.ANGELES..—.:..:::::. J7SQUARED.:.GENERAL:CONTRACTORS $81,180.00. 140679 BASELINE.RD,„......__ _ .. ....._.... RIALTSO.: ...::::::.::.::::.:.::.,', .:....:.. . AI:,l;`ANIERICAN ASPHAI':T -__,_$20T6000..:::....... _ .14=0680.. ^..., ,;:; :. _:. -.>::::. . RANCHO LOS CERRITOS —............. 1....— CERRITOS " GRiFFITH COMPANY - •..$210 907.01 140681 ", , `"� `' ADOBE SPRINGS—WINCHESTERRD. 1 ___...._ MURRIETA _ • ALL AMERICAN ASPHALT : _.. .$562,004.88._. -; 14:0683 . •....INTERSECTION SAFETY IMPROVEMENTS HSIP7 SAN GABRIEL... CITY_OF SAN.GABRIEL. __- $824,461.45. ._14.-0684. -...POLYTECHNIC...SCHOOL PEDESTRIAN.IMPR_. . PASADENA ,PERRY C.THOMAS CONSTRUCTION,', $243.,771.04........... 14-0685:m-. s:..._..: STONEHILL.DR.AND PROJECT..DRIVEWAY . -.._SAN..JUAN CAPISTRANO:.: ,,::_,:,-...:GANAHL:.LUMBER COMPANY. :.`; .$480;747.02 :.':M —. 14-0686::_ `_:.:_,.-.:.:. ._ -----.:,HEACOCK ST..,. ._: MORENO VALLEY ".._..................... .ALL AMERICAN ASPHALT $24,000:00 14-0687- ' '.'--ANNUAL ANNUAL RESIDENTIAL STREET REHABILITATION ' _. • —COMPTON .. . -.. SULLY—MILLER-CONTRACTING— " $105417,00 14-0688 —if."' . . '.. `CITY OF HOPE NORTH'PARKING.STRUCTURE...... IRVINE .._ . • • . ... . .......... .. ,, .BERGELECTRIC- . ..$0.00.. .14-0689 .. . LACCD.SOUTH.GATE.... ...............•____ _......... SOUTH GATE TURNER CONSTRUCTION COMPANY is ...$5,802.36 14;0690. .' ,. ._.HOLLAND RD..AND EVANS,RD.TRAFFIC,SIGNAL....,..:...:..<::.:—::.._: ....MENIFEE_ .. .;............ ..... .... .. — LENNAR.HOMES::.:::. ..:: ......,..._:.1 :Vw.....$538,465.77,.:,—.:., .............. . :: 14.069I. :..,'';;;:.::;:;:::<: :;:;.,,:;.DESCANSODR:STREET IMPROVEMENTS '-LA CANADA "SEQUEL CONTRACTORS il .$40148:00_-.... 14=0692 ..; w' —SOUNDWALL CONSTRUCTION ON I-210 FREEWAY.... -. 'LA CANADA FLINTRIDGE POWELL CONSTRUCTORS .., $395,239.52 14-0693 ROCHESTER AVE.,PAVEMENT REHABILITATION RANCHO CUCAMONGA . .. .. . ....... _ ONYX PAVING ' $234,000.00_._.... 14:0694 . _, .COOPERATIVE CITY/COUNTY.PAVEMENT.REHAB.: . .. HIGHLAND ..:. . _ :— .. ..MATICH CORPORATION ; : . ...$75,829.61. ..' 14-0695 .___• , ....:........ BARRANCA AND,MARINE.._:,. ,_,._. ... IRVINE:. ... ... ., .. __...BERGELECTRIC.., . ......., . .$37,452.10. . .._:14-0696.:::::::: :::::.:::::.....::.._.:......:-.:.::,:.:....:::rv: LANDMARK,TOWER LOS ANGFT.FS.'.:. ,...:. .. ::.:::.; .::..-BERGELECTRIC .. . ' :.. .$11044.00 5..._; I 14-0697 1. ,.._.. .. ::.....CANYON SPRINGS MOB:.......:... . . .. . RIVERSIDE'..,.... BERGELECTRIC . ..................._.... .......$10,500.00",.._< 14-0699 •• HONOLULU 'AVE TRAFFIC SIGNALS GLENDALE .CITY OF GLENDALE . ...r,. $4,325,239 85 . 14-0700 ALDER AVE.' � ....SAN BERNARDINO::: ...,. $119,680,00 ... : --_._. . :HARDY AND:HARPER .. ',:.:.14-0701._. : : :.:........_..... ..:__..__..STREET.IMPROVEMENT.3RD.ST ... ..... , ........: . :., SANBERNARDINO. ..... ......,:,..MATICH..CORPORATION.._.___.._;i:.,--.361,78.0.00...— ` _:::.14.-0702::.."1............:..... .._RANCHO LAS PALMAS..SITE.&.SHELL,........-.,.. . ... - ; RANCHO.MIRAGE:..-.. .;---SAVANT.CONSTRUCTION,INC.. : ` '`, .$26;080.00 . .14=0703 MAIN ST.AND WALNUT ST., . .:... - - SANTA ANA . .. , .CITY OF SANTA ANA :' $33$920.94 1420734 ' ' '..... MAIN ST.AND 15TH'ST; SANTA.ANA CITY OFSANTA ANA...... - ' $439;629.24 ''. 14-0705 ;. .TRAFFICSIGNAL.INSTALLATION - __.._. ._ GARDEN.GROVE .. .. .. .CITY,OF GARDEN GROVE $1,35.7,108.92 . L. _1470706 - 6240.PRESCOTT.COURT.. .. . CHINO: ... .............ALLEN,PROPERTIES_...: ....... '. $6,205.00_._..; :. 14-0707 OLIVE AVE.AND IRIS COURT AREA FULLERTON HARDY AND HARPER - -;----- --- -- -- - !! - , . .. , , ,. . .. . „._ , . ..................„._. ... .........,.,....,.......... . ..... ...... 1 ....140708...':1'.... .:... LA.PAZ.RD.:ANDNETERAN'S.WAY.................___„.„..„1,...,.1_22i.MISSION-VM.ItC17 7--.:....-CITY OF MISSION VIE101. ---7;', -...!!-$16,846:601- 14,0709.-___(„11_______.,...CALTECH,RESNICKSUSTAINABILITY ' ' "; 1 PASADENA.' • -... ! . .BERGELECTRIC- .ili.t!.. ....$16ii.60-:60 !, 140712:71:l!Tkirg I:ANDING- -st'AlsitiREAs'st.AND-CAM-PCs AVE 1': ... . ONTARIO. ! MERITAGE HOME OF CALIFORNIA:11.!;:Ii $389,509.87.......-t 144171 - --::11 MAGIC MOUNTAIN PARKWAY AND TOWN CENTER... .'':.I .SANTA CLARITA. _....i....,.„.... CITY_OF SANTA.CLARITA„...„.„,....... i _ $53,840.00............ 4470714--_1 1 II. , . ;,CASA GRANDE AND CYPRESS,AVE, „.. . .FONTANA, .„__,!...SC FONTANA DEVELOPMENTCO;;;J: :::$1.,3.5064.89 ': .....1440715, ,-J..„ ,.,......„_. .REDONDO BEACILTRA.NSIT,CENTER, . „.„.....„.„...,, ! „ . REDONDO BEACH .....,' ',,T.2-;:-7-'M.S.CONSTRUCTION c. - '...$139,51.5.871 1 :..1470716... .1!....,.,DUNCAN„CANYON,Ra-AislaCOYOTE":CANYON.RD: 1 FONTANA - -" - LANDSEA HOMES!' *... ' -..;;', _ $898,8 4..89 14,0717- ;;' FOOTHILL BLVD.PAVEMENT REHABi . ......1 ii ItANCHOCUCAMONGA.... ; ....7. ; ALL AM:ERICAKASPHALT1 if .' Li.'.:'$ 13,668.74 I '' 14-61I8 -. .: CITYWIDE PEDESTRIAN-&VEHICLE TRAPPIC:1 . ....1.C.: .71.1.0.8tEST COVINA::. ._.:...SUPERIOR PAVEMENT MARKINGS-.3 i.........$22,640.00. 14-0119-....i. !!, '.......SIGNALS AT KIMBALL AND MEADOW,VALLEY„.........-1! , . CHINO________. i _.ORBIS REALESTATEPARTNERS'!„--',c..1::::,..;;,$1426:!13-!!::- .":: 1! L....14,0720...j 1 . .NEW.ELECTRICAL SERVICE AT 1801.4..WIKA RD.. . : ..'........,APPLt VALLEY1.7!::::-.-:,:: !.t.zTOWN.tit:APPLE VALLEY-- '',,---$42..38860... 14,0721„„„....!:..-;„,,,,,-_REDONDOBEACIrliLTVE.ITREET IMPROVEMENT 'I: -•--LAWNDALE' - 1 ' -HARDY AND HARPER-- 1 164;960.00 i ::,---14:0721 1!, PY-10i261,0CAL-STREtT OVERLAY PROJECT " r F CHINO .. . , ' ..... • EXCEL PAVING . .1...... .....7..),f; $3X44.13-1„ 14,6124 "1 GTRANS ON-STREET BUS SIGNAL PRIORITY f! 1 GARDENA. . , .CITY_OE GARDENA , .. .. J!- _$83.693.00_2 !' -• 14-0725 7 4 ROSECRANS AVE.STREET IMPROVEMENTS !!il :FULLERTON IU NOBLE COMPANY. ..., .. ! $0,00... 14;0726. 1!! _ „_..... .. __ _ATP CYCLE 3 . _ ..._ _... . .., !,-1 ..HUNTINGTON.PARK:„. ..!._. CITY OF.HUNTINGTON PARK„....J. '..... $946,452.98 _14,0727_„.!'(.",._„PAVEMENT REHABILITATION AT;14,,LOCATIONS.....,.,,1 _SAN.BERNARDINO___:.,_ :,„.:2_!MATicii:CORPORATION7.11:L-::11,:•.,1 •••••• S42,800:00 . 1,_....14,0729,....„.:, ..__.„.LITTLELEAGUEDRI.,;i1EFLACgsrciLl3NWIRE ' - •!: ' SAN BERNARDINO --•--------- ---TRUMARIC HOMES. .-- S28:81378-5;.;;; '1! 44:010--.' .;;SURGERY'CENTER:PEASE II OFMITE-IMPROVEMENTS -i1 ' MURRIETA ' TURNER CONSTRUCTION COMPANY:.' $i oli,8.16-,,Ii:::::::, 14-0731 , 1 DESERT HIGHLANDS TRAFFIC SIGNAL- . _, ;;:!1 PALM SPRINGS ! ... CITY OF PALM SPRINGS _ _ .......$653,496.60......., i 11- 1470732....-.. . TRAFFIC SIGNAL INSTALLATION„SAN RAFAEL.DIL. •!!!:1._.......„. PALM SPRINGS„.„„ „. 1 .1..... „CITY OF PALM.SPRINGS „......, ! _„._.$497,370.52. „ ! !7 .14-0733. _:.\!PACIFICA HUNTINGTON.BEACH PARKING.STRUCTURE!,1. HUNTINGTON BEACH. , '•__ ...........' -.„'BERGELECTRIC-7,-;!IT ,..,:::::::::...:1-i....T.-$44800.:00 1 ... .. : .............................,...„__.........................._ . . 14-0734....!..; _.MOUNTAINNIEW RD,.RESURFACING.DILLONRD,,,.........;!!!1._..DESERT HOT SPRINGS ..... ...„-..MATICH-CORIORATION-L.,_-'" ! ;_:::.:1$11:1-,52455.11'.... _,_..IILINIVERSITY_ST,.ANii.ER:OCKTON,AVrTS"WOJECT '-:„.,.....;.,:tREDLANDS.:-••••'•••- ' . ' •-.••-•--CITY-OFREDLANDS• - - .;: ' -IS67,745.00- 1.4:073 6'-!•'( '.-NOTWOOD.-YALE AREA•STREET1MPROVEMtNTS..- ;f FULLERTON - . : ' "- SEOUEL-CONTRACTORS ........ $91180.b0 1410738 i '-'- 20.11-2.022 INTERSECTION IMPROVEMENT .,! SANTA CLARITA • ; CITY OF SANTA CLARITA_ I ! ....$153:409.79 ..., 1410739 if.; AIRPORT SIGNAGE.AND,LANDSCAPE IMPROVEMENTS ::I,,, . FULLERTON__„ . .._ .... ... ...BUNKER ENGINEERING. .. ... .1 _, ..,.!:$46,948.87 ,,....! _14-0740. „LIMONITE AVE COMMUNICATION . _ . , . „!• !. ...„,„„„,,EASIVALE..,...,„......„„... i...... ...._..-„CITY_OREASTVALE._„-..., ., $145;420,24;,:=7 .14,0741:, 1, ......202072021.STREET OVERLAY&RECONSTRUCTION 1":, ;:t.....!!"...."-:". .,RIALTO„;; . ..CALMEX ENINEER114G,IINC.: ..--- 1 '''$111,353.12-- 1470142:1,f!!!Z!-f. .;-VVI021.:.-221MAitiitARTERIALSPAVEMENT ' ' ' - '71 RANCHO.CUCAMONGA-,-1. "-------HARDY-AN11-ilAkpat: •--- ; '...-336,84580. ...• ,I 1464.13 Atli i --------' - CESARAVE AT ALMA AVE ! II AST LOS ANGELES ' !. -- COUNTY"..OVIDSANGFIFg 1 -...S180,722..61,. -i 14:0413:0OZ POTRERO GRANDE AVE AT DEL MAR AVE -I; .SAN GABRIEL. , :;.,!, COUNTY.OF LOS ANGELES......."i „ .$391,911.14. .. .. . ... . 14-0473003 i EASTERN AVE AT CITY TERRACE DR -;I; _EAST LOS ANGELES „ I.I COUNTY OF Los.ANGELES__ .-.,!........„..$359,600.41,,__. I .14,047.3..00.4.! CYPRESS.ST ATIRWINDALE.AVE__ , _ ? IRWINDALE_ ' ,..i.....COUNTYTOF LOS ANGELES-77.---2 --.'.:,..::.$160;71120: . 14-.0473.005„!.___„....,,__ ._„HILLCRESTPKWYAYBERYEPLACEIL:- ..: -!;-! : '....„1-.„CASTATC.".."----: COUNTY OF LOS ANGELES .- -- $160,535.73-.-1 14-0473.006'.-'- - -----''--IST ST AT MARIANNA AVE --- ! .. .-: -EAST LOS ANGELES - -----CGUNTYOFLOS ANGELES ! $492;116.24 11-1410473:041-. .-- ---, FAIRGROVE AVE AT SANDIA AVE ,-i! LA PUENTE . -. . ...COUNTY OF LOS ANGELES- ... .. $155,97919:.l... ' 14-0473.008.. COMPTON:ST AT NADEAtAVE„ COMPTON ....... ,-:' COUNTYbFLOS_ANGELES ... 1„„.._. $7544.94...,.... -.1..„.14-..0744__. _. ...,„. . „, . ._SLURRY.SEALTROJECT 1! _'MANHA1TAN.BEACH- L... _ALLAMERICANASPHALT,..___;!„,:„,..$11;242-..1:10,2,111. .., I......14-0745.... I _L. ._______TRJs9oL,IvicKENNA PARK :11.: :,' ,z .: 2-.I::..1 .:,.: .77tifiga;;; ;II: ;. 7iff::-1,:;.•.11ILLCRESTtagTitACTINO ..' "."-i---"""'" -$0:ou. ' 11144747.!;1:::. - -H -- -RAND:Ail:AVE.-STREET IMPROVEMENTS—" "I ir """ - .ItiAtro - -•'- r-•-r---""WHEELER PAVING - ' ..-$24469.19 ,..„................. .................. . . . . . . . , . . • • . ,,.. , • . . . , • • .. .. . • • 14=0748 - DATE ST.AT.MURRIETAHOT SPRINGS:RD... ._.____. .- MURRIETA MHS RETAIL LLC. . r. .$517,810,00.. ..1.4-0749_. :-7-ELEVEN STORE-#41985171 "' SAN BERNARDINO KZ MILLER CONSTRUCTION. $486,364.67... STREET:IMPROVEMENTS'FOR WESTMINSTERBLVD: • WESTMINSTER • . _.R.J,.NOBLE.... a` ..$40,883.16.:..:. ;........,14-0751 PARKING STRUCTURE#3 DEMOLITION.PROJECT SANTA MONICA w : : :. ..:_..,AMPCO CONTRACTING;:INC,..' '$29973:42......., 14-0753 • BROADWAY REHABILITATION PROJECT ..._ .' ...._GLENDALE .__ :, ' _.. -HARDY AND HARPER :£988508t31 ..14 0.754 RIVERSIDE DR.AND.MILLIKEN.AVE. ... ..__- -, ONTARIO :ALL AMERICAN-ASPHALT $0.00... 14-0755.... .._. CRENSHAW_BLVD.REHABILITATION • :_: .. TORRANCE ALL AMERICAN ASPHALT.._ $131 054.18....._ 1470756-. CITYWIDE pAyEMENT REHABILITATION PROGRAM• ` . . •MORENO VALLEY• ALL AMERICAN. SPHALT....._.. . $753,758.8 A 2 :�14-075 LYON AVE.(HAWK SYSTEM CROSSWALK • SAN JACINTO SAN.JACINTO.UNIFIED SCHOOL :.$182;204.04 1470758 ;: .IVIONROE_STREET AVENUE 41 INDIO.. ......CITYOF:INDIO :$465,.441:83 14-0759 ...STREET IMPROVEMENT-..SLOVER AND OLEANDER....:....:.:> ,.::- .:.FONTANA_ DUKE REALTY $148,59695 1470760, PAVEMENT_REHAB.FOR VARIOUSLOCAL STREETS. MORENO VALLEY ..HARDY AND HARPER $23,383,00 ;... 14-0761 .. ::. .,: MERIDIAN PARK DJ16 RIVERSIDE OLTMANS CONSTRUCTION.CO. , ,' $743,732.94 ..1470762 :DATE:ST.AND MURRIETA RD.STREET.IMPROVEMENTS........... ......., MURRIETA HARDY.AND.HARPER...;...... ..140763 TRACT 37509 HEIRLOOM ST,IMPROVEMENTS . .. TEMECULA_. ...... HARDY_ANI?,HARPER.:.. $8 000:00 1410764 RAMON RD..RESURFACING .:.:THOUSAND.PALMS ,HARDY AND HARPER $11,415.00 1__..14-0765..:. ? .__,,,._.2022 FALL PAVEMENT:REHABILITATION<_w; ,_J= 3< :'.: :``' -ONTARIO ALL AMERICAN ASPHALT . -$73 967.47...... 1.4-0766 ATP CYCLE'S17 PALIVl:DR.: :. :. ': .. __ '::.:.DESERT HOT-SPRINGS: _ ONYX PAVING $270,494.56 .. 1.4=0768_ ._RESIDENTIAL AND:.ARTERIAL'PAVEMENT REHAB.:<_-w ':_..`:; :.-`TORRANCE • • ALI;AMERICAN ASPHALT. • $60 645.00...• . 14707.72r _ ........ SILVERROCK:P.ARKVENUE:WI-FI:AND CAMERA.- `'_ _ LAQUINTA _.� _ _ CITY-OF LA QUINTA $71,372.57. 1470773_ .. .. .. . LONG_BEACH;2:::.:..:.: ::..: "..._. --LONG BEACH....... CITY'VENTURES CONSTRUCTION, : $24,257.97. .1470174......„.... ,:.. .. _HIGHLAND SPRINGS. •:: .,_ BEAUMONT TRI POINTE HOMES INC. $13,510.04 . 14-0776 2020/2021 CDBG WARD`:2.STREET::IMPROVEMENTS RIVERSII)E _._.._ ..__ IE GENERAL ENGINEERING . $83,598,00. ?....L4:0777 .! ... ON-,CALL DIRECTIONAL:BORING..FOR.CPE, . VARIOUS -CALIFORNIA PROFESSIONAL $15"2t10:0©' _ ' 1:470778 :.., BRIDGE:ST.AND:.RAMONAEXPRESSWAY;;:. LAKEWVIEW COUNTY OF RIVERSIDE $761,667.64. . .....14-0779.::.. . . :, ,.;:.;,W.: CAMPUS:AND:DAY ST..REWIRING;:: -:: :: —RIVERSIDE-RIVERSIDE _:._ • CITY OF-RIVER-SIDE-_.- -. -$24,995.00 1470.782.. .. ^.-..: : ::. : `MONTE VISTA'PARK:.:::.:::...:..::..:_-.. ;,r.: .. , .- CHINO L OS ANGEIES�ENGINEERNG $246.298.13 14-0783. .. ST0RM:.DRAIN:REHABILITATION.FY20212.22" CHINO BONADIMAN WATER INC: . :$45,265.60 . :14=0785' .: '.° '':..:.w:.:...: :`STETSON AVE.RESURFACING • HEMET- . . ONYX PAVING. . ..___. • $461,173.28 .. . TEMPORARY:VDS CAMERAS:-AT ALTON PARKWAY IRVINE ARIZONA.PIPELINE .$0.00 .. 14 0789` :`ORANGE:GROVE:BLVD.'AND SUNNYSLOPEAVE. PASADENA CITY OF PASADENA.. $387,048.00 f. `14;0.792 =:.:::::":°":::::::.AVENUE R AND:45TH,STREET EAST PALMDALE R.C.BECKER AND.SON,INC. ... $465,212,00 . 14P0793:. _ :VILLAGE.DR.:AND TAWNEY`RIDGE'LANE- • VICTORVILLE 7 • CITY OFVICTORVILLE $Sb791779._ _ .14:-0795 • ::.:::MONTEBELLO MUNICIPAL GOLF:COURSE MONTEBELLO LOS ANGELES ENGINEERING $659,968.28 . .14=0798: : HIGHLAND SPRINGS:AVE::TS:MAINTENANCE • BEAUMONT BEAUMONT SUNDANCE LLC $5,165.00 14-0800:.:. `_=``..:._.M::VALLEYBLVD.:-AND:OTHER ROADS' µ BLOOMINGTON MA-TICH CORPORATION ..$79 19.4.00. -801::W:.19TH ST. : ..„_ -- COSTA MESA - ALL ALL AMERICAN ASPHALT $8,907.00 14-0802:• ::`:`:::: TEMPORARY VDS ATJAMBOREE.AND.CAMPUS. IRVINE' CASTLE:CONTRACTING,LLC $25.500.06 ::.::.VIAVERDE;AVE....STREET.IMPROVEMENT .. SAN DJMAS SULLY-MILLER CONTRACTING - $78,670.00 LONG BEACH :SIGNAL HILL CONSTRUCTION $18,043.00. . 1470806 .CENTER.ST:.AND S.TEPHENS:AVE:,RESURACING HIGHGROVE HARDY AND HARPER $193,415.00 14 0808'" -TRACT 28794 COMMUNITY PARK SITE LIGHTING _; �-MENIFEE LENNAR HOMES $1,388,012.64 _140809::' "... PAVEMENT REHABILITATION PROGRAM _. _..:. . .. MORENO.VALLEY. .. ...ALL AMERICAN.ASPHALT...,.. _ $84,266.00::..._...1 :14-0810:::-: RE-ROUTE EXISTING ADVANCED LOOP CONDUIT _' INGLEWOOD'.. ... . .. ........GOLDEN..STATE WATER , . __ ...$8,107.83 ..-.._.. :W•::14-081.1, - SANTA CLARA AVE.BIKE LANE AND PEDESTRIAN . .... ......SANTA ANA ............ . ... .........._. ..HARDY.AND HARPER:::..:.:. __. -.. ...._ _$698,370,86. ...: -14-0812: - .,_• ^HAWK PEDESTRIAN SIGNAL AT RACQUET CLUB ' PALM SPRINGS ... CITY OF.PALM SPRINGS .. $349,059.74. . -,,._..14,0813 ATWELL AND WILSON TRAFFIC SIGNALS- '- BANNING . .TRI POINTE HOMES INC.._ _$443,698.72 .. 14-0814 ... .. ... '' NEWPORT COAST-DR.AND BALBOA BLVD. NEWPORT BEACH .. ALL AMERICAN ASPHALT • .$28,463.00 •• 14-0816 .... .... ' ... .... • GIRARD'ST.AND ACACIA AVE. HEMET .. ALL AMERICAN ASPHALT _ S126,434.73 '-14-0818 • : TS MOD.AT MERCED AVE.AND VINELAND AVE. BALDWIN PARK ......_. CITY.OF BALDWIN PARK - $523,806.70. . - 14-0819.. ..`INSTALL CONDUITSAT WILSON ST.AND FORDHAM DR. : .COSTA MESA ALL AMERICAN ASPHALT . : ..$17,815.72 . ' ' -14-0821 • ''NEWPORT COAST DR.AND-BALBOA BLVD.PAVEMENT' NEWPORT BEACH... . ....ALL AMERICAN ASPHALT ... .1. ..,$188,.161..23 .-�� 14-0822 - ----. , .._..-' _.SIXTH ST.AND BEAUMONT AVE. BEAUMONT CITY.OF BEAUMONT ........ ._ . .$159,742.70 .- 14-0824 , . ".,--._.."CITYWIDE RETROREFLECTIVE BACKPLATES........ . ........_. EASTVALE.. ..... .. CITY OF EASTVALE...... . $241.875.68 . ' 14-0825 . Y TR36430-2 OFF SITE BRIGGSRD...STREET MENIFEE. ..... ....: .. .... HILLCREST_CONTRACTING ..$4,297.55 . . : 14-0827' "- OLD NUEVO RD.SIDEWALK AND STREETLIGHTS ' .'' PERRIS ! ALL AMERICAN ASPHALT .$62,2.16.39 . 14-0829. .... - SIC REPAIR AT FOOTHILL BLVD. _UPLAND ,i . LENNAR. ....... _ . . . . ....$21,300.00 .: • 14-0830 F 'EL SEGUNDO BLVD.IMPROVEMENT PROJECT ' EL SEGUNDO _.. SULLY-MILLER CONTRACTING $704 622.42..... ' 14-0832: CITYWIDE NEW TRAFFIC.SIGNAL AND HAWK SIGNAL COSTA MESA . . , CITY OF COSTA MESA....... _$852,485.89 1 • 14-0833 _... ......... .. BRISTOL ST.AND SANTA CLARA AVE.TS. .... .. . SANTA ANA..._._ . CITY OF SANTA ANA . $516,592.30__. •W` , 14-0837 if - -RRFB INSTALLATIONS.PHASE 2 PROJECT- • GLENDALE . CITY OF GLENDALE,- .. .$1,791,332,27. . . .. 14-0838- . SAN JACINTO AVE.AND SHAVER ST..TRAFFIC SIGNAL ' ._ . SAN.JACINTO.. . .. . .._..... .. _....CITY.OF,.SAN.JACINTO . ... ...:.:.:.$812.793.32- .. 1:,,: 14-0836 BUILDING 10'STREET LIGHT POLES .. . SANTA.ANA.... . ... BRIGGS ELECTRIC,INC:. $10,420.05..... 1 : 14-0839 `; CONDUIT INSTALLATION __ _. REDLANDS__ _ _ __...,:CITY OF REDLANDS .. ...... . :$101.,590.00.__ '< 14-0840 _..F .......____........ ._. 40TH ST.AND OTHER ROADS- .... .. 'SAN BERNARDINO... _ ._...._-MATICH.CORPORATION ....._$71,700.16--.-.; 14-0842 ; NEW TS POLE AT E.WILLOW ST.AND DAWSON AVE. ,_ ____. SIGNAL HILL ____' ._. . CITY OF.SIGNAL HILL_ .... _ ._ .$79,951.96_ ... 14-0843 CITYWIDE TS UPGRADES-1ST ST.AND BEAUMONT__. BEAUMONT._. __..__CITY OF BEAUMONT. _ $225.537.84. 14,0844 GRIDLEY ROAD REHABILITATION ....... . CERRITOS_... . . .. • . . .. HARDY AND HARPER 395,206.66 . • ° '1410845" - W* TAXIWAY LIGHTS:AND WIRE REPLACEMENT .. ... ... TORRANCE . ... . CITY OF TORRANCE . . .$518311.99, 14-0846 . WEST WILLITS ST.PROTECTED BICYCLE' SANTA ANA. .. .... EXCEL PAVING._ _.. .$155,529.18.. . 14-0848 - CHERRY AT SOUTH HIGHLAND INTERIM TS ........ .......... FONTANA... . . CITY.OF FONTANA $290,433.01_.._' 14-0849 ' IRVINE CENTER DR PAVEMENT REHABILITATION . . • IRVINE ..... .ALL AMERICAN ASPHALT $103,749.99 ` 14-0852 .._.... 7CHAPMAN'AND HEWES INTERSECTION _....... .....ORANGE.. ,...._. _. CITY_OF ORANGE .._.. $10�5,828.00. .: ' ; 14:0853--' - OSPREY.STREET LIGHTS CHINO. . LEWIS.HOMES ..... '$6.800.00 . 14-0854. ; - .. ROCK SPRINGS.DR..PAVEMENT..REHABILITATION...___ CHINO HILLS _....._........... ...HARDY AND HARPER ..P;°.::_.,,.$65,278.89 .14-0855... ,:......_ .._. _.. ._.SAFE ROUTES.TO.SCHOOL... , ._. ... :. .TWENTYNINE:PALMS_.........._.__IE..GENERAL ENGINEERING...........:.:..li ::...._._...$219,643.58 -.... ..._14.-0857. TEMPORARY VDS.AT MACARTHUR.BLVD...&.JAMBOREE-..:...........:.NEWP-ORT.BEACH... ..._ _--....,.__.,.......ARIZONA PIPELINE ;_,�:::.:._;:: .:::. :::$27 000A0.1:... " 14-0861, . .. STR.EET..IMPROVEMENTS ON:EASTERN,AVE....__...__.,:. :..-..._-:,.-::.,... BELL .. ._ .HARDY..AND.HARPER ..,$81,108:09:- ::.; 14,0862 ...: :: .. . .__..._.VERMONT:AVE..STREETIMPROVEMENTS .::::;::.,:::..::- ;::-•GARDENA..-,, . :...::' '° ,ONYX PAVING.:...... ._ _. . $110,869.31 , :.14-0864 ONE QUAIL PLACE PARKING LOT REHABILITATION• ' - .- PALM DESERT JACOBSSON ENGINEERING.. " ' ' ' $4,161.00 . ... ._...._...............-LOCAL STREETS T IMPROVEMEN • • GARDENA -,..... ....... . ONYX PAVING . $69,735.00 14-0866 , _ • . 14-0867_.._. .........._.. .......... ...._ .... THE MERGE OFFSITES EASTVALE . AMERICO BUILDERS.. $20,208.87 . _ 14,0869- ,=r__ BANYAN:STREET PAVEMENT REHABILITATION..<.: ..._...RANCHO.CUCAMONGA... SEQUEL..CONTRACTORS,:. - $154,500:00....... ...:.._14-0870....__. ......._. KNOTT AVE.AND HOLDER ST TRAFFIC SIGNAL .........:......................BUENAPARK.::_..-:..::... . .CITY-OF BUENA;PARK :.:::.:.: ::::C:' '-_:._.$444,972:23- 14-0877 ' VANNESSAVE:STREET IMPROVEMENTS GARDENA HARDYAND-HARPER __- $204,115.00 • i"_14-0881 . : ...........^.�_. m^GLENCOEAVE;`:STREET:LIGHTING. .^. .- LOS ANGELES .-'._..`.. . . BERGELECTRIC:.... _._........ $84 297.41. -.44-0893.-.. ": : :MARINAHILLS DR.RESUFACING PROJECT LAGUNA NIGUEL ..:ONYX PAVING $116,820.00._.. 14-0896. ,'.•. - . IOWAAVE::STREET LIGHT RELOCATE .RIVERSIDE SIGNAL:HILL.CONSTRUCTION:.:,. ..; , ..$24,243.00:,.., 14-0898 I TEMP:VDS ON LACUNA CANYON RD.. ....... .......,. . .... .. ..IRVINE. . ........._ ..i . .._...:... :. .ARIZONAPIPELINE .:........._' $50 800.00... ; . 14-0899 _ FY.2022-2023 STREET:REHABILITATION_..' ....._..._. . ...,. .. PLACENTIA -.....__.,:: ._. <�.:::::..:��..... _RJ:.NOBLE :::::.::................................: �.._....$164,31k24.... ; ...__CYPRESS.YPRESS.AVE.AND CAJON ST TRAFFIC SIGNAL ::::::::.: ::::-,:;. - ':''.REDLANDS::::::::` :";: CITY OF REDLANDS ..^ $0.00 . _.14-0 02....._:. ;.. . .._,RED HILL AVE:PAVEMENT'REHABILITATION^ . TUSTIN w.^ ONYX PAVING�-1 $158 6$.07 409.05::_,a:..M...: —"PEDESTRIAN-IMPROVEMENT PROJECT INGLEWOOD ' _ . ....ALL,.AMBRICAN ASPHALT.... ...__. : .. ......$71,5 1.00 ... .:' ' ' 14-0914 CITYWIDE TRAFFIC SIGNAL VISIBILITY.UPGRADES. ..''. HEMET. CITY..OF.HEMET ^^ . ...... ..._,:.__.$326,489.00........... '; 14-0918 . ARTERIAL STREET REHABILITATION CERRITOS ....... ... :.___::::HARDY..AND:HARPER,_._..__......._^ : ,.,.$1,0'71;124:797.7:;. 22 . _____ CROSSWALK IMPROVEMENT PROJECT.___.. _..._w r_._...MANHATTAN BEACH ....- ":,ANEEN:CONSTRUCTION ::_- :: ::`. :$185,720.00 .14-0906 '. .. _. ...........:. •�: ._. _ .. .:: ._.__-:...:CALTECH.RESNICK_M.__.s�_._:_...,_ ...._, .�.:__::,:_- _:._PASADENA�`;".--_ ---�'`.:::::�.w:.`::1'.`:;,BERGELECTRIC°�...:-:.-...__......_.._:--:: ,._.,,.`$40 000.00 -14-0925._r' _CONSTRUCTION"OF"YORBA:AVE.STREET IMPRO'V. ..7.....". ---. . ... CHINO..` .___....._...,' ` HARDY'AND HARPER . -.$0.00"—^ :.:_14=093'1 > ' RELOCATE PULLBOX AND INSTALL LOOP.STUBOUT ry .' .... WHITTLER -. ..._.:ONYX PAVING .. . ......... .._..._._$.11 375.60........ . . 14-0938 . . - HAWTHORNE AIRPORT REPAIRS ..... . ._ _... HAWTHORNE _.„.^......... HAWTH• ORNE MUNICIPAL AIRPORT.; L._.._.$16,926.00_....,.,_ 14-0945 .LEGADO COMMUNITY.-.POTHOLE.FOUNDATIONS. '............_. MENIFEE ... _.._ ...w .. .:: ... I:ENNAR.......__.,._. .... ._.. $23,500.00.,.._.; !' i.. 14-0954 't .. ^_ INSTALL CONDUITS.ACROSS.BRIDGE..._._.. . . :..._.__._..LONG.BEACH.. .. _., _.._ .'VCLCONSTRUCTIONLLC. ° ::°;$54 48 .ori:N.". ...14-0960_.i .REPAIR:TRAFFIC SIGNAL,:LOOPS.ATBONITAAND223RD: : :: ::':• `."- CARSON :u :.:::_._." SIGNA HIL CONSTRUCTION..:.:.,.. .. :m$9,765.66 .. 14-0967..; ^HSIP,PEDESTRIAN:CROSSING:ENHANCEMENT REBID::.. _".•"- SANTA CLARITA . .._'-'._......... CITY OF-SANTA CLARITA __ ..." $99,_410,00 ___.....14=09:71 a :; ,,.. — LEFT-TURN ELONGATION IMPROVEMENTS __. . .._._..._...._..__...'IRVINE . . 1E ENGINEERING . . $17 650 00 14-0990 ,; ' TEMPORARY VDS ON BAKE PARKWAY �. ..._. IRVINE " _ .........ARIZONA PIPELINE_.. . $77,850.00 14-0983 1 _BEAUMONT SUNDANCE REPAIRS................: ._. _ .BEAUMONT................ . ^_ LISTER:CONSTRUCTION. .Y_. ___.$8,589.89... _:i . 14-0995 i.:'.TEMPORARY VDS ON TRABUCO RD.AND,K.EYSTONE>._ ^._....IRVINE......__. ..NATIONW.IDE.CONTRACTING......_._ : .$29,950.00 ,; :._14-1026 ,._:...". ._...._91/71"FREEWWAY.FIBER�REPAIR WORK....... . ...._. _,::. .. ..__CORONA-: : :::::.::. ::::"DB:ELECTRIC=:INC:.- -_-:. _ _' ':.:._ $15344:82"..., `.:'. AL,S�`:::. i341;]77,674:84. 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. ElecnorBelco Electric,Inc, Contractor John'VG�o ..... By • 4 . 1,-31-2025 Vice President Title Date:<1-31-2025 PWC Registration#:: r: 1.Qh_. .... C-12 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 a f bresinex%) Liberty Mutual Insurance Company Elecnor Belco Electric, Inc. 175 Berkeley Street This document has important 14320 Albers Way Boston, MA 02116 legal consequences.Consultation Chino, CA 91710 Mailing Address for Notices with an attorney is encouraged 175 Berkeley Street with respect to its completion or • OWNER: modification. Boston, MA 02166 (Name,legal status and address) Any singular reference to Contractor,Surety,City of Huntington Beach other arty shall be Owner considered 2000 Main Street plural where applicable. Huntington Beach, CA 92648 BOND AMOUNT: 10% Ten Percent of Amount Bid PROJECT: (Name,location or address and Project munber,?jam) Traffic Signal Synchronization Program (TSSP)Project for Bolsa Chica Street/Valley View Avenue Corridors; CC No. 1622 The Contractor and Surety arc 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 arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(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 lime 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 pro vision 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 u statutory bond and not as a common law bond. Signed and scaled this 23rd day of January, 2025. Elecnor Belco Electric, Inc. (Principal) (Seal) • (Witness) pp� By: tAJ r�l�n 1 JV e�P�'s'•"-'�,v r• • mt itirrakh Lobe surance Company ���*'— (.sumo) (Seal) (Witness) Alec Steinfeldt 1912 By: h mot= (17t1e)Michelle Anne McMahon,Attorney-in-Fact SA054/AS 8/10 • 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 San Bernardino } On 1/27/25 before me, Rebecca Wilks, Notary Public (Here insert name and We of the officer) • personally appeared John Wong who proved to me on the basis of satisfactory evidence to be the person(s) whose names) Is re subscribed to the within instrument and acknowledged to me that the/they executed the same in (JD er/their authorized capacity(ies), and that by 4W, er/their signature( -) 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. _ _ _ _ _ I �;�, �•.;., REBECCA WILKS C2475 WITNESS my hand and official seal. Notary Public-California i2_ San Bernardino County 91JA,(4/14- M CommExpiresSep.9y ,2027 Notary Public Signature (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 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. • 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/ere)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 • Signature of the notary public must match the signature on file with the office of (s) 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. • v 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). www.NotaryClasses.com 800-873-9865 • Securely attach this document to the signed document with a staple. • NOTARY ACKNOWLEDGMENT OF SURETY: State of Connecticut County of Hartford ss. On this the 23rd day of January 7025 before me, Alyx Nardini,the undersigned officer,personally appeared_ Michelle Anne McMahon known to me (or satisfactorily proven)to be the person whose name is subscribed as Attorney-In-Fact for Liberty Mutual Insurance Company ,and acknowledged that s/he executed the same as the act of his/her principal for the purposes therein contained. In witness whereof I hereunto set my hand. Signatur of Not j Public ALYX NARDINI NOTARY PUBLIC - #192451 Date Commission Expires:August 31,2029 STATE OF CONNECTICUT Alyx Nardini MY COMMISSION EXPIRES AUG.31,2029 Printed Name of Notary do- • .k*: Liberty G � Mutual. POWER OF ATTORNEY SURETY • Liberty Mutual Insurance Company • The Ohio Casualty Insurance Company • West American Insurance Company KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duty organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duty organized under the laws of the State of Massachusetts,and West American Insurance Company is a oorporaton duty organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint Michelle Anne McMahon all of the city of New York state of NY its true and lawful attorney-in-fact with full power and authority hereby conferred to sign,execute and adrnowtedge the following surety bonds,undertakings,recogrnizances,contracts of indemnity,and all other surety oblgations related thereto,the execution of which shall be binding upon the Companies as if it had been duly signed and executed by its own officers: Principal Name: Eleanor Belco Electric,Inc. Obligee Name: City of Huntington Beach Surety Bond Nxmrber. Bid Bond Bond Amount See Bad Form IN WITNESS WHEREOF,this Paver of Attorney has been subsaied by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 9'day of September 2024. Liberty Mutual Insurance Company `,1NSrr �`( INgV 1NSu The Ohio Casualty Insurance Company • �� °"+r'fo +ry .c+� °"4,�to West American Insurance Company • 1912 o c 1919 f 1991 n 0 A Z s o 'tern ��V L =°9''hq D� r *Di D� By,• �'9,� * *`� �S1 t �`� a3M * t•�a Nathan J.Zangerle.Assistant Secretary STATE OF PENNSYLVANIA ss • COUNTY OF MONTGOMERY • On this 9th day of September,2024.before me personally appeared Nathan J.Zangerle,who adthowledged himself to be the Assistant Oeuefary of Liberty Mutual Insurance Company, The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrunent for the purposes therein contained by signing on behalf of the corporations by hinsel as a duly authorized officer. IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. • SP PAS! ?� °N1' F4 Conernrwa atBh of Pennsyharie-Notary Seal tic s r Teresa Paele6a,Notary Public OF Montgomery county PIZ424 9n �,pr My commission mikes Mardi 2E.2025 • By: ,$ Cmmri.sbn number 1126044 Tema Pastern.Notary Public p�1�a' Member.Pennsylvania Association d Notsrtee This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual . Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reacting as follows: ARTICLE N—OFFICERS:Section 12.Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President and subject to such irritation as the Chairman or the President may prescribe,shall appoint such attorneys-in-tad,as may be necessary to act in behalf of the Corporation to make,execute,seal,admowledge and deliver as surety any and all undertakings.bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the fmuitatars set forth in their respective powers of attorney. shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such • instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or auttlority granted to any representative or attorney-in-fad under the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in wailing by the chairman or the president and subject to such limitations as the chairman or the president may prescribe, shall appond such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings. bonds.recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as bindirg as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Nathan J.Zangerle,Assistant Secretary to appoint such attorneys-intact es may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds.recognizances and other surety obfigalian. • Authorization—By unanimous consent of the Cortpanys Board of Directors,the Company consents that facsarcle or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be vain and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,of Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company . do hereby certify that this paver of attorney executed by said Companies is in full tome and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 23rd day of January 2025 nisip, sir uvar,'Q�� A b91844 r �nMr r rP `Yin :"P '4.0 • z 1912 rh oU 1919 rib e d$,r� s D ° '`au nt ra +vor.a� �D ra."(S144111%-- .Lkewettyn,Assistant Secrete.? LMIC.OCIC•WAIL-5urePath_092024 •`i.Fa.w,.^-..,-_,.-s+_.s:,"%!��•�d y 4:.r; :_..44° 4 7.:,•":1'7' .. _ .r7:�.w..'771 77'7'7^"'_ ;,7-; :- ;':';'3xi., cw.-•-- , ....r!:T-. �57.a. ---n' -r".t^+?•^Pn'7 / - ---2 '9;�:,,` �.. a.. q a a+v. brt � '.�3`4T.'"?-'_S'"`.L^.:.yn.."c� ., ,-II°S - - >:'-: '�t_.,. "s"w' 1. ,.a. e-'-iLY:''l..r;".� �'�e..�Y`.'•�'' ..m4'.`i �-• 'ix;g: 1 - ... '':4. _ _�` _. r�.k�b'ra.4. ;�'�.. :: - _„m:vz:�t., '{±•.,o",i,_i,:•...,ti.. _ P -+'`---�.�.v 11[07/24 16:37 1 I: I: This envelope is only for FedEx Express®shipments. Allik You can help us get your package safely to its destination by packing your mor III 4 ® items securely. Need help?Go to fedex.com/packaging for. packing tips. Check your FedEx Express shipping document,the current FedEx Service —1 Guide,_or the conditions of carriage for complete terms,conditions,and j, 4093fLt031E1M5 e Mtonauotsrr a a CO W `^ sible m - Z --wCn_= -- - - -- —_ - - - i=tior�' - - 0 : NN E re I isminmommommi ---LS? o� O { F=m CI CDC; W VIa U ado L ok oo; J v=i ac4i m _ t 2 �` I lb W co o Z �� =c e .; Mtl. c6 U �� o CD Z Z T• to cn p QZ _UQU F� < tizW � o� oz~o -- ao m u, ,Q I- = zZ Q zwd _ c g C N!U N t-[a C.) N gow x o 0_ C.)� = CITY OF y HUNTINGTON BEACH Lisa Lane Barnes 1 City Clerk July 7, 2025 Ferreira Construction Co., Inc. dba Ferreira Coastal Construction Co. 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA 91730 RE: Bolsa Chica Street Traffic Signal Synchronization Project (CC-1622) Enclosed please find your original bid bond for CC No. 1622. Sincerely, 1 , Gvnt rnve-- Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov F ric / dm-6117 -6/61c...„ SECTION C PROPOSAL for the construction of Traffic Signal Improvements for Bolsa Chica Street/Valley View Avenue Corridors C.C.No. 1622 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed 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 60 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 !1 forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees, etc.,and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. 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 for 10% . . in the amount of 10%of Total Amount Bid Which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids or 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 SECTION C PROJECT BID SCHEDULE BOLSA CHICA STREET/VALLEY VIEW AVENUE CORRIDORS . TRAFFIC SIGNAL SYNCHRONIZATION PROGRAM(TSSP)PROJECT . C.C.No. 1622 BID ITEMS • Ilf , ;; _ _ ,., - 5... ....' • ,I ,M, _.Total=Costs Des nptwn Quantity U'nrt-- ` :Uract; st w ,,,,". E . Qw::E fi':; •" .. s< •g =:dq.:;' - •:{E•Zt$n9lQity•. 1 1.Mobilization 1 LS . � $ S-dr�Q .1 2 Furnish Project Traffic Control 1 LS $" y'jtO $.(oath O 3 Pothole for Utilities 1 LS $. �O "; $ sue ' Storm Water Pollution Prevention Plan - ., 4 WP 1 LS $' Silt. $ tPl� Furnish and Install New McCain 2070 ATC ., 5 3 EA $a3 t S.'*1 '4 w :. controller , 6 ;Furnish and Install CCTV Camera :3 EA t$- .... $.-5rSeiCt 7 ;!,!Furnish and Install#6 Pull Box • 2 EA $:':. a $ � • r: 8 :Furnish andInstall#6E Pull Box 4 EA $ 214017 $• .�e -. . 9. .. p . ;i ,Furnish and Install Splice Enclosure 4 EA $. (oGGq $. (ot?t CO 10 Furnish and Instal196 SMFO Cable in Conduit ' 9765 : LF $...�� 3, ' $-.1. .e)71.(AP ''r Furnish and Install SMFO Drop Cable in IA, 11 1105 LF : $ ��. $ Conduit `� � • tut; --:- to O 12 Furnish and Install Tracer Wire 8880 13 Furnish and Install 4"Conduit , 50 LF i $,51e a $ o4. ( ►.� ii 00 Furnish and Install Fiber Switch/Etherne Switch ........................:.. it E. •i 15 Furnish and Install Fiber Distribution Unit 4 EA $ •LI i. `�® $.-i.?) ;--- . 00 16 Remove Pull Box 34 EA $ ��O . ' $ 5'l? ' �� C-2.1 • 17 Remove Copper Interconnect 7200 LF $ • $ TOTAL BASE BID AMOUNT St) $ cd:ok° Sklea) TOTAL BID AMO1UNT IN WORDS: ZIO +.30- 017-4,..—N> 1Te.-10 t444e- 5—a oc) Note: Refer to Section 7,Measurement and Payment. 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. .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 and the portion of the work to be done by such subcontractor. ,. Bid i Name and Address of Subcontractor ; ' State ; Cass 1 Dollar %of Item(s) License ; ' Amount Contract Number, i . . • : . _ ) , . „ ... . . . , i ; ) . [ 1 : t . ; :, .. . ; • ' , r ' . ,, - • : • „......_ .. ___ . . . . , ; II 1 : : il . .. - . 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 02.07.2025,at Rancho Cucamoriaa , CA Date W_ _ City State Brandon Pensick being first duly sworn, deposes and says that he or she is Ferreira Construction o.Inc.dba Senior_ViceYresident__ _..of..Ferreira Coastal,Construction Co. 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. Ferreira Construction.Co..Inc.dba Ferreira Coastal'`i ucid o. Signature of Bidder 10370 Commerce Center Drive Suite B200 ,.Rancho..Cucamonga._CA..4.1730...:.....:......................:...........:,......_::............ ....,. ............._ _. � Address of Bidder ,'I • 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 Bolsa Chica Street/Valley View Avenue Corridors Traffic Signal Synchronization Program(TSSP) Project—C.C. No.: 1622, (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. Ferreira Construction Co.Inc.dba Ferreira Coastal Construction Co. Contractor _ - By -_ ... Brandon.Penick_-.Senior Vice.President:: Title - . . :.......:-:.:::::...:.: • Date:...02.07.2025....... .......... . C-$ 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. 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. Ferreira Construction Co.Inc. dba Ferreira Coastal$on9uction CoContractor ' By Brandon Pensick-Senior Vice President • Title Date: 02.07.2025 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Ferreira Construction Co.Inc. dba Ferreira Coastal Construction Co Bidder Name 10370 Commerce Center Drive Suite B200 Business Address ...Rancho.Cucamonga CA 91730 City, State Zip 909 Y 606.5900_ Telephone Number State Contractor's License No. and Class 07.12.2013 Original Date Iss-ude 07.31.2025 -" Expiration Date The work site was inspected by Mike.Heffernan of our office on 01.29 ,2025. The following are persons, firms,and corporations having a principal interest in this proposal: Nelson Ferreira-President —- Brandon Pensick-Senior Vice President Lou Pacheco-SecretarrITreastre . - 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. 111 Ferreira Construj- ' ri CO. c.dba Ferreira Coastal Construction Co. N Signature of Bidder . „ _ Brandon Pensick,Senior Vice President Printed or Typed8ignature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this—Oday of Ftnroatfti ,2(695 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, C.Caktenfet ) , County of,-;an egmaxet Inn ) • On 0 j, . al. opaS before me, Mai la Y . (,ithins, deleirg Poblat. Month,Day,and Year Insert Name and Title of Notary i) personally appeared , , . ,,Darden Name(s)of Signer(s) A who proved to me on the basis of satisfactory evidence to be the person whose nameA is4fe subscribed to the within instrument and acknowledged to me that he/s/e/thiy execute the same in his/114r/thAir authorized capacity(i94), and that by his/Vr/thefi signature ) on the instrument the person ), or the entity upon behalf of which the person0 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. t. ,*40 ,n... , Notary PUblic-California ',E.- San Bernardino County. / i •471,r,j, Commission#2364631 -:— is,' ray Comm.En:Inas Jul 7,2025* - Signature , . ... - , , ,EtLfr2b Signature 6 otary Public (PLACE NOTARY SEAL ABOVE) 1 ` 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 underground signal conduit, and the installation of fiber optic cable for communication. 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 wor within the past five years: '0.0.;4 „1 ...... t.. Na m.. Address of Pub l ency 1 Name and Telephone No. of Project Man er:. ............... ....... - '. r�.li...30 V .l�f�:t� 2to. -� r �iett ems-- 3.. ti ContractAmount Type of Work Date C- ` eted Providitional project description to show similar work: - tVA,Qm..13,C7. _Po' . C.,..74.1 t-ile--Prrloiat VC-42‘ -',4',%.---- c..;:,-..nAINA\ -1-z ,. . , °---P2. � . -...: _..-.. 61- NsS t 0 -:� Name and Address of Public Agency '..---- c Name and Telephone No. of Project Manager: r ..... ....... . Contract Amount - . e of Work ` . Date Comp eted YP Provide additional u oject description to show similar wo rf�.. of cy-L - o—s . A AA� " ' -t- ' ' Name and Ad ;_".. :°of Public Agency Name and Telephone No. of Project Manager: ?S'114»i rAl tC.a. ` :91.3ioitru)-15 44"2-44214-40pre'''kel---ZADC-2-2)r? 1 Contract Amount Type of Work Date Completed ,Pvide additional project descripti n to sho3Amil.v works, 1 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. v Name of proposed Project Manager a Om. Telephone No. of proposed Project Manager: 0 /51 Oft) 514. c) Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date CcnnPleted Project Name& Contract Amount Type of Work - Date Completed 2. Name of proposed Superintendent Telephone No. of proposed Superintendent: Ce."2"(t=' 1-7( 72-CX) -AS3 Q.Asiv*". ;041, 293t3, AttliProject Name&Contract ount Type of Work Date Co eted ‘S-; k acy 4 cokiza_ Project Na)ne&Contract Aniount ..Type of-Type of Work , d -itC2005.0r, .A.7) ozi. aco,Project Name& Contract Amount Type of Work Date Completed - • CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://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. Ferreira Construction Co.Inc.dba Ferreira Coastal C ,truction Co. , tractor,r :-- By Brandon Penick-.Senior..Vice.President_ .......:....:......::-:..:.:. Title Date:. 02.07.2025 PWC Registration#: 1000001634 C-12 • Document A310 TM — 2010 Conforms with The American Institute of Architects AIA Document 310 • Bid Bond CONTRACTOR: SURETY: Nance,legal slants and address) Name,legal staters and principal place r fbucinec) Ferreira Construction Co., Inc.dba Ferreira Berkshire Hathaway Specialty Insurance Company Coastal Construction Co. 1314 Douglas Street,Suite 1400 Omaha,NE 68102-1944 This document has Important 10370 Commerce Center Drive,Suite B-200 legal consequences.Consultation Mailing Address for Notices with an attorney is encouraged Rancho Cucamonga,CA 91730 1314 Douglas Street,Suite 1400 with respect to its completion or OWNER: modification. Omaha,NE 68102-1944 Name,legal status and address) My singular reference to City of Huntington Beach Contractor,Surety,Owner or 2000 Main Street other party shall be considered plural where applicable. • • Huntington Beach,CA 92648 BOND AMOUNT: $Ten Percent Of The Total Amount Bid(10%) PROJECT: Name,location or address and Project member,Ilan}) • C.C.No. 1622-Traffic Signal Synchronization Program(TSSP)Project-Bolsa Chica Street and Valley View Avenue Corridor • The Contractor and Surety arc 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 arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(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 decmcd,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 scaled this 7th day of February,2025 • , a�� Ferreira Constr ' n Co., Inc.dba Ferreira Coastal Construction Co. 'r.' ►, 4414 • tP dpal) ' al) i (flue) Berkshire Hathaway Specialty Insurance Company / < (.Surety) (Seal) • (Wlinesc)William n Jr. Ae)Marisol Mojica,Attorney - act • S-00541AS 8/10 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 p�� ) County of ,.'1'h be.f rar61 Ylr On Oct• o—i.aQ before me, • livid() L. C(I IYri _t.loiarti pool KL , Date Here Insert Name and Title of the Officer personally appeared cY )la Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person whose name) is/ay4 subscribed to the within instrument and acknowledged to me that he/sl /t y executed the same i his/f r/th )r authorized capacity(i ,and that b his/tXr/tl it signatureVon 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. MARLA K.GIBBINS WITNESS my hand and official seal. Notary Public•California -��..- San Bernardino County Commission k 2364631 Signature , L/�2 � ' My Comm.Expires Jul 7,2025 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 ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: ©2016 National Notary Association•www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 ACKNOWLEDGEMENT OF SURETY COMPANY STATE OF New Jersey COUNTY OF Morris ON THE 7th DAY OF February, 2025 BEFORE ME PERSONALLY APPEARED Marisol Moiica TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY-IN-FACT OF Berkshire Hathaway Specialty Insurance Company, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT,AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY,THE DAY AND YEAR WRITTEN ABOVE. //.1. /., and Notary Publi, Ursula Jakubiak A Notary Public of New Jersey My Commission Expires March 8,2026 I 47598 - Berkshire Hathaway Specialty Insurance Power Of Attorney BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY 1 NATIONAL INDEMNITY COMPANY/NATIONAL LIABILITY&FIRE INSURANCE COMPANY E Know all men by these presents,that BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY,a corporation existing under i ; and by virtue of the laws of the State of Nebraska and having an office at One Lincoln Street,23rd Floor,Boston,Massachusetts yr 5 • 02111,NATIONAL INDEMNITY COMPANY,a corporation existing under and by virtue of the laws of the State of Nebraska and having an ' 0 office at 3024 Harney Street,Omaha,Nebraska 68131 and NATIONAL LIABILITY&FIRE INSURANCE COMPANY,a corporation existing under and by virtue of the laws of the State of Connecticut and having an office at 100 First Stamford Place,Stamford,Connecticut 06902 R (hereinafter collectively the"Companies"),pursuant to and by the authority granted as set forth herein,do hereby name,constitute 5 and appoint:Marisa!Moiica Kevin T.Walsh,Jr.,Thomas MacDonald,Krvstal L.Stravato,Andreah Moran,Ryan Gray,Jaclyn Maffev, L° 100 South Jefferson Road,Suite 101, of the city of Whippany,State of New Jersey,their true and lawful attorney(s)-in-fact to make, Ma E execute,seal,acknowledge,and deliver,for and on their behalf as surety and as their act and deed,any and all undertakings,bonds,or 0 other such writings obligatory in the nature thereof,in pursuance of these presents,the execution of which shall be as binding upon the 1 f Companies as if it has been duly signed and executed by their regularly elected officers in their own proper persons.This authority for the Attorney-in-Fact shall be limited to the execution of the attached bond(s)or other such writings obligatory in the nature thereof. i In witness whereof,this Power of Attorney has been subscribed by an authorized officer of the Companies,and the corporate seals 9 of the Companies have been affixed hereto this date of August 24,2023.This Power of Attorney is made and executed pursuant to Q and by authority of the Bylaws,Resolutions of the Board of Directors,and other Authorizations of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY,NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY&FIRE INSURANCE COMPANY,which are in full force and effect,each reading as appears on the back page of this Power of Attorney,respectively.The following seals of the Companies • and signatures by an authorized officer of the Company may be affixed by facsimile or digital format,which shall be deemed the equivalent of and constitute the written signature of such officer of the Companies and original seals of the Companies for all g purposes regarding this Power of Attorney,including satisfaction of any signature and seal requirements on any and all undertakings, 0 C bonds,or other such writings obligatory in the nature thereof,to which this Power of Attorney applies. BERKSHIRE HATHAWAY SPECIALTY NATIONAL INDEMNITY COMPANY, $ '1 INSURANCE COMPANY, NATIONAL LIABILITY&FIRE INSURANCE COMPANY, 11 6 triro."" I 1 ,...., t • m q By: By: pc .11 13 11 David Fields,Executive Vice President David Fields,Vice President ' , �oa�kT <y�o:? ok - 9 ..y ` =4crN SR I60Y 5 0 . SEAL "s r0 c v , CC 6 NOTARY g State of Massachusetts,County of Suffolk,ss: rb 5On this 24th day of August,2023,before me appeared David Fields,Executive Vice President of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY and Vice President of NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY&FIRE INSURANCE COMPANY, who being duly sworn,says that his capacity is as designated above for such Companies;that he knows the corporate seals of the V 1 1 Companies;that the seals affixed to the foregoing instrument are such corporate seals;that they were affixed by order of the board of il n directors or other governing body of said Companies pursuant to its Bylaws,Resolutions and other Authorizations,and that he signed i — I said instrument in that capacity of said Companies. M [Notary Seal] . o � �is" ----. . ``� '� JOHN C. �� � g r .‹A., SKINNER I Notary W! pub, Notary Public r° m uists 1 tll�P� ",f Jon JambNY22,2027 I,Ralph Tortorella,the undersigned,Officer of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY,NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY&FIRE INSURANCE COMPANY,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 in full force and effect and has not been revoked.IN TESTIMONY WHEREOF,see hereunto affixed the seals of said Companies this February 7,2025. _',k-ssEr+4►ys ,apEMNiT ,, =_ tsFINE�rys'';, . c,'1, ft cg.:.0/1.4,0,6'.4 i,, i;4 --. k bBRE7Y ;_( SDRary i' 4 SURETY n pR' ;°1i.�`�y SEAL 0e,a's % _;oo SQL t. g Ralph Tortorella,Officer 'yea f 10; yy _ 1'CeiN it Fe= BHSIC,NICO&NLF POA(2023) BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY(BYLAWS) ARTICLE V. CORPORATE ACTIONS EXECUTION OF DOCUMENTS: Section 6.(b)The President,any Vice President or the Secretary,shall have the power and authority: (1) To appoint Attorneys-in-fact,and to authorize them to execute on behalf of the Company bonds and other undertakings,and (2) To remove at any time any such Attorney-in-fact and revoke the authority given him. NATIONAL INDEMNITY COMPANY(BY-LAWS) Section 4.Officers,Agents.and Employees: A. The officers shall be a President,one or more Vice Presidents,a Secretary,one or more Assistant Secretaries,a Treasurer, and one or more Assistant Treasurers none of whom shall be required to be shareholders or Directors and each of whom shall be elected annually by the Board of Directors at each annual meeting to serve a term of office of one year or until a successor has been elected and qualified,may serve successive terms of office,may be removed from office at any time for or without cause by a vote of a majority of the Board of Directors,and shall have such powers and rights and be charged with such duties and obligations as usually are vested in and pertain to such office or as may be directed from time to time by the Board of Directors;and the Board of Directors or the officers may from time to time appoint,discharge,engage,or remove such agents and employees as may be appropriate,convenient,or necessary to the affairs and business of the corporation. NATIONAL INDEMNITY COMPANY(BOARD RESOLUTION ADOPTED AUGUST 6,2014) RESOLVED,That the President,any Vice President or the Secretary,shall have the power and authority to(1)appoint Attorneys- in-fact,and to authorize them to execute on behalf of this Company bonds and other undertakings and(2)remove at any time any such Attorney-in-fact and revoke the authority given. NATIONAL LIABILITY&FIRE INSURANCE COMPANY(BY-LAWS) ARTICLE IV Officers Section 1.Officers,Agents and Employees: A.The officers shall be a president,one or more vice presidents,one or more assistant vice presidents,a secretary,one or more assistant secretaries,a treasurer,and one or more assistant treasurers,none of whom shall be required to be shareholders or directors,and each of whom shall be elected annually by the board of directors at each annual meeting to serve a term of office of one year or until a successor has been elected and qualified,may serve successive terms of office,may be removed from office at any time for or without cause by a vote of a majority of the board of directors. The president and secretary shall be different individuals. Election or appointment of an officer or agent shall not create contract rights. The officers of the Corporation shall have such powers and rights and be charged with such duties and obligations as usually are vested in and pertain to such office or as may be directed from time to time by the board of directors;and the board of directors or the officers may from time to time appoint,discharge,engage,or remove such agents and employees as may be appropriate,convenient,or necessary to the affairs and business of the Corporation. NATIONAL LIABILITY&FIRE INSURANCE COMPANY(BOARD RESOLUTION ADOPTED AUGUST 6,2014) RESOLVED,That the President,any Vice President or the Secretary,shall have the power and authority to(1)appoint Attorneys- in-fact,and to authorize them to execute on behalf of this Company bonds and other undertakings and(2)remove at any time any such Attorney-in-fact and revoke the authority given. BHSIC,NICO&NLF POA(2023) General Correspondence BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY 1314 Douglas Street,Suite 1400, Omaha, Nebraska 68102-1944 ADMITTED ASSETS* 12/31/2023 - 12/31/2022 12/31/2021 Total invested assets $ 6,702,817,810 $ 5,680,246,430 $ 6,504,184,299 Premium&agent balances(net) 690,388,245 582,469,494 552,510,359 All other assets 204,404,036 217,334,073 142,765,038 Total Admitted Assets $ 7,597,610,091 $ 6,480,049,997 $ 7,199,459,696 LIABILITIES & SURPLUS* 12/31/2023 12/31/2022 12/31/2021 ' Loss&loss exp.unpaid $ 1,825,674,253 $ 1,495,870,171 $ 1,142,116,028 Unearned premiums 604,899,743 536,797,683 484,660,143, All other liabilities 1,240,939,865 1,065,221,844 1,163,007,683 Total Liabilities 3,671,513,861 3,097,889,698 2,789,783,854 `- Total Policyholders'Surplus 3,926,096,230 3,382,160,299 4,409,675,842 , • , Total Liabilities&Surplus $ 7,597,610,091 $ 6,480,049,997 $ 7,199,459,696 • * Assets,liabilities and surplus are presented on a Statutory Accounting Basis as promulgated by the NAIC . and/or the laws of the company's domiciliary state. fir;" • FERREIRA c`4w'3 ORA FERREIRA COASTAL CONSTRUCTION CO- 10370 Commerce Center Drive, Suite B-200 ' Rancho Cucamonga, CA 91730 y OFFICIAL BID SECURITY - DO NOT OPEN •�tii3ti t 44 Project Name: Bolsa Chica Street / Valley View Avenue Corridors Traffic Signal Synchronization Program (TSSP) Project CC#: 1622 Bid Opening Date: February 07, 2025 At{ ,1�ttb• Priority Delivery Saturday Delivery I Ground Delivery - — 10:30am or Noon ® Shipping Instructions Parcels to People 1. Attach your tracking label. 2. Seal envelope completely. • 3. Place envelope in drop box,or schedule a pickup by I..nnina into Vol lr arrniint at Wsuatgls-UC_rn.n,, Need E r,,-; i the , ptyarcel: and details. Gs ....,._, • www.gls-us.com -i C 'Ship From '-- —^— — --- — -' -- — _._ __--_ __ i _ J`-.` ",open-8, FERREIRA CONSTRUCTION Tracking#:562609371 PDS ;.._..._ -.T.. 10370C IBBINS 1111111111111111111111111111 lnllnllnnlnllll�nllnnll� • Time in 10370 COMMERCE CENTER DR. II II II IIII 1 II IIII • Flexible :SUITE B-200 • Sill In RANCHO CUCAMONGA,CA91730 PP, g IShipTo HUNTINGTON BEACH CITY OF HUNTINGTON BEACH nnoNs AND LIABILITY ' i PUBLIC WORKS OFFICE G,GLS•LIABILITY IN m • 2000 MAIN STREET >WAG S OR$100,• !HUNTINGTON BEACH,CA 92648 S10218A EDVALUE. 3 wwvv&_gl f, z COD:$0.00 Weight:0 lb(s) a t Reference: CS-35 :Delivery Instructions: 1 I 25466369 €a 'Signature Type:STANDARD Pit° ORC CA927-CAO . . _ — -_ — _ 4 01" 4l0�?` °P°:••••• : CITY OF HUNTINGTON BEACH �cF�UNTY 0'ii`#,°' Lisa Lane Barnes I City Clerk July 7, 2025 International Line Builders, Inc. dba ILB Electric 3955 Temescal Canyon Road Corona, CA 92883 - RE: Bolsa Chica Street Traffic Signal Synchronization Project (CC-1622) Enclosed please find your original bid bond for CC No. 1622. Sincerely, lid-4 Yid • • Lisa Lane Barnes City Clerk LLB:ds • Enclosure L Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov L/ f�GLr�cC�� SECTION C PROPOSAL for the construction of Traffic Signal Improvements for Bolsa Chica Street/Valley View Avenue Corridors C.C.No. 1622 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed 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 60 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bidder's Bond for 10% 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 Sealed Bids or Electronic Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for 10% ", 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' ;Signature N/A C-2 SECTION C PROJECT BID SCHEDULE BOLSA CHICA STREET/VALLEY VIEW AVENUE CORRIDORS TRAFFIC SIGNAL SYNCHRONIZATION PROGRAM(TSSP)PROJECT C.C. No. 1622 BID ITEMS E`Itettt ,Q:' '.... $, r �, �,., Total Cast :Description Quantity ,;�UII�tg` Unit Cost. NQi .. .. 1 Mobilization 1 LS $17,089.00 $17,089.00 2 Furnish Project Traffic Control 1 LS $37,834.00 $ 37,834.00 3 Pothole for Utilities 1 LS $5,083.00 $ 5,083.00 , 4 Storm Water Pollution Prevention Plan 1 LS $25,223.00 $ 25,223.00 (SWPPP) 5 Furnish and Install New McCain 2070 ATC 3 EA $19,204.00 $57,612.00 controller 6 Furnish and Install CCTV Camera 3 EA $12,005.00 $ 36,015.00 7 Furnish and Install#6 Pull Box 2 EA $2,728.00 $ 5,456.00 8 Furnish and Install#6E Pull Box 4 EA $9,856.00 $ 39,424.00 9 Furnish and Install Splice Enclosure 4 EA $1,245.00 $4,980.00 10 Furnish and Install 96 SMFO Cable in Conduit 9765 LF $ 6.00 $ 58,590.00 11 Furnish and Install 12 SMFO Drop Cable in 1105 LF $ 4.00 $4,420.00 Conduit 12 Furnish and Install Tracer Wire 8880 LF $ 0.60 $5,328.00 13 Furnish and Install 4" Conduit 50 LF $ 165.00 $ 8,250.00 14 Furnish and Install Fiber Switch/Ethernet 3 EA $8,985.00 $26,955.00 Switch 15 Furnish and Install Fiber Distribution Unit 4 EA $ 1,075.00 $4,300.00 16 Remove Pull Box 34 EA $1,214.00 $41,276.00 C-2.1 17 Remove Copper Interconnect 7200 LF $ 0.76 $ 5,472.00 TOTAL BASE BID AMOUNT $ 383,307.00 TOTAL BID AMOUNT IN WORDS: THREE HUNDRED EIGHTY-THREE THOUSAND, THREE HUNDRED AND SEVEN DOLLARS 00/100 Note: Refer to Section 7, Measurement and Payment. 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. 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 and the portion of the work to be done by such subcontractor. Bid Name andAddress:of Subcontractor State," Class Dollar %of Item(s); License 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 NOMPIMIRPNAFTWAYTT BEIEXECUTEll BYtintigk.ANO SMMITTrfa wuji,INO dedlgo*4413004rofpgiory-,414ert404wA:oft40$:t4to Ofp4ifdthis.thgf tlietoregaingis true and correct AO4,:thatt4.10:40010E4tiall IS executed on atzrohueio24626. :Corona. OA 017 State MatthewE6tvards ,.worn, .dook$: she: is Vice President •of *Am:dila:at Line Ai.iitddis; Elk*: 140 partrmakiil‘ gAio;farogoiog bid that the bid is not thade in the bailf'4/4iy.;bildigeWOd person,partnership, :association, 000044*,or corporation,that the bid is genuine and not collusive or sham,t At.lho-*.400.r.has ‘.not directly or indirectly induced or solicited any other bidder to put in a false or shami5i4,:andhagiidtilikaatbi: or indirectly 6514404,0Oitglititd;,04:ititvO4,;Ot agreed With 2041,5140ebednyote else to ialiya)Shtitti,15W,,or that 44y9410::414.11rOttaiATtOm bidding,that the bidder bas not 1x;14il:y7:41.4114041.r..,004Y:or i#4*0041 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:00.0 W.441:44;the cOtItt40:. of anyone interested in the proposed contract, that all ,s(4iemgo:to contained in the hid are true; and, further, the biddbr.has.,not .directly or 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 toy fee: ,any corporation, partnership, company association, organization, bid:dOpositoryi,or to any member or agent to Offddtiiit0-A.06.141.4*0 or sham bid friteitation4t.Lfrio:B.(iikte(ti tnc, dba 11.$ beak, . _ 5400.tio:0)3i,cgor 19.56.Tetridtaii,CanVon*Road, Corona, CA 02883 , A040g,c,ii'Oti;140, .. ........., i 4.60*Y 0000 Or,0#10r.:offic:et 04402:001 _44 certificate Varitaatihlyitha iidahfity0,Ina individual .. , who aighadi:::tha-40corherit to which this certificate . it,,,atta0100;.,:and ha.tha'trOttflAn'0:$$,;.acOltOpy,•or; . •' . validity of that doorrhart.. .. . . . . Stata,tite4iftdritia courity:df;Rivaitida ' „ , . Sr41:40000'and sworn tp•(or afkroad)i:batfelha.vri:thi* 9 day of sJanuary 20'15 v'MatitiVv'EdWards Vice Prpsiciept - - • , . . . . proved to me on the basis or,Stista0dry*vidanoalo.be th:0 person(s)*00 appeared before me,: r61.64.1111‘41 "61116.16411::'-':'—'::15,. .. :,84EWPASCOP4gri: — j'' , A ' - ...:-/efatitiOliiik-tal- a. fiMuif • . '. ( e0.1) • Stgnatura:43,607T-yea,3%. ' . . ..„ . . , ,... . . ....... . . . ... „ ..... „ „ . . . . . „ . li .. i, r . . . , F .i' .., 0 UTILITY AGREEMENT. :140,NQRABLE.A.LANORAINTvOTY;c(WNC,114. ,C.ITYOF qq40014c4f The undersigned hereby prorruses and agrees thatifr.tho.poifttogitiof the wt>rk specified in die contract,known as f40$444,P*4 StitO.W84)14'YjOY:AVPW*0)rrid0*-TOfP ,..$40,4§YogAronkOon.'- '904nY(T.W.) (l).040:00 will employ and utthze only qualified persons as hereaaft defined,to yokitt.poldiTitty-to,;417!r'Oeptil04.sopptiti*.pit•irooli446014,0010%. The term",(14.:Nrseti't is defined At.TA:104;tglifoniik,A4min*I#Oe 044e,.5getiOia.VP%#§4011sSv$I ‘,SAIIffiaketsbitr: -A person i*/.1.0,„, y.1*.t.foft, I fikfeAcg.0:.#1441'.101101;,;',01,0.10fak ..1i1.4,0potegfot to • . - bp formed .1..teigardt:F‘involver:Pc The.undersigned also promised and agrees that all such work ha1l be t:fer-fpgq.,e4,in 4coTdailcq.with all applicable electrical unhty eornpany requirements Public Utility Commission orders,04 State of California .03,14),StIA.:retVitiegietitk. The undersigned further promises and agrees that the.provisions herein shall beand are bmdin upon;any subcontractor or 40,10,4#00#4';'*at MAY be retained or employed.ke.37,thouildoW0.04)...,44.044.0014.1.00-1004 shall take st00.As:**)40ce44F.t.to assure compliance by 4gy.,,§44,04bcqiiir*Ot,or subcontractors with the- . • Criteitoffohal Line BuIld eta,Inc., ribs ILB Elect& - *tot . • •• ::By . .„ , .; •• • . • . M.•0110:14!EtliffarVio•P:r.6staeot. Tifle Date 217/202 , . . . • 7,04 • • • , 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 CEi 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 CQMPE:NSATIf N IN UIO NCE QERT '!CA,TE.. Pursuant to•,Seetion:l$-6;1 of:thd,.S:ate;Labor Code;.each cone actor to whom;,a.. blic works:eatraract has.been awarder`shall sign tlie:following eertifiea#e. I am aware of"the:provisions of":Section 370.4 of:the�Labor Code whitt! require every:employe °to be insured ag st liability for workei's,:oompensattoza..or fo undertake;self iiisu ance: :accoidan aNvii i the revisions of that code,and I will com:l i P..:":� .. . .. ',..:.:�. ::..:.. . .".,.:: ..�... �...._.P 3�wz#ir;;sctclprouxszons.lefore cpmm+enainwtlie performance of -tie work.of this"contract InternatiOr;al;Larne Builders.:Inc.,dba:ILB..Electrii dontrB.Opt —71,4ZCZ11:47 By: NiigtitiOw Edwards,:1/,loe President • Title Date.: . .. f2o25. } $1:..INFORMATfON. laiDOER;o-ottifigthat;,00followtilt fr.tfPrin0±{00$1010.Ari4.Ottot::. ibietnafibtial.:Lit*Builders,,Inc dba(LB Etedrid: BiddeiNati* ag56.-.retfiescal Canyon koad Business.4d4ti$s Corona CA_ State :44,! 9.611'.68246.82 •• • " " . . ,T019494g;Wanit*Jr 7825M.Clate A, C.,10 SOAe!PAP1,174,40e*T10.0440 To -0t0000.:* . . . iginal;We:Issued 'Th.c.;-",yo*otgwg.:#1,1poc*by Wet Riaitk Of our office on February 03 The followanO:dit:pgtsori. firtti$,and cotivtationhaNiiog:gopOpat Dan Hadoard, President, motto,Edwards,,Vice Arnoldt Ades,Vide President ..„. . „ . Bradley Huiquist Vice President• Agii*ItSoce6aty . „ „ NidholatOlten,ASSIStalrit Bedrelary . _ „ . the CO:01i01.0t,theCi ô thof its bil . ci1Ii!,o 4thOgs414-,,Ittotfdtai.:tlio•dorifla.dt for the proposed work and it -- titdiatiliactoraghtt with.the Pats and mifi`cafionsset,forth. ,ItrternationekLine Builders; itic. .dba (LB Electric '000.001i)rNamo . . 40417g';.:401.44gr Matthew EdvierdS, Vice President dotIt*d Sigadrutt •:c4 NOTARY CERTIFICATE Subscribed and sworn to before me this day of , 20_ . A notary public or other officer completing this certificate verifies only t identity of the individual who signed the document, to which this certificate is atta, ed, and not the truthfulness,accuracy, or validity of that document. State of ) Please see attached. County of ) On before me, Month, Day, and Year In,-rt Name and Title of Notary personally appeared Name ) of Signer(s) who proved to me on the basis of satisfacto evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged o me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their s':nature(s) on the instrument the person(s), or the entity upon behalf of- which the person(s) acted, executed .- instrument. I certify under PENALTY OF PE° 'Y under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and o r cial seal. Signatur= Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-9 . „ . ACKNOWLEDGMENT A hotary, piiblid'arfiitheofficeitorripletin§this certificate verifies only of the individual *410 signed tb*TiocUrserit to which thi$,:•cOettfiit:ati0:10. . attached,and 040#0144110w:-Ottuf.40yrorvalidityOf that State of 04liktrija: • CotiiiVof Riverside 3anuaty 30:2025 . Brenda.01.00:nrity-,Notary'Public 'on • • „ . , • • • .,:(intertn.an*.and litre Of ttle.;i5ffic01 pr4oritiy;. Matthew Edwards,V..ke.President • i"- appeared , - who proved titipiOtitf the basis of totigaatiii)r evidence to be the person(s)whose iname(s)i0/,0174. $ubstribect. the within instrument arid*00010104 to me that h010'..tei,tt.*y.,.OtOc4td,the same in ksiheetheit authorized OptOpity(les),thOtot by,:h1Wheiltileir*i00040(s)'„on the instrument the _ • POrsOr1W;Pritte.WItityppoo f)ehoif of which the'person(s)acted, executed tile instrument r„erfi,br.tmcfer:PEWTY.QF PgR4tAlirf under the laws of.the:$0*qt P.0119,rrtiathat the,fofeggira por4grapOtfrO•apit.p0fr*.ai WITNESS my hand and official seal . ; xammissicgolozza $1.0. aturt.• 81' •• . , • . • • Bidder's Project History For the purposes of this project,the bidder shall provide project history of similar work, specifically referencing the construction of underground signal conduit, and the installation of fiber optic cable for communication. 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 Los Angeles 200 N. Spring Street, Los Angeles, CA 90012 Name and Address of Public Agency Name and Telephone No. of Project Manager: Ash Zaveri # (213) 247-6677 $4,719,105.00 Electrical 12/20/2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Traffic Signal Improvements 2. City of Fontana 8353 Sierra Ave., Fontana, CA 92335 Name and Address of Public Agency Name and Telephone No. of Project Manager: Estephany Monroy# (909) 350-6642 $1,211,588.00 Electrical 2/28/2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Traffic Signal updates 3. City of Fountain Valley 10200 Slater Ave., Fountain Valley, CA 92708 Name and Address of Public Agency Name and Telephone No. of Project Manager: Temo Galvez# (949) 249-4508 $2,370,286.00 Electrical 2/1/2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Traffic Signal modification Improvements at (8) locations. 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. Shaun Latham, Senior Project Manager Name of proposed Project Manager Telephone No. of proposed Project Manager: (951) 963-3029 Caltrans 12-0P42U4, $18,077,910.00 Fiber Optic, Curb & Ramp, ITS 95% Completed to Date. Project Name & Contract Amount Type of Work Date Completed LA Main Street Lighting, $1,370,696.00 Street Light Improvements 02/24/2024 Project Name& Contract Amount Type of Work Date Completed LA Vision Zero Phase 2D, $9,101,826.00 Traffic Signals, Street Lighting, 9/1/2023 Project Name & Contract Amount Type of Work Date Completed 2. Travis Bandini Name of proposed Superintendent Telephone No. of proposed Superintendent: (951) 682-2982 Caltrans 12-0P42U4, $18,077,910.00 Fiber Optic, Curb & Ramp, ITS 95% Completed to Date Project Name& Contract Amount Type of Work Date Completed LA Main Street Lighting, $1,370,696.00 Street Light Improvements 02/24/2024 Project Name & Contract Amount Type of Work Date Completed LA Vision Zero Phase 2D, $9,101,826.00 Traffic Signals, Street Lighting, 9/1/2023 Project Name & Contract Amount Type of Work Date Completed C-11 CALIFORNIA OF...1"ARTMXINT.OF INDUSTRIAL RELATIONSIVIR)C,F,RILFICAT •Nrsntht tOaa 854:ta1tiii0M okC Ic Section.f7.7:4'144-4,'0'00d by-the ifOrriia' State. Senate:PO.T1410 20, . .014i.,:**1)10(.4 a new public worIs Contractor Reistration Program, *1404:req4ipz§.,all contractors and ..subcontractors and perfortitig work on Public Works Projects to register on an annual basis: (each July 1 through June 30$.01.*'-i0c4...1Y:01)Wilth the'..COlif9cAia::PV4rt41.0xit'pfli4.4500YR00:9 :(P1R), Currently the annual non-refundable reOtration fee.for Contractors is $3011.. Each. contractor to whom a liUblieVort$:-',OOtittaOtha.:4':beehavettriOdaiialt,gigh-.the1011o*itgetrificate, DIR:FAC1 SHEET SB 854 lIttpAvWw..Ctit.:4gOia)L$WPotili4r0i01$0$504451*4 DIR's Contractor wtikealtort.tiot (844) 22-03.4 ltttpoAtIltwfljtc4;g0RWOVActioo:Sor.Vjoi7404=450.43013W:Mgi40400.9.011:, DiWit041:0tieltO:Regi$04;ifiti searchable database bOps:V/41:iiigicilr.c*,goltIt*.$ 4400. am aware and will comply Witb411,O provisions of Labor Code Section 1771:.:I idliefi 1";A contractor or slibcOritraetor shall 40.4e-,Rualifi0v bid on,,be tided In a bid 07004)*;subject tO - ;the requirements of Section 404 of the Public Contract.044o.,or eugage:-,.to the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public Work Oiii&tatittek.Seeti,0111725:,-.5.It is not for an.unregistered contractor to submita bid that is authorized by Section 7029.,1 Of the:Business and Profesions; Code or by Section 10164 or 201113.5 of the.Public Contract rode, provided the contractor is T4Sitied,:t0;Ped01111::p6ii *oikporsuaatt(SOC:tioii,023 sth ie the contractsdwota.exl," I firtbennorc,will comply by vcriicopg:proof orregiOrAtiOri..-w#Et COlitkattoii a wii ag foMJL§abOtiiittaetOta,Atifit'tiihO otatibmittiog IN 1;44 „ . International Lino Builders, Inc;;;'dbo:ILB Electric:: .. .. ...... Contractor „ Mattheihr'Edwards . , • ; Title';Vice President 'Date: 2/7/2026 PWCII4,44•Atton ,.,11/0.001.0.321. •• - . . . „ CERTIFICATE I, Paul R. Sanderson, hereby certify that I am the duly elected and qualified Secretary of International Line Builders, Inc., a Delaware corporation; and I further certify that, pursuant to a resolution adopted by Written Consent of the Board of Directors dated July 21, 2023,the persons named below have been duly elected, have qualified and are officers of the Company holding the offices set forth opposite their respective names: Jeffrey S. Thiede Chair of the Board and Chief Executive Officer Daniel R.Haggard President Thomas D.Nosbusch Executive Vice President Arnold Arias Vice President—Civil Operations Jason R. Combs Vice President—NW Operations Matthew Edwards Vice President of Operations—ILB Electric Bradley R.Hulquist Vice President—Accounting and Assistant Secretary Aaron M.Johnson Vice President—Operations—Southwest Division Jon B.Hunke Treasurer Nicholas A. Olsen Assistant Secretary Paul R. Sanderson Chief Legal Officer and Secretary * * * * * * * * * * * * I further certify that the following is a true and correct copy of Section 5.13 of the Bylaws of International Line Builders, Inc. which sets forth the powers of the officers to execute documents; and that said Bylaw Section is presently in full force and effect: 5.13 Execution of Instruments. All deeds, bonds, mortgages, notes, contracts and other instruments shall be executed on behalf of the Corporation by the Chairman of the Board, the Chief Executive Officer, the President, any Vice President or Assistant Vice President, the General Counsel, any other officer who performs a policy-making function(such as administration,operations,accounting, or finance) or such other officer or agent of the Corporation as shall be duly authorized by the Board of Directors. Any officer or agent executing any such documents on behalf of the Corporation may do so (except as otherwise required by applicable law) either under or without the seal of the Corporation and either individually or with an attestation,according to the requirements of the form of the instrument. If an attestation is required, the document shall be attested by the Secretary or an Assistant Secretary or by the Treasurer or an Assistant Treasurer or any other officer or agent authorized by the Board of Directors. When authorized by the Board of Directors, the signature of any officer or agent of the Corporation may be a facsimile. IN WITNESS WHEREOF, I have hereunto set my hand on July 24,2023. Paul R. Sanderson, Secretary 2 Liberty ro ` Mutual. Bid d Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) International Line Builders,Inc.DBA ILB Electric Liberty Mutual Insurance Company 3955 Temescal Canyon Road 175 Berkeley Street This document has important Corona, CA 92883 Boston, MA 02116 legal consequences. Consultation with an attorney OWNER: MAILING ADDRESS FOR NOTICES: is encouraged with respect to (Name,legal status and address) its completion or modification. City of Huntington Beach Any singular reference to 2000 Main Street Contractor,Surety,Owner or Huntington Beach, CA 92648 other party shall be considered plural where applicable. BOND AMOUNT: 10% Ten Percent of Amount Bid PROJECT: (Name,location or address,and Project number,if any) Huntington Beach Bolsa Chica Traffic Signal Synchronization Program, CC No. 1622 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 22nd day of January , 2025 . c International Line Builders, Inc. DBA ILB Electric (Witness) A LLt$ J C7I i.Do'rrr, gi q (Contractor as Principal) (Seal) CA)OQ1)t N 14T0(t< By: (Title) hoA,2ici2.- Liberty Mutual Insurance Company otisuo�o6 (Witness) 1\ (Surety) •`� o 1912cG Et 0, �9JSq�US%\2 eather R. oedtel,Attorney-in-Fact lnit Liberty Mutual Surety vouches that the original text of this document conforms exactly to the text 1 LMS-20862e 02/21 in AIA Document A310-2010 Edition Bid Bond. 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 Riverside ) On January 30, 2025 before me, Brenda McKinney, Notary Public (insert name and title of the officer) personally appeared Matthew Edwards, Vice President 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. °r BRENDAMCKINNEY „4 Notary Public•California a Riverside County + Commission#2452263 L.0"s� My Comm,Expires Jul 4,2027 Signature Q,06 grin ' (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 mtanda Minnesota County of Hennepin ) On January 22,2025 before me, Blake S.Bohlig,Notary Public (insert name and title of the officer) personally appeared Heather R. Goedtel, Attomey-in-Fact 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 11i that the foregoing paragraph is true and correct. Minnesota I pf*xest,� BLAKE S. BOH.LIG WITNESS my hand and official seal. Notary Public Cl '` '' State of Minnesota ' `4,94 My Commission Expires f January 31,2026 _J Signature l (Seal) This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. V. ' Liberty Liberty Mutual Insurance Company , Mutual® The Ohio Casualty Insurance Company Certificate No: 8212026-190003 West American Insurance Company SURETY POWER OF ATTORNEY - KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Blake S. Bohlig;Brian D.Carpenter;Charles Draper;Craig Olmstead;Erik T.Gunkel;Haley Pflug;Heather R.Goedtel;Jessica Hecker;Kelly Nicole Enghauser;Laurie Pflug; Michelle Halter;Michelle Ward;Nicole Langer;Sara Whitfield all of the city of Bloomington state of MN each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance . of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed , thereto this 25th day of June , 2024 . Liberty Mutual Insurance Company P�%NSURq P,ZY INst., a ots4 The Ohio Casualty Insurance Company •,.‘"' �c0wroltyr. 4, Ng" 2GOOPo�r�,'yam .Goo 0Raro' West American Insurance Company css z c, O m of ui > ; 1912y on c y1919� o Q 1991 on N rd ass t• 3 s ."y� y co"E a) V1 4CHU5 .tJD •AMPS ,ay. �s `•oiANP da ` •� U Es - — David M.Carey,Assistant Secretary = coo State of PENNSYLVANIA SS •.S m m mi ,County of MONTGOMERY o *, = On this 25th day of June , 2024 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance c0i a21 o asCompany,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes-- n a? > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. >a IY a) IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. co O P PAS a.= Q4. r oNw,rF! Commonwealth of Pennsylvania-Notary Seal N O - 4, o`� q<,• , Teresa Pastella,Notary Public `44 ,0) ~ o Montgomery County 2 . E o OF My commission expires March 28,2025 ` a) T7 C NP�\s- Commission number 1126044 By: eresa Pastella,Notary Public Q o` N+� 4, .G Member,Pennsylvania Association of Notaries co N -qRy PV�� O v. •C$ This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual op E•G Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: Ia.M 3 ARTICLE IV—OFFICERS:Section 12.Power of Attorney. 8 o o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the-0 o m . President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety cu co as c any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall c�i • have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed, such o a1 instruments shall be as bindingas if signed bythe President and attested to bythe Secretary.Z 9 Any power or authority granted to any representative or attorney-in-fact under the-4 m provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ti c • ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. •Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 22nd day of January , 2025 . V 1NSU v,(Y INSUp P INSU .=Goaror4�Lcm .�Gcarort,r cv cy cow°RI 4, m , nFo to 1912 0 c Z 1919� o Q 1991 0 �,�,¢`„ d��/sAONuswaaa yob NAMPS��da �s vNotA. , By•Renee C.Llewellyn,Assistant Secretary 7 * ti •H4 * ),4 dy) * ),d Y , LMS-12873 LMIC OCIC WAIC Multi Co 02121 awayuawmop Euiddiysasui f► . i I• ORIGIN ID;ONTA INTERNATIONALID: TA LINE BUILDERS 2982 955TEMESCAL CANY N ROAD SHIP DATE:05FEB25 CAD 110 2 41711/NET4535 CORONA,CA 92883 UNITED STATES US TO A N•JOHN NGUYEN BILISENDER CITYpFHUNTINGTON B 2000 MAIN STREET EACH PUBLIC WORKS S U lN1v4HUNT;NGTON BEACH CA 92648 P0:BOLSq CHICA/VALLEY VIEW SSP REF:LLB ELECTRIC CC1622 BID BOND IllIIIIIihIJII!IIIIl/II/III,flhI,,,I11111111111111111111 .. I' DEPT:215 . :11:,,:1414.;:;11117; mi. 1.1Fl. L "1? . Fel: IK Pi. • ik i A, EWress® 14 g: a. i Ile , ,P .1 41 it,l' ' i i . . THU - 0 6 FEB 10:3 0A rRlr nal7718 9532 9652 PRIORITY OVERNIGHT WZDSR APV 92648 A cA-Us SNA I 11111111111'11111111 :, il • .: • ., / �� • I . • '..A ,.,4, ,,: .. 1,.§r- ,..i:,.., . .,.,,... ,, ,. 0".1.--: . . . r0 \� j . : ...,....L A....--__- 1 CITY OF _F1 HUNTINGTON BEACH - Lisa Lane Barnes I City Clerk July 7, 2025 Select Electric, Inc. 1700 E. Via Burton Anaheim, CA 92806 RE: Bolsa Chica Street Traffic Signal Synchronization Project (CC-1622) Enclosed please find your original bid bond for CC No. 1622. Sincerely, leil Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov CQEe t ?#ex SECTION C PROPOSAL for the construction of Traffic Signal Improvements for Bolsa Chica Street/Valley View Avenue Corridors C.C.No. 1622 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed 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 60 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. 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 A;Ls .41) which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids or 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 .. . ....... SECTION C PROJECT BID SCHEDULE BOLSA CHICA STREET/VALLEY VIEW AVENUE CORRIDORS • TRAFFIC SIGNAL SYNCHRONIZATION PROGRAM(TSSP)PROJECT C.C.No. 1622 BID ITEMS 6,. :s;`,'DCSCi'iptwn,, e, :Quanta - ;'�'C/nit c£ q')nitCosw t,. / 6.wa.'':a ' :' 71i3V•�aisHY _ �}�x w , t x p y �y ..E � ... .. •dam, t �gyp,' .�<�".#a-t. `� ��45�.:• ...... ... .. ... » LloYv♦ c ti , o� 1 Mobilization 1 LS $% 11,l 0 1 $ Q to 19-11- • 2 Furnish Project Traffic Control � '. 0-.b.Q0,. .. 1 LS ` $'.10.0OO $ II;� 3 Pothole for Utilities rim; : 00.ti 1 ' LS I; $.5.t�.. $, ` :Storm Water Pollution Prevention Plan • • • I : 4 1 LS $a500 $ a ,5U0 I' : SWPPP ...... Furnish and• Install New McCain 2070 ATC 3 EA $.:.1-711ao, $ 53.,.1 kuo. controller I.:: 6 Furnish and Install CCTV Camera 3 • EA } $""-�',; 3 $, Q\:;.a t>. • Furnish and Install#6 Pull Box 2 =: EA $ \�5°1 $,...':3, .1%..:::::::•::: 8 Furnish and Install#6E Pull Box • 4 EA $ — .c qC3 . ` $..1'.�,1p3 : 9 Furnish and Install Splice Enclosure 4 EA I I1 $' :105O ` $ 11)11006. : 10 I Furnish and Install 96 SMFO Cable in Conduit 9765 LF ;:' $... Q......::::::....: $ 1o1,530 11 Furnish and Install 12 SMFO Drop Cable in 1105 LF $ $ 's`�:Sas.'� Conduit iI : .is 12 Furnish and Install Tracer Wire 8880 ;ii LF ? $.,...,..::.A.... ' $ 4¶12,oc, l 13 I Furnish and Install 4" Conduit 50 LF $ 33a ; $ 11..Q,UM- 14 Furnish and Install Fiber Switch/Ethernet • 3 EA '.. $.2g,Q. 1 $ \11'4V9 r Switch ;' :: : 15 Furnish and Install Fiber Distribution Unit 4 EA $ V 11(D . $ —1,A 04._ . ' - 16 i.Remove Pull Box 34 EA : $ D.060 $ USA00-r _._ ,L.. __._' . , , . c-2.1 '; 17 Remove Copper Interconnect 7200 LF $.. ...I _ $ TOTAL BASE BID AMOUNT ; $ Lo , o TOTAL BID AMOUNT IN WORDS: 1 o 1 urnelxea E,S\O u r t Rio\\Sated, Sic ,(Wecc 1 erne u Note: Refer to Section 7,Measurement and Payment. 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. • 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 and the portion of the work to be donehy such subcontractor. Bid Name and Address of Subcontractor j State 1;I Class .: Dollar. %Of „a License Item(s) ' i .! „ :: , ,,i.: mount Contract Number ': ;: !,i ,11'! ... .. „ , .• 1 •,, ii . . • h : . • None 1 ,• . ., :•-•.:•• • • F, - „ , ,,• . .„..• II , . : .. .,. i I! • ii •••• , -. .,. • , . . - .......... . .... . „•• , f: I i i ,.. . i !. .•.' I i!, ', f: ... . ' ![ '-.2-•'''''''.',71.12,„„...............",,,,,,:„:„;,,, , ,_ _:1-::• .- '- ,', ., .. i . j„,1 i i . .. !: ..'•'• .I,il 1 i! . ' i• . . •• . ..: ... • I: .1 . !' ,••• i :-.... .........r,..........,•,- . ............ .....:.::.- „. - '' l'rj I•• I' - 0 ii i 1 i. .!.;1 • • , . ]iii ,1 ! !i i . . . I „ ...1 . . .. I.! i . . 1 ,. •.. ., . . . , . .. .„.. . . . .. ; .,. .: r, i • . , ... , i„ .. : :1 11' ..„F„ „..!. • • ....... . . - ., .. , . . . :. , , :,::: .•• • • 1,1 „ : : , g. • r , 1;1 . ...... , ........ . . • : ... „;: . • • ,, i,„ : . .. • , „.:: .i.1 I _... .. ,: !,. , . ..„....„,. . ,- - ------ -- . • - • - . ..., . . • • • i:l,i 1,.II ., . . : :,:,„ „•• 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 2/6/25 , at; Anaheim:.::,.:...,,.;:::.:; CA Date" City State James.Staab _ , being first duly sworn, deposes and says that he or she is President of. ::...Select.Electr,ic;.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. Select Electric:Inc....... _ :..:_.. . ... ._._ .. Name of Bidder Signal ,,e of Bidder 1700 E. Via Burton. Anaheim, CA. 92806 Address of Bidder C4 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 Bolsa Chica Street/Valley View Avenue Corridors Traffic Signal Synchronization Program(TSSP) Project—C.C.No.: 1622, (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 ate necessary to assure compliance by any said subcontractor or subcontractors with the 'requirements contained herein. ..--..Select Electric.. Inc.. ... . . .. . . . _ Contractor ,......itil* By .. President Title Date:.......2/6/25 ... . 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? DYes ®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. Select Electric, I.nc..:-:.:;::: Contractor ...... .... .... By President.... .. . Title Date: 2/6/25.....:......:.,., C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Select Electric, Inc. Bidder Name 1700 E. Via Burton......... Business Address „Anaheim CA ,.:92806 City, State Zip 6192,Y; 460-6060 ._ Telephone Number 297034 State Contractor's License 'an--a Class 08/16/1974 Original Date Issued —10/31/2026 ExPiration Date The work site was inspected by Landon Smith of our office on ,...)anuary 20_, 20 25 The following are persons,firms,and corporations having a principal interest in this proposal: Select Electric, 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. Select Electric, Inc.„ Company Name Signatur of Bidder James Staab, President Printed or Typed Signature C-8 _ _ NOTARY CERTIFICATE Subscribed and sworn to before me this day of „,20_. • 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 before me Month,Day, and Year Insert Name and Title of Notary personally appeared -Nath )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. **See Attached Acknowledgment** Signature Signature of Notary Public (PLACE NOTARY SEAL ABOVE) . ACKNOWLEDGMENT ,,. . i;A notary,pUblic br other officer corripieting this ' I certificate verifies only the identity of the individual ,I who signed the document to which this certificate is '. 'attached, and not the truthfulness, accuracy, or State of California . ORANGE , County of , • _StiftFAD GORAHA (119TARY PUBLIC), On 11,, -' 6967--, :' `Ok: ,before me, , t ., _ ... ' (inseit name and title of the officer) personally appeared .Ltl.t.- .-r' 5r,t4rtial3 who proved to me on the basis of satisfactory evidence tote the persori0whOse ne. ''". is/04"- ! , subsc e;:irtp the within instrumentc and adcknowbilligeihdArpet het/sT,sp.eyxe.cuted '. same in his/ r authorize capacity IK, an thaty is signa ure on the instrument the pe cinfOror lhe entity upon behalf of which the personOi‘cted,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. •••4.4"..-- _,,.. ;''„'• Notary Public-California I , WITNESS my hand and official seal. ,*,`- i.z,,,',. ogatigecaiisti , , ,r-r.„2-!-:•,.. , 1, Commission4 2431686 - itY OM.ExPfres410I;211:4• ; (Seal) ,--____,,,.• - :', ,:' : -\:,, , ,7 ,,,, , Bidder's Project History For the purposes of this project,the bidder shall provide project history of similar work, specifically referencing the construction of underground signal conduit, and the installation of fiber optic cable for communication. 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. . CiWof..Chula.Vista,- .1..80.0 Maxwell Rdq:Chula Vista; CA 91911 Name and Address of Public Agency Name and Telephone No. of Project Manager: Oscar Ojeda..-..61.9-397-6Q00....:............... ......,:.. $895,250.00 Traffic Signal Upgrade 112025 .: ._..,__..._....:........- Contract Amount Type of Work Date Completed Provide additional project description to show similar work: • Fiber Optic; Ethernet communication systems; pull,boxes,conduit.— -- ---- 2. City%if Downeyf..-.::1.-1.:1.1...1..Brookshire.DowneY :CA. .. :::... . ... _...... ..... ._......... ..... ...._. . ... Name and Address of Public Agency Name and Telephone No. of Project Manager: Edwin Norris 562-904-7296 ,...M..$1,045,.950.00... _..._. _ Traffic Signal Upgrade 10/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: _.Video Detection;.,,.EV.P.Fiber Optic;CCTV 3. City of La Mirada- 13700 La mirada Blvd. La Mirada. CA. 90638 Name and Address of Public Agency Name and Telephone No. of Project Manager: _Lori Wolfe -714-402-9645... ..... .-$565,465OQ.......:.. ..::..._:: _.., ......_Traffic_Sidnal....Upgrades 8/2024 Contract Amount Type of Work Date Completed....... .. .....:.._..,_. Provide additional project description to show similar work: signal heads,_andipush buttons replacing high`:pressure sodium overhead safety "lights with"energy efficient LED overhead safety lights, and replacing overhead_ street name signs with high visibility, reflective street name-signs C-io 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 Resume 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 Resume .............. 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 4 OR; (;i1 „ PAUL FISHER SE LECT ELECTRIC. INC., OBJECTIVE Seeking a Project Management position with room for growth at a reputable construction company. I would like to be involved in all aspects of the construction projects from estimating to project close. CORE COMPETENCIES • Team Oriented •Excels at critical thinking •Efficient Time Management • Great attention to detail •Effective with Microsoft Office ACCOMPLISHMENTS • Guided and advanced a team of inexperienced project engineers •Increased contract organization through implementation of contract management software •Dramatically increased efficiency on traffic signal project at Camp Pendleton EXPERIENCE STEINY& COMPANY, INC. Baldwin Park, CA May 2007-October 2014 Project Manager/Project Engineer/Estimator/Quality Control Extensive management experience in all aspects of electrical construction projects i.e. initial take-off, labor estimates, bid quotations,project start-up, creating budget, creating baseline schedules, material procurement,project monitoring of construction activities and project close-out.Projects ranged from street improvements,new street lighting/traffic signal construction,highway improvements,power systems and building construction. Work with various agencies including Caltrans,NAVFAC,private developers and various cities and counties throughout Southern California.Notable projects included various roles involved with Metro Gold Line Eastside Extension project,Metro Express Lanes project, Space Shuttle Endeavour Transport, Chevron Coke Drum Transport, Camp Pendleton Bridge over Vandegrift Blvd. etc. SELECT ELECTRIC, INC. Cerritos, CA October 2014-April 2021 Sr. Project Manager/Project Manager/Project Engineer Most notable project was the SR-91 Corridor Improvement Design-Build project. Participated in the design-assist portion of the electrical facilities and toll utility buildings. Involved in the coordination of all electrical construction activities ranging from infrastructure installation to fiber optic communication integration. Other responsibilities included maintenance and monitoring of the budget, schedule updates, billing, coordination with other trades, writing RFI's,transmitting submittals and material procurement. In addition,performed in a manager/engineering role on the I-15/215 Devore Interchange Project, I-15 State Highway Project in San Bernadino County and the Crenshaw/LAX Metro Transit Corridor Project. STURGEON ELECTRIC, INC. Chino, CA April 2021-November 2023 Sr. Project Manager Most notable project was the Metro Purple Line Section 2 & 3 Stations Design-Build project. Participated in the design-assist portion of the traffic signal and street lighting scope. Responsibilities included maintenance and monitoring of the budget, schedule updates, billing, coordination with other trades, writing RFI's,transmitting submittals and material procurement. SELECT ELECTRIC, INC. Chino, CA November 2023-Current Sr. Project Manager EDUCATION California State University Long Beach 2001-2006 Bachelor of Science in Electrical Engineering University of Redlands 2012-2013 Professional Designation in Project Management OSHA 10 Hour Training Completed 2013 Construction Safety and Health REFERENCES Paul Roman Phone: (213) 798-1885 Skanska USA Email:Paul.Roman@skanska.com Los Angeles, CA Isidro Soto Phone: (323) 695-3782 LAPD Los Angeles, CA Chase Britt ` GeneralForeman SELECT ET. ECTRLC.. I C. • •. ..'ba..fr.. .,;,K..... w.,:.av,^. .Y^ ',ft„u'. ,.....w, YH.,,,.e; ,ssr,.^,'r'fi--.' `iwt?"3szkf .-. - ,,t•,,l.tffif.Tl.{Y{PfYt,1*,{Ytf)t.11t Yflflt......t.t.,,,ftfttti1ft).f{..r1ltt...1**,*,*.ttf t..f)IIt{t1Pflflt.t{tfftltif[ffftf tY.fl.ltt.trtl..t.fY}{Ytlt{.tlf.1.ttt{f{Y11t{f.f{f t.ft.ft 114..P.tfflft..{.f}1!t{.{.If{f1t}...1,1,"f}f1f.1 CAREER OBJECTIVE Hardworking and detail-oriented management professional with several years of hands-on experience overseeing construction projects from start to finish. Skilled in managing teams of individuals and ensuring that projects are completed on time and on budget. Proven track record of successful project completion with minimal errors. Experienced Construction Crew Supervisor with several years of experience leading construction crews and managing complex projects. Proven ability to coordinate tasks, provide direction and delegate responsibilities to ensure successful project completion. Committed to safety and quality control to ensure cost-effective results. In depth experience in all aspects of project management which includes material submittals, material procurement, requests for information, billing, schedule building, change orders, coordination, contract interpretation, financials, cost-to-complete, and special attention to documentation practices. 6N14M1{111t4M144411191ti111t+HNNI11111i141131611tNif111WII 6Nt441341111Miif1I1I1tifitU/6116M13f1164M11f 11044111t11140410111li1114 f111141t1/161ff1f1MitliNtll&11$1111111411M11I111i113f611.415110017t41H1111001HH4Hq EXPERIENCE GENERAL FOREMAN — Select Electric, Inc. Anaheim, CA, March 2024-Present GENERAL FOREMAN — Sturgeon Electric Chino, CA,April2022—March 2024 • Fostered an atmosphere of collaboration between colleagues within the organization in order to achieve desired outcomes. • Successfully managed a team of 20+employees, ensuring safety and quality standards were met. • Worked closely with project management and field employees to ensure the entire team was always well informed. • Developed project completion schedules which included projections encompassing all aspects of the project,weekly labor schedules, and equipment scheduling. • Involved in financial reports, material procurement, submittals, RFI's, billing, and change orders. • Proactively identified potential problems or areas of improvement to minimize delays or cost overruns on projects. • Coordinated with subcontractors and suppliers to ensure projects were completed in a timely and efficient manner. • Identified opportunities for cost savings and areas of potential gains throughout the duration of projects while still meeting quality requirements. • Initiated claims and change orders whether forward priced or under force account which included negotiations with prime contractors and/or Owners. GENERAL FOREMAN — ILB Electric Corona, CA,April 2015-April 2022 • Worked with coworkers to complete tasks. • Collaborated with departmental leaders to establish organizational goals, strategic plans, and objectives. • Created completion schedules which encompassed various subcontractors and trades. • Demonstrated ability to manage multiple tasks while remaining adaptable and flexible. • Troubleshot issues and spearheaded resolution processes. • Managed and coordinated multiple projects while ensuring timely completion. • Diligently pursued and documented change orders and additional work outside of the contract scope. SKILLS • Operations Processes • Verbal and Written Communication • Accurate Reporting • Planning Projects • Safety Policies and Procedures • Job Site Supervision • Crew Direction • Job Reporting and Documentation • Attention to Detail • Project Management • Blueprint Interpretation • Delegating Work Assignments • Dedicated Work Ethic • Bluebeam +.n..•e•r•nrrr...rs++r••+r•+r++.••n•.+r+.nr.•r•rnr•.•rn+rr•ra•n+.+•r+•erare.ro+u•rusr+..•rrnr+r••+r+r•+r.+,e..,.n•rn+••••+•err•.•...nrererrr•r et+•r+n re+ear...rn+•u•.rrsr+.+•ar+raurarnr++•.,.v++...e r+srarr•e.r. CERTIFICATIONS • General Electrician • OSHA 30 • First Aid/CPR LIST OF PREVIOUS PROJECTS Sturgeon Electric BAKERSFIELD CENTENNIAL CORRIDOR (SECURITY PAVING)—$2,060,124.01 5/22 TO PRESENT BAKERSFIELD MANOR ST BRIDGE (SECURITY PAVING)— $615,957.06 5/22 TO 3/23 (PROJECT COMPLETION) MERCED COUNTY CAMPUS PKWY SEG. 3 (TEICHERT CONSTRUCTION)—$2,281,552.365/22T0 7/22(PROJ ECT COMPLETION) CAL-TRANS 06-0U0304 COALINGA (GRANITE CONSTRUCTION)-$150,361 5/22 TO 9/22(PROJECT COMPLETION) CAL-TRANS 10-3A7204 ATWATER (BAY CITIES)— $2,347,625.38 5/22 TO 12/23(PROJECT COMPLETION) • CAL-TRANS 06-0U3004 KINGS/TULARE—$11,575,225.59 5/22 TO 12/22(PROJECT COMPLETION) CAL-TRANS 06-0U4204 SELMA(SECURITY PAVING)— $2,184,136.82 5/22 TO PRESENT CITY OF FRESNO ASH LAN CORRIDOR ITS—$1,739,974 5/22 TO PRESENT CAL-TRANS 06-0T3504 TULARE (CAL-VALLEY CONSTRUCTION)—$905,769.54 5/22 TO 6/23(PROJECT COMPLETION) HIGH SPEED RAIL MCCOMBS RD, MERCED AVE, POSO AVE UNDERPASS, PEDESTRIAN UNDERPASS(J STREET) (CALIFORNIA RAIL BUILDERS) -$1,586,991.90 5/22 TO PRESENT ILB Electric 2018-CITY OF RIVERSIDE WOODS ST STREET LIGHTING IMPROVEMENT 2019 - USC HEALTH SCIENCE CAMPUS BEAUTIFICATION PROJECT SAN PABLO ST&ALCAZAR ST(WHITING TURNER) 2019-LAFCSTADIUM STREET LIGHTING IMPROVEMENT(PCL) 2019-CULVER BLVD REALIGN M ENT PROJECT(ORTIZ CONSTRUCTION) 2019- CITY OF PASADENA TRAFFIC SIGNAL IMPROVEMENT LAKE AVE & ORANGE GROVE BLVD, LINCOLN AVE & MOUNTAIN/SECO ST, LINCOLN AVE & FOREST AVE (HSIPL-5064(084) - $599,239 2019- ROLLAND CURTIS 38TH ST&WISCONSIN ST STREET LIGHTING IMPROVEMENT(APLHA CONSTRUCTION) 2019 - MAIN ST STREET LIGHTING IMPROVEMENT UNIT 1(CIP/STP STREET LIGHTING PROJECT STPL-5006(824) D- 34976 WORK ORDER NO. L1250075) (CITY OF LOS ANGELES)-$1,265,472.04 2020 - VISION ZERO PHASE 2D PROJECT(CONTRACT C- 135501,WORK ORDER NO.E1908593)(CITY OF LOS ANGELES) -$9,933,093.20 2020- OLMYPIC BLVD— FLOWER ST TO LAKE ST (VISION ZERO STPL-5006(853) D-35123 WORK ORDER NO. L1649428) (CITY OF LOS ANGELES) - $847,354 2020-BUDLONG AVE FROM 38TH ST TO LEIGHTON AVE STREET IMPROVEMENTS(ALPHA CONSTRUCTION) 2021- HIGH VOLTAGE CONVERSION FED PROGRAM UNIT 3(STPL-5006(902)WORK ORDER NO.L2049451) (CITY OF LOS ANGELES) -$1,225,870 2021- CENTRAL AVE PUBLIC TRANSIT IMPROVEMENT (SL-8948 WORK ORDER NO. L1819736) (CITY OF LOS ANGELES) - $339,428 2022 -VISION ZERO PHASE 2E PROJECT (WORK ORDER NO. E1908828) (CITY OF LOS ANGELES)-$5,115,034 2022 -WESTSIDE MOBILITY PHASE 2, COUNCIL DISTRICT NO. 5 (WORK ORDER NO. E1908861) (CITY OF LOS ANGELES) -$4,719,105 2022 - HIGH VOLTAGE CONVERSION FED PROGRAM UNIT 1(STPL-5006(900)WORK ORDER NO.L2049449) • (CITY OF LOS ANGELES) -$1,351,443 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 Regis Elation 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. Select Electric, Inc. Contractor By President Title Date;, 2/5/25 PWC Registration#: I QQ00Q103.6 C-12 Document A310 TM — 2010 Conforms with The American Institute of Architects AiA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal slates and address) (Name,legal stains and principal place a fbtai*eta) Fidelity and Deposit Company of Maryland - Select.Electiic, Inc. 1299 Zurich Way, 10th Floor This docurrtenrhas:Important 1700 E.Via Burton Schaumburg, IL 60196-1056 Legal consequences.Consultation Anaheim, CA 92806 Mailing Address for Notices with an attorney is encouraged 1299 Zurich Way, 10th Floor with ruspeet to Its completion or OWNER: Schaumburg, IL 60196-1056 modification, (Name.legal status and address) Any singular reforenea to Cityof Huntington Beach Contractor,Surety,Owner or 9 other party shall be considered 2000 Main Street plural where applicable. . Huntington Beach, CA 92648 BOND AMOUNT: 10% Ten Percent of Amount Bid PROJECT: (Name.locallasaraddress and Project number, fast') Traffic Signal Synchronization Program (TSSP)Project for Bolsa Chica Street and Valley View Avenue Corridor, C.C. No. 1622 . The Contractor and Surety arc bound to the Owner in the amount sct forth above,for the payment of which the Contractor and Surety bind themselves.their heirs,executors,administrators,successors and assigns,jointlyand severally,as provided-herein.The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or withinsuch time period as maybe agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the-Owner in accordance with- the teens of such bid,and gives such bond or,bands 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 perl'arm the work covered by said hid,then this obligation shall be null and void,otherwise to remain in Mi force and effect.The Surety hereby waives any notice ol'an agreement between the Owner and Contractor io extend the time in which the Owner may accept the bid.Waiver ol'notice by the Surety shall nokappiy to tiny extension exceeding sixty(60)days in the aggregate beyond the time liar acceptance of bids specifed in the bid documents,and the Owner and Contractor shall obtain the Surety's consent reran 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 shalt 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 pnwision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted bercfnrm and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,theintent is that thisllund shall be construed as a statutory bond and not as a common law bond. Signed and scaled this 27th day of January, 2025. Select Electric, Inc.............. . . (PHrrdpal)::.....:.. (Seal) (witness) P awet'NS.... ... • ; . (MI ;Jan+es ;Prestt �,,puuuue,% `�.a`os�t Cam '4,,` ilQ.1 Q Fideli and.De osit.Com an. of..Ma land... •.ay:', ... ....... p. P. :� ty pow Su e = - rely) rrJ) 4�,, � f o ���� �/U . flit'ianesx) Kim Lea .as m r�: Mike Heather Saltarelli,Attcma in-Fact �'a ' ~' o `� Y- geeejn uois�„lam • S.0054/AS 8110 . . CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 1• , 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 _ JAN 2-.7 2025 before me, Leigh McDonough,NotaryPublic Date Here Insert Name and Title of the Officer personally appeared Heather Saltarelh . . 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. LEIGH ACOOHOUGH la '001,T...t Notary Publicc-auCantvilforn 1 . „ , 11' 77' Oxlips:0 2352964 Signature , Signature of Notary P. ic Place Notary Seal Above 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 x Attorney in Fact Individual Attorney in Fact Trustee Guardian or Conservator Trustee Guardian or Conservator Other:, Other: i.Signer Is Representing: . —- Signer Is Representing: CD2014 National Notary Association•www.NationalNotary.org•1-800-US NOTARY(1-800-876-6827) Item#5907 ACKNOWLEDGMENT A notar y 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 } SHARAD GORA)IA NOT On (, ARY PUBLIC) "_ � �.,Z� . before me,,� .:...._:.......:.:::.....,._,, .,> :.:,...:...... (insert name and title of the officer) personally appeared ... .; it44.5 . _ . ,. /: who proved to me on the basil of satisfactoryf evidence fo be the person whose name subscribed t the within instrument and acknowledged to a that he/s ' executed t e.same in his/h th authorized capacity(i e and that by his/h th(signature on the instrument the per on , or the entity upon behalf of which the personcs)- cted, 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. PaR49"Am WITNESS my hand and official seal. I Motary?ubiic'GI(/om Once Cauogr >� Commkoon 0 2431606 *Comm. Dec 31,2026 Signatur (Seal) . .v . :ti Boid,NtimNer: Bid Bond Obligee:City of Huntington Beach ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois.and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the•State of Illinois(herein collectively calledthe"Companies"),by Robert D.Murray,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on, the reverse side hereof and are hereby certified to be in full force and effect on the-date hereof,do hereby nominate.constitute,and appoint Heather Saltarelli ,its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for. and on its behalf as surety,and as its net and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents.shall be as binding upon said Companies,as fully and amply.to all intents and purposes.as if they had been duly executed and acknowledged by-the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York..the regularly elected officersof the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills,Maryland.;in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies.and is now in force. IN WITNESS WHEREOF. the'said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL •AMERICAN CASUALTY AND SURETY: COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this,IUth day of October.A.D.2023. „,let,,,,,. ,,,t , ,t t,t,,,,,,,, 4` N9A`�k. 0,"111 ;i bvY*A d's. SEALS?� ( SEAL` ��` CSEALI• a+t.W„ 4a ++a••,rv...uititi+`�'�� ATTEST: 74,,FRUCH AMERICAN INSURANCE COMPANY COLONIAL.AMERICAS CASUALTY AM)SURETY COMPANY' FIDEI.I"n"AND DEPOSIT COMPANY OF%1AR1'LAND By: RobertD.Murray Vice President t'�crrvt, Ztzet[K___-. r-l�- By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 10th day of October.A.D. 2023, before the subscriber,a Notary Public of the State of Maryland duly commissioned and qualified, Robert!.:Murray,price President and Dawn F:.Brown,Secretary of the Companies,to the personally known to be the individuals and officers described in and who executed the preceding instrument.and acknowledged the execution of same,and being by.me duly swom,,deposeth and saith.that he/she is the said officer of the Company aforesaid,and that-the seals affixed to the preceding instrument are the Corporate Seals of said Companies.and that ' the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the-said Corporations. IN TESTIMONY WHEREOF.I have hereunto set my hand and affixed my Official Seal the day and year first above written. Genevieve M. Ma.isorr �`r�VEat '� -?`4a.b GENEVIEVE M:MAISON -s m OaL1 ws - wormy maw teen $+ r fiALiIM ECCUN1Y WO 2 1/4' , bhCe misoie ewircasiffiMMRr.T/.10i6 ,.,.,:nay``• Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies. recognizances,stipulations, undertakings, or other like instruments on behalf of the Company,and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto:and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that.Article V,Section 8,of the By-Laws of the Companies is still in force; This Power of Attomey and Certificate maybe signed by facsirnile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duty cailed:and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors Of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified:copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and'effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 27th day of; January- ...., 2025 r' .t1f•IM»,1,,,, a,�,yyBY dqy'' J 5N,+� s OA ,, ti m 114 SEAL n,tni `- "SEAd c __" SEAL v •7149 By: Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg.IL 60196-1056 reportsfelaims@zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or410-559-8790 • Document A310 TM — 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 ejhreeinecs) Fidelity and Deposit Company of Maryland Select Electric, Inc. 1299 Zurich Way, 10th Floor This document has important 1700 E.Via Burton Schaumburg, IL 60196-1056 legal consequences.Consultation Anaheim, CA 92806 Mailing Address for Notices with an attorney is encouraged 1299 Zurich Way, 10th Floor with respect to Its completion or OWNER: Schaumburg, IL 60196-1056 modification. (Name,legal status and address) Any singular reference to City of Huntington Beach Contractor,Surety,Owner or Y 9 other party shall be considered 2000 Main Street plural where applicable. Huntington Beach, CA 92648 BOND AMOUNT: 10% Ten Percent of Amount Bid _ PROJECT: (Nance,location or address.and Project number,U'a►& Traffic Signal Synchronization Program (TSSP) Project for Bolsa Chica Street and Valley View Avenue Corridor, C.C. No. 1622 Tbc Contractor and Surety arc 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 arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(I)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another • party to perlbrm the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full lbrce 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 Surely shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time lbr 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 l3ond 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 riot as a common law bond. Signed and scaled this 27th day of January, 2025. Select Electric, Inc. (Principal) (Seal) (Owls) kkutiOwerNS BY -ram mil)James ,Pre ,t ,,,,,, '`' Co ,'i Fidelity and Deposit Company of Maryland Qom?°11Pp; htiuren) (Seal):.c.13 s o= (Witness) Kim Luu13).40711 1iii ((`/ ekit irf =T; SEAL Milo)Heather Saltarelli,Attorney-in-Fact ',;;..;moo; qr'�� �,1grn,n,,,,,,, S-00541AS 8110 • 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 JAN 2-.7 2025 before me, Leigh McDonoujh,Notary Public Date Here Insert Name and Title of the Officer personally appeared Heather Saltarelli 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. LEIGH MCDONOUGH •�j - Notary Public-California q:. ' _ Oranger County — �„ Commission 2 3 5 29 6202 5 Signature ° My Comm.Expires Mar 25, Signature of Notary P is 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 1 General Partner — Limited General Individual .x Attorney in Fact Individual Attorney in Fact Trustee Guardian or Conservator Trustee Guardian or Conservator 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 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 0Z Cl‘' ZOZS — before me, SHARAD GORAJIA (NOTARY PUBLIC) (insert name and title of the officer) personally appeared T/9/`4&5 -_AI ‘.57-/qjg9/3_ who proved to me on the basis of satisfactory evidence to be the person whose names/p to subscribed t the within instrument and acknowledged me that he/s St executed the same in his/h th r authorized capacity(ie , and that by his/h the ignature on the instrument the per on , or 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. Nota Public-CaliforniaWITNESS my hand and official seal. frsHADGo r ='` " Orange County 1 `1�* Commission#2431686 '"FOB"��My Comm.Expires EkP Dec 31,2026 Signature .S. (Seal) I#ond Number: Bid Bond Obligee: City of Huntington Beach ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New ;"York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"),by Robert D.Murray,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute,and appoint Heather Saltarelli ,its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for, •and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills,Maryland.,in their own proper persons. • The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this loth day of October,A.D.2023. r o9/16-g4N JNs `.rt"OPP O14 o�' `O",0`,PPOR�"A 0 id O 'fir - `9 cSEAL`" �cSE4L`� II. "SEAL" ,-5L . ' o ergo se se Ili lll„I,P```, IIIII IIIN„" Ill..n,lll ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D.Murray Vice President 1.>q,GihL (6 (,4,QGGY�--. By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 10th day of October, A.D. 2023, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D.Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument.and acknowledged the execution of same,and being by me duly sworn,deposeth and saith, that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF.I have hereunto set my hand and affixed my Official Seal the day and year first above written. Genevieve M. Maison GENEVIEVE M.MAISON . NOTARY PUBLIC .;'FA •:t? GFLTIMORE COUNTY.MD M,Oa,wixien Enema JAMUARY 27,2026 •Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. ' This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 27th day of January , 2025 SEAL - 4 SEAL' §1. A - - u5m „III,,,,,, .,., -Th9Pooki(L By: Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 reportsfclaims@zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 P. g. ...ii.:o:t ""---,"L t y M i,-a' Lx3'i.;.x4::; f•cr a- e`r.7.__" �... :`"vg,z, qA ifs I; ,';: itil';'„1.71: :4 :1, * SELECT 4,. ELECTRIC. INC. ae; .- 1700 E.Via Burton 4,,' Anaheim,CA 92806 , License#297034 A,B,C-7,C-10 4*' Ph:(619)460-6060 Fx:(562)658-2201 14 City of Huntington Beach,Public Works Office ;,'t�;< 2000 Main St. .,y Huntington Beach,CA.92648 ';: it OFFICIAL BID SECURITY—DO NOT OPEN ` '" ,h Project Name:Bolsa Chica Street/Valley View Avenue Corridors Traffic Signal Synchronization Program(TSSP)Project CC#:1622 Bid Opening Date:February 7-2025 '` _. A E r y,"- .'s±`'"..1.i--'--�.a.,a..r?5:"':t•-�itL''Yi2'\,'`i.'7 • .. 'T-rY f •' -if • '4,P ny:Xn'ssfi, f� `�': (fc`.. "4i3 Gm, C-zr7 kl+ry3 ORIGIN ID:fULA q :,....,:,..7.::_tti., f. } :.t,;-.*,......:::.-i-z:„.:::.;4:t.: ASHLEYOWENS (619) 606p60 SHIP DATE:O6FEB26• SELECT ELECTRICINC ACTWGT:1.00 LB I700E.VIA BUgTONSTCAD:10547756&INET4535ANAHEIM,CA 92806 rffn s �t,,y ,BO.L SENDER y;,,,1„4 ,TO CITY CLERK,PUBLIC WORKS DEPT arr% �` r �su• �, i CITY OF HUNTINGTON BEACH ?= 7 �'? sv'*' • 2000 MAIN ST. N • 2ND FLOOR3-70 ., y , i' f,, HUNTINGTON BEACH CA 92648 +� T fy3 TIq)5365511 •e; 6#i•fi,, ` REF;BIO BONDS CC/1672 ' - 'E yA:;,k„r.s ,. mnmlmummml�luiinu►m►nmmlmiLr�' '� CIA�' ' 3r`▪ ;1? :di ;'t'Ai]r...:V:.0; i�, ` i' firil':, ;•I. � �a , uK 404010 1.` 4 _`T' i _8 �' Jr . :,: FRI '-6'jt a4'' - s,.� r- TRKa - 07 FEB 10:30A .� tti Fn !la � • ® 7719 2625 7343 PRIORITY OVERNIGHT {'�f° �_./I''',$1,11i,.!•if.,::,'•)-V.it°'' WZ APVA 92648 � •;..;esl cA_us SNA • ; a�: E '06;5„,..-i4. -,fri-iANw �"+t`r• Lx� � 1yt kr. f-r.- , ,�V ter• pia`_ ;'T.h+' • 4' (. ``: CITY OF • Y . HUNTINGTON BEACH Lisa Lane Barnes I City Clerk July 7, 2025 Servitek Electric, Inc. 13330 Bloomfield Ave., Suite 102-114 Norwalk, CA 90650 RE: Bolsa Chica Street Traffic Signal Synchronization Project (CC-1622) Enclosed please find your original bid bond for CC No. 1622. Sincerely, 1�-ry AKtilfK Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 1 www.huntingtonbeachca.gov Se:/igiAgr SECTION C PROPOSAL for the construction of Traffic Signal Improvements for Bolsa Chica Street/Valley View Avenue Corridors C.C. No. 1622 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed 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 60 working days, starting from the date of the Notice to Proceed. ji. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option,be considered null and void. Accompanying this proposal of bid, find Bid Bond in the amount of 10%of Bid Amount which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids or 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 Noy": : '';:Date Received..: ::;;::: ;: ;:; .:,.:. Bidder's Signature.. N/A N/A • C-2 SECTION C PROJECT BID SCHEDULE BOLSA CHICA STREET/VALLEY VIEW AVENUE CORRIDORS TRAFFIC SIGNAL SYNCHRONIZATION PROGRAM(TSSP)PROJECT C.C. No. 1622 BID ITEMS Item :;;.: .OR Total.Cost�;• :Description. >,>', �Qutantiify= ` Unit v Unit Cost 1 Mobilization 1 LS • $14,000.00 $ 14,000.00 2 Furnish Project Traffic Control 1 LS $21,000.00 $ 21,000.00 3 Pothole for Utilities 1 LS $ 21,000.00 $ 21,000.00 4 Storm Water Pollution Prevention Plan 1 LS $10,500.00 $ 10,500.00 (SWPPP) Furnish and Install New McCain 2070 ATC 3 EA $30,000.00 $30,000.00 controller 6 Furnish and Install CCTV Camera 3 EA $ 9,384.00 $ 28,152.00 7 Furnish and Install#6 Pull Box 2 EA $3,051.00 $ 6,102.00 8 Furnish and Install#6E Pull Box 4 EA $ 8,050.00 $ 32,200.00 9 Furnish and Install Splice Enclosure 4 EA $6,234.00 $ 24,936.00 10 Furnish and Install 96 SMFO Cable in Conduit 9765 LF $ 6.60 $ 64,449.00 11 Furnish and Install 12 SMFO Drop Cable in 1105 LF $ 15.00 $ 16,575.00 Conduit 12 Furnish and Install Tracer Wire 8880 LF $2.06 $ 18,292.8 13 Furnish and Install 4"Conduit 50 LF $ 252.00 $ 12,600.00 14 Furnish and Install Fiber Switch/Ethernet 3 EA $ 12,686.00 $ 38,058.00 Switch 15 Furnish and Install Fiber Distribution Unit . 4 EA $3,150.00 $ 12,600.00 16 Remove Pull Box 34 EA $ 1,765.00 $ 60,010.00 C-2.1 17 Remove Copper Interconnect 7200 LF $ 6.70 $ 48,240.00 TOTAL BASE BID AMOUNT $ 518,714.80 TOTAL BID AMOUNT IN WORDS: Five Hundred Eighteen Thousand, Seven Hundred Fourteen Dollars and Eighty Cents Note: Refer to Section 7, Measurement and Payment. 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. 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 and the portion of the work to be done by such subcontractor. Bid Name and Address`of Subcontractor:" State glass ;Dollar.. %of Item(s)' License Amount Contract . . . Number. N/A N/A N/A N/A N/A 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 , at Date City State , being first duly sworn, deposes and says that he or she is of 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. SERVITEK ELECTRIC, INC. Name of Bidder Signature of Bidder 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 Bolsa Chica Street/Valley View Avenue Corridors Traffic Signal Synchronization Program (TSSP) Project—C.C. No.: 1622, (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. SERVITEK ELECTRIC, INC. Contractor ' EOF • By PRESIDENT Title 02/07/2025 Date: 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? 0 Yes ®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 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. SERVITEK ELECTRIC, INC. Contractor r EOFF Y By PRESIDENT - Title Date: 02/07/2025 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Servitek Electric, Inc. Bidder Name 13330 Bloomfield Ave, Suite 102-114 Business Address Norwalk, CA 90650 City, State Zip ( 626 ) 227-1650 Telephone Number 1035350,A&C-10 State Contractor's License No. and Class 01/30/2018 Original Date Issued 01/31/2026 Expiration Date The work site was inspected by Geoff Reyes of our office on January 31 , 202 The following are persons, firms, and corporations having a principal interest in this proposal: GEOFF REYES, PRESIDENT 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. SERVITEK ELECTRIC, INC. Company Name PIP° Signature of Bidder GEOFF REYE; Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this 7th day of February , 20 25 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 Texas ) County of Collin ) On 02/07/2025 before me, Daniel Grimaldo, Notary Public State of Texas • • Month, Day, and Year Insert Name and Title of Notary personally appeared Geoffrey Reyes 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. voldsky- 5 rRY.?Yr r , WITNESS my hand and official seal. • L �t,;-•� gaktietarirrtO *i 't' NUMBER 3 uTt? A*,` IO ,' 133999204 i� 3 yX,.'.:tip*tea Co iss10N:EXPIIRES rfi OF �\. ti,1 p�100 ' September 36,*WI; • Signature Signature of Notary Public (PLACE NOTARY SEAL ABOVE) Electronically signed and notarized online using the Proof platform. • • C-9 NOTARY CERTIFICATE Subscribed and sworn to before me this day of , 20_ . 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 Bidder's Project History For the purposes of this project,the bidder shall provide project history of similar work,specifically referencing the construction of underground signal conduit, and the installation of fiber optic cable for communication. 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: City of Vista 1200 Civic Center Drive, Vista, CA 92804-6275 Name and Address of Public Agency Name and Telephone No. of Project Manager: Chad Costello (760)521-6811 $ 112,090.00 Electrical Works January 31, 2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Project Name: Luz Duran Park&Downtown Wi-Fi Project Provide fiber optic interconnect between Vista Magnet Middle School and Luz Duran Park. 2. City of West Hollywood 18300 Santa Monica Blvd,West Hollywood, CA 90069 Name and Address of Public Agency Name and Telephone No. of Project Manager: Richard Garland (323)848-6457 $468,503.00 Electrical Works February 3, 2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Project Name: In-Roadway Warning Lights (IRWL) Installation Project In-roadway warning lights construction, electrical conduits and wiring, solar panels 3 City of Ontario 1303 E. "B"Street, Ontario, CA 91764 Name and Address of Public Agency Name and Telephone No. of Project Manager: Jimmy Chang (909)395-2033 $ 731,914.00 Electrical Works March 14,2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Project Name: FY 22-23 CDBG City Fiber Conduit Installation West Ring Segment 2 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. l, Geoff Reyes Name of proposed Project Manager Telephone No. of proposed Project Manager: 626-227-1650 Riverside Drive Lighting Improvement Unit 2 CIP Electrical Works February 10,2023 Project Name & Contract Amount Type of Work Date Completed • Westside Unit 5-Street Lighting($1,230,090.00) Electrical Works February 3,2023 Project Name & Contract Amount Type of Work Date Completed FY 22-23 CDBG City Fiber Conduit Installation West Ring Segment 2($731,914.00) Electrical Works March 14,2024 Project Name& Contract Amount Type of Work Date Completed 2. Geoff Reyes Name of proposed Superintendent Telephone No. of proposed Superintendent: 626-227-1650 Same above Project Name & Contract Amount Type of Work Date Completed Same above Project Name& Contract Amount Type of Work Date Completed Same above 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 (DI-R). 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. SERVITEK ELECTRIC,INC. Contractor LOFF E By PRESIDENT Title Date: 02/07I2O25 PWC Registration#: 1000058315 C-12 TAIA Document A310 TM - 2010 Bid Bond . CONTRACTOR: Servitek Electric, Inc. SURETY: Great Midwest Insurance Company (Name, legal status and address) (Name, legal status and principal place 13330 Bloomfield Ave, Suite 102-114 of business) Norwalk,CA 90650 800 Gessner Rd Ste 600 Houston,TX 77024 • This document has important legal consequences.Consultation with OWNER: City of Huntington Beach an attorney is encouraged with (.Verne, legal status and address) respect to its completion or 2000 Main Street modification. Huntington Beach, California 92648 Any singular reference to Contractor,Surety,Owner or BOND AMOUNT: TEN PERCENT(10%)of the Total Amount Bid other party shall be considered plural where applicable. • PROJECT: Bolsa Chica Street/Valley View Avenue Corridors Traffic Signal • (Name, location or address,and Project number,if any) Synchronization Program(TSSP)Project Project Number.if any:C.C. No. 1622 Various Locations, Orange County • 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(I)enters into a contract with the Owner in accordance with the terms of such bid.and gives such bond or bonds as may be specified in the bidding or Contract Documents.with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner.for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owrier 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 lime for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. •When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project. . • any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and • provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished.the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 3rd day of February,2025 -e ' - lectric. Inc. (Witness) /66DIT resaar Dfrtr ,....., ( isle) Great Midwest Insurance Company Carclt,.v-► s e-- (Surety) 6 eel) (Witness) Carly Matlock,Witness ("lisle) E a . ackett,Attorney in Fact AlA Document A310'"-2010.Copyright e 1963,1970 and 2010 by The American Institute of Architects.All rights reserved �''• POWER OF ATTORNEY Great Midwest Insurance Company KNOW ALL MEN BY THESE PRESENTS,that GREAT MIDWEST INSURANCE COMPANY,a Texas Corporation,with its principal office in Houston,TX,does hereby constitute and appoint: Edward N. Hackett, Christine Maestas its true and lawful Attomey(s)-In-Fact to make,execute,seal and deliver for, and on its behalf as surety,any and all bonds,undertakings or other writings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of GREAT MIDWEST • INSURANCE COMPANY,on the 1st day of October,2018 as follows: Resolved,that the President,or any officer,be and hereby is,authorized to appoint and empower any representative of the Company or other person or persons as Attorney-In-Fact to execute on behalf of the Company any bonds,undertakings,policies,contracts of indemnity or other writings obligatory in nature of a bond not to exceed Twenty-Five Million dollars ($25,000,000.00),which the Company might execute through its duly elected officers,and affix the seal of the Company thereto.Any said execution of such documents by an Attorney-In-Fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company.Any Attorney-In-Fact,so • appointed,may be removed in the Company's sole discretion and the authority so granted may be revoked as specified in the Power of Attorney. Resolved,that the signature of the President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary, and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company.Any such power so executed and sealed and certificate so executed and sealed shall,with respect to any bond of undertaking to which it is attached,continue to be valid and binding on the Company. IN WITNESS THEREOF,GREAT MIDWEST INSURANCE COMPANY,has caused this instrument to be signed by its President,and its Corporate Seal to be affixed this 11th day of February,2021. `wsuq GREAT MIDWEST INSURANCE COMPANY CORPORATE sEAL IY BY � . Mark W.Haushill � ' President 8�bePdx� ACKNOWLEDGEMENT On this 11th day of February,2021,before me,personally came Mark W.Haushill to me known,who being duly sworn,did depose and say that he is the President of GREAT MIDWEST INSURANCE COMPANY,the corporation described in and which executed the above Instrument; that he executed said instrument on behalf of the corporation by authority of his office under the By-laws of said corporation. ri CHRISTINA BISHOP r Notary Publlo,Sate of Tixtar ' BY I t� . Comm.Expires 04-14-2025 Christina Bishop N Notary ID 131090488 NotaryPublic �. CERTIFICATE • I,the undersigned,Secretary of GREAT MIDWEST INSURANCE COMPANY,A Texas Insurance Company,DO HEREBY CERTIFY that the original Power of Attorney of which the foregoing is a true and correct copy,is in full force and effect and has not been revoked and the resolutions as set forth are now in force. Signed and Sealed at Houston,TX this 3rd Day of February ,20 44,...,..... ., 25 �S iNSUq vc �r Fc S BY t i CORPORATE SEAL .i Leslie K.Shaunty 4. Secretary "WARNING:Any person who knowingly and with intent to defraud any insurance company or other person,files and application for Insurance of claim containing any materially false Information, or conceals!or the purpose of misleading, information concerning any fact material thereto, commits a fraudulent Insurance act,which is a crime and subjects such person to criminal and civil penalties. No. 5780-2 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO • Amended Certificate of Authority THIS IS TO CERTIFY,That,pursuant to the Insurance Code of the State of California, • Great Midwest Insurance Company • of Texas,organized under the lcrws of Texas,subject to its Articles of Incorporation or other fundamental organizational documents,is hereby authorized to transact within this State,subject to all provisions ofthis Certificate,the following classes of insurance: Fire,Marine,Surety,Disability,Plate Glass,Liability, Workers'Compensation,Common Carrier Liability,Boiler and Machinery, Burglary,Credit,Sprinkler,Team and Vehicle,Automobile,and Aircraft • as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation of any,of the applicable laws and lawful requirements made • under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable,and as such laws and requirements now are,or may hereafter be changed or amended. IN WITNESS WHEREOF,effective as of the 41h day ofAugust,2015, I have hereunto set my hand and caused my official seal to be affixed this 4'h day of August, 2015. •___ Dave Jones _ ' _ Insurance Commissioner By Valerie Sarfaty for Nettie Hoge Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly alter 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. • CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT .L.....v,..., ,+., ..i.,.H.nun,,,.,,,4C.x.„n.».,,,..,,.,,.n,�..,w,,,.,,..,.,lf, io.,1mw„r,.,K....n>r,u,n.,i,.,u,.,.,,4Mr,,.ni.,_M,,,.,�2/,..4.r.1anar,.«.Vi.coa..,,«.,:,,i.:,w.nn:+nw,:...-..:.,....,.,H, ..HI:ww.o:.00+a:xa.,..o.V.10.,M,r...,..1:caa,KnrJmmcwx./ A notary public or other officer completing this certificate verifies only the identity of 7 the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. i f 9 f. 1- State of California ) i County of 0�-a r ) • f. On FEB 0 3 2025 before me, Cc..1-N P. M a-i-lo ck �1a�-4 IN ea r 1. i (here insert name end title of the officer)) x • personally appeared Edwdi-etGA N). -14 c c .04.1- F l i 1 , who proved to me on the basis of satisfactory evidence to be the person( .whose name4.).is/ e.subscribed to i the within instrument and acknowledged to me that he/s#e!_they executed the same in his/ it 3 authorized capacity(ies), and that by his/her/theif signature(5)-on the instrument the person(s).,_or the entity f upon behalf of which the person(-acted,executed the instrument. 5 I certify under PENALTY OF PERJURY under the laws of the il . State of California that the foregoing paragraph is true and correct. r ,..�-� <� CARLY P. MATLOCiK s - o�: r-: COMM. #2423661 z ce : —f:.0". Notary Public-California o z I i Orange County i r WITNESS my hand and official seal. 1 My Comm. Od.27,2026 j 4 xx pI 6 Signature CAS i • (Seal) P. z :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 . Additiona,,Informatien The preceding Certificate of Acknowledgment is attached to a document Method of signer Identification e c-t-Vt'c, Proved to me on the basis of satisfactory evidence: titled/for the purpose of • Se.rvi+e* Fl in t;) form(s)of identification 0 credible witness(es) i i d gond Notarial event is derailed in notary journal on: containing ..ipages,and dated FEB 0 3 2025 Page x _ Entry It • 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) Tltie(s) Iiii ❑ Guardian/Conservator ❑ Partner-Limited/General ❑Trustee(s) . ❑ Other: . representing: Name(s)of Person(s)or Enuty(ies)Signer is Representing . ,0 Copyright 2007-2021 Notary Rotary,PO Box 41400,Des Moines,IA 50311-0507 All Rights Reserved. nem Number 101772 Please coma.:t vou,Authonrec Reseiler to purchase copies of this form. - ' . ; 4, • ,,-,`--:,,-:, -_- 41 --;.;,... .• ,,..;'--.(;1 ' . A •'• • s ., ,..., •• , r r ' , •,',44, k- . -, . - - -- ---- -- - , .0 ,0, OFFICIAL BID SECUBJTY—DO NOT OPEN ..., . . . ,Project Name: Bolsa Chica Street/Valley View Avenue Corrid6rs Traffic Signal S . J I - ' ' 1 ynchronUation Prograii (TSSP) Project , „1622 , / • ,. , 1, I 1 . ., Bid Opening Date: Febrayr 7, 2025 4 I. --4- , ---4-- • .- — k..7 ...,0- ".Servitek Eleetrre, Inc. -, _ . _ ___ r., "-i'l'I - -- r -I. ," -,...:7:- , • •••:*Y1`,13330 Bloomfield Ave, Suite 102-114, ---„v , 0-.• -.._,, .-4,- Norwalk CA 90650 . , 4 "'.1. . - . • •-. ,,,. °3////fAtill _ ._ . - „...f..• . 1 ' % . •... ....c I - % • , II , .. .,,. ....____,.-._-= tq- • . .:r ---,...... .... I 11111 ., - • . ., .., .. , .., -,,,•-•,., _ .. - .. ., . .-..,. -.-..-f ... .,,,,..... ,__ v t•--..1,,•_,-..,,„ --0,$.,1•••_.„-,;„ • - -,, . --_,,,:. ...- -•, L-- . _ - ,-- c 6---.— __6, ,_._ _ , , • - - - - - - - .il.G CITY OF HUNTINGTON BEACH Lisa Lane Barnes I City Clerk July 7, 2025 Yunex LLC 1026 E. Lacy Avenue Anaheim, CA 92805 RE: Bolsa Chica Street Traffic Signal Synchronization Project (CC-1622) U Enclosed please find your original bid bond for CC No. 1622. Sincerely, 114,41141,e, ✓4' Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach,CA 92648 I www.huntingtonbeachca.gov R: FF I`C? SECTION C PROPOSAL for the construction of Traffic Signal Improvements for Bolsa Chica Street/Valley View Avenue Corridors C.C. No. 1622 ' in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed 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 60 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 l''U i 1.E:Y: 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% of amount bid which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids or 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 Bidders Signature N/A N/A N/A • • • C-2 YU' TRAFFI,C` SECTION C PROJECT BID SCHEDULE BOLSA CHICA STREET/VALLEY VIEW AVENUE CORRIDORS TRAFFIC SIGNAL SYNCHRONIZATION PROGRAM(TSSP)PROJECT C.C. No. 1622 BID ITEMS :0'44,VOL 4*.TatitClAtli"4 &v--,x;Aria 2.. 1 Mobilization 1 LS $ 15,409.50. . $15,409.50 2 Furnish Project Traffic Control 1 LS $,27,000.00 : $27,000.00 3 Pothole for Utilities 1 LS $6,295.00 $ 6,295.00 Storm Water Pollution Prevention Plan 4 1 , LS $ 4,000.00 . $‘4,000.00 „ (SWPPP) Furnish and Install New McCain 2070 ATC 5 3 EA $11,500.00 $ 34,500.00 controller 6 Furnish and Install CCTV Camera 3 EA . $5,500.00 $16,500.00 7 Furnish and Install#6 Pull Box 2 EA $2,295.00 $4,590.00 - — 8 Furnish and Install#6E Pull Box 4 EA $ 3,155.00 $_12,620.00 9 Furnish and Install Splice Enclosure 4 EA $1,895.qo $7,580.00 10 Furnish and Install 96 SMFO Cable in Conduit 9765 LF ; $3.70 $36,130.50 Furnish and Install 12 SMFO Drop Cable in 1105 LF $ 4.80 : $ 5,304.00 11 Conduit 12 Furnish and Install Tracer Wire 8880 LF $ 1.70 $,15,096.00 13 Furnish and Install 4"Conduit 50 LF $692.00 $34,600.00 Furnish and Install Fiber Switch/Ethernet 3 EA $4,000.00 $12,000.00 14 Switch 15 Furnish and Install Fiber Distribution Unit 4 , EA $ 1,445.00 $ 5,780.00 16 Remove Pull Box . 34 EA $1,775.00 $ 60,350.00 • C-2.1 17 Remove Copper Interconnect 7200 LF $ 1.70 $ 12,240.00 TOTAL BASE BID AMOUNT $ 309,995.00 TOTAL BID AMOUNT IN WORDS: Three Hundred Nine Thousand, Nine Hundred Ninety Five Dollars and Zero Cents Note: Refer to Section 7, Measurement and Payment. 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. • • C-2.2 TRAFF"1C: 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 and the portion of the work to be done by such subcontractor. Bid ;' Name and Address of Subcontractor: State Class: ; Dollar % 'Item(s) License . Amount Contract Number California SoCal Stormwater Runoff Solution Services Inc. License to 4 15030 Ventura Blvd.#669 3483049 N/A $2,500.00 +/-1% Sherman Oaks,CA 91403 D1R#: 1000435627 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 Y,Ui 'EX. 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 02/06/25, at Riverside , CA Date City State Michael Hutchens , being first duly sworn, deposes and says that he or she is West Operations Manager of Yunex 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, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Yunex LLC Name of Bidder Please see executed Notary Form on the following page Signature of Bidder Michael J.Hutchens,West Ops. Manager 1026 E.Lacy Avenue,Anaheim CA 92805 Address of Bidder • C-4 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 Riverside County of On before me,ci7.--0(0-1.4)1-5 f-anClace Gallaher-Notary Public (insert name and title of the officer) personally appeared 0,40kNe-, lAnivqks,4,5 who proved to me on the basis of satisfactory evidence to be the person(0)whose narne(t)Isiale subscribed to the within instrument and acknowledged to me that he/sAlth4 executed the same in his/h4ritlfeir authorized Capacity(ieg),and that by hisituirftlAir 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 rimdbidsiamowih."04.0,41 CANDACM.L.AHER Hoary Publk Calikrua 7,1, ,17:•A Riverside County t, WITNESS my hand and official seal. .C.cmuninfon 11 200125 j zlazzlca"My Comm-Expires May 21„262a Signature OakiCh 41' (Seal) yoKEX IRA-VP!C 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 Bolsa Chica Street/Valley View Avenue Corridors Traffic Signal Synchronization Program (TSSP) Project—C.C. No.: 1622, (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. Yunex LLC Contractor By Michael J. Hutchens West Operations Manager Title Date: 02/06/2025 C-5 rcJ:I X. 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. 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 }rUi`J`.=X. 'BRAFF tc. . 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. Yunex LLC Contractor By Michael J. Hutchens West Operations Manager Title Date: 02/06/2025 C-7 ' ( . E BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Yunex LLC Bidder Name 1026 E. Lacy Avenue Business Address Anaheim CA 92805 City, State Zip (714 ) 448-6943 Telephone Number 1080007(Class A&C10) State Contractor's License No. and Class 08/19/2021 Original Date Issued 08/31/2025 Expiration Date - The work site was inspected by Michael J.Hutchens of our office on January 07 , 2025 The following are persons, firms, and corporations having a principal interest in this proposal: Marshall Cheek- President and Managing Director Dirk Rauber-Vice President and Managing Director Finance Please see attached "Delegation of Approval Authority" Form for signature authorization. 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. ; Yunex LLC Company Name Signature of Bidder Michael J.Hutchens-West Operations Manager Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this ,A-) day of;AreAk,X0,\A,A,,2026 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 County of, (2,WQ)1 \CAL ) On, -)0ZINWIN 13) a)-- - ) before,me, CothAu. 1(‘ A Month,lay,and Year Insert Name and Title of Notary personally appeared )C\OMR\ Naine(s)of Signer(*) who proved to me on the basis of satisfactory evidence to be the persort(s) whose name(s'j is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(*), and that by hisihei-Alfeli signature(4 on the instiurnent the persons), or the entity upon behalf of which the person(sacted,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. . Notary C rtieparuCE:Loc ii0ErRn a Cornm,issiort# 490725 O My Comm.Expires May 21,2028 ,• Signature it. trature of Notary Public (PLACE NOTARY SEAL.ABOVE) ,• • I" C-9 r:aA1 F c, Bidder's Project History For the purposes of this project,the bidder shall provide project history of similar work,specifically referencing the construction of underground signal conduit, and the installation of fiber optic cable for communication. 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. OCTA Warner RTSSP-City of Huntington Beach Name and Address of Public Agency Name and Telephone No. of Project Manager: Joshua Ferras-951-367-7023 $422,810.00 Traffic Signal&Fiber Optic Install 4-21-2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Installation of new fiber optic cable, installation of new pull boxes, boring, installation of new Fiber equipment in signal cabinets 2. City of Irvine- 6427 Oak Canyon,Irvine,CA 92618 Name and Address of Public Agency Name and Telephone No. of Project Manager: Kevin Tobin -949-724-7684 $856,826.00 annually Traffic signal and fiber repair On-going Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Repair and maintenance of traffic signal equipment,CCTV,video detection,fiber optic cable 3. City of Fullerton - 303 W.Commonwealth, Fullerton,CA 92832 Name and Address of Public Agency Name and Telephone No. of Project Manager: Dave Langstaff-714-738-6858 $125,000.00 annually Traffic Signal maintenance and repair services On-going Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Repair and maintenance of traffic signal equipment,CCTV,video detection,fiber optic cable C-10 ��.0 N.=_-X: t" F 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. Joshua Ferras Name of proposed Project Manager Telephone No. of proposed Project Manager: 951-367-7023 Warner RTSSP I $1,617,638.00 Traffic signal&communication improvements 2/21/2024 Project Name& Contract Amount Type of Work Date Completed Haven Pilot Corridor I $375,850.00 Traffic sicinal&communication improvements 1/23/2023 Project Name& Contract Amount Type of Work Date Completed KGG RTSSP I $1,500,000.00 Traffic signal&communication improvements 6/15/2019 Project Name& Contract Amount Type of Work Date Completed 2. Cecil Terry Name of proposed Superintendent Telephone No. of proposed Superintendent: 714-497-5056 Warner RTSSP I $1,617,638.00 Traffic signal&communication improvements 2/21/2024 Project Name & Contract Amount Type of Work Date Completed Haven Pilot Corridor I $375,850.00 Traffic signal&communication improvements 1/23/2023 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 $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5.It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Yunex LLC Contractor By Michael J.Hutchens West Operations Manager Title Date: 02/06/2025 PWC Registration#: C-12 Y-ii ts....1:-5 X:, tFt.*,F;P:ft f ....., 1 111 6.,,HAP . CONTRACTORS, 1.ArttlitekSti00.00i https://www.cslb.ca.gov/On li neServices/CheckLicensel I/LicenseDetail.aspx?LicNum=1 080007 • • • " " COHConliad...tcir,s-bcertse-Detai ' or LIGense--s# 10 0007 . . Business Information ivolia4c- . ..2450,..ovsir9 SZ'.WAY ..RIVFP4T 275,(.4.. • 019neit,14.11.0n10 .14.TEK-000,. Pt* .44,t4tbi* l*P1-4*PA#: '08/211W4. EXPj***0. 08/31146.0 . - " ... • License Status •, . . . . .. . .. Thislicgto#.1$culirii*.)it and.4eiNe AtiinfOnOttoit.13614*-0401,0 at.i09:10014a. - - • . , „ . . Classifications .--!i t16,-EtEtT.Pitk . . • •I. :A.,:d6iERAL'ENGINEERING' . . . •. . , .„, . . . . . , , ' , , • . - .. , • . .. .4, .:0..:.4GOV : 7. ': ..,••,'-1:.•-7:t7 o..:i:,,,:. .• 'State qiCa(tfon . a )epprtm.en. t o• t ndustria I Relations I . .. .. . _. . ‘ . . . • . . .. . .. .. Otte04 *agiOoatiortkItstal• geititisiso4r.kiiiihn iatictx:431:540 iff.i•itaij : '• ' -47X.ein Dem : ' _ • simtm'. .40itT • _ . .. . _ , , ... . . qi).nriami, Psec61 .1.1r.4:213" - ,:Ogg*: ':.. -:;--- • '4•aafXratilie. I.I.d, (A *'*6 iirisma• • • - . . • •,zyi*Ii ' - tx:9'2,5ov eou4v "*.dtd. cr#f•;•, 21wir-41414,tilt-g0710.4_,,,_4.'i,•4,:10;tiAilikgh:A*P4-1#.4.1i,.4.,t; Eni#* 0.,,,t+w=lope.fgLlItc7m ' "• • • . - ..... . ..-:--.:- ...-- . •„: :••:••:..• .: •„. • - - .. -'; - • . .- .- T'' - •. ';.41mg• - . . T:RA:FF LC; DELEGATION OF APPROVAL AUTHORITY FROM PRESIDENT & MANAGING DIRECTOR AND MANAGING DIRECTOR FINANCE YUNEX, LLC. A. The undersigned Marshall Cheek,President&Managing Director and Dirk Rauber,Vice President & Managing Director Finance of the Yunex, LLC (the"Corporation"), a limited liability company duly organized and existing under the laws of the State of Delaware, by virtue of the authority vested as President and Vice President to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, any bids, projects,contracts, agreements and any certificates, affidavits or ancillary documents in connection therewith to the extent the foregoing instruments and are consistent with the limits of authority granted under LoA guidelines and grants of release for and on behalf of the Corporation, do hereby delegate to and acknowledge that the following person(s) may exercise such authority for and on our behalf up to$3 million. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Name/Position) (Name/Position) EVP, Technology B. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name,or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of$1,500,000. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Positions (Position) SVP, Solution Delivery Manager, Procurement Head of Projects Commercial Manager, Products Director, Field Services Controller/Head of Accounting V.P. Operations Director of Finance, Solutions&Services - C. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name,or on behalf of the Corporation,the same documents as referenced in paragraph A, up to and including a transactional limit of$500,000. Any such delegation extends to but is limited to the same scope,documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Position) (Position) Operations Manager Commercial Project Manager Project Manager Commercial Service Manager Material Manager Technical Project Manager Director, Channel Partners Page 1 of 3 Restricted TR'A FF+C. Regional Manager, Field Services D. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as they are referenced in paragraph A, up to and including a transactional limit of$100,000. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Name/Position) (Name/Position) Service Coordinator Procurement Specialist Sales/Account Manager Bid/Capture Manager • E. It is further acknowledged that each of the signatures of the persons referred to in paragraphs A, B, C, D, and E are binding upon the Corporation. F. Notwithstanding the delegated authorities outlined above, no delegations identified herein shall apply to contracts which contain any of the following extraordinary non-standard terms: a. Unlimited liability; b. No waivers of consequential, indirect, incidental and punitive damages; c. No waivers of implied warranties; or d. Indemnification provisions which: i. Are not limited to the extent of Yunex LLC's negligence or willful misconduct; ii. Do not provide Yunex LLC with control over claim strategy, including choice of attorneys; or iii. Do not limit the causes of action subject to indemnity to: 1. bodily injury and property damage; 2. intellectual property infringement; and 3. breach of confidentiality. G. It is further acknowledged that any delegate's authority extends only to the scope and extent of the delegate's respective job responsibilities. For instance, a project manager's delegation extends only to the limits described herein and only to the project(s)for which the delegate has responsibility. H. It is further acknowledged that any document shall require the signature of two (2) of the above. Authorized Signatories, one each from Business Operations and from Finance/Central Support Functions,whom shall have the requisite signature authority to be legally binding upon the Corporation. I. It is further acknowledged that each of the persons referred to herein is authorized to delegate such person's authority hereunder to additional members of his or her management team up to the limit of such person's delegation of authority, provided that such delegation is in written form signed by the delegator and filed with the Legal Department. J. It is further acknowledged that the Secretary or an Assistant Secretary of the Corporation is authorized to issue certifications attesting to the incumbency, authority and status of any of the persons referred to in this resolution. K. Any prior versions of this general Delegation of Authority policy are void. Page 2 of 3 Restricted T;0;0 t_ ; IN WITNESS WHEREOF, we have hereunto subscribed our names and affixed the corporate seal of the said company, as of the 241st day of November 2024. Cheek Marshal',,:Marsha I YUoe0d6894Cheek Y0006894 :` 11)d4t 2024.1122 Marshall Cheek President& Managing Director • Yunex, LLC. Dtrk Reuben y f Y? sn DxkRauber.mUS, x a=YuneC LLC, ,du?MdrkR DYeclar Finwe/CFO, C✓"` 's, $ w 1 /'OIDlncRauber�yuneMraHh.com$/22 Dirk Rauber Vice President and Managing Director Finance Yunex, LLC CERTIFICATE I, Pamela Brickner, certify that I am the Secretary of Yunex, LLC, that Marshall Cheek and Dirk Rauber who signed this agreement for this corporation, were then President and Managing Director USA and Vice President and Managing Director Finance USA of this corporation; and • this agreement was duly signed for and on behalf of this limited liability company by authority of its governing body and within the scope of its corporate powers. Witness my hand and seal of this corporation on this 21:,1day of November, 2024. , ,:; , m . '•3 <n•6d41morPo oorcr 0ern000wo.onr �'' • mi '� -•nta 4m.b.bkimerc$rv.vaamc.wm By. Ya.�. 11=4 (CORPOE SEAL) Page 3 of 3 Restricted R Document A31 0TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bond Number: US007063 Bid Bond CONTRACTOR: SURETY: _ • (Name, legal status and address) (Name, legal status and principal place of business) Yunex LLC Euler Hermes North America Insurance Company 800 Red Brook Boulevard 1026 E.Lacy Avenue Owings Mills,MD 21117 This document has important legal Anaheim, CA 92805 State of Inc:' Maryland 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 Huntington Beach,CA 92648 Any singular reference to Contractor,Surety, Owner or other party shall be considered o plural where applicable. BOND AMOUNT: Ten Percent of Amount Bid(10%) PROJECT: (Name, location or address,and Project number, if any) Traffic Signal Synchronization Program(TSSP)Project-Bolsa Chica Street/Valley View Avenue Corridors C.C.No. 1622 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 "'` = , .:r;,; ' deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. :ti./ ''.„:;.•'‘,t . . When this Bond has been furnished to comply with a statutory or other legal requirement in the loca '? 'g, -y£ ?R 'f • any provision in this Bond conflicting with said statutory or legal requirement shall be deemed del( ,." .. `' ^ -` s- provisions conforming to such statutory or other legal requirement shall be deemed incorporated h :»:r=Ga =`'Z,; 't, r',..;,'. : ;;'„Mtl furnished the intent is that this Bond shall be construed as a statutorybond and not as a common law ` ;^,,:.,„; -; =`';=.w':R=.,;, ,.;_ February2025 ; Signed and sealed this day �� - ,`:''... . ...:.. ' etc: Yunex LLC , r�.;,..: ,,;yt ,XJr'w (Principal) PRE \ l�``a t:� ;�, Y ,).(Witness) �Autt-i - r . sAbtts w+tC'oit. r.i °:; ;_,, (Title) Euler Hermes North America Insurance Company (Surety) - (Seal) (Witness) Dorothy Harrison Gc,4 (Title) Jessica Richmond,Attorney-in-Fact r , 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 Riverside ) On o2- .z.oz5- before me, Candace Gallaher - Notary Public (insert name and title of the officer) personally appeared F-N-tA i-1 ,(LC" $INQ -- who proved to me on the basis of satisfactory evidence to be the pe son(s)whose name(s) /are subscribed to the within instrument and acknowledged to me that l€/sl(e/they executed the same in 14/h4r/their authorized capacity(ies), and that by b1°s/h/r/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. �•"hf LAHE WITNESS my hand and official seal. NotaryCANDAC publE icGAL CaliforRnia 5 Riverside County E Commission#2490725 • a My Comm.Expires May 21,2028 Signature \ VyJ. 4\ i (Seal) 9 �l� 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 ' Texas } County of Harris } On _ February 4,2025 before me, , ere nsen name an e o r e o car personally appeared Jessica Richmond,Attorney in Fact 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' LAURA E SUDDUTH WITNESS my hand and official seal. I'�YP`br v�c Notar Public,State of Texas %y; 'z� Comm.Expires Ot 21-2026 '';;FOF";.`� Notary ID 128286996 auu• ota u i i a ur tary Public eal) My Commission Expires: •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" 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. (Title 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 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. be/she/they;-is/ere)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 4. Additional information is not required but could help to ensure this ▪ 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. Allianz ® Trade EULER HERMES NORTH AMERICA INSURANCE COMPANY 100 International Drive,22nd Floor• Baltimore,Maryland 21202 The number of persons authorized by this Power of Attorney is not more than: 13 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That EULER HERMES NORTH AMERICA INSURANCE COMPANY (EULER HERMES), a corporation organized and existing under the laws of the state of Maryland,does hereby nominate,constitute,and appoint the person or persons named below,each individually if more than one is named,its true and lawful attorney-in-fact,for and in its name,place,and stead to execute on behalf of EULER HERMES,as surety,any and all bonds,undertakings,and contracts of suretyship,or other written obligations in the nature thereof; provided that the liability of EULER HERMES on any such bond,undertaking, or contract of suretyship executed under this authority shall not • exceed the limit stated below. NAME ADDRESS LIMIT OF POWER Mary Ann Garcia;Laura E.Sudduth 500 Dallas Street Unlimited Mario Arzamendi;Jessica Richmond Suite 1500 Amanda R.Turman-Avina;Misty Witt Madison Diaz;Cristina Nino;Teuta Luri Houston,TX 77002 Jennie Goonie;Stephanie Gross Barbie Norton;Katie Canaies This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF, EULER HERMES has caused these presents to be signed and attested by its appropriate v�nr!FQ4: officers and its corporate seal hereunder affixed this 1st day of December ,20 23 ?2• ;cP 19:;;A,1-:m: EA E" SL • 2603 James Daly,President and CEO The Americas Nicholas P.Verna II,Senior Vice President and Regional Head of Surety and Guarantee,Americas State of Maryland,County of Baltimore On this 1st day of December ,20 23 ,before me personally appeared Nicholas P.Verna II,to me known,being duly sworn,deposes and says that he resides in Southeastern,PA;that he is Senior Vice President and Regional Head of Surety and Guarantee,Americas of Euler Hermes North America Insurance Company,the Company described herein and which executed the above instrument; that he know the seal of EULER HERMES;that the seal affixed to said instrument is such corporate seal;that it was so affixed by authority of the Board of Directors of EULER I-IERMES;andItliat hr signed his name thereto by like authority. "yti sft e ) ; • 0 U • •• •—Ko;Aii,r Notary Publi o °T e p This Commission Expires February 2,2026 Notamal Seal ,P U @ t G caa •b Er% a O.s This Pow faof tltto"�t ps,'ONO by authority of the following resolutions adopted by the Board of Directors of EULER HERMES NORTH ATv t;ICeal§ DICE COMPANY(Company)by unanimous consent on October 1,2015. {�$19Ca4b� RESOLVED:That the President,Executive Vice President,Senior Vice President,Vice President, Secretary,and Assistant Vice Secretary,be and hereby are authorized from time to time to appoint one or more Attorneys-in-Fact to execute on behalf of the company,as surety,and any and all bonds,undertakings and contracts of suretyship,or other written obligation in the nature thereof;to proscribe their respective duties and all respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and signature of the aforesaid officers and may be affixed by facsimile to any Power of Attorney given for the execution of any bond, undertaking, contract of suretyship, or other written obligations in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as thought manually affixed. CERTIFICATION 1,Nicholas P.Verna II, Senior Vice President and Regional Head of Surety&Guarantee,Americas of EULER HERMES NORTH AMERICA INSURANCE COMPANY,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of October 1, 2015,have not been revoked and are now in full force and effect. Signed and sealed this 4th day of February ,20 25 =• i SEAL • '• • 2003 'io • �An?.' Nicholas P.Verna U,Senior Vice President and Regional s. • ',,,*,,,,,, Head of Surety and Guarantee,Americas Euler Hermes North America Insurance Company and its affiliated debt collection company are part of the Allianz group and market their products and services using the'Allianz Trade'trademark. 1' UNEX TRAFFIC 2250 Business Way Riverside,California 92501 951.784.6600(Office) 951.784.6700(Fax) City of Huntington Beach Public Works Office 2000 Main Street `433a44 Huntington Beach, California 92648 (1"9141(15.21.1"." it•in es OFFICIAL BID SECURITY—DO NOT OPEN av Project Name: Boise Chica Street/Valley View Avenue Corridors Traffic Signal Synchronization Program (TSSP) Project CC#: 1622 Bid Opening date:Thursday, February 7th, 2025 @ 2:00 p.m. Fr:`1`7