Loading...
HomeMy WebLinkAboutReject All Bids - 2025-05-06 Ur1i1NGT 2000 Main Street, 01,;, ;xs°ti Huntington Beach,CA 92 48 zti'= :_ y, City of Huntington Beach APPROVED 6-0-1 _ (GRUEL-ABSENT) "fCDUNTV� 'o File#: 25-317 MEETING DATE: 5/6/2025 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: Patrick Bannon, Capital Projects Supervisor Subject: Reject lowest bid for the Civic Center -Generator& Switchgear Replacement Project, CC- 1720; reject all remaining bids, re-scope, and re-bid the project Statement of Issue: On April 7, 2025, the Public Works Department received six bids for the Civic Center- Generator& Switchgear Replacement Project. The lowest bid, submitted by MINAKO AMERICA CORPORATION, came in at$3,088,777-significantly exceeding the City's allocated budget of$1,435,000. Given the disparity, staff recommends that the City Council reject all bids. This will allow the department to revise the project scope, re-advertise, and rebid the work in alignment with the City's allocated budget. Financial Impact: There are no fiscal impacts related to the recommended action. Recommended Action: Reject all bids for the Civic Center- Generator& Switchgear Replacement Project, CC-1720. Alternative Action(s): Do not accept the recommended action, and direct staff accordingly. Analysis: The Civic Center - Generator & Switchgear Replacement Project consists of removing two existing 200 kW generators at the Civic Center and replacing them with one 1,000 kW generator and belly tank. The work will involve demolition of the existing generators and mechanical systems, preparation of the new generator pad and fencing, installation of the new generator, conduit routing to facility electrical rooms, patching of concrete and paving, and mechanical work needed to commission the generator. Work will also include refurbishment of the facility switchgear system, as well as removal of the existing generator underground storage tank located in the civic center City of Huntington Beach Page 1 of 2 Printed on 4/30/2025 powered by LegistarTM 209 File#: 25-317 MEETING DATE: 5/6/2025 basement. The bids received for the project significantly exceed the previously approved budget. Upon review, staff has identified several key factors contributing to the cost increases: Market Volatility in Electrical Equipment Pricing: Ongoing global economic challenges have led to sharp fluctuations in the cost and availability of essential electrical distribution components, such as generators, automatic transfer switches (ATS), and switchgears. These supply chain disruptions have resulted in longer lead times and higher material costs, increasing contractor risk and driving up bid amounts. Rising Labor Costs: The construction industry is experiencing upward pressure on labor costs. The California Department of Industrial Relations (DIR) has issued new prevailing wage determinations effective March 2025, which include increases in both base wages and fringe benefits for electrical workers. Outdated Engineer's Estimate: The original engineer's estimate was prepared before the recent surge in prices for commercial- grade electrical equipment and did not accurately account for current market trends. Additionally, it did not fully consider the added complexity and expense of integrating new systems into the existing infrastructure. As a result of these factors, the previously budgeted amount is no longer aligned with actual market conditions. Staff will work with the architect to identify options for upgrading electrical equipment and still work within the existing building footprint to reduce costs. Environmental Status: This project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301(d) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. Strategic Plan Goal: Non Applicable -Administrative Item Attachment(s): 1. Bid Results Report 2. PowerPoint Presentation City of Huntington Beach Page 2 of 2 Printed on 4/30/2025 powered by Leg istarTM 210 City of Huntington Beach Bid Results for Projen Civic Center-Generator&Swtcbgear Replacement Project 1021720) Issued on 02/11/2025 Bid Due on Aps1107,2025 200 PM(PDT) Exported on 04/15/2025 Etna Totals(Unit Prim•Quantity) • Item Num Sec8an Item Code Description Reference Unit of/Amore Quantity MINA0O AMERICA CDRPORATU Kindness Cenral Contrston Mel SMth Electric,Inc. Amax Engineering[onti.nory mr. US BWlden end ConsoltWaMc PC Inc 1 Section 1 1 MobOration - IS 5150,002LO $149,42090 $103,00080 $100060ID S179,85300 5189,17790 2 Section 1 1 Demolition LS 5175,003LO S55,855.00 $80,000.m 5100p00.00 5571,805.00 5136,586A4 3 Section 1 3 Grading:Soli,Seeding,and Gravel 3S 575,003.00 $17,600.00 $60000.00 550,000.00 57,74503 5128,640.97 4 Section 1 4 New Exterior Concrete Footings,Pad&Pavement LS 5187,003.60 $55,000DO $180,000.0 510000090 SS/30,31800 $124,857.41 5 Section 1 5 Interior Concrete Slab Repair IS $25,000.00 $23,030.00 $40,00000 529060.00 55,971E0 560,53693 65ectionl 6 New Interior Steel Bollards IS $7,000.00 57,50003 $18,00000 $10,000.00 $40,96410 537,83558 75ectlon 1 7 Exterior Plumbing-Area Drains&Catch Basis IS 537,000.00 542,000.03 $43,1330.120 $251200.00 $59,651.m $39,727.36 8 Section1 8 Exterior Chain-link Fencing IS 515,000.00 511,000D0 $26,003.00 $25,000.00 597,48900 $34,052.01 9 Section 1 9 Eatenor Chain-link Gates IS $7.003.00 $2,50.00 $12,000.00 $10,000.00 53.025.00 $32,160.24 10 section 10 Plumbing-Area Drains&Catch Basins L9 517,003.00 $080 554,00000 $20,000.00 $1,170.00 $41,75431 ll Section 11 Exterior CMU Retaining Wall IS 567,om00 525,000.03 $60,00000 540,00D0 $61952.03 $140,74836 12 Section 12 Exterior Pipe Qearont IS 55,000.00 56,60300 $12.000.00 $1000.00 $1,69390 53o,26BA6 13 Section1 13 Painting IS $5,70080 $10,467.00 $23,O00.0 $2,50060 $9,63190 S54,86159 14 Section 14 Underground Exterior PVC Piping LS 527,000.03 $121,150.0 540,000.00 $5,000110 515,677.00 552,96981 15 Section l 15 Underground Exterior Perforated Piping IS 57,000.03 $8.000.00 $17,000.00 $5,020.00 $13,859.00 $49,186.25 16 Section 1 16 Electrical Equipment IS 51,173,077.00 $1,234,075.00 S1,340,0000 51,600,000D0 S1,172,522.00$1,191,820.77 17 Section 17 Electrical Equipment-Pull Boxes,Conduit Cable Trays,Wiring,Grounding and Specialty Poll Boma LS $467,020D0 51,040,713.00 $66000000 $850,060.03 5572,918.00 $444,568D7 IB Section 1 18 Exterior Seals and fire Seals for Wall Penetrations 15 $1,000.00 524,15003 $19,03100 $2,03003 53,61900 571,887.60 19 Section 1 19 Equipment Anchors IS 53,000.00 $6,555.00 $20,000.133 $10,000D0 52,094.00 $7,188.76 20 Section 1 20 Signage 05 53,00000 $3,16300 514,000.00 52,00000 51,31000 $5,675.34 21 Section 1 21 Existing Retrofitted Svtchboard EA 5597,020.00 $286,078.00 5354p00D0 S403,030.03 $53,085120 $586,451.49 22 Section 1 22 Removal of Existing Generator Underground Storage Tank EA $37,000.00 $69,150.00 $54,01:000 530,03900 $139,60400 5321602.44 Subtotal 53,088,777.00 $3,197,776.00 53,226,600SO 53,407,500.00 53,597,051.03 53,783,558.00 Total 53,098,777.00 $3,197,77690 53,216,030110 $3,407,503.00 53,597,05100$3,783,55900 • • • • • 211 -.:.: 1 ,116. , . ! -„.. .„ , :, ... . . ,,o.,. ; ,.. - .-. .,_ 0 0174' all: �--- ...- - . ,:,,,,....:7..-7-.-":„'s, ... -•.'..„.f:: fir!, / i/ : , .. .:: ..::. IN ...:_e, •.,:„...,.. ,:,,,_ , .• „,, ., ,...,: .,.. ,,.,,,, , , .. :. .. Reject All Bi . s, s; CC — 1720 Civic Center Generator & Switchgear Replacement Project ® 4 � - --- . Ma 6, 2025 e:-.7.00-1 '.'1.:',..t' 1 t.:,4:'''4,:t"lib' a. (S.-' \IS-.... .-' r , OUNTN., • : ' -',0- 1 - .4.00-..,,, - ... •..: .. . ,. „,. ... . . . . . • . . . . . . . , . . . . . . . . . . , , . . . . . . • • . . : . • • . , . 212 BAC KG ROU N • April 7, 2025, Public Works Department received 6 bid openings for the Civic Center — Generator & Switchgear Replacement Project • MINAKO AMERICA CORPORATION submitted lowest bid at $3,088,777 • Lowest bid exceeds City's original budget for project set at $1 ,435,000 ii,ogIN r 'aft °OUNTV,CP��t!ri 213 REC.OMMENDED ACTION • Reject all bids, re-scope, and re-bid project T1N �p • • ow • • • 214 EXPLANATION • Market Volatility in Electrical Equipment Pricing: Recent fluctuations due to global economic conditions in the availability and cost of electrical distribution components, including generators, ATS units, and switchgear, have led to inflated supplier pricing • Lead times and limited availability due to ongoing supply chain disruptions have increased contractor risk and material costs • Labor Escalation and Availability: Labor availability, particular) f• specialized electrical trades, remains constrained, potentially increasing labor costs �•: a 0 °OUNTV`_ Ar" 0- 215 ✓'V g . .x e ' rf g r t5 � t•o� d.'. .$ te `, a �. ,��, S iV 'h a �' a ey°am d raAV�t�._ ....„.:„...i°-.‘:r.......•••Z,-,,... ,,,- °, 4.° Ij ,ds ,g!l " f am y ii, - y} s , rce .,. 11##1 i Questions ? a 'g �`a r k * 11.L:i d! [ ', 5d ,e if 4 ,.?,',,..„3,..' 'xia,.--,--„Ity''°-'1,----1 i 0 41,°..,,,--.-...`: °,,i-- ,;1:,,,,,:,.....1,,,,:c.:1.''4:4' 4.444 4 .,s,10144 44‘...ilia..+:1t:24,I,,":.3".-t'4' I e ° 1a t,.� ,,-ad,6 ,'ice �� , �� tt " 216 Column ; a/ Pa:96 SECTION A poo , 3/L /teaS NOTICE INVITING ELECTRONIC BIDS 3/13 /a°2s for the construction of Generator& Switchgear Replacement Project for Civic Center C.C. No. 1720 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 Monday,March 24,2025, 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.cfin?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: HBCC GENERATOR & SWITCHGEAR REPLACEMENT PROJECT CC #: 1720 Bid Opening Date: March 24, 2025 at 2 pm. 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 B, at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: This project consists of removing two existing 200 kW generators at the Huntington Beach Civic Center and replacing them with one 1,000 kW generator and belly tank. The work will involve demolition of the existing generators and mechanical systems, preparation of the new generator pad and fencing, installation of the new generator, conduit routing to facility electrical rooms,patching of concrete and paving,and mechanical work needed to commission the generator. The additional alternate work consists of refurbishment of the facility switchgear system, as well as removal of the existing generator underground storage tank located in the Civic Center Basement at 2000 Main Street, Huntington Beach, CA. The contract shall allow the Contractor ONE HUNDRED SIXTY(160)working days to complete the contract. All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the information provided in the Instructions to Bidders. Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBids system. The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 29th day of June 2020, by Resolution No. 2020-39. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH A-2 Column INTERIM AD DRAFT This is the proof of your ad scheduled to run in Huntington Beach Wave on the dates indicated below. If changes are needed, please contact us prior to deadline at (714) 796-2209. Notice ID:jOSIEUrBsJOJsJXAhl5F I Proof Updated: Feb.26,2025 at 02:11pm PST Notice Name: NIEB CC-1720 Generator&Switchgear Replacem FILER FILING FOR See Proof on Next Page Tania Moore Huntington Beach Wave tania.moore@surfcity-hb.org (714)536-5209 Columns Wide: 5 Ad Class: Legals 03/06/2025: City Notices 760.25 03/13/2025: City Notices 760.25 Subtotal $1520.50 Tax% 0 Total $1520.50 NIEB CC-1720 Generator & Switchgear Replacem - Page 1 of 3 SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Generator&Switchgear Replacement Project for Civic Center C.C.No.1720 in the CiTY OF HUNTINGTON BEACH PUBLIC NOTICE IS. HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated prolect and will receive such bids prior to 2:00 PM on Monday,March 24,2025,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 PlanetBlds System Vendor Portal website at: https://planetbids.com/porta I/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://planetbids.cotn/portal/portal.cfm?CompanyID=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBlds system to view and download the Contract Documents,to be added to the prospective bidders list,and to receive addendum notifications when issued. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code.Pursuanttotihe provisions of the Labor Codeof 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 to 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 to 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:HBCC GENERATOR&SWITCHGEAR REPLACEMENT PROJECT CC#:1720 Bid Opening Date:March 24,2025 at 2 pm. 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 B, at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY.All extension of unit prices wilt be sublect to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description:This prolect consists of removing two existing 200 KW generators at the Huntington Beach Civic Center and replacing them with one 1,000 kW generator and belly tank. The work will involve demolition of the existing generators and mechanical systems, preparation of the new generator pad and fencing, installation of the new generator,conduit routing to facility electrical rooms,patching of concrete and paving,and mechanical work needed to commission the generator.The additional alternate work consists of refurbishment of the facility switchgear system, as well as removal of the existing generator underground storage tank located in the Civic Center Basement at 2000 Main Street,Huntington Beach,CA. The contract shall allow the Contractor ONE HUNDRED SIXTY (160) working days to complete the contract. Ali 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 Bidders.Any other contact to City staff regarding this bid solicitation will be referred NIEB CC-1720 Generator & Switchgear Replacem - Page 2 of 3 back to the PlanetBlds system. The AGENCY reserves the right to relect any or all bids,to waive any Irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA,the 29th day of June 2020,by Resolution No.2020-39. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:3/6,3/13/25 NIEB CC-1720 Generator & Switchgear Replacem - Page 3 of 3 INCLUDES THE FOUNTAIN _,. e VALLEY VIEW W _ . 1920 Main St. Suite 225, Irvine Irvine, California 92614 (714) 796-2209 Iegals@inlandnewspapers.com City of Huntington Beach-City Clerk's Office 2000 Main Street Huntington Beach, California 92648 Account Number: 5272431 Ad Order Number: 0011722148 Customer's Reference/PO Number: Publication: Huntington Beach Wave Publication Dates: 03/06/2025 and 03/13/2025 Total Amount: $1520.50 Payment Amount: $0.00 Amount Due: $1520.50 Notice ID: jOSIEUrBsJOJsJXAhI5F Invoice Text: SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Generator&Switchgear Replacement Project for Civic Center C.C. No.1720 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 Monday, March 24,2025, 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 [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. [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 NIEB CC-1720 Generator & Switchgear Replacem - Page 1 of 3 INCLUDES THE 41/ FOUNTAIN . e VALLEY VIEW See Proof on Next Page ,..._ 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: 0310612025,03/13/2025 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: Mar 13,2025. I / Confar- S . dture NIEB CC-1720 Generator & Switchgear Replacem - Page 1 of 3 SECTION A NOTICE INVITING ELECTRONIC RIDS for the construction of Generator&Switchgear Replacement Project for Civic Center C.C.No.1720 in the CITY OF HUNT!NGTON 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 Monday,March 24,2025,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 he considered non-responsive. Prospective bidders must first register as a vendor and then bid on this protect via the City's PlunetBids System Vendor Portal website at: https://p Ianetblds.coln/portal/portal.cfm?Company 1 D=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?CompanyID=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBlds system to view and download the Contract Documents,to be added to the prospective bidders list,and to receive addendum notifications when issued. Any contract entered Into pursuant to this notice will incorporate the provisions of the State Labor Code.Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft,classification or type of workman needed to execute the contract shall be those determined by the Director of industrial Relations of the State of California,which are 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:HBCC GENERATOR&SWITCHGEAR REPLACEMENT PROJECT CC#:1720 Bid Opening Date:March 24,2025 at 2 pm. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors License Class B, at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY.All extension of unit prices will be sublect to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description:This protect consists of removing two existing 200 kW generators at the Huntington Beach Civic Center and replacing them with one 1,000 kW generator and belly tank. The work will involve demolition of the existing generators and mechanical systems, preparation of the new generator pad and fencing, Installation of the new generator,conduit routing to facility electrical rooms,patching of concrete and paving,and mechanical work needed to commission the generator.The additional alternate work consists of refurbishment of the facility switchgear system, as well as removal of the existing generator underground storage tank located in the Civic Center Basement at 2000 Main Street,Huntington Beach,CA. The contract shall allow the Contractor ONE HUNDRED SIXTY (160) working days to complete the contract. 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 Bidders.Any other contact to City staff regarding this bid solicitation will be referred NIEB CC-1720 Generator& Switchgear Replacem - Page 2 of 3 back to the PlanetBlds system. The AGENCY reserves the right to relect any or all bids,to waive any Irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALI FORN IA,the 29th day of June 2020,by Resolution No.2020-39. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:3/6,3/13/25 NIEB CC-1720 Generator& Switchgear Replacem - Page 3 of 3 ioNNGT ,eo�� °L .� CITY OF � AlIlk 9='1- HUNTINGTON BEACH \``—COUNTY u;',0I/I/ Chau Vu I Director of Public Works Notice of Rejection of All Bids — CC1720 — Generator & Switchgear Replacement Project Date: May 8, 2025 Project: CC1720 —Generator & Switchgear Replacement Project Bid Number: 418056 Agency: City of Huntington Beach Dear Arnaz Engineering Contractors, Inc., Thank you for your interest in the CC1720—Generator& Switchgear Replacement Project and for submitting a bid in response to the City's solicitation. This letter serves as formal notification that the City of Huntington Beach has determined that sufficient funding is not available to proceed with the project at this time. Pursuant to the terms of the bid documents and in accordance with the California Public Contract Code Section 20166, the City has elected to reject all bids received for this project. We appreciate the time, effort, and resources your firm invested in responding to this opportunity. Should the project be re-advertised in the future, we welcome your continued participation. If you have any questions regarding this notice, please feel free to contact Patrick Bannon at 714-536-5430 or Patrick.Bannon@surfcity-hb.org (714)536—5431 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov `'„(..TleVgrp4; CITY OF _1 HUNTINGTON BEACH ............. ;,� Lisa Lane Barnes I City Clerk July 2, 2025 ARNAZ Engineering Contractors, Inc. 1035 Armando Street, Suite X Anaheim, CA 92806 RE: Rejection of All Bids— Generator& Switchgear Replacement Project (CC-1720) Enclosed please find your original bid bond4or CC No. 1720. (2) Sincerely, vd-�v *air Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov SECTION C PROPOSAL for the construction of CIVIC CENTER GENERATOR&SWITCHGEAR REPLACEMENT PROJECT CC No.1720 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic Bids,the undersigned hereby proposes and agrees to perform all the work therein described,and to furnish all labor,material,equipment and incident insurance necessary therefor,in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach.The undersigned agrees to perform the work thereinto the satisfaction of and under the supervision of the City Engineer ofthe City ofHuntington Beach,and to enter into a contract at the following prices.The undersigned agrees to complete the work within I¢Q 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,moons to Bidders and all other contract documents.Ifthis proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY atihe unit andlor 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.his agreed that the unit andfor lump sum prices bid include all appurtenant expenses,taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract,the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal ofbid,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 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. Dale Received B' Signalare 3- 1- - ti-Z� y I C-2 CITY OF HUNTINGTON BEACH HB -CIVIC CENTER SWITCHGEAR REPLACEMENT CONTRACTOR BID SCHEDULE (gEE ELECTRONIC VERSIO� PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE ON LINE Item# Description of Work Quantity Urnit Una?Price Item Total I Mobilization 1 LS $ $ 2 Demolition 1 LS $ $ 3 Grading:Soil, Seeding, and Gravel 1 LS $ $ 4 New Exterior Concrete Footings, Pad &Pavement 1 LS $ $ 5 Interior Concrete Slab Repair 1 LS $ $ 6 New Interior Steel Bollards 1 LS $ $ 7 Exterior Plumbing-Area Drains&Catch Basins 1 LS $ $ 8 Exterior Chain-link Fencing 1 LS $ $ 9 Exterior Chain-link Gates 1 LS $ $ 10 Plumbing-Area Drains & Catch Basins 1 LS $ $ 11 Exterior CMU Retaining Wall 1 LS $ $ 12 Exterior Pipe Cleanout 1 LS $ $ 13 Painting 1 LS $ $ 14 Underground Exterior PVC Piping 1 LS $ $ 15 Underground Exterior Perforated Piping 1 LS $ $ 16 Electrical Equipment-Diesel Generator 1 LS $ $ 17 Electrical Equipment-Pull Boxes,Conduit, Cable 1 LS $ $ Trays, Wiring, Grounding and Specialty Pull Boxes 18 Exterior Seals and Fire Seals for Wall Penetrations 1 LS $ $ 19 Equipment Anchors 1 LS $ $ 20 Signage 1 LS $ $ 1 21 Existing Retrofitted Switchboard 1 EA $ $ 21 Removal of Existing Generator Underground 1 EA $ $ Storage Tank Total in Numbers $ Total in Words: C-2.1 Note: Bidders must provide pricing for every bid item. The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal.The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104,the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of. State ChISS DIR PWC Dollar %of Item(s) Subcontractor License Regisgratim# Amount Contract Number No Subcontractor 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 Cp lifomia that the foregoing is true and correct and that this declaration is executed on 19 / .<4I? AevriC6, Syron ,s',if Date City vj'z/0 State Ali Yazdanshenas ,being first duly sworn,deposes and says that he or she is President of Arnaz Engineering Contractoesinc. 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. Name of Bidder Amaz Engi Contractors, Inc. /`- - Signatureb i der Ali Yazdanshenas/President 1035 N Armando Street, Suite'Sc' Address of Bidder Anaheim, CA. 92806 C-4 CALIFORNIA JURAT GOVERNMENT CODE§ 8202 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of 0 VAN Subscribed and sworn to(or affirmed) before me on 1 TW this ` day of MA ' , 20 , by I`^ Date Month Year (1) AL\ V111.7 My-5 Al KC- (and(2) ), Name(s)of Signer(s) ANDREW HYUN LEE Notary Public California J 'sY^ ' s,� q.'- Los Angeles County proved to me on the basis of satisfactory evidence to 41,P. Comm.Commission s 2ay27, be the person(s)who geared before me. its • My mm.Expires May 27,2026 Signature Place Notary Seal and/or Stamp Above ignature o otary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: ©2019 National Notary Association 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 CIVIC CENTER GENERATOR AND SWITCHGEAR REPLACEMENT PROJECT, (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. Amaz Engineering Contractors. Inc_ Contractor BY Ali Yazdanshenas President Title 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? ❑ Yes LI 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 ofthe Proposal shall constitute signature of this questionnaire. Cfi COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 ofthe State LaborCode,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. Arnaz Engineering Contractors, Inc. Contractor OZ7,ByAli Yshenas President Title Date:-1`t— '�-07 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Arnaz Engineering Contractors. Inc. Bidder Name 1035 N Armando Street. Suite"X" Business Address Anaheim California 92806 City, State Zip (714 ) 6661765 amazengaaol.com Telephone Number Email Address 755332_ "B" and "A" State Contractor's License No.and Class Original Date Issued 10/16/1998 Expiration Date The work site was inspected by Ali Yazdanshenasof our office on 3/10/ ,20 25 The following are persons, firms,and corporations having a principal interest in this proposal: Amaz Engineering Contractors. Inc. Ali Yazdanshenas/President Giti Yazdanshenas/Secretary Amir Yazdanshenas/Officer 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. Amaz Engineering Contractors, Inc. 2.__. Company Name Signature of idder Ali Yazdanshenas/President Printed or Typed Signature C-8 Bidder's Project History For the purposes of this project the contractor and subcontractor must have, in the last five years„ constructed at least five (5) projects of similar work Describe specific work and experience necessary for project, for example, "Construction of or tenant improvement; on existing civic Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. The following list of projects meet the requirements of above: 1. Name and Address of Reference G✓%7 ✓�`"J 1 5 ��' �� n� Name and Telephone No.of Owner: Michael Ortiz/City of Santa Ana, 714-615 0892 4.4 M Construction of Walnut Pump Station Jan 2021 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: or 2. City of Anaheim. Well.48. 55.45.56.54. 51 Name and Address of Reference Name and Telephone No. of Owner:Lisa O'Connel 714 765 4225 about 1.8 M for each well site, Installation of well pump and Generator Contract Amount Type of Work Date Completed Provide additional project description to show similar work: We had to build building induding installation of 500 KW Generator AT EACH SITE 3. City of Garden Grove , West Garden Grove Booster Station, Name and Address of Reference Name and Telephone No.of Owner:Mr. Samuel Kim 714-5534 2.4 M Installation of 4 nos.Waukesha Engine including Pump 2019 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Rehabilitation of Water Booster station induding 4 Waukesha Engine C-10 4. City of Tustin. Construction of water well no.2 Name and Address of Reference Name and Telephone No.of Owner.Mr. Eric Johnson 714-573 3320 3.1 M Construction of Water Well site (95% Comp.) Contract Amount Type of Work Date Completed IN-Progress Provide additional project description to show similar work: Building new water well building and installing equipment including Generator Connection. 5. Name and Address of Reference Name and Telephone No.of Owner: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-11 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. _Name of proposed Project Manager Ali Yazdanshenas 949-979 nn27 Telephone No.of proposed Project Manager Walnut Bnnsttr Station 4 4 M Installation Of 750KW Gen March 2021 Project Name&Contract Amount Type of Work Date Completed (*)Well 48,55,45,56,54,51 10M Construction of Well site including 2018 (**) Project Name&Contract Amount Type of Work 500KW Gen Date Completed Ontario Booster Station Building booster station induding 1000KW 2008 Project Name&Contract Amount Type of Work Gen Set Date Completed 2. _Name of proposed Superintendent Raul Rodriguez 909 973 3145 Telephone No.of proposed Superintendent Walnut Booster Station , 4.4 M Installation Of 750KW Gen March 2021 Project Name&Contract Amount Type of Work 30 Gen Sets Date Completed Well 48, 55, 45, 56, 54, 51 10M Construction of Well site including 2018 Project Name&Contract Amount Type of Work 500KW Gen Set Date Completed Ontario Booster Station(City of Corona)3.9M Installation of 1000KW Gen 2008 Project Name&Contract Amount Type of Work Date Completed (*) (Individual contract in past 20 Years) (**)Final date C-12 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 feefor 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 httpsJ/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. Amaz Engineering Contractors, Inc. Contractor g) (j By Ali az nshenas/ President amazeng@aol_com Email President Title Date: PWC Registration#: 1000005485 C-13 Document A310 TM — 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name.,legal manes and address) (:dune, legal slants and principal place r f Grerine.%) ARNAZ Engineering Contractors, Inc. Merchants Bonding Company(Mutual) 1035 Armando Street, Suite X P.O. Box 14498 Anaheim, CA 92806 Des Moines, IA 50306-3498 This document has important legal consequences.Consultation Mailing Address for Notices with an attorney is encouraged with respect to its completion or P.O. Box 14498 modification. Des Moines, IA 50306-3498 (Name.legal status and address) Any singular reference to City of Huntington Beach Contractor,Surety,Owner or 2000 Main Street other party shall be considered Huntington Beach,CA 92648 plural where applicable. BOND AMOUNT: $ Ten Percent(10%)of Total Amount Bid PROJECT: (Name.location or address.and Project number.lmrl) Civic Center-Generator&Switchgear Replacement Project CC No. 1720 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 perlimii the work covered by said hid•then this obtieation shall be null and void,otherwise to remain in full three and etiect.The Surety hereby waives any notice ol'mt agreement between the Owner and Contractor to extend the time in which the Owner may accept the hid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time 1hr acceptance of bids specified in the hid 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 conlliclina with said statutory or legal requirement shall be deemed deleted herelrom and provisions conl'nuing 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 28th day of February, 2025. ARNAZ Engine ring Contractors, Inc. L (Principal) / `Az n at yts0 (Seal) (P.Uness) \ F.ct ViV VWIVV t IVer-S Merchants Bonding Company (Mutual) (Surety) (Sea!) aibtesu) Kim Luu, Witness By: (Title Harrison Yoshioka,Attorney-In-Fact S-0054/AS 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 County of Orange On FEB 2 8 2025 before me, Leigh McDonough, Notary Public Date Here Insert Name and Title of the Officer personally appeared Harrison Yoshioka 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. L•-• raCDONNr .�!`>t Noury GubGc•COUGalltonla Orm1e County /J►W'j`f/f/,, ^.-.... Commission•+'23521+4 Signature ray Comm.Expires Nan 25.3025 Signature of Note ublic Leigh McDonough, 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 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 MERCHANT I BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the "Companies")do hereby make,constitute and appoint,individually, Harrison Yoshioka;Heather Saltarelli;Jeri Apodaca;Jessica Alvarado;Kevin Cathcart;Kim Luu;Leigh McDonough;Mark Richardson;Mike Parizino;Rachelle Rheault;Terah Lane;Teresa I Jackson their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of MerchantsNational Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. it is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or Its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified'or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. • In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 3rd day of July . 2024 .••`•..•"•••. .•.. .• MERCHANTS BONDING COMPANY(MUTUAL) eibLIA . . '09•C.04.1.• MERCHANTS NATIONAL BONDING,INC. yOitPO fq•7b. •00•.�gPOq'•q . d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY as ? -o- 00•: ••+—;_2 -o- fi• v 2003 :,, :y, 1933 c; By /eizir? 1,7:74:, • %•.% .'.4 0 :.• 4)y �6s'• President STATE OF IOWA 1. ..•,*s•.•'... ••. 4._ •. COUNTY OF DALLAS ss. On this 3rd day of July 2024 before me appeared Larry Taylor,to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL)and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. _ kV- s Penn i Miller •; ---"\t z a "A CO Commission Number 787952 (' • ��•i•u • My Commission Expires •% IOWA January 20,2027 {` ' l , ---_ -. NotaW?rjbl :\,_ i __, (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 28th day of February ,2025 . �.�p•�10Nqt .�•�\NG Cps•.. 4 o .o 1/:‘,../...etri.:01..c...., #.0/ :72:2 _o_ V;CIS .;...`":'k' _o_ tial : gta."01.40.1-":000,4. = 2003 {•,ti •a 1933 ' • Secretary POA 0018 (1/24) CALIFORNIA ACKNOWLEDGMENT CIVIL CODE§1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Of-AN `E /^�__ -- 1111 � A, On 03' 11 1Z4Z( before me, AN •1ii'1v� / A►s175t(?. PIA&"C' Date /� Here Insert Name and Title of the Officer personally appeared PLll �idk YA2Dt-Ai SFt /A—S. 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 • ANOREW HYUN LEE laws of the State of California that the foregoing Notary Public California paragraph is true and correct. Los Angeles County t; r` Commission N 2406040 WITNESS my hand a d official seal. ritLo My Comm.Expires May 27,2026 Signature Place Notary Seal and/or Stamp Above Signature f Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer—Title(s): 0 Corporate Officer—Title(s): ❑ Partner— 0 Limited 0 General 0 Partner— 0 Limited 0 General o Individual ❑ Attorney in Fact 0 Individual 0 Attorney in Fact ❑ Trustee 0 Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: 0 Other: Signer is Representing: Signer is Representing: ©2019 National Notary Association • • ova. ent A310 Conforms with The American Institute of Architects AtA Document 310 Bid Bond CONTRACTOR: SURETY: ('fans.legal staaerermrdadd-e ) !Want.;legal steins raid isriacipa)place ofbascin=sj AR11 'Z Erngineereng Croommrac': ts.btc. ;1,ilar atnr"s Bonding Comp (Mutual) aal) 1035 Armando Street,Suite X P.O.Box 14498 Anaheim,CA 92806 Des Moines,IA 50306-3498 This document has Important legal consequences.Consadtation Mailing Address for Notices with an attorney is encouraged P.O.Box 14498 wag;respect to its coraep?con or OWNER: Des Moines.IA366-3498 ar a ors .50 (Nan=legal status and address) 'Any singular reference to City of Huntington Beach Contractor,Surety,Owner or 2000 Main Street outer party shall be considered Huntington Beach,CA 92648 paaalwhere ap bee. BOND AMOUNT: $ Ten Percent(10%)of Total Amount Bid PROJECT: (Name,location or address.coed l Project number,Ifaini Civic Center-Generator&Switchgear Replacement Project CC t'lo. 1720 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 thcmmselvcs.their heirs.cecenters,administrators.successors and a=sinns,jointly and severally.as provided herein.The conditions of this Bond arc such drat if the Owner"ccefists the bid of the Contractor within the lime specified in the bid documents.or within such time period as nlay be agreed to by the Owner and Ceetr ,to,and the Contractor€other(I)enters into a contract with the Owner in accordance with the tams ofsrddr b md gives such be or bps as new be spepified ire the i rNo rr orCommet Decorum with a sraact ore nitacd is the jorisrEction of the Project and otherwise atmplable to the Owner.for the 1.thtiafrtl performance ofsuch Contract and tor tlae 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 goad faith contract with another party to pertorm the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full farce and effect-The Surety hereby waives any notice oCon asreernent between the Ownm and Contractor to=tend the time in which the Owner may accept the • bid.Waiver of minim by the Surety shall not amity to any cxleaasema=maize sixty(60)days in the aggregate be the time for acceptance of bids specified in the bid dracurucas%and the Owner and Contractor shall obtain the Seuctys comma far an caierrsioar beyond sixty(60)dad s. 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 requiranent in the location of the project,any provision in this Band contlictim with said oratatory or kcal recrrircmaent Alt be doomed d deleted lace-c rear meal provisions as ntromine to such stztrataryoxother t B nerpriMmem.4-lr'ul be rimmed ineral eras l loads.When so furnished,lire intent as:tint this Band shall be construed as a statutory bond and not as a common law bond. Sinned and scaled this 28th day of February.2025. ARNAZ Engineering Contractors.Inc_ 9Priucipal) sale armless) �� � � � .�- eZaiydfluzad, (ORIGINAL SIGEND, fill �.DELIVERED) P ident Merchants Biatadirro Company(f rutaralt iStmory) gm?) (Winress) Kim Luu,Witness e r � calif Harrison Yoshioka,Attorney-En-Fact S-0054/AS 8/10 • C LOFONOA ALL-i'LORPOSE ACKNOWLEDGMENT CML CODE§1189 . - • _ ;isc c•k-ittit?-cT&Ace:.cj c csittcazte. Se tdarAkf•ut" It5s tbaimerit fo skt'kti oediftcates ettadried,arid mit the'truthfulness,accilracy;CI Valid-AY of that document State.of California count.,"of °ranee , 2075 before Leigh McDonough N'otary Public 071 ' • me, Date Here Insert Name and Title of the Officer persorially appeared Harrison Yoshioka Nast' SAarker(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 capacityiles).and that by hitiettitheir signatureis)on the instrument the persontel, or the entity upon behalf of which file pereonfs)acted,executed the frastriNnant, certify mder PENALTY OF PERILW-re under the laws of the State of California that the foregoing paragraph is true and correct. rnv hand and offidal y Ps.itiVc-C.,itsrrrAz A1,47 VZ 4 • •'• • vi• Cori'MISSrOn psysE,,41015 Signature 7r 4 "44••••:.-7 Ceram Expires KO Signature of Note ublic Leigh McDonough,Notary Public Place Notary SeeI Above — OPTIONAL Thcztgfr; FilL3 sac t is ortionatl, cornict-etirpcih.cs ihfanwtint-i can deter•=1!Pr•-•:libri of the dr.cumer1 or frayd-L:ti'artt t.c•arf, 12.'escription of Attached DoctIrtitt Title or Type of Document: 1, Document Date; F.,kirrib•--er of Pages: Sionet•Is Other Than Warned Abo'kte: Cepatottyiliesi Claimed by Si;grierts) cltorier Corporate Officer — Tttle(sIJ: Corporate Officer — Titie(s): Partner — Limited General Partner -- Limited General individual x Atic.mec in Fent inctivictuv4 Attorney in Fact Trustee Guardian or Conservator Guardian or Conservator Other: . . •i• Reprelienti-ng: .. . -t'r.-Y,D14 Nation&Notary ASSOC iatir)rs '5-N3D4US NOTARY(1-8l3D-876-4227) item MERCHANTS __ ONDING COMPANY., POWER OF ATFORIIEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corpora=of the State of tmva,dam Merchants National Company cm California only)(hereto collectively heel the 'Companies"do hereby make,consfilute and appo nt;i tivi dually, Hanson Yoshsolm;Hear Said Jai Apodaca;Jessica Atvararke Kelin Celheart Kite Lane Leigh McDonough;Mark Richaaafson;Me Peddling;Res:lane iffireadt,Terego Lane;Mama 9 a their true and lawful Attomey(s)-in-Fact,to sign its name as surety(les)and to execute, seal and acknowledge any and all bonds,undertakings, contrads and other written instruments in the nature thereof, on behalf of the Cl mpanies in their business of guaranteeing the fidenty of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings requited or pitted in any actions or proceedings mi ved by lave. This Poway y is granted is signed mid seated by faceiree under r by authrey of Me teeming By-teas add by the Board of hectors of Merchants Bonding Company on April 23.2011 and amended August 14.2015 and adopted by the Board of Directors of MerchantsNational Bonding,Inc.,on October 16,2015. `Tire President, Secretary, Treace, or any Ash Treasser or any Assistant Secretary or any Vice President shall have power and aulturnly to appoint Attm act,and to awe Mem to on behalf of the and etch the seat of the Company thereto, d and of iar1iemrlyand writingsobgatory in the nature thereat' 'The egnatime ct any arm and the seal oftke Company may be&Need by fawns-Re or elacherec ion to any parr of hrdlearay or Cerfffscafern thereof the e4MOtalall and delivery of any tend, undertgning, moogninance, or other suretyship criagarions of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obtiga!icrss in favor of the Florida Department of Trarerportatien only,it is agreed that the peeler and nut hority Merely ghen to the Athemey-in-Fact includes any and all consents for the release of retained percentages aseer tint estimates on engineering and consbuctkm contracts rewired by the Sly cif Florida Department of Transport/inn.It is fully torderdood that consenfing to the State of Florida Department of Trainers/Wen =Nag payment of the Znid esfireac to the Cornmelor an/MOT Its aSSitlealk sty not nemee this surety company of any of his under its bra In connection with obligations in favor of the Kentucky Department of Highways only,it Is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such Intent has been given to the Commssioner- Departmerd of Highways of the of at leastt8lrty(30)days mere:tthe n rcation or revocation. Wi tness ess ,theCompanies have caused this instrammt to be signed and sealed this 3rd day of July •2024 - owe-eerie,. ,i o m m®w `BOIIBINZ COMPANY PL Y(t'il.IT UAL) •"®��®� �., '®�®® i 4 BONDING,INC. m data MERCHANTS NATIONAL INDEANTIFY COMPANY a _ _ . �' .�,a By ` .r r. i.0 �n .. .- -*ve ,/ J'- •%: ••.....--.;e®0® ®�,1, y -%.' Q ® Aare`.' STATE OF IOtPWA ern ,®® •® COUNTY OF DALLAS ss. °°��°°OB0°a ore a m On this 3rd day of July 2024 before me appeared Larry Taylor,to me personally known,who being by me duly sworn afad say that he is President of(if RCHAWS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the sus .-exrect to the farts instrument are the Corporate Seals of the des;and that the said instrument was signed and sealed in behalf of the Companies by authority of t Boards of Director_ a Penn , z `. �U Commission Number 787952 ` ®- .+ihtr'® My Commission Expires L% - ramJanuary 20,2027 / l r (Expiratien of nctany's does not inaafr tint testament) I.Mean Warner,Jr.,Sereelery of MERCHANTS BONDING COMPANY(ilea Al)and EAEZVIANIPS MAMMAL ,INC.,do tastily certify that the above and foregoing is a true and correct copy.of t e,P -OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked.. '.•• -,.., ` "1 i. • ': •• In mess Whereof,,I have hereunto set ray hand�;affurr d t6he,seal mile-Companies on this 28th day of February ,2025 . o�rc •i: ®`ate;:s, JC` 1% _ �.z' _0- a ;. . ,� _o� ear:. .:::, 21;te- ea-e-1--e./ al:e-dre-&'.7 . ' m p om0 POA 0018(1624) -........m Leo rd,-ol 1 • i E:)c NAL ?jam SccuRrTf '7D61.r,,e v, ,IJ (xPla�m�) �tt'L'�" '�n ��e ��r�ra�i-er City of$unGn ton Beach Fu IIc Works egineering 1*O Box 190 , 2000 Main Street Huntington Beach,CA 92648.2702 cec '.I.IQ (Z5 :5Or 6c) 'Fr D T : N'' 'aZ Eti'V1.`e.r oii -v-r f ,r ,- -4(""2. n.1 ts-1-‘ Ve-AL9 vg—* G (1._ LE-7 rVy`1Pt.1 ) 1 r +r 1 L �`tr,r n I 11 R�s-[L �froCOY. ���.f-G�qi�r {�IOCs 7Y�'7 G Cr�r n I 1'reiC.L1- GG I y 2O • Ob dart: N .f 71I'1 2b�� ex . 9. • Public Works Engineering °11.5? CITY OF c- T HUNTINGTON BEACH Lisa Lane Barnes I City Clerk July 2, 2025 Dewberry Design-Builders, Inc. 13829 Artesia Blvd. Cerritos, CA 90703 RE: Rejection of All Bids —Generator& Switchgear Replacement Project (CC-1720) Enclosed please find your original bid bond for CC No. 1720. Sincerely, Viliati4t6ArtVe" Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov Document A310TM — 2010 Conforms with The American Institute of Architects AIA Document 310 Bond Number: Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) Dewberry Design-Builders Inc. Hartford Fire Insurance Company One Hartford Plaza 13829 Artesia Blvd Hartford,CT 06155 This document has important legal Cerritos, CA 90703 State of Inc: Connecticut 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 plural where applicable. BOND AMOUNT: Ten Percent of Amount Bid(10%) PROJECT: (Name, location or address,and Project number, if any) HBCC GENERATOR&SWITCHGEAR REPLACEMENT PROJECT-CC#:1720 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 herefron 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 10th day of March 2025 Dewberry Design-Builders Inc. .,A . (Principal) ,A� ,�/%! (Seal) (Title) e .do C. -v c L Hartford Fire Insurance Company ....A.).--C .itI (Surety) (Sea') (w ttne Is? Alfano _...... ___ — (Title) Annette Audinot,Attorney-in-Fact _ 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 } County of } On before me, ,Notary Public , (Here insert name and tide of the officer) personally appeared 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. 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 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. ❑ Individual(s) lue/she/they-is/are)or circling the correct forms.Failure to correctly indicate this information may lead to rejection of document recording. • ❑ Corporate Officer • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines.If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney-in-Fact Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. ❑ Other Indicate title or type of attached document,number of pages and date. • Indicate the capacity claimed by the signer.If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). 2015 Version www.NotaryClasses.com 800-873-9865 • Securely attach this document to the signed document with a staple. 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 I New Jersey } County of Moms } On March 10,2025 before me, Kelly L.O'Malley ,Notary Public (Here insert name and title of the officer) personally appeared Annette Audinot who prov-d to me on the basis of satisfactory evidence to be the person(s) whose nam- se re subscribed to the within instrument and acknowledged to me that h=Mt hey executed the same in his 4 their authorized capacity(ies), and that by hi-4 heir 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. W!TNES'• • hand and official seal. / I KELLY L. O'MALLEY Commission.tt 5a01012t3 A n Notary Pt:blko, State of NeW Jersey Note .P •lic -i nat (Notary Public Seal hAy Commission February Ex G_ 9 ( ry ) Februarw 13,203t] •My Co issi• Expir ebruary 13,2030 • • 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. • 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. ❑ Individual(s) � forms. she/theyr is/are)or circling the correct Failure to correctly indicate this information may lead to rejection of document recording. ❑ Corporate Officer • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines.If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney-in-Fact Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other •:• Indicate title or type of attached document,number of pages and date. ❑ C• 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 500-873-9865 • Securely attach this document to the signed document with a staple. Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY BOND,T-11 One Hartford Plaza Hartford,Connecticut 06155 Bond.Cla ims(athehartford.com call:888-266-3488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: MARSH USA LLC X Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana X Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana FT Hartford Insurance Company of Illinois,a corporation duly organir.d under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana n Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of Unlimited : Annette Audinot of Morristown,NJ their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. 44\ :- :-.1 s',) 1i1 • ( ✓:.ti• 1 ':•r.nx.+�r 040 :pis S ti70I1 io • \- -- %I: .i4noH tinW' -•c• Srkithy 0i9iaditt&AA, . Shelby Wiggins,Assistant Secretary Joelle L.LaPierre,Assistant Vice President STATE OF FLORIDA ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre,to me known,who being by me duly sworn,did depose and say:that (s)he resides in Seminole County,State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument;that(s)he knows the seals of the said corporations;that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by(like authority. -':o-I1'1';'/./.' cie4.4.4.,:c.01/4 n, �•%.7... � Jessica Ciccone ':5•O(ria;'` My Commission HH 122280 � . Expires June 20,2025 I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of March 10,2025 Signed and sealedw in Lake Mary, Florida. o � i �r \\ :, n+w: L v a r e'lg.\ � 3 .. �. � L � ` �: ,ssW� ;�tp70 ' ' rp7v # & 191 : % r • �t:�C���% +�.t . ; Q ,,,. 7 ,� Keith D.Dozois,Assistant Vice President HARTFORD FIRE INSURANCE COMPANY Hartford, Connecticut Financial Statement, December 31, 2023 Statutory Basis ASSETS LIABILITIES U.S. Government Bonds $ 768,944,974 Reserve for Claims $ Bonds of Other Governments ... 173,316,061 and Claim Expense......... 11,037,286,875 State, County and Municipal Bonds ..... 976,353,527 Reserve for Unearned Premiums...... 2,598,084,769 Miscellaneous Bonds 5,785,989,529 Reserve for Taxes, License Stocks 5,844,871,998 and Fees ............ 51,917,642 Short Term Investments ................... 32,869,663 Miscellaneous Liabilities .......................... 1,009,063,683 $ 13,582,345,752 Total Liabilities $ 14,696,352;969 Real Estate................................... $ 293,084,389 Capital Paid In $ 55,320,000 Cash ........................................... 52,850,673 Surplus ................ 11,930,744,664 Agents'Balances(Under 90 Day) ...... 3,738,965,830 Other Invested Assets..................... 4,778,703,667 Surplus as regards Policyholders $ 11,986,064,664 Miscellaneous ............................... 4,236,467,322 Total Liabilities,Capital Total Admitted Assets $ 26,682,417,633 and Surplus $ 26,682,417,633 STATE OF FLORIDA SEMINOLE COUNTY SS. CITY OF LAKE MARY Joelle L. LaPierre, Assistant Vice President and Phyllis Clark, Assistant Secretary of the Hartford Fire Insurance Company, being duly sworn, each deposes and say that the foregoing is a true and correct statement of the said company's financial condition as of December 31, 2023. Subscribed and sworn to before me this 1st day of March,2024. 0 M -- Assistant Vice President 7///nAx Notary Public 4,„1/e/6 A• �✓�� MARILUZ ARCS I Assistant Secretary +; Notary Public•State of Florida � `= Commission 4 HH 287363 `,•.,$' My Comm.Expires Jut 13,2026 Bonded through National Notary Assn. 0 D # C , nc m.,�mo '= N C -0-I,mF1-g2- inims=m * V _ =c=� Z_ �1 z O 93 - O '" m &' IV co y •7 = 0 � Z 0�� a imim• u. t WARFSW Z ;o C co - _ _ _ c° mz � p o - n m0 ( w N _ m n 0 77 a, m= Z 3 hiine m iimm n H el WkTiNa - , n 0 I LB sco = H III 'Pi __ X imumn m C�a fn inimilm �"� F_► c I- !;) v r o H t0 X m ;c0 v 1"4 x my -4 m m =,o I O WI C C to CD �J al cn IMIMIIM Cm 'il al 4-1 La R CO y Jestoutt7rotw ® 58CJ3150271C6C4 After printing this label: CONSIGNEE COPY-PLEASE PLACE IN FRONT OF POUCH 1.Fold the printed page along the horizontal line. 2.Place label in shipping pouch and affix it to your shipment. Use of this system constitutes your agreement to the service conditions in the current FedEx Service Guide,available on fedex.com.FedEx will not be responsible for any claim in excess of$100 per package,whether the result of loss,damage, delay,non-delivery,misdelivery,or misinformation,unless you declare a higher value,pay an additional charge,document your actual loss and file a timely claim.Limitations found in the current FedEx Service Guide apply.Your right to recover from FedEx for any loss,including intrinsic value of the package,loss of sales,income interest,profit,attorney's fees,costs,and other forms of damage whether direct,incidental,consequential,or special is limited to the greater of$100 or the authorized declared value.Recovery cannot exceed actual documented loss.Maximum for items of extraordinary value is$1,000,e.g. jewelry,precious metals,negotiable instruments and other items listed in our Service Guide.Written claims must be filed within strict time limits,see current FedEx Service Guide. IDewberry Dewberry Design-Builders Inc. CA GC LIC No.:999509 13829 Artesia Boulevard DIR No.:1000029981 Cerritos,CA 90703-9000 OFFICIAL BID SECURITY—DO NOT OPEN Attention: PATRICK BANNON Project Name: HBCC GENERATOR &SWITCHGEAR REPLACEMENT PROJECT CC#: 1720 Bid Opening Date:March 24,2025 at 2 pm #1i3ONTIVGTp� +`. Aik......... y\t4 CITY OF _- __` HUNTINGTON BEACH "iL'.,y', l 2 `-co' TY........' Chau Vu 1 Director of Public Works _H AO" Notice of Rejection of All Bids — CC1720 — Generator & Switchgear Replacement Project Date: May 8, 2025 Project: CC1720 —Generator & Switchgear Replacement Project Bid Number: 422811 Agency: City of Huntington Beach Dear Kindness General Contractors, Thank you for your interest in the CC1720—Generator& Switchgear Replacement Project and for submitting a bid in response to the City's solicitation. This letter serves as formal notification that the City of Huntington Beach has determined that sufficient funding is not available to proceed with the project at this time. Pursuant to the terms of the bid documents and in accordance with the California Public Contract Code Section 20166, the City has elected to reject all bids received for this project. We appreciate the time, effort, and resources your firm invested in responding to this opportunity. Should the project be re-advertised in the future, we welcome your continued participation. If you have any questions regarding this notice, please feel free to contact Patrick Bannon at 714-536-5430 or Patrick.Bannon@surfcity-hb.org (714)536—5431 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov CITY OF HUNTINGTON BEACH Lisa Lane Barnes I City Clerk July 2, 2025 Kindness General Contractors, LLC 6461 Global Drive Cypress, CA 90630 RE: Rejection of All Bids—Generator &Switchgear Replacement Project (CC-1720) Enclosed please find your original bid bond for CC No. 1720. Sincerely, 1714.-411/41 Ai/Pl4K Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov !. -�.,x:... .-.<•r:.:tre:,.;-t.-:':r"a':^..;' ^'r.,'s.eS'. .s-+i;` - 'a„-'r^a i.;.. „'i"e •yf�;:r;: '4'P:S,ai"r:` .sue; ;':rd,.,<""?... ;x:'�:e•a-`� ..Z�b'`x-'m; ''r3•T,r r_%t`;'yi`e' .P';;'i�r `t;:; h?c..:.:ra' �s:;�.*M �"^ ;< SECTION C PROPOSAL for the construction of CIVIC CENTER GENERATOR& SWITCHGEAR REPLACEMENT PROJECT CC No. 1720 in the • CITY OF HUNTINGTON BEACH TO THE• HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: ;r In compliance with the Notice Inviting Electronic Bids,the undersigned hereby proposes and agrees to perform all the work therein described,and to furnish all labor;material, equipment and incident insurance necessary therefor,in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein tothe satisfaction of and under the supervision of the City Engineer of the City of Huntington `.Yx Beach,and to enter into a contract at the following prices.The undersigned agrees to complete the work within160 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 atthe 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 ,4 accompanying this proposal. BIDDER understands that a bid is required for the entire work_ that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump'sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts'bid, unit prices shall govern over extended amounts, and words shall govern over figures. • Sx • t r,� tr'>C-I 7 • Sr; ?", •;-7' • • 7.7 7- ';•-• • •, • „- • ' • • 'flawardedthePontract the.tiln:40-t4igridd,qgite'es.that in the event Qf thq,BIODF.K$default. ;TA;qx0ctititig the required contract andf5lingtbe necessary bond and insurance certificates thir.10workiig.days kftor th0 date of the AGENCr5:,•notice avy.0,4of 0,0040cto:....the RIDDER,the proceeds of security this hid shall become the property of the AGENCY and this bid and 014 acceptance hereof may, at the AGENCY'S option be . 1 cOViderOd-0111..04.Void. Ac99mPilnYtilg thi$PrOpOdal,of&id,:find hnd WhiCh saidamount is notles&'ban 1644 etho 4ggitg*:Ottxtotal.bid price,a.stetinired by the Notice Inyitipg'504104 OR ELECTRONIC Bids,payable4iathq:Aot.Nct (please Insert the Wards "Cash", 'Certified Check or tidder'S,Bontifor_W"i as the: casemay be &•v.stap;44.4Stitdty Bid,Bond form isacceptabl , ,• %:140t•Shall siknifYH receipt ofaltAddenda her;if,dity; Addenda-.No Pate 1eceive4 ' " " it00.1,SignOtum 1 • Q311::e/2025 1;7/0014 • 2: 03/20/005 . 3 03/20/2025`, „ . 4 03/2M 025 .. ,. :5.• '03/27/2025 41 C•?..2` ;.. ' Z°.,'. , .f.4 1::;.,'...:•..,,,,56.i....-,:,::-.. ::,..;,i'i,',N,,,,.::',-4:,.:.:;,,,:,,,',..,';',4,,,'..:;.71:,::::.,,,::,-4',- ...'... -4 -".. 'r., i CITY OF HUNTINGTON BEACH HB —CIVIC CENTER SWITCHGEAR REPLACEMENT , CONTRACTOR II1D SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE „. . f , Item*1 De3olpilan of Work 1 Quantity Unit Unit Price Item Total Mobilization 1 ' LS $ $ 149,420.400 1: 2 Demolition 1 , LS 4$ $ ss55 . < , 3 ; Grading:Soil. Seeding, and Gravel 1 1, 'LS $ - $ 1700 0.00 ' = 4 New Exterior Concrete Footings, Pad & Pavement 1 LS $ $ 55000.00 5 , Interior Concrete Slab Repair 1 LS $ $ 23000.00 I LS $ ? 6 New Interior Steel Bollards , 1 7500.00 LS $ 7 ' Exterior Plumbing -Area Drains_& Catch Basins 1 p 42000.00 8 Exterior Chain-link Fencing 1 LS $ _11000,04. ,.1. 9 ' Exterior Chain-link Gates 1 LS 5 [s 2500.00 10 Plumbing-Area Drains &Catch Basins 1 LS S 11 Exterior CMU Retaining Wall 1 , IS $ $ , 25900.00 t ' 12 Exterior Pipe Cieghout 1 ,", IS S ' 13 Painting , .00 1„ , 10487_ 14 Underground Exterior PVC Piping 1 .;" LS' 15 Underground Exterior Perforated Piping_ _ _ 1 ' . 1-$., 1$‘: . $ 8000.00 „ . 16 Electrical Equipmeni-Diesel Generator 1 ' LS' $ $ • 123407500 17 Electrical Equipment-Pull Boxes, Conduit. Cable 1 LS $ $ Trays.Wiring, Grounding and Specialty Pull Boxes , . 1040713.0( 18 Exterior Seals and Fire Seals for Wail Penetrations I '1-$ $ 24150.00 „ , 19 Equipment Anchors i . LS $ $ % 6555.00 , , 3183 , 1 ' LS '3 5 .00 20 Signage 21 Existing Reirofitted Switchboard 1 ' EA ..$ $ 286078.00 ,a a,.•. ....... ..,A A,,.< .I., ..,, l A OA} A . A,,, A 21 Removal of Existing Generator Underground 1 1 EA $ $ 4 . . , Storage Tank 6915000 Total in Numbers .. 3 197 776.00 lotar in,Abordst • Three million,one hundred ninety-seven thousand,seven hundredseventy-six. . , , A ;p I p :a C-2 l Note: , Bidders must provide pricing for every bid item. The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid 1 documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision required to "' complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. 1 L `.t p 4 . ... .. ... . . . ' - -• -•,:"V-.1''•':',.,...7'':':'7.77•7:7777::7-•;-'7::-..-7'': '•7', 7::••••"!''',..,:-.;'-''', -.-.'--- " " - . . .• •• . ! ,L1ST OF fg.:1000NT.-RACTOR. 13..;a0eordanc:O With'OOVerntrient cOde..S.eCtibri:4164,the tickler$11.41 i$0:t for*;tilp name. and h4Sineaddress,Otegeh.snhcontractor.who,will,pqfopwwcirk.or render service to the :. ii009r791T8.0.4;014.440 in 4:1-•*110.1.4.in OCc.c. §.or.:one-half of percent of the total bid or:$111,900,..-whichever is greater, and, the 'portion,.:of'the work'to he done by...tioh §0,:corgsotot, .. :1 ' ..-W. . 1.V.Ozgrolit4Ogss.of State .: :CTO IITIEPWc : .itolliii . ., ItiniN Subcontractor License : Registration Amount, .Contract , .,. , ,X4itOgi!' . . . VOli.ey:0q0,1,c 464539CIO'. . -- • . • . . . , .......,. • .. 1000006228 ! 34,500 71% , 75 Park Creek Dr,Clovis,CA 93611 '': •. . . . , . .. .. - . . • . . .. . .. . , . . . , . .. , McKeown Plumbing 1052408 ; C36 1000840869 : ::, 1% • 1945 Laguna Canyon Rd Building 2, : Laguna Beach,CA 92651 : 2,274,789 . •, .. • . , . , „„...„, .. .. . . . , • . . . , . . '•. . : : . . . : . . . . . . . l : . • .•• : . , . . ,• , ,,-. • . . . , . .. , . . . ..„ • .. . . :, : ,•• . , . .. , . , ,•' . : , . , : ,• • 'l . . . • t , . , . . • - i , . • . .. ..- .: .. i : , , . .„.,,..c,5 ..• . 5, . , ,. . • , . , . 5 . , . .., . ,.. „BY sit Orthilstajiaat,tiit Oia(ktbettifi - i.. That he is able to and.will perform the balance of ail work 410 is not covered in the above subcontractors liSting. .:±. thar.the AGENCY*fit be furnished copies,•of at subcontracts entered into and hondSfmmiShedhy-snbcontractorfOrthiS project : • . , : • .q4 .. ' •"- • " " , IIONCOLLIAION:AFFIDAVIT . TUBE...VMCV1-1$11),BY. SMACK.Tgl:.1 uticler:,oriaity of Odd . 040 the 104 Ofthe,$tate,OfcafifOrnia.that:the2trpgpitIS is'true and:corredtaiict tbotbis,,:deciaratiOnia-executed on 41/225.,at.(yptesg „ . CA tato C'ily :Sotg nan..).agkep.n, being first duly sworn,:deposes and says that he,or ,..she is Projeti.Manager . Kincl,tieK•qaqqr4upqnlraqt-PyR, the party making the -.fOr4Ointibi-cithatthe bid Ikitettnade in the interestof,or on the behalf ot.,. .tiy..•06.:118AtiA001:titt$04,,, partklethip,.00trioapyo,04a-.00,.organization,or corporation,th.gf,Nc,.bgis genuine and co fluslye or Sharn;',thatthe.bickierhasnot directly or indirectly induced or solicited any Otherbidder ‘tti,ptit ita false or Shatii:bid,andhaa.hOt•direCtly.Or tOri.Oired, ototihfrOi4,:or goveti'vithAny:bidder oranyoneelsoio put in:aihain:bid*,or thatanyone?Shati:refrahrfrombidding;.. that the bidder has:11,6t*Igny'00411Wr,c0,001.y.',0r.indirectly,sOught byi.agreetnenticolnouniCationi. or conference with.anyone tofix.the bid price,or that of any other bidder,or to secure any :diKaritigo 4&itistsiliepialbottri oitot.diog., 11p•contract of*voile interested intho::propOSed contract that all Stateinents,containedin the bid'arelruey•and„further,.:thatthe bidder has not* - . directly or inditeotbi,,,: ubthitieo,his;br her bid price or any breakdown thatOof,or the contents thereof,or divt4ed.infortnation.oridatt.telitive thereto,orpii4;:ltodvilLnotpay,,feefo,any corporation,partnership,lcompany association,organization,b,fd.depository, or t.Q.,4,0y.lhorobg.,r'pr ageritthereofto effectuate a:ecillUsive or shamhid, •Nagkefotaidder LiariAackttin,Nildne:ss':Geberai Co/tractors signonre,triisdo, • • 64161 Global.01%. Cypress 0.,k90.0Q Address ofsiddte Cat tattrty AokttmtNt :119NORABLE.111AVOR AND:CITY COUNCIL: ,CITY6Flitt,NTiNTONtEAtO;CALIFOI0.1a The undersigned hereby promises and that in the performance.of the work specified in the dontradt, known as th CIVIC CENTER 0.t.l*OAT.00. AND SWITO-10.t.O. ggpv..8p.ifFNT,PROJECT, ,(1)(-wo(i.0 will .employ,p414:utilize:only:qualified persons,,as hereinafter defined,to work in proximity to any 0jotriols*qpnOsy':or tranStnissionfacihties.The term.1'Qualified.Person" is defined in"Titlea, ealiforriia.,AdininiStratime COde, Section:21:00,,AS follows: 11V.'reen:Of.Opetrenaei, opePationto beperformedandihe-holards involved The 1:n14.q.p4n;(3 Also promisecland..agrees thatall such:work:Shall be performed it accordance 1 ith.all:applicable electrical utility company's requirements, Public Utility Commission,ord-et$, and.,;5tatp,..nfOatifnrOa.Q.a14.)$M2Nqpitegio,-4 . The:undersigned further promises and agreeslhat the pro:Visions.herein,shatl be and are.:binding upon any subcontractor Or subcontractors that may be.:retained or erriployedtiy the gndtroign.4. and, that'rttip, undersigned shall stake steps as are necessary to assure compliance by any said subcontractor ô UbÔiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii herein, .Cnttors „..., Contractor .6 • •.0,0fAir; Fi,rpioa..M.onager •,.„.„ Title • bate:44/2S „ . • DISQUMOICATIQN QTX,STIONNAifit .1tVggOrcia,t100:NkiiiiSk,6:0:V:Amin_:,pAt\OQde-$00iPTr:1Q £2,the Sidcir:01411.c9mplete,,imder-penalty,of perjuiwiliefollowing questionnaire.. '00$0110Z1X.MH )44s.ftliai.:103,any officer'orthq Bidder or any en.tployee:ofthe:Bidder who has,a proprietary. .1 .interest in the Bidder ever been disqualified,removed or otherwise..Pre*.elited from biddmg on Or completing a'Pelletal,State or 1001 govotitoow prolgett!goanae-r.ofa violation of law or..u-safety, regulation? YeS; 1'..etWO If the answer i,s yes,emgain.the circumstances in the space provided. „,„......„ „ . • .„ „ . „ . , .„... . . ..„ ., • . . „,.. _. . . ........„ , „ . . . . , . . . . „. . „ .„ ..,„,„....„ ,• . „ • . „ „ . . • . . . "" •'"' .„.. .„.. „ . . . . . „ . .,...„ • ...„.... . „ . . . . ..„. • Note:, This;questionnaire constitutes a-'16-14t of the Propoiat,404 a signature portion ciftho: • :Propoaai:shall,,COriStitute aIgnantre,of tio:qtxeatiOnnalrel ;c4. .COISCPOTSAITION MISAIRALINtI:CtRTIFICATt P1,4*-atito sttOoll $01'.0f-ttio,$tat::0,,4119r Ppdpi,o0icpp-trAcor lytt9m:a public works contract: flas been awarded shaltsigntheSottowingCertilleate, I am aware of the provisions Of',Section.3700 of the Labor,:.,Code which require every employer to be insured:against 1iabthi for WOrleeeS.0ortipenSatiOn 0(40::'utidertakC:seif.7 insurance in-accordance with the provisions of that.Code; and I will comply with such proViSiOribefOrg t(iinnienCiitohc.perfOrdianco of:the.workiipfthi contraCt.,,: • ::Kindtress qeneraf:Contractors. contractor ,„. By Project Manager title , 4/4'12026 Datt.:; . . . ..„ Bir.0) R18.,M008,14r0IN: BIDDER'ertifies ill&the falkitiiiiik acitt*dt:: • KindnetS Getietal Cc titradtOrt: Bidder Name GleibAl.De . .. .. . . Business Addtess OS.VirP'SS, „ . „ CA 90630 Jnkircorn TelephoneNthlibOr Email Address 789044 Class A,,E),.0,8, C33, 051, C57, C21 State Contractor's ticefisoNo.lirgtaa,$$. . :06/06/200,0 . . .,.„ :origjhAtpatp ISsA01 Oiatl2Q2T,„.„ Fkrikgtiqu Pate The wotksitey.ms inspected hy. ban.:Jack8tri •of out Ofgt6On. afilq• The fOtlioWihgAgo:-p-prsp.h4i firtr44;.:sapti.,:corppragp.hs,h410.pg a principal interest nithis proposal: - - _ . „. . . „ . . . . . . . . „ . . .. .. .„ . . . . „ . The undersigned is prepared to satisfy the Council of the city or fitintifigtbit Beach Of iu:.Ability, Afiwiatly or otherwise, to perform the contract forthe proposed work and irriprcyrr.i.ents in gcccrriaace witI the plansand.specificationsset forth-. KinttnosafOanarat Contractors • • •. :CompoyWamti b .14f , „ Priitted Or TAed.Signature NOTARY'OtitTIFICATE :Sa*fified an4.sworn4nbeforemethis-Mlax of AV. II . ..,,-2:02 ., -,. • • - ...... - .. . .....„ ... . . . ._„ . . ........„......., .. .. ... . .. . ... ,, . A not ptitliTom,otter:lotaeer. 0.....-001p.ietIno this: 0..tifioto::voif*,-041y the Identity-ofthe individual •*49' signed The ,40g40.04 to '1,ifitc4,..-ittl'$;,.:0..0.0q4tei .1.$:.?Ot.40.14, A.04.114 ITO g.P.00410$$ -.4.g0f.4MPtif..410.iti.'0447.44OTOrtie4 ... A ,.. ....... . . . . . .......... „....... . .._.. . ...... :...... .. . .. .. .... ... . ... ... . . .. .. .. . .. .. i tatb-4 :.01i * PO,) '-''k ' •- • '--- p-1-- :. ,... ,. , • . ., ., .„ ,..,. „: . . .. beforeme, 14ontktin4tegr In,Seit,NSme:kid'illtte 01404 .— Of,.. * A 1014Q) ' porsoniily-appeate d Di4Jnr... ..., ....,- .F...., .,--,:,, .„ .‘,:...7„. .. .„....:.........., ..,.:,,:.,.„. .; .i...,.. ,. , . LI N.sM1104;0a0leici.V.. ..... .. . ,„ . . ...... . ... _.... . .......„: ,... .... .. • -- ••• • •-•• --- •• - •• •••••• • - - - • • - - • - • •••• - - - ' iiirkeprOved tame on the.basiszf satisfactoty eltidenecifolie-te.persot0)7'whoserignelOW0g; subscribed to the i,w)tfitn.instrument and Acknovile4ged tO....nie that hozoreNor.excuted the same Ili-bi0/1:1#*.d.i.VitAtaqiiiedo.,4064.04 Aid thitkliis***,Sigriatetek,s1lontlie;instruine#the . . P0.004.(hi.Oirtq:04:.**c.#1,'1*AlrONIli0.111*Org.iti040400.41tat)WittS.MittfOi:L., .. . . . . I certify odetPERAttietiPY.ETA:100: Iws California that .. foroacii4paraxgglih i ,tineand,comet, ,,. I ..,:;...2.,...... ..,%I.-..:, ....;,‘..,....;.....,...., ,„,,.,.1. ex%.,__,.. 'ELAINEARIDAYVEH ; WrAM:44:04id4iiafiAndiA.1:.:§eal. 1 :6. :NI.P Weitityl4tiblk.:diliffirli't • j.) I •-•.;,,t-,:"; '—:94*.0jitY,'-' 'l'<! .:co,iiiiiifsskir24623,4,3 .i• Signature •- , , .;,„., , .:-..-•AV.Carnm,,Eqn,res:Sqs:.5f,1021 i, : . 4 :- :' ' :,'.-• ' . '.1?):;10. '-, :..''''HI:. •4 , • : • '- .• .-/•.4',,lif 0 i ' `, ,., . i' ' . '544:010:0,,cifiskwy.T.o.v;i..d. 'qt..'ACEN:01.1iNglrg4-007n')- I ti . 1. •:41 '-, ,-, ' --:.: • .. i• , i • ,00 , . 1 1 - ) , :I 1rolegt,10$0* for the purposes of this projpovthp::contractor and subcontractor must have, in the.-.last -fiVe years, constructed,at:least five, (5) projects work, Describe.specific work and experience. oe.gosary:*o.r.pr000t,foi oioilipie,'TOrOtruCtion:,ofar tenant inimiivenientg on.viisting civic facilities"Bidders are encouraged to surFfit:k1:11eitent414:eievoot project history in addition to the prolcctgli;§_tec(h.proit); The e011owiti.s.,IfstorprOje.otOrieet the re4tiireinetit of Ab&& ..,11114iTte'arid Address gfReftteike; Lockheed Martini .14tekflpied Way.. Name:arki:leteihooeRon .Eortin,.t.,661.7:14;9,181, $183;629,..56 CfficeDerno+.irrprpverpp!# .„ 11/2024 contraa Amoünt Ter1 Date Completed: Ptpyi49:::444jtipnarprojoo..4.0g‘OpOov,;. tiorsiti.E4r*Qtk:: Demo&improve Interior Structures. -Walls studs„„. 2. ..N.104*.40.4.Adctr*of Ref.PrgrIC :'Toycita.LAP DO 1925 19th St,,Torrance, CA Name and Telephone No.Of Owner: Chad Hamming -7 51'0-:803.G1.0.6: ; 350556:O0 . .0ffidd TenantlrtiOrovement 03021 ContraCtAirionnt TyPesaf Woik D4Q111P1Oted Provide additional projoor:Ctogotiptiotl..to:shoW sumrlar work In tall.eyp0Ortei:ReplaCe:T7Bar, Repair Dry all •Name and Address-ofReferenc OKIVIVerbtPaCe, AdOta,St.,.El Cajon:, 'Name and Telqpilone N f Ownerflianca VuletiCh ,;619782.8024. . I $45,5713,.00, Blinding Remodel Design 07/2024 . ,C.OntitotAinoutit 'Type:of Work Date Completed - , Provide additional pvijectdescription o show similar work: ArPhiteeturet Design packaes.for rertickieE •I .„. . . I 1 4,. Name diVfMciteotit..keferehee .Pdtriiina:USD • :0.00 Friocily-,:,.6,19, 57•:121 . $arp ,,anit We01.opelli ,:gf Owner. „ , .. • .. . „ 42,787;990,00. „ Structural , „ t Mul....t-Year Ongping • .0critractArtlitouot Work PatOboptOtp.O. Po vide additional project descrjljtionic:.ghorsimilar work:. 'StruttUrat.drithanbertterit :doritrete'Pads —'Tteridtilt1,0: • , . „ . . . „ , „ Name .°1-14'4rPne. OKRAerQSPPPP;-12'12211Y.P4tPrrt?vAi'ParOPTI:Gr9v% . „ . Name and Telephone No :StOVe.,P 0141010 114.14.301 7 $1 078.,0,0: Structural:&Tenant Improvement, . . IY,2025 cdrittaetAttomo Type df.Wcitk• DOK,0010)4tp , Provide addi:tional project description,to 0.1.6*.similar work CMU Waft,FaUkfatior*. Steel T43'4r; Doors Insulation „ . Bidder's Ctitial,Staff Listed b.Ckware3hemathea Of the bidders proposed costractioa.Projeq1Manageri and 5.4p0i,titei*e#•DX1r e4cildf..014.3e.c.Kitip41::pcOitidnsiTTea=ast at.4 ‘..d`sttlifeb:Ittegettg.',fdt whicI the critical staff iida;performed similar vVork.i.i.4thld:.the jgstflye,yegs..11100,.15i,ojgots,,.4.ridi. Ilaye*:1,e'.:aadezthe:emPlOyMerit of the bidder of thts project Bidders ace encouraged:subMit supOlemetitalrelevantproject history inadditiMito the tirdjects,;..1Utod.t.fet .iti. ::NaMe..0f:PrOpOStd.PrOjeet Ntariager Derr jeckscrl . . rel!ptione.N., proposed PrOjectgataget Toycita.:Remodel TeqaqilOproNte!neqt... 03/2025 'PrCrjeCif,Nagtle 4-0?4tr.a4AT:1194.174, Typç of ark Date:Completed G.KN Aerospace Structural &17:OneM.J.mprovement-'014025 Project Nam 0:!...#4dt Amount Type of Work bate:C.6nipiettd, Lockheed f.‘ortit:t T1-s180,02040 Tenant!rn.PMYqrlle,13t- 11/2024 „ . ..„ Project Name&Cm**Arriecik. Type of Work Date Completed :NapglpfppposeifSiverinienderrt ViOal Gongele2 Totophoo.Vo,dfprdpoop.4$4podittondot.: Pomona USD"- -t218.70.90 ::*.t.Ucttirat&Tenant improvement c901174 • • 1,:t61:0:4;144014?4:00,titii•Oolgi : • '..fy.pc pf-Wqrk: tteCompleted ouNgr,cify.iis JrciprdvemeritA Struclaral 1 laqZ4. . Prbjeet.A."airfd.a.00iitig:0,Aft,101.41t TYPO OtSIVO:tit:-.. jpate:C01:00,41,! ..fp.r.r400:ES:Improvements-115„947.0t 'structurif.. 11/2014 TYPO OfYirOrk Patec'OMPteted. C-12 •CONIRA„CTORUOIS,TRATION NT.111:CALIFORNIA pErwrivigpu CIF INDITSTRIALHHRELATIONS MIR) CE-13-.I.jfiLl'ICitTiK ,PUrsUant to SB 854.(citinglAbor code Section l73:1,1(a)),„passedby the California„State,Senate: on Arne:20,2014s:established anew public works,ContrattPr RegistratiOn.13,rograrn,which requires All contractors ,and subcontractors bidding and gorforOrig work on Public Works Projects to register on an'annual. basis (each July 1 through Ride:30: State fiscal year) With The California ;)?epartnient.Of fndOStrial Relations:014 CUrrentlythe'afinual non-refundable registration Contractors is$300,....taeb,C0fitYactor tOW.hotitaptiblie,Worio ePritraCtbas been.a.Wardedshall:sign The follogeettifOate $F1..FE:,:rontS13.g54 littp;//wv ..ifir,,c*govil)1SW.PUblicA,Vorks/S13Z54,FaCtSheet DER'sCOntraCtor RegistratiatiLitik—•Call(844.)••::52267.34, https;://efilingidir.ce.gOV/PWCFIACtionSeryletZactipnisplayPWCReOstratioriFbort Dar s Contractor Registration searchable database •, https://efiling.dir- .ca,gov/PWCIV.SeareLaction, I :Lam-aware and will comply with the provisions of Labor Code Seetibri:1771.160'Whith.§tat'd . :"A contractor or subcontractor shall not be qualified to bid on,belistedin a bid proposal,. •; subject to:theAftcplit'Onidiits:Of Section'4464 otthe,Public Contract Code, or engage in th Terformance:of any contract for public..work? as;defined in this chapter; :unless,currently .regiistore.4 aiid qualified to:perform public work putsnant,to'Section 41.45in It not violation of this section for an unregistered contractor to submit a.,bidlhatisauthorized by Seetien7029.c,f of the Business and Professions profo;5aiOtis Code or.by.gOction.10164ot20-03:5 of Public Contract provided the.contractor is registered perform public work pursuant toSection 1725.5salthd;tinie-the Contract:1S awarded."' I furthermore will orriply by providing proof of registration with big as the ptimarycontractor, as well asfor•ALL subcontractors atithelinie.,of submitting the bid. Kindness Gen eraCContrattors • cootraotor L)4Q07;7:-r4e.4e.tw - ' :Py gliasoKaoei@ksgoitio.00ety • Projedt Manager: Title Date. PWC Registratiota:: 1000001 74 :7, ElCRU M &FORSTER' A I AIRFAA 4OMP^N' BID BOND BOND NO.NIA PROJECT:Civic Center-Generator&Switchgear Replacement Project-CC#1720 KNOW ALL MEN BY THESE PRESENTS: That Kindness General Contractors,LLC,6461 Global Drive,Cypress,CA 90630 (Insert Name, address and state of incorporation of Principal)hereinafter called Principal,and United State Fire Insurance Company,305 Madison Avenue,Morristown,NJ 07960 (Insert the name,address and state of incorporation of Surety)as Surety,hereinafter called Surety,are held and firmly bound unto City of Huntington Beach (Insert name of Obligee), 2000 Main Street,Huntington Beach,CA (Insert address of Obligee),called Obligee, in the amount of ten percent of the amount bid--------------------------------- Dollars($10% )(Bond amount should be 10%of Bid Amount unless otherwise required by the hid documents)for the payment whereof Principal and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally, firmly as provided herein: The conditions of this Bond are such that if the Obligee accepts the bid of the Principal within the greater of 60 days from submission of the bid or the time specified in the bid documents,or within such time period as may be agreed to by the Obligee and Principal,and the Principal either(I)enters into a Subcontract with the Obligee in accordance with the terms of such bid,and contemporaneously 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 Obligee,for the faithful performance of such Subcontract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Obligee the difference 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.The Surety hereby waives any notice of an agreement between the Obligee and Principal to extend the time in which the Obligee may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding one hundred eighty(180)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and in such event the Obligee shall obtain the Surety's consent for an extension beyond one hundred eighty(180)days. IN WITNESS WHEREOF,the above bound parties have executed this instrument under their several seals this /fJ,day of April ,20 25 ,the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative,pursuant to authority of its governing body. (SIGNATURES ON FOLLOWING PAGE) 1 1I1= ;t ElCRU M&FORSTER` A r41NrAA rflM ANY PRINCIPAL Kindness General Contractors,LLC [Print Name A,4 • By: (SEAL) Print Name: JG w 111i,�dnil& Title: Rr, tde+ -_ ] Date: f}Tr! 1 1 t 2.0 t 5 SURETY United State Fire Insurance Company [Print Name Above] C By: '' ` t(''')- (SEAL) Print Ninss461saiandi Title: Attorney-In-Fact Date: ,ri,� - ?4 �)' (ATTACH ORIGINAL POWER OF ATTORNEY) 2IPage POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-MORRISTOWN,NEW JERSEY 11868 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: Scott Salandi,Curtis Barton each,its true and lawful Attomey(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 Ili 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,verity 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 snore persons for any or all of the purposes mentioned in the preceding paragraph(a), including affixing the seal of the Corporation. Article ID, 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 rased to he 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 6th day of August,2024. UNITED STATES FIRE INSURANCE COMPANY e I Matthew E.Lubin, President State of New Jersey) County of Morris ) On this 6th day of August,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. MEUSSA H.D'AIFSSIO NOTARY PUBLIC OF NEW JERSEY ►1yCommlioa Expires ravo25 ct 144) I411 Melissa H.D'Alessio (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 /' ._ day of /ik'R.,t 20-r UNITED STATES FIRE INSURANCE COMPANY e-'—'1:-.97N- Michael C.Fay,Senior Vice President • 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 /��' ti { '2 ?c 1 before me, Tina Downey, Notary Public (Here insert name and tide of the°nice() personally appeared Scott Salandi , who proved to me on the basis of satisfactory evidence to be the persons(s),whose name(skgare subscribed to the wit in instrument and acknowledged to me that he/they executed the same in4 er/their authorized capacityttes), and that by is er/their signatureon the instrument the personisl, or the entity upon behalf of w ich the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Ctr• TINp Notary QublIc lrc•(antenna dprnia a . San 5ernardtno County l .-. .�yrer / Commission Y 2383219 1 W..amr.Exiires Nov It.2025 \ i\ t_'"".— \ IJ'.....\1__U Notary Pt)blic Signature (Notary Public Seal) 1 i ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This jonu complies with current California statutes regarding notary wording and DESCRIPTION OF THE ATTACHED DOCUMENT if needed.should be completed and attached to the document.Acknohr'edgents ft-aar I other states may be completed for documents being sent to that state so long as the I wording does not require the California notary to violate California notary law. (Title or description of attached document) • State and County infomiation must be the Slate 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 dale the acknowledgment is completed I • The notary public muss print his or her mane 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 • lndicate the correct singular or plural forms by crossing off incorrect forms(i.e. hdshe/they-is/core)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 roan_ s • Signature of the notary public must match the signature on file with the office of ❑ Partner (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 docomenL Other Indicate title or type of attached document,number of pages and date. ❑ Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). 2015 Veisi,,' ;.i'Jr, r.;vl£Sscs.coin 300 8r 0 9uo5 • Securely attach this document to the signed document with n staple. 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 Orcuncy. On Acrt1 I , 25 before me, Elaine AbuDayyeh - Notary Public 11 (� �/�A (insert name and title of the officer) personally appeared VI� �1 v1i \( NQSC who proved to me on the basis of satisfactory evidence to be the person whose name(,sj is/.are subscribed to the within instrument and acknowledged to me that he/staeltlyay`executed the same in his/t'r/tl r authorized capacity,(ieS), and that by histef/thiiit signature(Rron the instrument the person or the entity upon behalf of which the person()5}'t"acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. r E-UDAYYEH Notary Public•California -r:511 :T Orange County f. Commission C 2462313 'o'• " My Comm,Expires Sep 5,2027 Signature (Seal) -------------- • • • 33' ati'k+` �'':. :r•: ee #;,.' _I :-:t•:..,zG-r-.y" :.uf.*e_:«•, i,Ri:J•;re��...Y: '` T �- m.,+,. • i- � ;!4+•=eY. . e, ' � a } ". . raars :. Y •' " + ,t • • • v r ,.' P '' �`' � a.�[4.'ry(. .;..r -•,. 4 Mr.;}`k ,- ?- F'r �'we, , ..r%, ;,rtl+rs.>- 4:; _ •^°' 'Y.w. °aF! '�•:. - . ;'"N,'Ww" " 4•'.0 � �• :w,Y ~,-*-.w•k,.aY.'T 'w, • ^F+' "aiw-9-i-- >;„rewxtx2^ti'.:'w4: '' - °. �fF+ 1' sp i':, y „r4,t, ,�{ 77Cy�r,$ '! ,�,«+r- xrr i+.,.'•;+..:;:'fir"s", 'r:r. ,"-}. _ :': ,::: � ..-7`- : d?fY::.r.* e' t + <ge =n$ Ts' -q j 4• T`.' + t * s, +as+-= !'t•- :. . , - 'm�,-�''k,s..':w"i+iF =' e:U .",�`.•..y`^; .p- .., L. a ,�. i zed- _ "'' :'.''T.; .• �1°' .,tea.:.: t•-'y':';: .'. T '„ 47 • $ �+r c- +.<; •.. - _ S^ vf1-'?!' t* r=ic f.1`. 7i�_•si. ., . +•*� w. ,fi--c ,�Y;,` i-.-0,, .'-r�F-.'� T,.;:tr'7 S 'o b4' :ht+ s' c:' '?i.0 .yi.. i. - --'- '-+,s'ta:.'-a"- -_S,e.i w-.c,$'`.1---- - ''-r.- ,,.a "'-4• 1,:-: `°� '} ,t * *',"' e,. .r '-✓ :-�"", --._ - t!�r,-.--;'F . -.wa�'�-.' -•. ".,/., ., 1.t{F a i V ` 3 ..-:,,"" 'c ' e .9 Ni`«t r s-Y r- i ":-xa" { :.>' . ;' .' '" •:'„ K+w r*ryr.« r-ri: - ` +_t+:- w' x�'t:;i+++ -C1ta.^t v="3 t:ar-s-r :'.s.; '�a ,r.. ' . •+, +p°R2 yza ''' ''w A. '�' aC". i. • �'1'xa{;<` ;.r+ej' 4 ^YF • •,.. " - �.'" r►#'. `�- `^ +.._�"'��-r` e.z � . �'`•`.�"- �"�. �., r �,5�� e'E T 1 �'a S•,.,y.. fir k-�.•^'�r .�. t< H,r+ ',,"�'rt'+4 ;� � ,x • '� _<� x�°'fi r. ,� r� rtiw i"i+ ,�.�,.4=.t:.�a. .X � �,�, i -. ,,•.,4.. ,°« .'•• • '''w t .. ,�y.?,• _ r ...}n 'ei,e - ;'io- ^. €'' - _ 1r .., .,w,;. Y'r•."• 7^;?"�� ..:tir ..�;; � �#..+,..` w. e -v..3ti, �. :,....+r'ck ,"'� •v'- .. ... , 1„ '* `.rwY'S s•'-r:�,,,�,+t �•�..`'Xf'.� "i�y t NG'..^? ...f 1 4.'.e4,4,arc.r ,;rat: - ' �4R , OFFICIAL BID SECURITY - DO NOT OPEN , • ATTENTION: PATRICK BANNON " • s Project Name: HBCC GENERATOR & A"` ` . _ •4'41:.7—,..''. r.,44..,.' L.: SWITCHGEAR REPLACEMENT PROJECT -� _,, # . ' r a a 7..,...‘ Bid Opening Date: April7th, 2025 at 2 pm t • ,a � f S. , _ - - Kluin a 0�u �?• j` { �. �� -r E - w kr vx • • lodustrl t,, oo 1y f '" ICi' - r - M � BIDDER: •av � r ' '' • Kindness General Contractors, LLC xz 6461 Global Drive, Cypress, CA 90630 _ 'll0oi��NT I NGT,4,\ CITY OF SE SF9=�'; HUNTINGTON BEACH coUUTY CP���o Chau Vu I Director of Public Works Notice of Rejection of All Bids — CC1720 — Generator & Switchgear Replacement Project Date: May 8, 2025 Project: CC1720—Generator & Switchgear Replacement Project Bid Number: 419181 Agency: City of Huntington Beach Dear Mel Smith Electric, Inc., Thank you for your interest in the CC1720—Generator& Switchgear Replacement Project and for submitting a bid in response to the City's solicitation. This letter serves as formal notification that the City of Huntington Beach has determined that sufficient funding is not available to proceed with the project at this time. Pursuant to the terms of the bid documents and in accordance with the California Public Contract Code Section 20166, the City has elected to reject all bids received for this project. We appreciate the time, effort, and resources your firm invested in responding to this opportunity. Should the project be re-advertised in the future, we welcome your continued participation. If you have any questions regarding this notice, please feel free to contact Patrick Bannon at 714-536-5430 or Patrick.Bannon@surfcity-hb.org (714)536—5431 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov CITY OF HUNTINGTON BEACH Uf... Lisa Lane Barnes I City Clerk July 2, 2025 Mel Smith Electric, Inc. 10950 Dale Street Stanton, CA 90680-2732 RE: Rejection of All Bids— Generator& Switchgear Replacement Project (CC-1720) Enclosed please find your original bid bond for CC No. 1720. Sincerely, X14:14416AKPIK Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov SECTION C PROPOSAL for the tonstructioh of CTVTC CENTER GENERATOR 44 SWITCH GEAR REPLACEMENT PR.(),IECT, !cc Nn, 1729' in the. CITY Of HUNTINGTON BEACH, TO j'10.1 HONORABLE MAYOR, AND NXEIVP3ERS OF TI11 'COUNCIL OF - HUNTINGTON:BEAM; In compliance With4764 Whitt Eltdronic ttiat;the Undersigned hereby proposes andagrees top all the work therein described,Ahd.thfittniSh all labor,inaterialregiiipMent and incident Insurance necessary therefot,in accordance with the Obits.And specifications Ion file in the office of the City Engineer of the City of Huntington Beach.The undersigned agrees to perform the work therein to the satisfacfien of and under the supettrision of the City Engineer of the City of Huntington :Beach,444 to enter into!4.contract at the following prices The undersigned agrees to;complete the work*044 lidWoricio&clays starting fmn the daig of the Nofict tioceed, . SIEIDElt dódIre. that Chia ptofiOsal it'based upOn.eatofill exartiiitaiOn of the work site,Oat* ;speoificatioo,.Tioritttibilsio Bidders arid all other contract dcicutnents.If this proposal is accepted for award,BIDDER agreesto enter into raCehtract*With AGENCY at unit and/Or lump sum prices set forth in the following Bid Schedule:BIDDER understands that failure to.enter into 4'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 wilt:be basedd upon the actual;quantities:of work satisfactorily completed.VHS AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT.This agreed that the unit and/or lump stint prices bid include all appurtenant expenses,tato,royalties, fees,eta., and will be guaranteed for a period Of sixty days from the bid opening date, If nt such time the contract iS not-Awarded,the AGENCY will reject all bids and will readvattise the project. In the case of discrepancies in the pintonnts bid, unit prices shall gov:cm over extended amounts, and words,Shall govern over figures, C-4 :awardedtheCotitract,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 NI 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 of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option,he considered null.and void. Accompanying this proposal of bid,find Bid Bond in the amount of which Said:amount is not less than 10%-of the:Aggregate of the:total bid price,as required by the Notice; iVitirtg,Sled'OR ELECTRONIC BidSi.payable tO-the AGENCY. (Please insert the words "Cash","Certified Cheek",or"Bidder's Bond for,% as the cite:may be),Any standard Surety Bid Bond foitn.isacceptabie. Bidder Shall signify receipt ofail Addenda here,ifiany: rsfir - March 13,2025 : /410 2 March=20,.2025 3 March 2025 WV 4 March 27, 202 March121,1025. C.2 CITY OF HU NTIHOTON BEACH CIVIC.CENTER'SINITO10;EA,R REPLACEMENT tiNtitACIbit BID ltd(Eblitt PROSPECTIVE COXJRACTOR SHALL ITEMIZE BID:OTILIZING'THIS SCHEDU.L Item ; Description of Wok 001 Pr1ce Item Total . , . . „ MOtiilizatiort LS' 14000. _ 160:00'0 2 Demohtron 1 ; $ 80,000 $ 3 'Grading:-Soil,-Seeding,and Gravel 1 LS 60;000 $"; 60,000 1 4: ',.New Exterior Concrete Footings, Podia Pavement 1 ; :LS; 1.80,606 $ 1E4060 5 ithteridt-Concetif4SItlb Repair• : • $ 40;000 $ 40,000 4 iNeW Interior Steel Ballards 1 1.5 $ i8)000 ,5H18,0.00 7 'UtetiOt:Pluti141114,--Ared &Catch Basins 1. ,43.000 . . . ..„ _ . 8 Exterior Choi:41710,Fencing . 1 1-5° S. 260300 ..20;goce . • : . . Exterior ChclitAin.lc.c.C1t_Ps 1 U $ 12,000, S 12,000! •. 10. Plumbing Area Drains&Catch Basins 1 ; f`' S4.000 !$. :54.000 - 11 Exterior CMU Retaining Wall I '! 14: .66,06 60,000! „.. . 12igidtFiorPipo.C.I.Ocirtoot. I .L$. 32,00;) $ iiit300; "- ! - - ‘-; LS. $ • • 13 pointing , .23,000. „. .23;000 14 :Underground Exterior PVC Piping 1; 0! S 40,000 S .46,000 15 VrodergrOUrid Exterior PerfOroted Piping I1 LS, :17;000 ;17,000 116 •lEledtriPOI-Eduipittent--Diesel Genektfor r 1,340,000 $: 1,340,000 17 Electrical Equipment-Pull Boxes, Conduit Cable 1; ! L'S 880;000 660,000; ..; rounding.rind!Speciolly Pull Boxes 18- ; EderiOr Seth Old fire-Sedit for Wail PettettOttortt I LS' 19,000: 1000 19 ,Equipment An.cho 1LS: • ,20,000 !Sigmage 1 I 14 14406 14,000 21 Existing Retrofitted Sv4itthbootd 1 A !S i354,000; 854;000; 2 -:54)000- 54;000 21i RernovOl of Existing-Generator Underground StorOge Tank . . „ Total myrner4 $ 3,226,00000 Total in YfOrds:, Thrq_fi million;tor,e419,110reci .• C-2.1 Kote; adders must provide pricing forevery 124* itertl. The Ileimp sum arhount for MObilation Shall not exceed five petted, (,5%) :Of the total arttoUnt of the bid, unless the bid documents:indicate'otherwise, compensation for items.Of Work not specifically identified in these bid:items shall include all labor, Materials, tools, equipment safety measures, and supervision required to - • Complete the work to grades and:dithensioris shown On the Mart Or staked in the field. There shall be no compensation except for the bid items specified in the Proposal, The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be'inCluded in related bid items, and no additional cOmpensation Shall'betothe due the Corittattoc. LIST OF SUBCONTRACTORS In Accords:ride with,GoVerinoent Code Section..,41040he Bidder Shall set'Nth the mine ands business addres .orOth subcontractor who wiI perform work or-;render!service to the bidder on said.contract in An amount in excess:of one-half of one percent:of the tOtal,bid Or MAO.; whichever is ,gpeater,, and the portion of the work to libe done by isuch subodocto, _ iViznther . . . . Misc site : .Ahco.o into.tOorated 766427 ;1000037:308 .$64,74:000 20% Work , . . .. „ . . • • , • • . _ „ . . . . • . '. Sy..•subtilisgioti athis prttOosal,the Bidder certiaest 1.. That he is Able kt And'will petforro balanceof all work'which IS not covered in the..above:subcontrActor.slisting. Z That the AGENCY will be furnished copies of kitsubcontracts entered into And bonds fignishedhy'subcontractor for•thisproject ‘ca$ NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID declare under penalty of perjury tinder the laws Of the State cif California that the foregoing is true and,correct and that this declaration is executed on 3/24/25,at Stanton Date gate Mel Smith • 7 being first duly swOrn,deposes:and:saYa that he Or she is President, of Me i Smith Electric,Inc. the party making the foregoinghid that the bid,isnot 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,orthat anyone shall refrain from bidding;' that the bidder has not in any manner,.directly or indirectly,sought by agreetnetitconintUnicatiort, 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 contentts. thereof or divulged information or data relative thereto,or paid,and will not pay fee to;any corporation,partnership,company association,orgatti*ation,bid depository,:or to any member or agent thereof effecritate a collusive or sham bid. 'Name-of Biddtt Mei Smith Electric,Inc. Signature of Bidder 10950 DaleAvenue Stanton CA 9.0680 , . Address of Bidder C-4 unuTyAGnEMNT HOMAAALE. YOR AND one.mti$,ext CITY OF avNtmcrostitAmem000vi citntleaxerk: The undersigned.hereby promises and agrees that in the performance of the work specified in the contract, known as the CIVIC CENTER GENERATOR AND SWIlrIMEAR REPLACEMENT-iPROJECT, (I)(we)(it) will employ and utilize only:qualified persons; as hereinafter defined,to work in proximity to any electrical secondary or,transmission faeilities the term 'Qualified:Person" is defined in Title ft., California Administrative Code; Section 2700,:as folloWs: "Qualified Person; A person who) by reason ofezipeeiehee or instruction,is fainiticirwiih ifie bpordtion toho,peearoieti arzuttholkaahisitiittived° The.undersigned also Promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and$taiv of0-aliforriia 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 Stibcontractortit subcOntraCtOrS with the feqUirementl:Contained her*. Mel Smith Electric,inc. COntradtOr Vei Smith. :By President „ Date 3/24/2S DISQUALIFICATION QUESTIONNAIRE, In accordance with.'Government Code Section 10162,the Bidder shall.cOrtiplete,urider penalty of perjury,The following cluestionnaiie. INTESTIONNAIRE jigs,tie Bidder,,Any.officer:of the Bidder or..any employee:of the Tiidder Who,:nas:A ppprietary interest in the Bidder ever been--01: q0arifiOcii,:rempYoct or otherwise prevented.00m:bidding on or completing a Federal, State or local government,project because of violation of law or a safety reg41440.0? CI Ye§ NO. • If the'answer is yes',explain the.eireutnatatios the space provided. • . . •, . _ „ . . . . . . . . . • • • . .• " . . . . . . . • •• •• • „ . . . . . . . ......... .. . • ,. . . • • • Note: This questionnaire constitutes a pot of the Proposal,and:a signature porting,ofthe Proposal phall:congtitnte gignanireorthis cingstictrmaire, C4 . . :COMMNSATTON INSURAN:CE COtTIFICATt Pursuant to Section I 861 of the State LahorCOde,eath Contractor to Whott work contract has been awarded shalt'sign the fbliowing oettifitate,. I am aware of the provisions of Section 3700 'of the Labor Code whieh 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 eoinmenoing the performance of the work Otis oontraet. Mal.Smith Elettric. Contractor kl AceA e15mith • • ‘2, :13y President Title Date: 3/24/25 BIDDER'S INFORMATION BIDDER certifies that the f011owing information is true and correct: Mel.Smith Electric,Inc. BidtkrName 10950 Business Addre.sa :Stanton CA, 90680 City; State Zip ( 714 ) 761:3205 Estimating@melsmithelectric.com Telephone,Number Entail ACklress 394741A,11,.C7,C10,C12, C21 Haz State Contractor's Lice4ise No,:and Class 11/30/2026 _ Original:Date IsSued 5/2511979 Expiration Date The work site was inspected by Roy Proffitt of our office on 1110/2015 ,20 . The following are persons,firms;'and corporations haying a principal interest in this proposal,. lViel Sritith Eledric,Inc. 'Mel Smith,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:theplans:and.specifications set:forth. Mel Smith Electric, int. company Name Signature of Bidder Mel Smith, President Printed or Typed$ighdtere :NOTARY..CERTIFICATg Subscribed and sworn,to:beforeme:this 24 dayof 'With „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 !; trutitfuimess,steutuey,bt Validity:of that dOetittierit State:of California! ) County of Orange „ ). On ';March 24,:2025 :before me, tesa Rober.ts,iNotary Month,Day,.and Year biaertNettle andTitle OfNCitary perScinally'appeared :Mel;Stnith Nanie(s)Of Signer(i) • Who proved to me on the basis of satisfactory evidence to be the person(s):whose wig(s)is/are - _ subscribed to the within instrument and acknowledged to me that he/she/they executed,the.same . ',iti hiStheritheitatithorized tapatity(lea),and that by his/her/their signature(S).On the.instrutnent the persom(4 orthe entity upiOn behalf of Which theperson(s)actcd,executed the inSttunient. teertify under PENALTY OF PERJURY under the laws of the State of Califormihthd the foregoing paragraph istrue and correct. 1.,,416,....h.alhatzubaiiiiiaidaj gal .41/E—.. r .exti, :: 'as • WITNESS my hod and official sea, California : 9rare County , I . -2c..4!yr coannionnli;3671114 : , ,, „my cams DOM 41U1,24 200, , iSignature z42,1yi/47 sietioite.on•No*y p:ubi ..—I. ( LACE NOTARY sEALAgovE) • • ce.-9- Bidder's,Pro' sled History' For the purposes of this project the contractor and subcontractor must E have, in the last five years constructed at least 'five ( ) .projects of similar work: Describe specific work:and experience necessary for project,for example,"Construction of or tenant improvements 401 existine civie. jacinth:1.'1 Bidder's are encouraged to.:submit supplemental relevant project historyin addition to the projects listed:herein,: The f011owing fist of projects;meet the requirements•cliTabove; I. Name arid Address ofRefererice COntractor 11441.-saiinat.oe,p'orden grow.9441714440490p Mine andTtiephoit No.,of:Owner: County of Las Angeles:626:458.5100 $8604:000 glectriCal*New:generator Ma v'1024 Contract Amount Type tg'Work Pate Completed- Provide additional prOject description to Show sine work: Replace and install new,electrical and.generator at DorothY Kirby tenter. 2. Rithie Tret:Dag-Subcontractor); Name and Address of Reference .Xtbet Bldg Co.S62.79S-.0270 1010 OW ItakhOarkway,Ste.480:Seal Bqack 90740 Name and Telephone NO.of Owner, 'Chino ValleY tJS028i2O1 t2 PrOlett.q 2.883.400&t190,000 Electrical Ne.Wgenerator tMarch&April 2024 ContractArnount Type of Wori agitectimpiocct Provide additional project description tot show similar work: To:furnisl' j labor.materials.uillities&some;eduibMent to prefOrm all work required for installation of Div 264:210253-34and new generatorg:22-23-18F Monica Portia,Project Adrninistrator for Xebec tMSE SUbtorttractor) Name and Address Of Reference :RC Construction 2223:it Locust Ave:Rigto 92377 Nand.and Telephone NO.of Owner: titv of Orange New'Fire Station:and HeadritarterS $2,631,375 Electrical:a nd.kow Voltage August 2022 Contract Amount Type of Work Date Completed Provide additiOnal pitOject destriptiOtte show Similarwortc Basically all the electrical-Power to HVAC epUiPinent,tirrie clocks,exhaust fans,.new GeneratorS. Jon Wollam 909.829.3E88 for RCC(WISE-Subcontractor) C40 4, Nome'and;Address of ReOrenco OC Sheriff's Dept Research&DeVeloOrrent tity Dtive So,tirangeI/868 7/4935-; 967 Name and'relephone No.Of Owner: Steve:Hilleshiern 0C..50 Manager Facilities Planning 1142935.1685 51,410,000 „ , , Electrical, December 2021 • Coritraet AntoUtit Type orWOrk Date Provide additional Prtijt dosotiptiou tq shOw work: Power Systems Upgrades,UPS SYstern&DittributionPanelt,Generators,Transfotmers. Fenced enclosoreandconcrete:walt fan:colt for HVAC.: :5. Ceptrai Complex WI,Rower:Upgrades Name.and Address icon West 510 144 Fayette Park Pi Unit 501,,LA,10051 Name AndTeleplicine No.of 0.W110;: „fat/.'QfSorita Ciarita C.LP hMsiori 6:612554982. $1,936,123 Electrical „Atizist 2022 ,CentraqtArnotait TYPcX.T.f* ):)*CQOPIOted Provide additional projectdeseription to show similar work: Canyon'Country Community Center.#3020 New electrical Community Center and Park Laleirte:Galakia'111,3854021(MSE-.50bconttaCtOr) -C41 Bidder's Critical Staff • Wood below are the names of the bidders.proposed,Construction Project Manager,and :Snperintendeht,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 JO not have to be under the employment of the bidder of this project Bidders are encouraged submit supplemental:relevant project history in addition to Vie projects listed herein, j. Name ofpropoSed PrOject:Manager Brian Dinisho 714361,3205 Telephone NO; OfprOpOSed Project Manager county Sart Bernardino ISO Bide:S5,275i9552NewGenerator),Electrical Jan.2025 Project Name&contract Amount Type Of'Work Date Completed Canyon Country COrrun CV $2,936,723 Div.26 Electrical •April 2021 ProjectNatne&Contract Ainount Type ofWork pate:Completed City of Riversider New Library. $4;147,000 All Electrical „ April:2021 'FrOject Nan*kernitradt AMOtitit Type,OrWOrk Date Completed • 2, Name of proposed Superintendent Jeremy McBride 714.7613205 Telephone No.,of prOposed'Superintendent County San:Bernardino.,ISO Bldg S5,275;055 New.Generator,Electrical Jan 2025 Project Name&Contract Amount type of:Work PateCompleted Central,Jails Complex,7 CCTV PH 2$2,238;000.UPS etc in Jails/Offices in OC _April 2022 PrOjeet Name&Contract Ainctint Type a-Mork Date CoMpleted City,Of Riverside NW librmy$4,147,000AII Eledrical April:2021 Project Nan*&Contract Amount Type of Work Date Cotopleted • C-12 CONTRACTOR REGISTRATION'wrrif cAuFogNIA DErARTKENT OF:INDUSTRIAL.RELATIQNS (DIR) CERTIFICATE Pursuant to,SIFI::854 (citing Labor Code Section 1171.1(a)),passed by the:California.State:Senate ;OitJtine 20,1044,eStabliShedineW public works Contractor RdgiattaticiaPtogatA which requires all Contractors and subcontractors bidding and performing work on Public Works Projects to register:0 an annual basis (each July 1, through June 30 atatd fiscal year) with the Califotitiia Department of Induatrial Relations(DR), Currently:theannual tion4eftinclable registtatiOn feefOr Contractors is$3.00::E•40h contractor tO whom a public works contract has been awarded shall sign the followingcenificate. D1,13.:PACT SHEET oriSf5.854 btivt/www.dirica.gov/PLSE/PUblicWorks/SB2854FactSbeet '6.3,0.14.pdf 'Dlles Contractor Registration Link—Call($44).522-04, https://efiling.dir,ea.gov/PWCRAction$trilet?actiorFdisptayPWCRegistrationPorm DIWS Conuitotor Registration:searchdbletldtabate: httPsil/efilingda,goy/PWCR/Search:attion I.am;awaze and wiUconply with prAvisions of Labor Section 1171.1(a)which:states!! "A contractor orsAboontractor.shall:not be qualified to bid 00,1x listed:in,a bid proposal, subject to the requirements,of Section 4 64 of the Public Contract Code,or engages:into performance of any:contract for public work,as defined in this chapter,unless currently registered and qualified to perform public-wok pursuant to Section 1,1725.5,1 It is not a violation of this Section fOran:unregiSteredeOntraCtOrto submit a bid that is authorized by Section'7029:1 Of the littiSintt and:ProtaiOnSCOde or by Seetioo rata of20.4 03.5 Of the Public:Contract Code,provided.the Cantr'actoriAtegisteredito perforityptiblic*orkputistiarit to Section 1725,5 at the time the contract is awarded." , T furthermore will comply by providing proof of registrationvir.h.pla,as the primary contractor,, • - as well as for ALL.subcontractors at the time ofstibmitting the WO., • • Mel Smith Electric,inc:1 Contractor Mel Smith .' By .estimating@tneistnitheectric.COM Email President Title Date; 3/24/25 "PWC;Registr.atitin 1=000001784 :00 it4DII/TES OF THE SPECIAL MEETING OF BOARD:Ot•DIRECTORS DV MEL SMITH ELECTRIC.INC.: The Special Meeting of the Board of Directort of Mel Stab'Electric,Ine, took Pluton January'14,2022:#.13!00#0. PreSent.were Melvin W.Sail*Jr.and,Madmic Smith:m0004 tilt oftite PireetOrS Of theBoard of 00*m of Mel Smith:Eleatic,Inc, Upon.Motion)thily made,,seconded and unanimously approved the following Resolution wal Ratified: 1, In:regard tO the President of the CerPOttdinn. Re Shall have the general powers and duties Of management usuallyves0d,in the office ofthe President of a Corporation and shall have such powers and ditties as maybe • prescribed by the Board of Directors of the Corporation including the power - - to bind the Corporation by himself tn•COnt(ant.$executed,by.the President CO behalf of the Corpration, There being no further besine.ss to come before the Board at this tinte„,the meeting was adjourned. .r4-r ' NCe/11)k•Ch ',. VICE PRESMEr, ri lXAzei/: MdiVilti IV,EtUiti4 Jr: . tie Smith' SECRETARY; CfilEpPIN,AK ,• OFFICER::. . : • ' ie Smith " Melvin W.Smithdr, , - • . Bid Bond Bond No. 6138437 Premium: Nil KNOW ALL MEN BY THESE PRESENTS, that we, Mel Smith Electric, Inc. as principal,and the GREAT AMERICAN INSURANCE COMPANY,a corporation existing under the laws of the State of Ohio,having its Administrative Office at 301 E.Fourth Street,Cincinnati,Ohio 45202,as surety, are held and firmly bound unto City of Huntington Beach as obligee, in the penal sum of ten percent of amount bid Dollars ($ 10% ) , lawful money of the United States of America,for the payment of which, well and truly to be made,we bind ourselves,our heirs, executors, administrator,successors and assigns,Jointly and severally,firmly by these presents. SIGNED,sealed and dated this 11th day of March 2025 WHEREAS,the said principal Mel Smith Electric, Inc. herewith submitting a proposal for Civic Center - Generator& Switchgear Replacement Project, CC No. 1720 NOW,THEREFORE,the condition of this obligation is such that, if the said principal shall be awarded the said contract, and shall within sixty ( 60 ) days after receiving notice of such award enter into a contract and give bond for the faithful performance of the contract,then this obligation shall be null and void otherwise the principal and surety will pay unto the obligee the difference in money between the amount of the principal's bid and the amount for which the obligee may legally contract with another party to perform the work,if the latter amount be in excess of the former; but in no event shall the liability hereunder exceed the penal sum hereof. Mel Smith Electric, Inc. 11"—qi-"\-[11/4 GREAT AMERICAN INSURANCE COMPANY Principal By: Spencer Flake,Attorney-in-Fact F.9116(3/11) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 :'C.,c•<^_. f'SS.cr,c iCS,sC Y' ( .M.M.M.Mcr.,cr.M,Mt:!'cPSY.SS6p.,crsr.cP.MocYSM.My",css,,ce,,arAce. .YbK -1-4 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 March 11, 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. WITNESS my hand and official seal. r - HEATHER WILLIS 7 O i COMM. # 2498695 NOTARY PUBLIC - CALIFORNIA vi ``, ` ORANGE COUNTY n Signature itkiitei, ` -,« 0- COMM.EXPIRES SEPT.25,2028"' Signature of Notary Public is .,--.�- ��-•rw� -,, 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 _i Individual Attorney in Fact Trustee Guardian or Conservator J Trustee Guardian or Conservator Other: -, Other: Signer Is Representing: Signer Is Representing: - -, - - - - - ,cccZeZcL.wc- Y . - - w_c c zpLr cx_:A.x.ct i_.cY ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369--5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than SIX No.0 20942 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY,a corporation organized and existing under and by virtue of the laws of the State of Ohio,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 it and in its name,place and stead to execute on behalf of the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company 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 DAVID L.CULBERTSON HEATHER WILLIS ALL OF ALL CHARLES L.FLAKE LEXIE SHERWOOD ANAHEIM, $100,000,000.00 SPENCER FLAKE KAREN LETZ CALIFORNIA This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 24TH day of JULY 2024 Attest GREAT AMERICAN INSU ANCE COMPANY /),)4 4",,,'•••• e Assistant Secretary Divisional Senior Vice President STATE OF OHIO,COUNTY OF HAMILTON-ss: MARK VICARIO(877-377-2405) On this 24TH day of JULY , 2024 ,before me personally appeared MARK VICARIO,to me known, being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument:that he knows the seal of the said Company:that the seal affixed to the said instrument is such corporate seal-that it was so affixed by authority of his office under the By-Laws of said Company,and that he signed his name thereto by like authority. SUSAN A KOMORST Notary Public �� C� State m of Expires aiA- , //�6 , My Comm. Tres `'�1'C/ May 18, 2025 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American insurance Company by unanimous written consent dated June 9,2008. RESOLVED: That the Divisional President,the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Divisonal Assistant Vice Presidents,or any one of them,he and hereby is authorized,from time to time,to appoint one or snore Attorneys-in-Fact to execute on behalf of the Company, as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or assistant Secretary of the Company may be affixed by facsunde to any power of attorney or certificate of either given for the execution of any bond.undertaking,contract of suretyship, or other written obligation 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 saute force and effect as though manually affixed CERTIFICATION I,STEPHEN C.BERAHA,Assistant Secretary of Great American Insurance Company,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9,2008 have not been revoked and arc now in full force and effect. Signed and sealed this 11th day of March , 2025 " 4(._ c w 4.t 3 Assistant Secretary S1 029AH(03/20) 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 L roslge. On irlfaircir1d j ,ti c before me, SC&S2C<v\ `T`Ohei( , k)04-c y' Date Here Insert Name and Title of the Officer ,� personally appeared tl V 1-2i1 5!M j 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. E WITNESS my hand and official seal. rimdlialla.d."116.allaina6411SAJEAN RotEft75 NotLary Public California *; ange County Commission#2367114 My Comm.Expires Jul 22.2025 Signature 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 -. t Title or Type of Document: i� pre) C'C >— H t"/�,) 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 . Q f 1EL SMITH ELECTRIC, inc. . `r` J 10950 Dale Street _ _." Stanton,California 90680-2732 TO: P : P tc�C. Q a c ., Ost - . H 6 Q,L Genera.--hx- f 5wl h o�ear - 0,5,7*3!'- Ce,1-1 D-0 . �; r - [A. Ope�niA mCV Ck\ at+, 0apm x' , ll4%1I.G0 CITY OF Alk s HUNTINGTON BEACH %v` vmsrA �-00-i -F twi l/ Chau Vu I Director of Public Works �iy Notice of Rejection of All Bids — CC1720 — Generator & Switchgear Replacement Project Date: May 8, 2025 Project: CC1720 —Generator & Switchgear Replacement Project Bid Number: 422723 Agency: City of Huntington Beach Dear MINAKO AMERICA CORPORATION., Thank you for your interest in the CC1720—Generator& Switchgear Replacement Project and for submitting a bid in response to the City's solicitation. This letter serves as formal notification that the City of Huntington Beach has determined that sufficient funding is not available to proceed with the project at this time. Pursuant to the terms of the bid documents and in accordance with the California Public Contract Code Section 20166, the City has elected to reject all bids received for this project. We appreciate the time, effort, and resources your firm invested in responding to this opportunity. Should the project be re-advertised in the future, we welcome your continued participation. If you have any questions regarding this notice, please feel free to contact Patrick Bannon at 714-536-5430 or Patrick.Bannon@surfcity-hb.org (714)536—5431 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov / j��\ r •'o`��.;.:�aPos.t.;°'vim CITY 0 F =Dµ =-`_ HUNTINGTON BEACH , _p.... �� Lisa Lane Barnes I City Clerk AT �i July 2, 2025 Minako America Corporation dba Minco Construction 522 E.Airline Way Gardena, CA 90248 RE: Rejection of All Bids—Generator&Switchgear Replacement Project (CC-1720) Enclosed please find your original bid bond for CC No. 1720. - Sincerely, _ 1/j--(4L rn� Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov SECTION C PROPOSAL for the construction of CIVIC CENTER GENERATOR&SWITCHGEAR REPLACEMENT PROJECT CC No. 1720 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic Bids,the undersigned hereby proposes and agrees to perform all the work therein described,and to furnish all labor,material,equipment and incident insurance necessary therefor,in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach,and to enter into a contract at the following prices.The undersigned agrees to complete the work within jQ 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. Itis agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees, etc.,and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 .14.*.atded theeogf,aot;theitidkegigto4:.tiget$:Ih' iiitliootit.;:of tho:sfpows-doobtt . . in oxoNtingthe,reoked:ohtrao,04,00g.:tho.00.0.00w:botios 4.4ctinotarto:oriittodtes •yirithinI0 working days after the date the AGE,1401151tptic.4:et awatd6tOotaritet(a the 'E.4P1,:**the.:,..00**40ttnii-E$604 accompanying this hid ahaltbeeettieihe propertyof --the AO,BKQ..Y.'and this litilattd•the oceeptaao-h.00.1tiftla4 at the AGENCY'S:optiott,.,be —C.Pr.1.014q041.01t40.cjilf04. • - Ac,componyitig this..prpposat-ofbict,find.B4d0ed BOW iia,:theApount.•0140**4115.10000( which said amount Wtitlitiegsltair.10%ofthle.:6ggitoto,:oftht..,totatbtd price,as required br the Notice Inviting Sealed.Ok tt.Edr.It.0,„N., :91f4.5.p.insert the words"Cash", 07:"Bidcierig.,15004.-tcr_040,4s„jbp'.. ease may 430 Any standard Surety Bid is acceptable Bidder shall receipt all Addenda here,If any . „ •• • .i0donefirlY0.,,,z Recoi*ort'.----!:_ : . 2 ,mar_29„2920. 3. • liit*.,20 2025: •-• •-I' , ' ;1' • . • 1616 . 7::',I• 6 -1.1ihe27%2025: Le-fr •• '•••, ••• •• • • • Z4,, 3 � CITY OF HUNTINGTON BEACH HB -CIVIC CENTER SWITCHGEAR REPLACEMENT CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Item# Description of Work Quantify Unit Unit Price item Total 1 Mobilization 1 LS $ $ /�0 C ' 2 Demolition 1 LS S $.p 75 ' 3 Grading:Soil, Seeding, and Gravel 1 LS $ $ ?5 c. c c.) 4 New Exterior Concrete Footings, Pad & Pavement 1 LS $ $ 15 7 °c'O 5 Interior Concrete Slab Repair 1 LS $ $ 2 $47‘,-A, 6 New Interior Steel Bollards 1 LS $ $ 7.2 0_," 7 Exterior Plumbing-Area Drains& Catch Basins 1 LS $ $ > ` -. ' 8 Exterior Chain-link Fencing 1 LS '$ $ / 5 9 Exterior Chain-link1 LS '$ $ 7.'..-!:.--.Gates . 10 Plumbing-Area Drains&Catch Basins 1 LS $ $ ! %'r'),--':-? 11 Exterior CMU Retaining Wall 1 LS $ $ 4 ,,-'c' 12 Exterior Pipe Cleanout 1 LS $ $ > Cr. 13 Painting 1 LS $ $ r-'. 14 Underground Exterior PVC Piping 1 LS $ $ ')-T c e' 15 Underground Exterior Perforated Piping 1 LS $ $ ?rd o . 16 Electrical Equipment-Diesel Generator 1 LS $ $ � � 3o 77 17 Electrical Equipment-Pull Boxes, Conduit, Cable 1 LS $ $ . • f , Trays,Wiring, Grounding and Specialty Pull Boxes 4 - ' - . 18 Exterior Seals and Fire Seals for Wall Penetrations 1 LS $ $ ? c r^::? 19 Equipment Anchors 1 LS $ $ '} . 20 Signage 1 LS $ 21 Existing Retrofitted Switchboard 1 EA $ 553 '; 21 Removal of Existing Generator Underground 1 EA $ $ '37 000 Storage Tank Total in Numbers $ 1 g�► Total in Words: J/,'R'‘' (-4,, 4 `1' `,yMV 6,C( p,, ,(4,d,,,/ Pz:,, 5320er, C-2.1 Note: Bidders must provide pricing for every bid item. The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of State . Class DIR PWC Dollar % of Item(s) Subcontractor License. . . Registration# Amount : :Contrad. .. .: Number.: . 22 JJ&S Environmental Services Inc. 975044 B 1000834731 $ 15,000 1% 925 Poinsettia Ave., Ste 4 C22 Vista, CA 92081 ASB 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 .... ...... NON COT LUSIQ! .AFFIDAVIT TOTOSE;EXCIITEP BY BIDDER, SUBMITTEDWOILT3TD- . ;I declato tndec'penalty/000j4ry:lki ar the to s:oftlie tate ofeal fbitia thatthe;fbewin;is :trueand:-correctandt that;tCiis>cdeclarationisex, cuted,©no4/07125 atGardana_....... CA:. mate ictij?: StaCe: Refaat Et;titling ;being List:44.1y svot ,•deposes aacl.says:ihat,he or. s:President af"e w;=i ian.. ^o* :the party;m the+ tbregotng bid that the bid is not made it the-interest.of;oeon the behalf o any_u tdiscl sed person, p:aartnership, company,associations corpcoration,that the brd;:s genuine and not. collusive or.sham„tliat;the bidder has n<t,.directly or;ind rectly induced.or=solicited anyotherbidder toOt.in a false or sham hid;and has not drrectly!or indirectly colluded,conspired,conn ved,.or ',woo d' ith: bi grey. �! .,.any:. ddex°praryane else to put'ina sIiain±;D1li;0r:that-anyorie4h6ll4efrairi frciit:lidcingx that-:the-bidder Ihas not m any manner,directly or indirectly,sought;by::agreement:communicat oas or-conference.:with anyone:t i_. x the<�id pricey or that:t f any:idler ,bidden,.pro secure any advantagoagainst the'public body awarding the contract ofonto te;interested in the pr ipose.. contract that.all statements contained in:thel.bid are true;anti.further,Fthatthebbidderhas,not,, directly*indirectly;,,Aikmitted his deflobid0gioo.or any breakdown thereof,or the contents: therec f;:or divulged information:or;data:relative thereto,orbr.pii4,..;444,*440:04y:fOold any' corporation,partnership,company:association ;arga izatiorrx bici depository or to:any;member or. agenttliereofto;:effeettrate=a:cQilusive:or s`ham'la.iil --. $40' of-111dder Mina " Corpai:atiai dba:Micico:Coifeructiori gnature'. idddr' .154_E.E�►iri eway Ga dena,CA•90248 Address.0.$Ydder .TY.,APREVUNT )10tOpoittORAVOg ANUOV,k7.000STeit tmry-OFRATNmoirOpiBEAcjiir4LTFORNIA., *.GelititiTte;bt The undersigned hereby prpralgessa0;,agrees that ia:Itheperfora)attee of the work specified in the .contract,, knot as the CIVIC CENTER ',GENERATOR AND ".17g.:.,T.P4cA:M '0.014:4a.Morocii.004tor,-(1 -0,00t) will employ and utilize only qualified 0** as *ToiT.Iftrikfitr4t9:Wartin'PO...4414:1:9411)(**04 ;000d4ry ttatitraitaiegfaOlitiea,:The Californiaterm Qualifled Person" s Adtaigistratiye Code, Section 2100,asfflws • • 'Qualified Jerson .APer3thtwi4kree4Pirql4perigAc.,o;p1t'40710p0;::i4liiiiiill**0.-flig opekitibito bepekiotina(old The undersigned also promised and agrees that all such work shaft'he,-..perforth,4 in 40001.00#0, with all Aooffookigkoxticat Pahhejtitifity Commission orders,. *411(.5tate of calffOraia.PORIA:.reiltikettlepts,.. 'The undersigned,further promises and agrees that the prtArisidas,hereitt:ihill:bahrt ate binding upon any subcontractor or subcontractors be retained or employed by ibctitiaor*goot4, and that the undersigned shall take;steps as.are necessary to assure compliance by any said ,$4.1ig04.04:q9rgiih•eearraettita miltlktiereqattentetita ecititaitiedlereiti: Miriakii.Meriea Corporation,dba Mince Construction Contract . ..„. . Pedideht Titic baiwAtPrirti 2025 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? l]Yes ®No If the answer is yes,explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal,and a signature portion efthe Proposal shall constitute signature of this questionnaire. C-6 COMPEMATIONOSVRANCE:CERMICATE , ':POisliiatitto:SeOtioo,186:1,§fthe$tateLahorCO44:eaeh:tOtittadtivho.04,,OtiblievOtO'tbatiiot.:: . haa bepri,00000,phali:404.1iefollo*04:000w I am'.aware.of the'e'jj'ect#1 .ibti4 bi.Section"; :,.3.7,0q of the 1.4b0e..C.Ode,i-i*hi4: require every .. employer to be insured against for-woviolio;o0poioatiotitst to undertake self- insurance-,in accordance with the provisions:of-that codei.',,,and i I...will•0010y;with such fyrovisionsliefike tatieileilig the pertiiiiiatieesof the work ofthia.OtittaOt ,mlifdk0,..#6,*iita Cbit soratiOti;dhEi Wilco COOst*tio0i • Otitittac7ti .'7: • ' ' " ift .< . .,, , — • / , • ... pi-eariletit . Title Date:Aritil7;20.25 . . , :BrigtErt'S INf9gMATION. :131PPK:Ortif****9140.0)Y4ig kifb,t.ntioiakooan d pQrreciz, ,Mittako.:Amerresi.:Coepot.'4ion,.dba:!.(cAinc,c).4tinstruction Pk1.40(NAIP.g . . . . ThisinessA.atoso. .0"atilpep CA 90248 S.tatO. Zip 110 ;54'64100 mt0aPtimPOrrtirtcs.49.°°.4.trp0°N°9rn It*thiji.10140triber: Address ',Stititt:etekteir§Liedadgti‘dittela.§ 02110/4.994: . Original Date Issued (..:0913011026 . t4.ir40:04:17.#4te - Tiielktittsite*aiiiispedied byRefitat.)-1 mind -of our offfee on Mat:W:10;2202S.! ;20 titIOWing dit Aikkeirtidfdikitt Ftlifiat.H Mita0.;;Pie6iderit.!.Siacretary.i.Treasurer;Manager . „. ......... _ . . „. . . „. .„ _ • •..... . . . . . . • . . . . . . . . . . • " " • . . . . The undersigned is prepared:tsr.O.Ost the Council of the Ct 0E000**10 of its ability, financially or otherwise,,to perform the 04040 for the proposed work and improvements in a.e0.0t.dg0. *jth.,i0P,P.1.01*4110441-NaiiciPs$0.0.9* .„Mivizako,Ametitt Corpo.rOtiod,;,db4 Miriao.Construction . , ............ „ '.071110,11,..y Name *hatted of id40.t; •• Mine, Presiden 1014140'or TypO$40,00.1 NOTARY CERTIFICATE PFICAR see 0°6 AY4774eltee Subscribed and sworn to before me this 7th day of April ,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 ) On April 7,2025 before me, Raffi Varooj Thomassian Month,Day,and Year Insert Name and Title of Notary personally appeared Refaat H.Mina 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 ofNotary Public (PLACE NOTARY SEAL ABOVE) C-9 . , • *.04FORNlit..414.000#00400t0VOrt4.MEtirr .CIVILGODE 4118S . „.„„. .... ,...„ .,.. „ . . . ........... .„ ... . . . . „ . . „ , . , . .. .. . ... ...„ ., ..:.„ ... . . ,.. . . . . :.1,A:',..N.t4iy i*:itili0 oroth0.01c0--.00010#0.0*4-04(04i1.000.9-firy4ihk)cfpiiiitrf of itlkirictivicruOr.iiho.040_0-tw acoutOot•-tdw_hich,4histpiiitc-iliiliAtiach44rictnotili* 0tilJ0160174:,.:.*41*!...:000iresy*thoftiocOttiorifi: , • ,; •........ ::. ...- , •.. ... .... : ..., „. ,. .. . .. ,.. „. .. . . ... ..,. ...... „. „ .., . ... ..... • Sfato,tittalitaffil y County of LcitAtThd,alst . .. ....... . _ . On 041.0t12.05 -• . , before me ,Ikaffil.Vit0Of..t0uttasaatt,Notabippltik ,.. . .. .. . . .. _ .„. ... .... . , .. . • 00(.4 :Wiiiiii ii*oiegiatne:ahowitti:00i0.06100 ..,,,..... . . personally1 ApOar*:[.•.AOTa4t.1%;Mitlai. .... ..,...... .... ....,.:.,....„. . ., . Wainei(si ot8oe(s), . . . . . ..... ...„ .... . . . . . .. .......... .... . ........... ..„ . .. „. .. .... _„:: „.....,.... ,.. . . who ioto4.-id. to me to the basis,of 0#0:ral-.000.000.0.04 10,..be:ille..i,prson(s)ivii.hose name() .it./* .. subscribed* *.141'Vltfifil`;.11.14iTurrI4Tk40focknow144449 10,--,r4Oltia'04/4641040i";.20)09.00:-010,1440tO in hiOreritOiiipiuttioilzedaiOiact6i044.iiidcthgtktailie:r-...,/ittek00_iigOtp(#prf tflef#.4tiloppft*m.rmi-Nr,,, a.ttfeefitifil'Aici behalf of which the gisgoo(4-,400wept.*the instrument.,• :t.ceriest,funder PENALTY'OF PER/tiFtY(10014-,laws . „ . ,,Oftrie- tako of Oalifoila#ot.tNirf9rogoo-gpAr-ggrwii is*PO-40(0900 . . . ,, . .... . ......... ,..,.. _ , .,......,..... ., ; '''141203411-04:".009:04 4! WITNESS*hand.and official bOdl. .;.• . ,• :1-.;,',7- 1- .":":. ' las*OOK•titinti,. I..; . . , '8•-z7e7r':-:-:.010#10:?1,24119.844.Z., : - ... . .. , ,, ... . . ••- •• . - ,.. 111±1.5>,;::•htittoxiim4siptiossittozaig& : , , , , , .- , : ; , .. . pati:*4."dfi .,- •• -- ' ; ,-- -: .- - -- -----e•'- .- ..-.... ,,• -., ",-,,,-... ...• -........,..._.,:. 4..,.... . . ...,.. .. .. . ,. ... ... ... ,, 0.001Y.0.0.446,041j0q, - • ... 40790.4L.1..".:''•' :'"" '. -------.-•• .---. ••--. ••-•• • .. - 0.940 1414'1.0qt10.40viido44.comtilletiiv4htiliii60010ito0 OrOkeilt.001010#100.04400)t or "ft4oatiteniiiiiitith ohineritOrttAtdeitilgiati.:06100tidek$40.04.0:100.4.. 9:6.4riptiOtt of:A.*Ohlef:LPOO Orile.Ot .., ... .. . .T14q,ip,r,Typetif Doc-ui*iefit: . - .... .... -.. .. „.... . Document Date . • • . .. ..... .., . ,.„. ..... -, •••.:, ,." " ,.. -. - . , 19:tgibet--0.Pages: ..: . ..... :Slop(s.)-:.Other Than Named Above ---. .......... . ..— .... - • ..... . . ...„ . . „... .... _ . ..„ 0„ .. „ .... ..: . 04,c4(0,*-.00.ime4-by Signer(s) .•Signer's Name i-...... ..-...... .. - ........................ ... •8.1§riei'iNattret. . . . ' ... o CortioiatiOtt00i4C-1110.(0):: - .... .. . . ;ll'e-brporate..Oftiber; .Title( ) .• .. ,..: ,• . . • ..• . 1:Partner--Q;11,41441 0.'GO4Oral . 1::).:P.(artnet 0 Limited 1:36iietil O Individual ftl**901491:0 Fact, :tindiVidua :0 Attorney in Fact 0.-1".44qe .0 00q0anorti:Insetvitor fairitidteilt LQ'%40140','Or.j-0904orY*9!: LI 0.0.ior,. ..... ... ...••••• --- U Other:., . . . ... . ... . . . ..... . . •. Signer Is Representing --- .:- ••• ' -.- -- ig114114.Representing , ..... . _ . .... .... . .-:-.:-.. ... . ........, .... ... .,._ ..„......_____ ..,. „. ........ .. , .„.... . , .. ........ ........... .........„._...•_ ... .,...:... . . „. .. .._, ... ........., ..... ,....,_ . , . . ... .... _..... _. 41400,40 4.-)45,04-ifori fr-www4Oiongt.0,1ofthNi:0:4;.1-:-80G-1).S:katATIAlia:a.0.4.*400ij *M*90 • Bidder's Project History For the purposes of this project the contractor and subcontractor must have, in the last five years, constructed at least five (5) projects of similar work. Describe specific work and experience necessary for project, for example,"Construction of or tenant improvements on existing civic bciliifies.",Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. The following list of projects meet the requirements of above: 1. _Name and Address of Reference Contract No.1893,Electrical Upgrades at 15 Structures in the Orange County Name and Telephone No.of Owner:Metropolitan Water District of Southern California,Attn:Wendy Nguyen,714-9e6-e803 $2,606,700.00 Electrical Upgrades at 15 Structures May 26,2021 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: EleWfesl Upgrades at 15 ShuctureaRepiadng the existing servlce panels,conduits,wiring,light.,and receptacles;providing new grounding systems, providing new grounding systems,sump pumps,exhaust fans,Welding and remotely monitored flood alarms;constructing foundation 2. trenching and badddling;resurfacing;load abatement;traffic control;control;and other appurtenant work as specified and shown on the drawings. Name and Address of Reference Rancho La Merced Reservoir Electrical Upgrade,City of Covina Name and Telephone No. of Owner:City of Covina,Attn: Rafael M. Fajardo,(626)384-5489 $237,610.00 Reservoir Electrical Upgrade February 2,2022 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: improvements to the booster pump station electrical systems. Electrical equipment includes Includes a motor control center,switchboard,and transformer.and other related work as described in 3. in the Plans. Name and Address of Reference 26585 Agoura Road She Improvements,Project Number 948481.01 Name and Telephone No.of Owner:University of California,Los Angeles,Attn:Mike Chen,310.267.1227 Furnish and install emergency generator, $1,105,118.00 site and utility improvements. November 26,2019 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Furnish and install emergency generator,pad,panels,exhaust and associated switchgear,site and utility improvements. furnish and install wayfinding,monument sign,parking and lighted building signage and stripe parking areas; C-10 4. Name and Address of Reference OCTA-On-call Electrical,Agreement No.C-O-2693 Name and Telephone No.of Owner:Orange County Transportation Authority,Attn:Tresa Oliveri (714)560-5374 Repair and replacement of electrical components.Temporary power $200,000.00 solutions during outages New eie trtcal Installations or upgrades May 30,2022 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Provide timely electrical services as needed by OCTA.Electrical Maintenance,Inspections and maintenance of electrical systems. Repair and replacement of electrical components.Temporary power solutions during outages New electrical installations or upgrades 5. Name and Address of Reference Bid Number:18-82,Third Street Tour Bus Station,8 Restroom Facility Project City of Beverly Hits. City of Beverly Hills,Attn:Mandana Motahari,Tel:310.288.2866 Name and Telephone No.of Owner:Email:mmotahari@beverlyhills.org New tour bus station,electric works,New switchboard, $992,687.76 New switdboard,circuit breakers,lighting fixtures August 30,2019 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Construction of the new Third Street Tour Bus Station&Restroom Facility,ail electric works,New switchboard, large panelboards, and circuit breakers,lighting fixtures,special equipment,door with card reader electric lick& door hold open,replacement of existing sidewalks,parkways,curb and gutter and curb ramps. C-11 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. .Name of proposed Project Manager Refaat H.Mina,(310)863-2199 Telephone No.of proposed Project Manager CCC41OB,Utilities infrastructure Project Phase 2 College building Compton Community College District S10,594,225.23 Utilities Infrastructure January 13,2014 Project Name&Contract Amount Type of Work Date Completed Contract No.1893 Electrical Upgrades at 15 Structures In the Orange County Region located In the cities of Fullerton,Buena Park,Orange, Tustin and Santa Ana,S2,808,700.00 Electrical Upgrades at 15 Structures July 30,2020 Project Name&Contract Amount Type of Work Date Completed Bid Number 18 82,Third Street Tour Bus Station,& Construction of the new Third Street Tow Bus Station& Restroom Facility Project City of Revery Hilts. Restroom Facility,all electric works,NEW switchboard, $992,887.76 August 30,2019 Project Name&Contract Amount Type of Work Date Completed 2. Name of proposed Superintendent Moses Khalili, (310)863-2201 Telephone No.of proposed Superintendent Project Number 134721E,District 7 Building HVAC& HVAC&Data Center Main,Electrical System - Data Center Main,Electrical System Test, Upgrade, Test,Maintenance and Repair Maintenance and Repair,$1,459,829.48 December 28,2016 Project Name&Contract Amount Type of Work Date Completed UCLA,26585 Agoura Road Site Improvements, Project Number Furnish and install emergency generator, 948481.01, $1,105,118.00 and site&utility improvements. November 26,2019 Project Name&Contract Amount Type of Work Date Completed Maple Yard Water Well Project Equipping and Transmission Mains within the City of Beverly Hills, Califomla,Project No.10108 Upgrade electrical facilities, and submersible $1,855,427.88 motor,control and telemetry system equipment June 30,2018 Project Name&Contract Amount Type of Work Date Completed C-12 • CONTRACTOR RIKOSTRATIQN.WITh CALIFORNIA DEPARTMENT :0F,WM:STRIA!,REIATIONSpIR);CERtinei1/41% pors7440w854 oioncuog 070. 1374:1(4))i passe 4byhe tiuforni State Senate on 101.6.: (1i 404.4:',4§tabliVici4 4 new puOliWiii10..0.501-4t406.fRegistc4tipoPitio4:0 ,which ttoiket., all contractors 00.4,subcontractors bidding and performing work on:Public Works Projects to register on.an annual 00.0 **Pile*: 1.41W30 state fiscal year) withffie,C07,0*: Department cotithOtwatfauititioi):401taidatifete,tiAtation:ftfot Contractors 41000,Each contractorto*boo 4‘p.Olic W9r155;0*itrAO't ho41,,,v#,AAW40.10cts11011 sign the fotlic' tificae. Of.g:f'.80AT,04 SO$44 114;11t,Y**-4.i.i..c.nozAY.M.4$..g0441§W*15$1P? 4.f:40t5,410.t. Contractor Registration Link— $27-073.4 :14tPligePink4irA4g9WFWPIVActiPP$01414.09.g.---4i.0140Wpgpgli,$)##009.jr, 0.11e:$:::040t4otot:0416:00.04:gagli.OW44tailosOv: li.*ViegriiigAt..c.449*..P.WPMeg..0401111 tam aware and will 0.topWA74th:.0.pt-oW00:".0400,040 Section 111)4(4**Ii:04.t.0:; ''', "0:01iti440:*or$0b0Otitrattot:00fiAtifI,O,Apaliflitd.'1.9:bid on, be listed u a bid proposal, subjectof Section 4494 of the c0).0.40.'tCode,or*Ago in ;performance of any contract for public work, in' chapter, unless currently •• • ..; • • • • registered and qualified to pertbrm public work pursuant to Section 1725&it is iidtr:Ei! violation of ttirs:section fotAtttinreOfst4c4..gootraotprwoobmit4katb4ls,.4.411x.c6zgitby Section 7029 1 ofthe Business and Professions Code or by Section 10164 or 201035 of the Public ootitft4ttdddiowta61:thd:Coti*Adifst 4,,tOgiAtiattotfottl:otitlikwoik.gutwfit, 40sgotifott 17.253 at thg:time the ott.#0 itOtittOtt wiatoitipvt.ly.,orovidii*grodor togwatiott*itill13Ift 0,1'tftP.itillOY"="OritrA*; asweil,as rorAa3:600.04,40(00 at the time Pitagimiltkg#44,bicL minato:Airerica.conoorattom dba Mfrica:Construdiork co,i4ct, By ;.•, , „ „ --rfaaCminae „",construatiencont„ 'Email President Title Dot!April' 2:fit'S,- IFW:PItegjAtration 4;1b00002726; *4.P 3126/25,2'04 PM Q&A for Civic Center-Generator&Switchgear Replacement Project Civic Center - Generator & Switchgear Replacement Project CC1720 Q&A Deadline March 1Z 20254:00 PM(PDT) Set 1 Released via Addendum 1 03/13/2025 2:47 PM(PDT)—4 questions 1.1 For Surety purposes may you please provide the Engineers Estimate for this project? 1.2 Please provide the engineer's estimate. 1.3 Can you please confirm what the engineer's estimate is for this project?Are there any contractor prequalification's and if so when is it due? 1.4 For bonding purposes,what is the Engineers Estimate? Set 2 Released via Addendum 3 03/20/20251:11 PM(POT)—29 questions 2.1 Sheet El 02:Detail 2-There are a considerable number of below grade conduit penetrations through the CMU wall shown,and they are spread across a large span.In order to access this location and penetrate the CMU wall as shown,it would require digging up nearly the entire landscaped area,including multiple trees on the North side of the new generator wall CMU location.Please confirm if the City's intent is for the trees to be permanently removed?If not,what should the contractors anticipate,as it is not clear how the scope for conduit cores can be accomplished without severe disruption of the tree roots and/or removal of the trees on the North end of the enclosure. Answer Vegetation to be removed as needed 2.2 17.Given the amount of information still to be clarified,would the City consider extending the bid due date to allow 2 weeks from when questions are answered before the bid is due? Answer See Addendum#2 2.3 12.Sheet M-101 —Note M5 indicates removal of the underground fuel lines.No detail has been provided,but the drawn pathway. appears to traverse sidewalk,landscaped area,and hardscaped walkway before it enters the generator room.What is the depth of the piping to be removed?Please confirm that all areas are to be restored to prior conditions—including the concrete pillars,irrigation systems,and concrete walkway(which may not appear homogenous after removed and replaced.Would the City consider allowing the piping underground to be cleaned,capped,and abandoned in place? Answer Exact depth of underground piping unknown.City cannot confirm.According to 1971 plan set, existing 5000 gallon fuel tank is label+/-10'top elevation and bottom of tank is labeled 3'below basement finish grade. 2.4 11.Will the storage container in the Kennel area be removed during construction? Answer Kennel area to be demolished.Storage containers on lower level to remain in place. 2.5 10.The project drawings(Sheet CD-1.0)call for removal of the existing fence and fabric on the West side of the Kennel area,and replacement of this fence with a new CMU wall on the next sheet.Has the City given consideration to the trees that line this fence boundary?It doesn't not appear possible based on a survey of field conditions to install the CMU wall without substantial disruption to and removal of a considerable portion of the tree roots,such that removal of the trees altogether may ultimately be required.Please httpslhrendors.pianetblds.comlportaU153401bolbo-detatt/126319# 1/5 3/28/25,2:04 PM Q&A for Civic Center-Generator&Switchgear Replacement Project confirm,for bidding purposes.if contractors should ignore this potential conflict in the initial bid in order to develop a solution with the City post award,or if potential tree removal and replanting should be factored into the bid at this time if the work cannot be done without disrupting a substantial part of the root system. Answer Anticipated excavation needed to install footings not expected to affect tree roots. 2.6 9.If additional asbestos testing for surfaces not tested in the previous report is needed,will the City be responsible for this investigation cost?May bidders also assume the City will issue a change order for abatement required for surfaces not previously identified Answer Thank you for your inquiry regarding the responsibility for additional asbestos testing and the possibility of issuing a change order for abatement of surfaces not identified in the initial report.The City typically assesses the need for further investigations on a case-by-case basis.As such,costs associated with additional asbestos testing for surfaces not previously tested are generally evaluated within the context of the existing project scope and contractual agreements. • Regarding the potential for a change order for required abatement of newly identified surfaces,it is our practice to carefully review all factors,including regulatory requirements and safety concerns, before making any commitments.While we strive to anticipate all possible needs during the initial phases of a project,unforeseen circumstances may necessitate additional work.Bidders are advised to Include in their proposals any concerns about potential unknowns and how these might be addressed.However,please understand that the City cannot commit to the issuance of a change order prior to the discovery and detailed assessment of such conditions. • 2.7 8.Sheet M-101:Where the underground fuel storage tank is to be removed,there was not detail provided indicating the required repair/restoration conditions.Please confirm if the intent is to backfll the location with asphalt OR concrete in the parking area,and confirm reference to appropriate standards and details to be followed as well. Answer Sec 3.2 EXCAVATION,FILL,BACKFILL,COMPACTION,as applicable 2.8 7.During periods of construction where open trenching is in place,please confirm if the contractor is required to have steel plates covering the trenches on roadways at all times when work is not actively underway in the trench section.Is contractor fencing required at the trenching locations? Answer Covering of trenches with secured steel plates is required when work is not occurring.Proper traffic control will be required in these areas. 2.05 BARRIERS A.Temporary Fencing: 1.Provide temporary fence around entire construction area as required for safety and protection. -2.3.Construction:a.Provide chain link fencing not less than six feet in height,complete with metal or wood posts and required bracing,and with suitably locked truck and pedestrian gates as required.Provide opaque,fabric or plastic windscreen material,full height and run of fencing, including gates. 2.9 6.Reference CC1720 Section E Special Provisions:Section 6.3.1 General indicates work must be completed by Friday,June 16,2023. Please confirm/revise. Answer Revision required.Project to be completed 160 working days from NTP 2.10 5.Reference CC1720 Section E Special Provisions:Section 2-2 Permits—Please confirm the contractor is responsible to prepare all SCAQMD permit applications,as well as being responsible for any applicable fees.Please note that the current SCAQMD application httpsJ/vendors.planatblds.corn/portal/15340/bolbo-deta1U126319t1: 215 3/2825.2:04 PM O&A for Civic Center-Generator&Switc:hgear Replacement Project review,processing,and approval times can be in excess of 8 months,and may exceed the project duration of(160)working days. Answer Yes,contractor to prepare and be responsible for fees.Application can begin prior to NTP. 2.11 3.Reference CC1720 Page A-2:'The contract shall allow the Contractor ONE HUNDRED SIXTY(160)working days to complete the contract.'Has the City taken into consideration the long lead items associated with this scope of work in this working day estimate, , and can an extension be given based on the anticipated lead times? Answer See answer below 2.12 2.Reference CC1720 Page A 2'The contract shall allow the Contractor ONE HUNDRED SIXTY(160)working days to complete the contract.'Please clarify if the 160 working days commences at the outset of the contract,or if it commences once the work begins on site.If it commences with Notice to Proceed,please confirm if NTP is to be issued before or after long lead item procurement has been completed. Answer NTP is subject to receipt of long lead item(s)procurement. 2.13 1.Reference CC1720 Page A 2'The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY.'Please confirm if these local Agency business licenses can be obtained post award and are NOT required to be in affect prior to bid. Answer Business license from agency can be obtained post award. 2.14 Please provide fuel piping depth and storage tank depth Answer Exact depth of underground piping unknown.City cannot confirm.According to 1971 plan set, existing 5000 gallon fuel tank is label+/-10'top elevation and bottom of tank is labeled 3'below basement finish grade. 2.15 Please provide direction on how to protect trees and roots at areas where grading/concrete will affect trees Answer Anticipated excavation needed not expected to affect tree roots.Removal of vegetation will occur on a case by case basis. 2.16 Section 263213 Package Generator.Par 1.4C is requesting us to provide additional fuel polishing filters as spare parts.There are no other specs requiring a fuel polishing system.Please confirm if fuel polishing system is required. Answer Yes,please provide in accordance to the specifications. 2.17 Reference Section A,Notice Inviting Electronic Bids:Page A-2 under Project Description describes'additional alternate work'.The • contractor bid schedule includes lines for this work(line#21 twice).If these items are indeed'alternate'work,will the lowest responsive bidder be determined with the inclusion of,or the exclusion of,these line items? Answer •Plans,Contract Documents and Specifications/Section A2/Project Description/Last Sentence— The additional alternate work consists of refurbishment of the facility switchgear system,as well as the removal of the existing generator underground storage tank located in the Civic Center Basement at 2000 Main Street,Huntington Beach,CA.' -Revised:'The work consists of refurbishment of the facility switchgear system,as well as the removal of the existing generator underground storage tank located in the Civic Center Basement at MtpsJ/vendors.planetoids.com/porteV153401bo/bo-detoW128319# 3/5 3128125,2'04 PM Q&A for ChM Center-Generator&Swltchgear Replacement Project 2000 Main Street,Huntington Beach,CA.' -Rationale:Per plans listed,this is not'additional alternate work'Contract Document Section A2 revised.Bid to include retrofit of existing switchboard and removal of existing generator underground storage tank. •Plans,Contract Documents and Specifications/Section C2/Contract Bid Schedule -Item#21 —Existing Retrofitted Switchboard -Item#22—Removal of Existing Generator Underground Storage Tank 2.18 Is the 2500 gallon sub-base tank based on total capacity or useable capacity?What is the required run-time at full load? Answer It is based on useable capacity.The running time for the generator is approximately 35 hours. 219 For the full load bank testing,will the portable load bank be allowed to connect through the 2000A 3-way MTS?Please confirm. Answer Yes,the portable load bank is allowed to connect through the 2000A 3-way MTS 220 -We are providing UL2200 listed generator,will a UL Field Inspector be required?Please confirm Answer UL Field Inspector not required unless field alterations are made as part of install 2.21 On-board paralleling Is mentioned a few times in the specification.This is a single unit operation,please confirm on-board is NOT required. Answer On-Board paralleling is not required. 2.22 What is the sound level required for a Level 2 Sound Attenuated Enclosure?Please specified a dB(A)level @ 23' Answer The max sound level required for a Level 2 Sound Attenuated enclosure is 78 dB(A). 2.23 Please confirm Rypos Active DPF is required for this site. Answer Yes,facility is close to neighborhood and requires Rypos Active DPF 2.24 The single line does not show a disconnect on the generator that feeds the 4000A Service Entrance Rated ATS.If required,please confirm size. Answer Main breaker serves as a means of disconnect.It does not require an additional disconnect. 2.25 Will Stairs and Platforms be required to access the generator? Answer Existing staircase will be utilized for generator access.No additional stair or platform will be required 226 Would the city consider extending the due date for this bid by 2 weeks? Answer See Addendum#2 httpmJhrendors.planetoids.comlporta&15340/bolbo-detail/126319# 415 3/28/25,204 PM Q&A for Civic Center-Generator&Switchgear Replacement Project 2.27 Pages 260-626 of the Technical Specs are blank. Answer See March 13,2025 email.Excess pages removed.No change to specification was made. 2.28 Delete and take exception to,"Any available insurance proceeds in excess of the minimum coverage amount specified herein shall be available to the Additionally Insured Parties.' Answer The following statement will not be deleted 2.29 Section 25 requires General Public Liability insurance,which is an outdated form of coverage that was replaced by the market with Commercial General Liablity(and therefore most insurers do not write it).Is the City instead willing to accept Commercial General Liability coverage and separate Automobile Liability coverage each of Si M minimum limits with the same specified coverage details as set forth in Appendix D? Answer Commercial General Liability and separate Automobile Liability coverage is acceptable. https://vendors.planetblds.comlportal/153401bolbordetall/126319# 515.. „ .• .„ . .13bactw-e, dlotikPizZIPOSALBONEt. „ . .„... 'KNOW,ALL•MEisf6Y`..111-.SPAESENTS,'..that we . • . • • •• .• , • ed.,%'!.PrieidOpli:.(heiefnaftef ” "..• " a corporation duly organized under the laws'of Minr.esota •5:ititt 4.01forjletfto.te4nt40,'ateiter4r$Or4ty-tiu$irteitiim:thirtrAt6:;off.6ritOilia, " nafter •• 'editlittie",SO.retYliTaFehe#:-grOAVO0061 40,44.girtSitiet•tiLiii116416ASet*:!•,C*92644.•„._ • . 0?.;0pLiGET,foltior.;000•0,roitoo::,t*pOrtg.e-ex:Itf the Principal,not, however, in . % of the accompanying bid of excess of I the Total Amount of the B!d .-.„ IiirtwItia*nisovof'.*1116K.:* 0**011'.a110:140.-W1*.ftlalid0; the Ofizt".P40000i'alidItiC010',SPrOt„...Vt*ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Afit':r4.Nbitt004,btAik-00.0.0.AtTO4 i$:*.rd*,:;tiolt..,...liSprpo ;:#10.,;Aiii01*(tiog,;..,-,..40piiitpa,:fg is about to submit to the Obligee a Proposal or bid, dated on or about the •fratkfi*OtP4000-:''''...640*;for: performance ofthe designated or(2)the furnishing of the specified goods,supplies or products,to-wit . . „,. .FIBCCGdnre'or 2ntt'SfiVitdheat-:Reolacement Project,,CC#1:72G:: • . . . . .• . . . • • " • .• . . • 00:i06,:.T1404EFOkterCiffefi0iiiiaiiilt:" .:01-40;i•tpermitted• • therefor, but 0i2011,46kriiikoatjd enter into a written 7, .,with the Obligee. .with the terms vt:.,010*ropOse)•••-cir•••0421004..*:*00*11,00•-ffigt•Or,'-::40.0000!,-.10:::::416.••Pring1P•41, 0ittijo;14.0.,:pro•;:.portni4,4 '•I'ltki*10t**!:Oft0i-;ii-166-#4**ofj,t0Ftok*P 004}MS#4*#*•.-P0.6.004fT0e.**6741,2iti4tiaic)41*.00#4•0*0.044-4*•• . -•.' Principalttik said wotk.4!::000aldt..ae::peti part ItigOOtand if#*0--.#6016,41-shall:give bond or bonds for the faithful 00091111PF1.* thereof, and/or for payment for labor and materials going Ittereinto, as in the specifications or contracts,provided: or if the Principal shalt in case of failure so to do, pay the Obligee the • • •• •sum of this bond,then this obligation shall be null and void,otherwise to be and remain in full force and virtue. ..•*-- PROVIDED. HOWEVER, that no action shall lie,.or claim be enforced hereunder, unless the award on the basis „ . of said bid shall have been made within thirty (30) days after the formal opening of said bid, or within :01*.*01....*epOdk****.A0,0',:!.41.f.4:',Pr..01...#161617 *:16tieV0:!40*-:sPaii•00 greater, and unless .464: Obligeeaction to enforce any claim hereunder shalt have been commenced within six(6) months from the date of the formal opening of said bid. hereunder shall give notice to.Surety of said award at the time of notification to the Principal;and unless legal PROVIDED, always. that this Bond shall • •••" " •:••• :•"'•:•;•••••: ".. : • • -•-• •-• • -•.• • •Ji.t.4(.00';4/.0).Kt 000-:.§(6404:,ppon,.54cqb•J'Ad:Os*,'Ate;d01110004.i.b•Y•*:.. • Certifiedso ::".0.,40:2,0caPti*4.0f.„,,if,,,,jA.4,0t#.**itflarrgtxfa'-i0-0,90.00)..„0:4***,,OtAttPr60-41.Y4r*4.tto execute'such a bond. the ot .• a•• e.• „ , • •• • •• .`• • • .• . •Signed,sealed aritt'OtetVtiO.,.,01.f. . •. • „.. , :Principal Name • ‘71'' , '• -,741SOr By • :" „VAL.-- • .• • s • — Name of Stii'att . y • • • ..2' ". '• •. • . .• . , . . .„ . . • . . • .. • .. . . ..__ . . • .. , • , , . „. . -. . . • •. • „ . ..... „ ...... ; . .. . ,..-:• ai110000A 44409000104.-: :414cH10401.400.dittairr . .. .:004400E4.4409::.•': ': :I.:,•.: • • kiidtiOii01. 0;e*fifieriiir4iti4j.iietfttii*tifeedfSi**i****"0*ii-4.01tiii***: ..• ,1! qidttntieitleWiitaifiateitftitifeid:iibgtfttttitfdiii :detiutliy4.0eieiid4tTthACtfdtd*44t- . , .... ...„ . - ,:: .. ....- ..„. ........ . i i • - 11$*.i4itc400:00k. i)-1.' ,.‘ ,, . dairitsea..,...:......litiAti0416 ,•,:.:„.........- ......;.•,,-:•„....-- .!'il'. ,... • . , ,. .. • faMAR 25 AR' 4" rt - , .,.:: :,::21.1, . :,,, ...„.,..,,before-Tie,:,-'A+,190,,NktiRe.4,,,•Notl(YR1111fq, . . ,-. , .-- ,•, , Da1 )4iitidivieeit,":1701*..4047tti000e 00'0.4. •• ,-.' flora,Miccith • Old-000k;:40:000,i !:!!...-„:-..-..:':.':,•7:-.-:-'.':.It'---- . .. ,... .... .. .. ,.. . . .. • - --- -- . ' . 1 - '. - • 41:04/4f4.417:00i, ' . ,. ".,,..- . • ....,„• . „ , • . , • i4ticis;044ifilig*-icitt:iii‘:iiii*Aiii6:4-***4(464-jiii4:06iiis';:b42*Petto*'*os*tr *W101:*: ---- ,.;"'•• - , - -: •::-!::iiiiiir2iiiiii*i0ifitifif-lifeWiiiiiiiCificiii.€1.60Ow7iiitti44**-0#(''.ifitifsWit,0,3**ifitii--!:$41fielii: „ .... iiiIiiigit0.04.0iii*4**Otitki4:*0.4,W.4.0it-000.:***-06*.,rr**!:*M114:P.P.rso..:00;: - •::. . . ..:. Oilhefsetitit'i 4)606660 ipti*itektf*p.:Omn(itialitk***10:'lkffr104',', . •-• •• - --- -• ----': -: -' - • '•- ' . . . • . '''' ''' '''''.. - '' ' '- I." • l csOiSti*litir:Fiti,40t;(*.P03(**4400:01avit,,:. ... . ,,-:: '''•- - . : '— :-:1.':: '' : .::- :.'.'''..::. :,•':::4-itidittiffiiittitit6iii1iiiikiti4iiitr :iiiiiiiiistrue and -,-:. .•. . .-, .... .. •:„ .: .... -•-- - ,‘,,,,,tssi-k,t.:?iiiitartilliihile.wAlifdrtav ..,. ...!-, . - :. ,.... • .•- z- //,., ,, --,7-, .,,,, „i,,,, ,,- -., ,,; ,,,,,,, 4.. .i.,..,,,,,„ . i• •.- ---.11,---. ... :-:,A.4.10,000./Pw,e,--, •• ,..:': -,!' , isidefait.; zg.„1„,,,thitimajd r..,:-.,,..;; ,...;.,417,_,,,,,,',q,..::::;,- - '.. ' '..' , ,-, -:- ,-,,: •• . •..: . . .... ., . •• . • • . .. „.. . . • •. •.• .,...• , .• . • ...0...1.01***4$01..*:60*-.•,, •:,-..„:. . •- ,‘`: : • •.:,::::: . :':: ::.--. ::. .-.: :: .-••,.-. : ....', ••:- .-:: ..-• .• ,,-,-:,., •:,•• :. -•:..., .:',.: • • . . OPTLONAL •: tirdutocitott:tkoknitw..opstieglit,:dervhtitygffi*Iiiii:i.rtrOroffi--04krkit00:1**34,4:04.,*Orentot.- . .,•., 110000.100...tepttoctiiiigi*Oirthit. *RE fotv..:44.00.mtkq:'.00p,orort(''':-:' •:- -.--•'• ':yi.-::' .• „ -.- :r• . . ,, . .,.. 1405010.thiii of tAt*tchecillogiitAent?:•.--:• -,.--: •.' ". ... -%..' ... , - . • ,,,..,„.-: ' , ..... . , '.:. ::,--.-,,..,.-: ,- ,,•::.-;,--;. :.., - , :,, , „. :.nlittif del::"y43e1:0;t:fcteutiiiirit:::-•,--,---,‘----,,,,---,- ---,,--, ,-. -.-.::-,-;--,/.17,4itjtittteiet,DOW,- .. . .. .,' Ntixiiii.eii'iit'P-44*:-.:, : '-.,i_,--':,t,i(iit0*0.43elliiiif-iiititiied:A13:6411k --,..,------•,-, -.,:, - .,,, --...:..J.,: . -- ,.•,.- '.-.- „ ,:;.,:.: q1 :...:.7., i4r0i17.0,bitt., 0004' :::•,--. ... ,•-- ' ,. :,: ,- ,', ,,,:.,-,,-', -, „.,'.:., ',•,:,.„ • -..:,,:-.,'.. . .,,- ..!-.,s.,-....,,,,.....- :..::..3,., *:diriorigkitifdt,(,-:.;.--':::.: '.. :•:••1'-',• ...,-;,----:::.!''.-...::::;,:::-.•E:,.•,,,-,,,•.!,-:,,: .,"-2:-:, :,§40-: :Is4ite::.:..,:.:,,: -•• :- .r'.....:.).E:Vtitibittlibiti60 .11itet9-',::.:-.:.:-,.,--.:.-,,:::::,',.';'::-,.,::,:-•:',,Ct:CdtporatiltKiier'..',--‘Titte(0,:,:,,,..,,,.'s:;,,,,:,,,,,,,--"'-..,.2:". • - .-. .• .., ... .!1. - .• aPaftli* 4:0.0rnd•::.,,!.: ° 0.-0. ',.*...,*. 0,1:.04t ' iT.ti.,etiM1..i 4.:',a LiOfte0..:. 0 50001 '40*.* !**r0110!F444 •100904 Pt01oill•fg,i.;-t Tuitei 060. 10:006ii040r a:T41eg n'dvitifafoc$'i,*.,''•e•. ry•4*.:.••---::-- , . .;•::,.:-:;,•!!::-.:A,•:••!••.:•'•,::-..•.: i-'•,..,:• :• :•,- ..,,,•:,..,!•,,aottiok -."..." i.7.,::::7;:::,Z.:. .1::::/'./ ,'-.:::::..i.:,::::,.-:,-;::., 01,.4-.010j.,. .,,;::::... .,,.,, .::...:: .....,...... • „ .,1 i6Wt* :.fieiri*g,;4iti.4-'t.,,;f4:144i ii*(0i011.':•44**40A:014ii0,0%07:040.01:-AtelT(0..9111 . ., • ,:- :-.-:. . '.. .,. , .. •. ,.::.,, . . . , , • -•• ... , ,. ',.:,,: . , .. c: . . . .. . . . .. . . . . , •. • . . . .. . . , . .. „ . . . . . ... . _.......... _ .._ _,.., .....„ .„. ............._ ... . .... . . .... . ..... ......, . „ .. „...„ . • . ;i . • . • • CALIFORNIA Ail4ISRPOSEACKNOWCEDGMENt CIVIL CODE§1489, ....... • "POt0t339.09'Pr'Pthe.t.v,ffiper.OrOplOtOgit*,,cef,04*-yerifiesiqn,ly:*i00,*6f#101hdiAu:41*.q*re0;11* document to which this certificate is attached,and not the truthfulness,accuracy1 or validity of that document. CaliforniaState of County of Los Angeles' • 04/07/21328 7:before-me 4RaftlYdittir.11.16iiiattitif Notary Ptibrt Date, Name and Title of the Officer OtittOnalitt.3.015potted Reat H ...Mina . . . Name(s)of Signer(s) whoproved to me on oi*:{1441*,01'...*Oic°100"". evidence; v whose name ).146 ••••••••..„ • yepoettkeil.fait**40ifti'.ftlicri*eit':,afritt;4ifi4i4J*164:*i..1*:that feetthij. ..executed the same iti :• 1011jerit#142a*OetzfOOPO.6,000;:a0a01#001W110110.,Orgiotra40.04A0tIfig:TniircarelittWPOPOOMe: OrfliA901P/A4P9PI.igitiiif* %k1100410:-0***46fe,4 **00,00'-ftle.194VrPme11.4.-, • , • • • e laws I certify under PENALTY.OF PERJURY "'-'• :'• ; ot tt*t''*atifof California that the foregoing paragraph A.Atuit:and4batidt „, , • .. • .,(• • AMMESSityhOird'aiuttofficiateaL;?.. .. • m"?-4.1 •- ' ,• •• ,rikr•q4 ' Canlii*ORIMI; • : ; q.' 1.,292k Signature• : •• ,, • • -." " ,(4144t110;.'15E,;ittotaiypiiti& 06cir•VritatytiFidiAilove • . OPTIONAL Though this section is optional, completing this information can deter alteration of the document or - - fraudulent reattizeijiniolf thhcicittirici4ifunintended document.DescriPtion of Attached Document ;. ' • • , •„„„ Title Pc Type of OPPWINTIti-‘ • b6cutreriti. • • jjKomber.W. Pages:. Signer(s) Other Than Named Above: C.oridoRygebt.:01aiiiied .,.Signer's gttio .. • .••...„.„•• ......................... ..;- ,„ • 12,..P*140*-4:666#1,4;ridigs: - *...(0?4Fther i049,1901 • • :fa•Pqrtnor 'i0Oanforii1 o Individual ':trAttiiiinoiti.iii;ti 0 Individual 0 Attorney in Fact TrusteeI0atiardtarfteCori6eriirefoi.t • • 0:Guardiatvite:Conseniator -• Signer Is Signer.iii•1100rotoi#rei§ — • . ? • „ •• •••• • • . „.„ „ . '.62014,NatithialNaltik.-Aiiiifiditlaii.iAviiitiktsliiiiiiealiqiitalOtte4i1.4306;US‘NOTARY.t1A0047-6,641241Ateditt5907 • • ••.• •• .. • ..„.••••••••• ....„ - •-•. . ..., . . . . . ----• , . . , - . ..:-A..40....4*-4.* .. •- —- ...P.1.:Me.R'..,r)FAIT_ORNEY.." . „ . . ....... ....: .. .. . .... .i'Rtijaw Ak.1.:404 Br,Thide.Okt.Ottlrs-ft.h-EitSv.e.4ien:6:*f*ik*iialI'-*iii**ie'6.0'i*. r1:4(viiiiiii..t0a:iiii4,04iri3Otir-ii;606-ipoi**i2s ';..17.402,cPrAtiNtgkr4-qPi?01r*...000.4-:0414c4::.Piettd..-Mi0i;Oiix.,... ...MONO.Ft-040,Fra',...Ar.ifct F.1140400-*.04*.ir; .0ifiiit4reciiiciiiiit.,..s40ii0**701W• „ •, . , •••.^1. • •-• "•• ''...lik-bile-anif4044,-"AtiOtrieY(4iliF2.44;:iii..0-ttilutc0Or aildatitliemilit**Abit:*al,:oftbe;„protopririy aa,syr44.,-.,*Elioct.‘ailogittivir.pacu:0115.,.the.: 01'.Ipit,tfle„r.p41140y„06r0tri;,tif;',.0944-.*pipa,c0,;40rIck.,...vii(lOrttit0i94:r0.6ttifii#00A, r.-Pter written 0 JigatiPPP,In- o.na40-thereof;-(other than 11.4.0".401:104,,,,,.60,k`.ilop0ifirii--bortr*.--,otOrtiiaja,gegciticlf..),i0.4044/0.1.10-4.v,400i....4,..,1)01044000.5g.:-5-#0.000ft4tit.paper.aifit(101. guaranty lithida,self-insurance workers compensation bortilidisaranteiirie tiaytiiirit.Of 64itar0;--ilaittriteitio-'+ittaira,iiirWtatioribotiO •Or, bteCklUrttli-OO,Oti);asIbiroViiit . , ..„ ... .. , • . _ _ 4-3-.110ttkrf,51-0401ant .lit an athotirtktiotto4k0.-aaanaggratjOt6;.of-8eireit Milliatifii6•Htleidikt tiii"ivanci4ild 00iitj0:(w:SoitX-060-..tiOrfor .'40Y-4416T0700.1.14e0.11Cf0.0.04SA4ifliti*Ok-.41.14.0.r4r400:6.1.0.0.4** 114040.1 :- - ... . . .. ..... ... -.....,..... .. . .--,A041:.14•birtifV.-0... .rl'National Mutual MO,*10.414r.A00030brrtoartle..tbarObZ;,artri•ok-oltto;;abt*OUtaidwotoy*k-f,Fook oft*ohrtiiilliW'4*,0"Ots,4i#,' ..:jitikeigiar044.nfirtne4 This appointment is yT)040.i.-u000r.,-0d.,by ojkoritY bf.e.igi40,000.of.00#4,AC'.4c.trielif.tii*IY.,*.k on..§§00tiOe*:(40i.to,This. 0:040ftii;*tt6rii4;iiitoiWarttiiiietti.hliArl6titijit;under and bY,,thaf:atittiarity.iOf ttia..iOltdiriiinOi-r*tiltiaiia!006161.60.by'..-th4:Obaicf.OfiltraCiaa'iOt . Western'NatiOrtaf Mt#00tIaAt011*C4rnP-'4,9Y-91*--:•§00-krlibO‘g8:,':2PIC!;-:: • ... ... ,. . i4E4tifita0,-.01.0.tth4**.iiiiit.r .:00;..14*..:0.00114.04;..0e.0:40*rit-**,0.0gicipni.4.-0.9,)y001',#,ittiih ..404qt0TOPRRi*0,!00.6,K04.*.gi,i; A6i,kwaiptodiii0.6464007. 000-40.t.*.itioty*::'"geilffri06*Iiiti14*iii,itiia-ifOrt4:4*'0914ebejheitikapOii:itiTipiitid!..64dk006,'*: .--4*TO'fi.'§-01*Ifi0t,*Ei='6mr-i0aPY*.e*61:40-':-T-1-4*-00i014.:-4ffith *:41.*JOS'41110.4,.rt:O-'-1*in4-.-liiildi3rtOkin0,-,! ?1".*Ft0i-t And.: suretyship: ;igiligattorist'Mt'kinds, and'%di4:iiisewitrioitotavo,ony:°4401.*ti.i0404,04.iii.004 and revoke any y16,iii4-tkAttOieit" •• • „-.. .,. „..... • „..... ..:...,...„,„„..„.„...... :, „...,..„,..„....; :„. ....,...,.. ,.,...... ... ..,•,.. ... •e , „.,,..., .. ,,. 0 rg;4.010i.4f ail:te4r.,t0.$40'person= ' • '.:- - - "" . •- .'-' ' E".SC.4.:11E .tit.iiTHEftiflit'ail.Si.14iiiiiii...,itrii1.4iteili00,e*O044:9,i**WijSkOltiii§sitiiiliOlbTe,:(kititr 00.:Iiitisdlii4.'y,Pqliiii e.--..-qcurt,'---pA---ri.k..!.. cakiri0;i1griect-')it',0,103iirept4ertt",•artirtic0!4140ftror,A#1,006e et'*0,:rOto.ot-',.-,: r0,-1:#04;t0:4-002-seat011t4:--,$0killact*Octi4iY--.00V-': '--aifteritigyietr'asaiiiiiifidicititory-;-6(-. - ''-.,,--• . ,,,- . --.:. • „ • -..' --,.;,- ".. -- '. -. -- -.'"...-: -. : -' - - . .. --..' •. .---- -• :,•011: when signed ti.'iiiii3Oraatite4.,-14 Yici-laresidatiof assistantvtce president secreryorassistent secretary and countersigned and ... ...**ad--(it'a:s$V0640.1*.iiI:ect)i**40,00190*4:49110-rin,40.0r.:',P•Oent;''.b.F', .. , ' • . ., - '; • .,.:. • .:.- Vily...,*tio:dtity*eci(0060sOtetV(Itase..0.1*1.2046f*ytiS•1;.pre Or inOroaHttoirtOy4fitt,taCkor:agents-ptasiiattt.to and within limits pf .. • -'...- the'auti*irityi‘evidett4iitiy,th4:#6,46iiiit Attorney tiked:by tf*CoitioptiVIii,`.04tiritiisht64,:delitait04.7,',, '.••-.' ' "' ' ..:..".:.'-" - • -. RESOLVED'FUIOHOR..thOtfietrOr041.4of.arld(101040Offr*at4.0.6.100.4f.the;c4tn.P.4711V14**0i0:1*140sffi***40P0051C::- .2'cifigtiOrriatrkr-**a..q4410rooputfior*O-tk*ocUttopi'atirt 044040(WO8t*-00000941114.:*#04ai**,06.),,t404,Atotk':. --:,00044060p-a6*P.iiritio0;',014,46:640dr.idit*i**14.*:0 jt10'19:•1*:&044'14iiif::41k 06).14'-0_ . ,teet,anslieff44.10•110.10,.kTr104.01,Vaffixed;i•-• 114.,WiliNetWt4EREQPii Weiterti;Naliariat-Mtittiat trtitiriattitortitiatiSi'fiaacialiactitiOgOl'i5jesenislitt.'itisAnkt tiYile'PrPtitteolker-afiel', itioorporalgraeatiolia,afrixed thib,,'ttii:,'"ii*a.'DeOartitiar•-,;;102q.--- ,-,-.. -- . .,,- .-1- '..- . •- _ . .•• , . ... .. .. . _ . . - - • - • -- - • -• • ... - • ,- . ...4.,,,-..-doc....... 1.: . " - - - - • . -.--- ,. ., . . , ... . ,. . . ..: ........„ . .. • . ''N.',;'-*.''-,,,"''- .'..' .......... .Jokfk-;-Ilebeiri;:Set,r*.*St.,:.--. - . . , . .14#YA:'P.90r#iAi..iY100'f.70%.,4#0t' . • - . . , . .. , . 400,0140.04'0Csci0i.re**,-*!.ENNP?0.1 . .. .... . „ , .. . .• . , On this - --'1'6'th-:'Oak'of -'-"December,-'-'-'21120A,PeesOrtah-Olre3b4for-i4o)e:46ri,,R,--ktebitiaatt:atirf Lartif A;;,4yara.-aridlit frie./..kiicilik*k*thk, • 1:60kY060$'611:i1Of°aers*#v.wAst:*rirlogcflor mo:40 rn44640'cogtoni*#.0::,00. 4ted the:.40.0e:,11-isttuniOn'ti*tai they.q.40000.1.1&1044 the ' .',i;i00ticitif0i4:4404i-*id'600461t.itle:a04:0:iiiiipOid.0100,4y4t4tioiorioi:Mio;.th.'01(ii***Ylii:0.0iir i401004***oriiiijOtpoid04:o0:,... . ifiicit**4(dtri**(to.0i4.gooktf.5,0*iir9;4iiiiiioil*.ihotooroi.ottioii.,and that ciOitiP50*A0t'Ohlittit*OgOifWAs***60,0***0, • iii,ifiattiiitit*it ititiii:Oliiiif to the ii: 4initiii*it'bi'iti'i.itiit)dii0.'.-6ttf*;f:4iiii.iSf'kifr4faedbfiar4*rjOitifidji: • ... - - . ............,.- . . .... . ..,..,- ..-•.....,--. .... ,- . . .• - .. . . . .jtlit4tdikd . .,-...-._ i ,..--;,,,,...::....-,..:::. . . . •, • 7-1-401AFtY,PUBLIC: '-' ' -• • '-•.., :. , . . ' . .:.' ••• - -- ' . ; •.-.- --,, ---.,-. . ederitsw. - :Ciii-3.ii22e, .- .. --.- --." ' •• •Jennifer A.Young Notary:Public- •- ; -.1tAy..:ciiiiimiiiiiin d*Oiejaiiii61:ii 31;',20 -. -• ' - ' . . . -.--.-- ;- : - .- : . • • I';',.#1*Pntteiti#0:O.',1-0:Sf!s40.1t:P.0t0t)f..gl**Oger#;144tigt.1044t114.01104ra60Ar0:#PO'fig,'Nfiiii*Oacori*".atOiti,'"••POIC7-7A7:•tfigte.;:foregoing AnO,Alkhed.*4wer.ot,AitiyriOrfoitiOlij6ItAfOtt*antl:*ticii",4'60rvrii***10n4A0hertrtOr,k;f0.4 the E.#,4140001019tAti1'.04-000400)riT;Ot: ,t6ill'ilettigt.P0v0:00ttijtit0;.441.i.rivit'rkt,,i:Oica,,,-,'"•.'• '• --•-,',--! • -, -, , . -- - . ..- :: -'. .• ..--------;- -.' - -•-,L 7':-----7.`'%----,,--::._ -..L, ' -- - -' ' --•- -:- •-•.•-/ ::„. ''„:,;i4,7174-,;,,,„....„ ,•-„, . . • :' ',••••,-4,--.,:---4,zizr-t,,‘,—...Ns....... -.-., iy 4.,gi.,._,, ...z. „ .. ._. .. ,.. ..4...,—,-, . . . ._,. :.§Jgeto.aredgolokr.g,ipsity git.Edon*:ivOttika„, ity of ,.1„.O.C..:..:.. .:,. ' ' y.:... -Jennifer*L.yotong.;-:AssIsiani, ,acre,"„ ! .. „,.. , ...... . , . • .. .. ............ ..... ... ........... ... , .. . ,..„ ...... . . . .. ... ... . „....... . • . .. .. . . .. , .. - -- w,,, w'r' +a R 'a9`„h,'f 'Sx C"'. .m sa,.-6 a yf,,t'S ' dba MincoConst Corporation, ctOn lion, �'y'� a?'' '41'4, y � e` 4'''' '"- " >^ 'NSF+ `ly`"G i � AA' k ,fw"*"t - xfr,.+� a `"�'�A"` • ;' .�b3- 'q, 't `' a 3 0.�,' xx�i ",�F a A�.,+_ -�i� gf 14 522 E.Airline way e``� " 2 ,�«� a 2' rF ei. e «} Gardena CA90248 .-,.7'. i ° ;it ` '4 i� , K 'Y t . ;,* " x.#" Gardena, a"!' -i; f,.h- t i'+Yi « xT e Y C Y: #k S x- r. r .'r � .rea. -M r - zts 5x° .,, `� g� e x Vey ;a � ca ' -yy - fad" " em'w'+", _,„'-', .. y d• 'awY ,a yro *.`" '? .-*4"`, £"--; 4K 'r 'x_ .r' t w . r, � s. < >i K * v �r 6`'" �k' its+ Official Bid Security-DO NOT OPEN "", _ ;L2�"4," xx � �,.-' ,p +. ,44.,4`.047.4.4-_,,ti,41",.:-. Attention:PATRICK BANNON ��!", 4= " •v: tiu w .,. 4,, V * r Project Name:HBCC GENERATOR r r ,F .d. <L. T `' - x h `:' .a, "' &SWITCHGEAR REPLACEMENT x � . p • ti- '�a."�' , 7 �" ��' ' PROJECT CC#: 1720 `� , .,... � • , g Bid Opening Date: , k 10' 4 44 ',WA. :� 4 `ll-•;- g April 2025,at 2 m. - j s� A "... � ti :: e. • r5 », . ```Et it • ;74- A' ° ' ` c� ?^' .fr ,.,. C, ,, 5 ., � :, ,;• ;i 4;:r• g'1! Am..° "F ' ,�+ - ;3 n y* r' a " # ' * a, +4 ,.hU'- "r' .'C a, '_,. .,k " ^I.> -1 a , dA�' �'� 4k ,- , -:� ▪ 1:"-' `' -._T-r K +`y e v. . f.0, e .. � �. ' '.r,-.,1 ,•� ;�yet,�,.. :,..�y ,�t _ - g"ef r - a.1. � • --.a- `.a «• e 3 �.. ;� 'c,fir 35 . mow >n 3v L�^a• .'mi .i� :'�:C, , ` � '� A � , .i �i�e • .t ' � c"&b:,% � *� �`R,u: "`7.:ryr+. ,a :.�;�n . x 3i` y &s,i�-�� w s.:1 � �s�e : �� r� kc 1 rvy � fag1�'� �k '-�b^t� ;;t a�i • P v «l",a_ � �A,� 4��Y s : . K` .�-Sf 4, R" . vi- t�, J `I :ha:� i�r ,im0 ,, r "X ~ ,�-»,` _ ti'. *a= .f " .J ifi ' ate ▪ .ssij tC• 4• ,� " Y: - �; ' i'?.',,,' i= ti `"'ti t :x-..,..:Smr,,. :.•� v . . ,,z-- r r",tY il ; ^ Y t " S3 � - , . Pd of Huntington �} Beach , , x ' n C� � � ���`",,. ;_. ,. '�,,.. . • r:. public WorksO�Ce - = - t • . f - ' - " ,'mot: ' 1t,, 2 �MainStreet - „{- - , I rk111�_ iI ` - r -�MMM :pbC�,W -�-- : k Huntington CA t 4S,= - i�" tnd '" Attention: Patrick Bannon,- '`� uiuuis$aorr ., U t_, Aula V•_ ;c - L L'.y r=• 9 . `,I1o�.�NTIUGrp,�ek, CITY OF --�`71 HUNTINGTON BEACH F,.AUNTY CPk-vNemsgr , Chau Vu I Director of Public Works N. Notice of Rejection of All Bids — CC1720 — Generator & Switchgear Replacement Project Date: May 8, 2025 Project: CC1720 —Generator & Switchgear Replacement Project Bid Number: 422523 Agency: City of Huntington Beach Dear PC Inc., Thank you for your interest in the CC1720—Generator& Switchgear Replacement Project and for submitting a bid in response to the City's solicitation. This letter serves as formal notification that the City of Huntington Beach has determined that sufficient funding is not available to proceed with the project at this time. Pursuant to the terms of the bid documents and in accordance with the California Public Contract Code Section 20166, the City has elected to reject all bids received for this project. We appreciate the time, effort, and resources your firm invested in responding to this opportunity. Should the project be re-advertised in the future, we welcome your continued participation. If you have any questions regarding this notice, please feel free to contact Patrick Bannon at 714-536-5430 or Patrick.Bannon@surfcity-hb.org (714)536—5431 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov ```,"I"G f..q_ CITY OF '�Off( r9ftPOt;• 'L� ~. HUNTINGTON BEACH • z �`i �' OUNTY Lisa Lane Barnes I City Clerk July 2, 2025 • PC Inc. 2007 Priesker Lane, Suite D Santa Maria, CA 93454 RE: Rejection of All Bids—Generator& Switchgear Replacement Project (CC-1720) Enclosed please find your original bid bond for CC No. 1720. Sincerely, Al/tAK Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 l 2000 Main Street, Huntington Beach, CA 92648 l www.huntingtonbeachca.gov SECTION C PROPOSAL for the construction of CIVIC CENTER GENERATOR& SWITCHGEAR REPLACEMENT PROJECT CC No. 1720 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor,material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within j¢Q 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. Itis agreed that the unit and/or lump sum prices,bid include all appurtenant expenses,taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract,the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within I0 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 ofbid,find Bid Bond in the amount of which said amount is not less than 10%of the aggregate of the total bid price,as required by the Notice Inviting Sealed 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: ;:AdderrdaN . -.: ate'leceivf�i z.,,_..,k ,.�tt, ter`s 1 3/13/25. 2 3/20/25 3 3/20/25 4 3/27/25 r , 5 3/27/25 • C-2 CITY OF HUNTINGTON BEACH HB - CIVIC CENTER SWITCHGEAR REPLACEMENT CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Item # Description of Work Quantity Unit Unit Price Item Total 1 Mobilization 1 LS $189,177.90 $ 189,177.90 2 Demolition 1 LS $136,586.44 $136,586.44 3 Grading:Soil, Seeding, and Gravel 1 LS $ 128,640.97 $ 128,640.97 4 New Exterior Concrete Footings, Pad & Pavement 1 LS $ 124,857.41 $ 124,857.41 5 Interior Concrete Slab Repair 1 LS $60,536.93 $60,536.93 6 New Interior Steel Bollards 1 LS $37,835.58 $37,835.58 7 Exterior Plumbing- Area Drains & Catch Basins 1 LS $39,727.36 $39,727.36 8 Exterior Chain-link Fencing 1 LS $34,052.02 $34,052.02 9 Exterior Chain-link Gates 1 LS $32,160.24 $32,160.24 10 Plumbing - Area Drains & Catch Basins 1 LS $42,754.21 $42,754.21 11 Exterior CMU Retaining Wail 1 LS $ 140,748.36 $140,748.36 12 Exterior Pipe Cleanout 1 LS $30,268.46 $30,268.46 13 Painting 1 LS $54,861.59 $54,861.59 14 Underground Exterior PVC Piping 1 LS $52,969.81 $52,969.81 15 Underground Exterior Perforated Piping 1 LS $49,186.25 $49,186.25 16 Electrical Equipment-Diesel Generator 1 LS $ 1,191,820.77$ 1,191,820.77 17 Electrical Equipment-Pull Boxes, Conduit, Cable 1 LS $ 444,568.07 $444,568.07 Trays, Wiring, Grounding and Specialty Pull Boxes 18 Exterior Seals and Fire Seals for Wall Penetrations 1 LS $71,887.60 $71,887.60. 19 Equipment Anchors 1 LS $7,188.76 $7,188.76 20 Signage 1 LS $5,675.34 $5,675.34 21 Existing Retrofitted Switchboard 1 EA $586,451.49 $586,451.49 21 Removal of Existing Generator Underground 1 EA $321,602.43 $321,602.43 Storage Tank Total in Numbers $3,783,558.00 Total in Words: Three million seven hundred eighty three thousand five hundred fifty eight C-2.1 Note: Bidders must provide pricing for every bid item. The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of State Cass " DIR.PWC Dollar %of Item(s) : Subcontractor " License Registration# Amount ' ':Contract Number 11 Granstorm Masonry, Inc 629489 C29 1000004794 $29,900 0.8 PO Box 7041 Torance, CA 90504 8, 9 No Limit-Fence Company 658680 C-13 1000062759 $9,282 0.2 5552 Tangiers Dr Huntington Beach, CA 92647 22 Delta Engineering 649929 A,B 1001166235 $70,308 1.9 Construction Company C-10 26428 Field St Moreno Valley, CA 92555 2, 22 Bragg Crane and Rigging 505420 A, C51 1000002972 $12,550 0.3 6242 Paramount Blvd C10 Long Beach, CA 90805 16, 17, 21 Power Systems Testing Co. 306378 C10 2000000247 $28,255 0.7 6736 Preston Ave, Suite E Livermore, CA 94551 3, 4 Apodaca Paving 415318 A 1000003961 $30,000 0.8 PO Box 1 Grover Beach, CA 93483 21 Schneider Electric 777355 C10 20000008475$352,031 9.3 70 Mechanic Street, Foxboro, MA 02035 4, 5, 6 AT Concrete, Inc 1098626 B1 1000995964 $80,010 2.1 18261 Collier Ave, Unit A C8 Lake Elsinore, CA 92530 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 04/07/25,.at Santa Maria _,Ca Date City State Michael Crisp ,.being first duly sworn;deposes and says that he or she is.Vice President o fPC 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. Name of Bidder pC Inc Signature of Bidder 2007 Priesker Lane Ste. D Santa Maria; Ca 93454 Address of Bidder C-4 3 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 CIVIC CENTER GENERATOR AND SWITCHGEAR REPLACEMENT PROJECT, (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. PC Inc Contractor Michael Crisp By Vice President Title • Date: 04/07/2024 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes El 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 ofthe Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 ofthe 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. Pc Inc Contractor Michael Crisp By Vice President Title Date: 04/07/2025 • C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and.correct: PC Inc. Bidder Name 2007 Priesker Lane Ste. D Business Address Santa Maria Ca 93454 City, State Zip ( 805 ) 440 9024 Michael.crisp@pcincpower.com Telephone Number Email:Address 846773 General A, B and C10 State Contractor's License No.and Class 8/12/04 Original Date Issued 9/30/2026 Expiration Date The work site was inspected by N/A of our office on N/A ,20 . • The following are persons, firms,and corporations having a principal;interest in:this proposal: N/A 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. PC Inc Company Name • Signature of Bidder,! Michael Crisp. Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this 1 day of P tl- , 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. County of . 041-P.'14', Pf on :. Ji/wz before me,`6 fNtx t ' ,2i ' ?L Uc- Month,Day,and Year Insert Name and Title of Notary, per'sonallyappeared. }`A\C: e. � ;: Names)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, BRAD PAWCN WITNESS my'hand'and official seal. e-1 - , x �` : COMM.#2437834. r-; yzj .ti ' 'i�' .t1QOTARYNA Mc.CAtWORMA -In SANTASAMARACOUMTv Ornnt EligreShbruary1g102r Signatur Signature.ofNotary Public (PLACE NOTARY SEAL ABOVE) S C-'�; -44,10 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 'S 4 3-0-11goz } On 1-1/1/2o2S before me, 'MAD -1FPNi CW ti 1 cU C (insert name and title of the officer) personally appeared M emAEL CAS? 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. _. � c7 f) COMM.#2437834 m _��, <� NOTARY PUBLIC•CALIFORNIA tz-, W SAMTA SAMARA COUNTY Notary Public Signature (Seal) OPTIONAL INFORMATION DOCUMENT SIGNER CAPACITY (name or type of document) -- (capacity claimed by the signer) NOTICE THE NOTARY PUBLIC DOES NOT (number of pages) (document date) CERTIFY THE AUTHORIZED CAPACITY OF THE SIGNER Bidder's Project History For the purposes of this project the contractor and subcontractor must have, in the last five years, constructed at least five (5) projects of similar work. Describe specific work and experience necessary for project, for example, "Construction of or tenant improvements on existing civic facilities." Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. The following list of projects meet the requirements of above: 1. _Name and Address of Reference Burlingame Fire Station Generator Upgrades, 799 California Drive Name and Telephone No. of Owner: City of Burlingame Public works department, (650)558-7230 $633,541 Generator Upgrade 4-2022 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: installation of(3)backup generators and ATS. demo of existing generator,ATS. 2. Name and Address of Reference San Geronimo Treatment plant Generator Installation, 330 San Geronimo valley drive,woodcare Ca Name and Telephone No. of Owner: Marin Municipal Water District $1,423,696 Generator installation 03-2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: installation of(3) 1,000 KW generators. 3. Name and Address of Reference SCVTA Cerone Division Emergency generator replacement, 3990 Zanker Road, San Jose, Ca 95134 Name and Telephone No. of Owner: Santa Clara Valley Transit Authority $716,580 generator installation 11-2021 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Installation of 600 KW generator and 3,000 Amp ATS. Modification of switchgear and bussing. C-10 4. Name and Address of Reference La Puente Generator Replacement Project, 2535 W. Hillcrest Dr. Newbury Park, Ca 91320 Name and Telephone No. of Owner: Frontier Communications, (818)482-0497 $2,300,000 Generator Replacement 07-2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Removal of 750 KW generator, Installation of 750 KW generator on fourth floor. 5. Name and Address of Reference Various Generator Installations, Verizon Name and Telephone No. of Owner: Verizon, (818)482-0497 $10,000,000+ Generator Installations 2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Installation of 40+generators for verizon CA inc. size of generators ranging form 25 KW-800 KW C-11 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. .Name of proposed Project Manager Brad Pavlich, (805)440-2860 Telephone No. of proposed Project Manager Various Generator Installations,Verizon $10,000,000+ Generator installation 2023 Project Name &Contract Amount Type of Work Date Completed San Geronimo Treatment Plant Generator Installation $1,423,696 Generator installation 03-2023 Project Name & Contract Amount Type of Work Date Completed La Puente Generator Generator installation 07-2024 Replacement Project $2,300,000 Project Name &Contract Amount Type of Work Date Completed 2. .Name of proposed Superintendent John Moore, (559)679-2335 Telephone No. of proposed Superintendent Various Generator Installations,Verizon #10,000,000+ generator installation 2023 Project Name &Contract Amount Type of Work Date Completed San Geronimo Treatment plant generator installation $1,423,696 Generator Installation 03-2023 Project Name&Contract Amount Type of Work Date Completed La Puente Generator Replacement Porject $2,300,000 Generator installation 11-2021 Project Name &Contract Amount Type of Work Date Completed C-12 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 feefor 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/PW CR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code,provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIRas the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. PC Inc. Contractor Michael Crisp By Michael.crisp@pcincpower.com Email Vice President Title Date: 04/07/2025 PWC Registration#: 1000060504 C-13 BID BOND KNOW ALL BY THESE PRESENTS,That we, PC,INC. of 2007 PREISKER LANE SUITE D.SANTA MARIA,CA 93454 (hereinafter called the Principal), as Principal, and GREAT MIDWEST INSURANCE COMPANY (hereinafter called the Surety),as Surety are held and firmly bound unto HUNTINGTON BEACH PUBLIC WORKS DEPARTMENT (hereinafter called the Obligee) in the penal sum of TEN PERCENT OF AMOUNT BID Dollars (S 10% for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally,finally by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH,That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for HUNTINGTON BEACH CIVIC CENTER-GENERATOR&SWITCHGEAR REPLACEMENT PROJECT NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract, then this obligation shall be void;otherwise to remain in full force and effect. Signed and sealed this 7TH day of MARCH , 2025 PC,INC. (Seal) Principal i 1 Witness ./2/ ��s' f��"LC'4 �f Title GREAT MIDWEST INSURANCE COMPANY OPANY J Witness By KEVIN G ,% Attorney-in-Fact 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: Philip E.Vega,Kevin Vega,Britton Christiansen its true and lawful Attorney(s)-In-Fact to make,execute,seal and deliver for,and on its behalf as surety,any and all bonds,undertakings or other writings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of GREAT MIDWEST INSURANCE COMPANY,on the 15S day of October,2018 as follows: Resolved,that the President,or any officer,be and hereby is,authorized to appoint and empower any representative of the Company or other person or persons as Attorney-In-Fact to execute on behalf of the Company any bonds,undertakings,policies,contracts of indemnity or other writings obligatory in nature of a bond not to exceed Ten Million dollars($10,000,000.00),which the Company might execute through its duly elected officers, and affix the seal of the Company thereto.Any said execution of such documents by an Attorney-In-Fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company.Any Attorney-In-Fact,so appointed, may be removed in the Company's sole discretion and the authority so granted may be revoked as specified In the Power of Attorney. Resolved,that the signature of the President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary, and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company.Any such power so executed and sealed and certificate so executed and sealed shall,with respect to any bond of undertaking to which it is attached,continue to be valid and binding on the Company. IN WITNESS THEREOF,GREAT MIDWEST INSURANCE COMPANY, has caused this instrument to be signed by its President,and its Corporate Seal to be affixed this 11th day of February,2021. �� iaiuft GREAT MIDWEST INSURANCE COMPANY 1TES \EAL ., BY ""'"' 0'ii,lfd:_y /\� Mark W.Haushill '�� President oR!'oatS 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. ' 'ern . CHRISTiNA BISHOP ff.ile..�dd��►► :Notary Public,State of Texas BY � F;� ` Comm.Expires 04•14-2026 Christina Bishop 4r„�r,tt+� Notary ID 1314904t18 Notary Public CERTIFICATE I,the undersigned,Secretary of GREAT MIDWEST INSURANCE COMPANY,A Texas Insurance Company,DO HEREBY CERTIFY that the original Power of Attorney of which the foregoing is a true and correct copy,is in full force and effect and has not been revoked and the resolutions as set forth are now in force. Signed and Sealed at Houston,TX this 7Ih Day of March 20 25 , �`o�tigt iNSUggyC6.0 �S CORPOAATESEAI BY 1 Leslie K.Shaunty ,04 Secretary S CORPeat• "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 for the purpose of misleading, information concerning any fact material thereto,commits a fraudulent insurance act,which is a crime and subjects such person to criminal and civil penalties, 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 }ss. County of LOS ANGELES } On March 7th,2025 before me, Philip Vega, Notary Public Here Insert Name and Title of the Officer personally appeared Kevin Vega,Attorney-in-Fact 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 PHILIP VEG signature(s) on the instrument the person(s), or the entity upon A ® behalf of which the person(s)acted,executed the instrument. '+•-'�,t Notary PLblic•California tip' ' Los s CavityCavityI certify under PENALTY OF PERJURY under the laws of the State xf7, CommissionisSion 2ay05b9 of California that the foregoing paragraph• true and.eorrect. My Comm.Expires May 31,2028 WITNESS my hand and official seal. Signature: i Place Notary Seal Above Signa u of Notary Public OPTIONAL J Though the information below is not required by law,it may pm ve valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title of 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 0 Individual ❑ Corporate Officer Title(s): 0 Corporate Officer Tille(s): ❑ Partner-0 Limited 0 General 0 Partner-❑Limited 0 General ❑ Attorney in Fact Right Thumbprint of Signer 0 Attorney in Fact Right Thumbprint of Signer ❑ Trustee 'Ton of thumb here 0 Trustee Top of thumb here ❑ Guardian or Conservator 0 Guardian or Conservator ❑ Other: 0 Other: Signer is Representing: Signer is Representing: CA\0D102000.50 t 11\10151761.2 22 (UPDATED:01-19) 1 ...fir} r , ,�- ;� ,-- p„ ' F fe•,z,� „••*,, #".1. ♦ _` .,, :f, { -" -„ram. _ +' ,� _ - r 'r.. n =�.�, '3 r ,r r • e ' ' *ate #ki;.,'.f7 ,'":"" ..''t"; -•-"t'" ' "✓t+ •s,*yrr :4.-, s t'yyrf: f- w' z ` 46,7 is, - .. - r r ;,t ,: ..lam _ a • . z•. L x . a$.N x'""G't r '.v f ., __s.. ...- ,�,_;,_:,., T.+ ,.,:.�x_..,, .r ._ , v —_ ...__,_: ,,..._.�..-a+••�_.a'1_ .,-.� T.iPYr^I*r9;_.—w��'w $..� r ,"i` r %. 44 3 x , •' �i LJ �J C R ;� POWER SOLUTIONS r e .y '. 2007 Priesker Lane,Suite D, aF * r °; „', Santa Maria,CA 93454 OFFICIAL BID SECURITY- DO NOT OPEN Attention: Patrick Bannon -i, • r ' Project: HBCC Generator& Switchgear Replacement Project k ° k CC#: 1720 ' * Bid Opening Date April 7, 2025 at 2PM u rtr -, Huntington Beach Publics Works Office '1' 2000 Main Street, - 0,"``r • Huntington Beach, CA 92648 • . ter " u.._ • J'.Ay'7P.. ,..�y 0°101..INg7.0— CITY OF , _; HUNTINGTON BEACH \•�`�C ` •trftW `,` Lisa Lane Barnes I City Clerk — UNTV i July 2, 2025 R2BUILD dba R2B Engineering 23421 S. Pointe Drive, Suite 230 Laguna Hills, CA 92653 RE: Rejection of All Bids—Generator& Switchgear Replacement Project (CC-1720) Enclosed please find your original bid bond for CC No. 1720. Sincerely, 10114:4./A/pArt Lisa Lane Barnes City Clerk • LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov /EMC Employers Mutual Casualty Company BID BOND KNOW ALL MEN BY THESE PRESENTS:That we, R2BUILD dba R2B Engineering as Principal, and the EMPLOYERS MUTUAL CASUALTY COMPANY, a corporation organized and existing under the laws of the State of Iowa and authorized to do business in the State of California , as Surety, are held and firmly bound unto the City of Huntington Beach as obligee, in the sum of Ten percent of amount bid 10% DOLLARS, lawful money of the United States of America,to the payment of which sum of money well and truly to be made,the said Principal and Surety . - bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH,that,if the Obligee shall make any award to the Principal for: Civic Center—Generator&Switchgear Replacement Project, Bid#IFB No. P0973-25 according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of such proposal or bid and award and shall give bond for the faithful performance thereof, with the EMPLOYERS MUTUAL CASUALTY COMPANY as Surety or with other Surety.or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. Signed, Sealed and Dated this 13th day of February ,.20 25 R2BUILD dba R2B Engineering Principal By. Witness Employers Mutual Casualty Company surety By. thia . Young,Attorney-in-Fact Questions regarding this bond should be directed to the EMC H.D.Bond Department at 515-345-2689. 7007.4(07-14) 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 San Bernardino On FEB 1 3 2025 before me, Kassandra De Leon, Notary Public Date Here Insert Name and Title of the Officer personally appeared Cynthia J. Young Name() of Signer() who proved to me on the basis of satisfactory evidence to be the person($) whose name() is/gie subscribed to the within instrument and acknowledged to me that Ile/she/trey executed the same in his/her/tlyeir authorized capacity(ips),and that by his/her/thhir signature()on the instrument the person(), or the entity upon behalf of which the person(p) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph KASSANDRA DE LEON is true and correct. � COMM, #2408438z WITNESS my hand a'• official seal. Notary Public•California o z `` ©range County I '4:i,.r,1 M C rrnm,Expires July 15,2026 - Y- - � � r Signature Sign:7- 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: ©2015 National Notary Association•www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE NQ 0 7 6 9 0 SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY THAT;Pursuant to the Insurance Code of the State of California, Employers Mutual Casualty Company of Des Moines, Iowa , organized under the laws of Iowa ,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, 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 4th day of March 2003 ,I have hereunto set my hand and caused my official seal to be affixed this - r 4th day of March 2003 .ohn G- end' nsuranc 'ommuslj Byt/ ,1 ctor- id. y for Ida odro•1a - Acting Chi-:`epIy NOTICE: Qualification with the Secretary of State must be accomplished as required by th. tions Code p = ptly after issuance of this Certificate of Authority.Failure to do so will be a violation of Insurance Code Section 701 and w. .e grounds for revoking this Certificate of Authority pursuant to the convenants made in the application therefor and the conditions contained herein. FORM C13-3 OSP 00 39391 �mc_ P.O.Box 712•Des Moines,Iowa 50306-0712 INSURANCE POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS,that: 1. Employers Mutual Casualty Company,an Iowa Corporation 4. Illinois EMCASCO Insurance Company,an Iowa Corporation '2. EMCASCO Insurance Company,an Iowa Corporation 5.Dakota Fire Insurance Company,a North Dakota Corporation 3. Union Insurance Company of Providence,an Iowa Corporation 6. EMC Property&Casualty Company,an Iowa Corporation hereinafter referred to severally as"Company°and collectively as°Companies°,each does,by these presents,make,constitute and appoint: Adriana Valenzuela,Cynthia J.Young,Kassandra De Leon its true and lawful attorney-in-fact,with full power and authority conferred to sign,seal,and execute the Surety Bond: Any and All Bonds and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company,and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire October 10th , 2025 ,unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED:The President and Chief Executive Officer,any Vice President,the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to(1)appoint attorneys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof;and(2)to remove any such attorney-in-fact at any time and revoke the power and authority given to him or her.Attorneys-in-fact shall have power and authority,subject to the terms and limitations of the power-of-attorney issued to them,to execute and deliver on behalf of the Company,and to attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof,and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon the Company.Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company.The facsimile or mechanically reproduced signature of such officer,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power-of-attorney of the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF,the Companies have caused these presents to be sig -d for each by their officers as shown,and the Corporate seals to be hereto affixed this 22nd day of September , 2022 . • / ••tt R.Jean,P ident&CEO Todd Strother,Executive Vice President ,,,"" of Company 1; irman President Chief Legal Officer&Secretaryof �Op INSU .`��OOMP,Q',, ,` t(6 ''., P Y i i "'y' H�= &CEO of Co •:nies 2 3,4 5&6 Companies 1,2,3,4,5&6 pP°R C' `�PP°R O1: :V pPOq L'i f 1 5^e'O ; e` ° ��6' -t pro=c, -0- SEAL : = 1863 cc;_': 1953 =K- • ;2 lows ;o; " .o; 22nd September 2022 *.IOW * ; ;o,H�,�,a'.) *, * ; On this day of P before me a Notary Public in and for the State ,`` of Iowa,personally appeared Scott R.Jean and Todd Strother,who,being by me duly sworn, did say that they are,and are known to me to be the CEO,Chairman,President,Executive o`,suRAN,,'•,, :`Q�NsUR4Iv a,�t0a. Vice President,Chief Legal Officer and/or Secretary,respectively,of each of the Companies `,,P°R ,`P's '`, - ` SEAL. 1. above;that the seals affixed to this instrument are the seals of said corporations;that said E. SEAL SEAL K instrument was signed and sealed on behalf of each of the Companies by authority of their :o: ; - g _W: D respective Boards of Directors;and that the said Scott R.Jean and Todd Strother,as such ;OwP*,.•- � *4• 414,oaK'0"s•' ' SMOINES ` officers,acknowledged the execution of said instrument to be their voluntary act and deed, and the voluntary act and deed of each of the Companies. My Commission Expires October 10,2025. KATHYdeVaidas v LC:MAIDGE • My Corombolonalos Octobe"0' Notary ow Publ in and for the State Ia CERTIFICATE I,Ryan J.Springer,Vice President of the Companies,do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies,and this Power of Attorney issued pursuant thereto on 22nd day of September 2022 ,are true and correct and are still in full force and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 13th day of February 2025 • /02/frig" Vice President 7838(9-22) 0000000-NA J0565 000 AEC 000000 "For verification of the authenticity of the Power of Attorney you may call(515)345-7548." I,rl •i OFFICIAL BID SECURITY-DO NOT OPEN Attention:PATRICK BANNON Project Name:HBCC GENERATOR&SWITCHGEAR REPLACEMENT PROJECT f° CC#:1720 Yt Bid Opening Date:April 07,2025 at 2 pm. • "Original Bid Bond" ' for CIVIC CENTER-GENERATOR&SWITCHGEAR REPLACEMENT PROJECT CC No.1720 w City of Huntington Beach 2000 Main Street,Huntington Beach,CA 1 92648 4 ' • u?K944 Bidder: R2BUILD dba R2B Engineering Add: 23421 S.Pointe Dr.Suite 230 Laguna Hills,Ca 92653 Cell: 949-466-5543 Email: info@r2-build.com =4 1 . ".i f:a `' �i�� 11VGT 10 °, .°?a-,A, CITY OF ;` j=; HUNTINGTON BEACH V `Fi1�° Chau Vu I Director of Public Works Notice of Rejection of All Bids — CC1720 — Generator & Switchgear Replacement Project Date: May 8, 2025 Project: CC1720 —Generator & Switchgear Replacement Project Bid Number: 422664 Agency: City of Huntington Beach Dear US Builders and Consultants Inc., Thank you for your interest in the CC1720—Generator & Switchgear Replacement Project and for submitting a bid in response to the City's solicitation. This letter serves as formal notification that the City of Huntington Beach has determined that sufficient funding is not available to proceed with the project at this time. Pursuant to the terms of the bid documents and in accordance with the California Public Contract Code Section 20166, the City has elected to reject all bids received for this project. We appreciate the time, effort, and resources your firm invested in responding to this opportunity. Should the project be re-advertised in the future, we welcome your continued participation. If you have any questions regarding this notice, please feel free to contact Patrick Bannon at 714-536-5430 or Patrick.Bannon@surfcity-hb.org (714)536—5431 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov NTINGr� CITY OF (/`��Off_�iaaFos���•?mac' - _, HUNTINGTON BEACH Rio "- , �cFroU NTww;;�%��� Lisa Lane Barnes I City Clerk July 2, 2025 U.S. Builders & Consultants, Inc. 42 Sorrento Irvine, CA 92614 RE: Rejection of All Bids Generator& Switchgear Replacement Project (CC-1720) • Enclosed please find your original bid bond for CC No. 1720. Sincerely, 0144,,,Atfar- Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov SECTION C PROPOSAL for the construction of CIVIC CENTER GENERATOR& SWITCHGEAR REPLACEMENT PROJECT CC No. 1720 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor,material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work- therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within ha 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. Itis agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract,the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid,find in the amount of which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Sealed 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 01 03/13/2025 02 03/20/2025 03 03/20/2025 04 03/27/2025 05 03/27/2025 C-2 CITY OF HUNTINGTON BEACH HB - CIVIC CENTER SWITCHGEAR REPLACEMENT CONTRACTOR BID SCHEDULE ` PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Item # Description of Work Quantity Unit Unit Price Item Total 1 Mobilization 1 LS $179,853 $179,853 2 Demolition 1 LS $571,805 $571,805 3 Grading: Soil, Seeding, and Gravel 1 LS $7,745 $ 7,745 4 New Exterior Concrete Footings, Pad & Pavement 1 LS $ 580,318 $ 580,318 5 Interior Concrete Slab Repair 1 LS $ 5,971 $ 5,971 6 New Interior Steel Bollards 1 LS $ 40,964 $ 40,964 7 Exterior Plumbing -Area Drains & Catch Basins 1 LS $ 59,651 $ 59,651 8 Exterior Chain-link Fencing 1 LS $ 97,488 $ 97,488 9 Exterior Chain-link Gates 1 LS $ 3,025 $ 3,025 10 Plumbing - Area Drains & Catch Basins 1 LS $ 1,270 $ 1,270 11 Exterior CMU Retaining Wall 1 LS $61,952 $ 61,952 12 Exterior Pipe Cleanout 1 LS $2,693 $ 2,693 13 Painting 1 LS $9,631 $ 9,631 14 Underground Exterior PVC Piping 1 LS $15,677 $15,677 15 Underground Exterior Perforated Piping 1 LS $13,859 $13,859 16 Electrical Equipment-Diesel Generator 1 LS $1,650,166 $1,650,166 _ 17 Electrical Equipment- Pull Boxes, Conduit, Cable 1 LS $ $ Trays, Wiring, Grounding and Specialty Pull Boxes 972,918 972,918 18 Exterior Seals and Fire Seals for Wall Penetrations 1 LS $3,616 $3,616 19 Equipment Anchors 1 LS $2,094 $2,094 20 Signage 1 LS $1,310 $1,310 21 Existing Retrofitted Switchboard 1 EA $153,085 $153,085 21 Removal of Existing Generator Underground 1 EA $ $ Storage Tank 139,604 139,604 Total in Numbers $ 3,597,051 Total in Words: Three million five hundred ninety-seven thousand fifty-one dollars. C-2.1 Note: Bidders must provide pricing for every bid item. The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment; safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of .:: State Class DIR PWC " Dollar; ' % of Item s Subcontractor:; : License Registrati Amount Contract (� 'one# Nurre ELROD Fence Co. 332890 8 & 9 C-13 1000005592 $97,000 2.70% 459 MISSION BLVD RIVERSIDE, CA 92509 CamMer Electric Inc. 1,2,16,17„ 1103398 C-10 1001035239 $1,659,203 21 117 S Pennsylvania Ave#B 46.14% Glendora, CA 91741 LP Paving and Grading Inc. 1089202 C-12 1001031634 0 22 1286 PERRIS STREET $12,395 0.34% • SAN BERNARDINO, CA 92411 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 - , " " ' , •, •.XONCOLLII$10N..AMO.A8tit TO BEVC...XCUU3)---.BY BIDDER.AjSlini,'S.-USWTTEAWITH RID 1 declare utid-Ori:p041ty..ofpotiwy,4.0:cio:tle.1,4. ./544.,:thOi:Sia.*:.gficPlifq44:1114ti:tWatt..:Ogoi;t 4 • letii:ahti:C011tet'itid that this dellatatiott:tsex"fdattaciiltP4.4/2*,at: [Nee CA - • . Pelt: Po? 'State. TraxnetAtkad „. ,ttittg thtLatily';$*:#1,41416:g0;g:;•.404: 20,s,:that. br „ „ . she is Vice President or US lEktildert'dnd CaOdultanti16d the party twattitis the foogottig 6idIh4thi..151ift$:tiottade in the iatettgrtif,..,Of on,the,;behalf df,ah)(titidig6lOstd,Persott, ptitttetoghiNolipollyi 4-$404iiiloo,..:Qttii240.,,xot.,p:0009n;that the bid is genuine and not collusive or sham;6at:the hi44or'hag;:act directly p.0.4.41041y induced or solicited any other bidder lo:otItih:4;:fal$d or sham bid,and has hot dit.t0:00k indirectly`.colluded,conspired,connived,or .agte94*ttkaay.-hi4stgt:9ragyt4w4#0 put 1T4ApT,4 ted;pr4140400511411:04tt)from bidding, .thactlie,bi&i.eii,.fiAkijrdt in indirectly,sought by agrOqtr01440timitinkati* or conference with anyone.to;fix the bid:010,Of thOraotly':-otbe 'kliodoe,,oe to secure any ':g4vaptage againgtl*p.03,1(c.;1*-yawqrdig.g4h '.contract 0"t anyone interested in:thgpr9p940. contract,that all statements 151.440,has not directly or gabmittod,:,Ngr,-.Qt her bid oleo,ottipy breakdown thereof,o the contents thereof,or divulged ittfctrapOtycir data,.r*No and will not pay fee to any :tQtvota4ziot,parttiOghi*Ortkpapy assodiatii*:Ottailitiotf,M4ditiootok*•*to;alite,°,rbothboe or • agent thereof ttfOMpiaato,4,..dailwkie.e or siightbia:, US 43.tiiititS.Arld;;Cdtittittarits inc . „ . .r.,.„. .„ Nartie Ottitidt, , , „, • , Deseit.Latus, Irvine,tA;9261;ai .. Aickliv§spfBickfer • . „ , ; " • • s .• • ..., UTIlITY:AonEWNT tIc*oBMnE YOR OP WV COUStOlt, CITY OFOVNTINgTQN grAC.14:CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performiince otihe*tAkvoilfr4 HI the contract, known as the ciyT ,"C*010 oEstEwQR SWITc}160, REPLACEMENT PROJECT.. (1)(*)(it) ill employ and utilize only qualified persons, as hereinafter defined,to work inproximity to any electrical secondary:tietrOsttit'stcin::raciliii.es.The :term "Onalified Person fr is defined in 1 '4;:Lcomen*Administrative',Code, Section:MO, as fplIpwsz! "Qtiaiitted Person 4 person who by reason Of etperknee or limirtiotion;,4fon!gior with the opqmtion:;4o bepoilkinedoeMg 1:147,41rds:1000.94," The undersigned alSo promised.and agrees that all such work shall be performed in accordance with all*Applicable electrical utility company's requirements,Rubk,Otility:Cornnilasion orders, and State OraliforitiaCal-OSHA requirement& T:arriet,AWd The undersigned:further promises and agrees A4t the proyisionshereincShall band are binding Upon any subcontractor or subcontractors that.nio,be retained or employed by the undersigned,: and that the undersigned shall take steps as.art.e necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained hereikUS Buitdersi, , pliti`CoOtilt,40#inc. Contractor . . „ 1 a PlfOidett -Title, Date1240,2 c-5 „ , . DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes dNo 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 ofthe Proposal shall constitute signature of this questionnaire. C-6 COMPCNSATIQN IINSICE CERTIFICAT INIrgoant to Settiort i861.,ortilstato Loborcodo,eachcontractor to Whonta publieWorks dot-it-act :has been,awarded shall:sign the folhowine.certiticate, I all- aW4Kg of the!prOvi*iris or$etiibrr)100 of' :the Labor CO;10;Which .require:every employer to be insured against'liability for workers compensation or to undertake self- insurance:in accordance With the proyiSitios of that' dide., and J *ill,,comply With such proyisions before commencing the petfonnahee ate work cif,thistoatrait: US Bui1,01 and 0911§4Itants Inc- - , Contrad i oc . - , . -. - flijerd4::: t .ethi. ,.........j ,..,, ,,,...7 ....„....„ er kV:ad y Vice President :Titfe, Date'0124/265, C-7 . , . . , ..., . , ... . • ' , •.,, • . --, .. ,. , , . . . :. . .-: - . "" '. -, ., • - , .'.:„ . . ,i -- . :-... :1311)DtWOISPORMATIQN, BIDDER OettifiesAliat,:the following:infOrrnatiokis true*awl cornet 41$:Builders arid COnsultants:Ina „„ ...„„.„ .... .. .. . . Bidder Name, I.16 Desert LOtus,ItvitieVCA,:a2618 „.. . . . „... , . _ .. . .... . . , .. Busietess•AdtlraSs: ...„Irvine .. ... ..CalifOrnia .. ,M1.4.. . .... .. , ..„ , City, ' Sate :: Zip '.. (41.4„..) .11-8402". • . - tatteratis;builders,pom. . . .. Telephone Number Email Address 1:067739 ... , k$4.,,,P . .. . . . - . ... . .. . . ., State Contractor's LieanSelSto,and.ClaSs, ... . ... .... r06.0141:Pate t§.We.0 _12:61/036. . . , .. .. .... . .. „,. , ...., .*.pqiiration Date '.ftia work-sitaWas inSti.eatedlby rcAohaeriadArtriallah'ototte.:Oka oti . ,2014 • The f011aiking:are persatiS,ciatf‘and ObrporntiariS having a principal interest iittilitijr.Opesal; . .. ... .. .. . ..... . . . .. ... ..r Ittionattied Alt:64110h . . .„ .firaident Tamar Poad . . . Vit6.PeeSideett .„ , ,„ . _ .. . .... .. ... . „, . .... „ . , .. ... „ .. . . .. ...... . . . .. ,.. ... „ :. . .. . . . .., . . Thg..tttld-migo'od..ig 0.0.00*4 to:satiOy34utwJ1 Oftlia;Clity:offftintingtori. .b.Of financially.Or otherwise, to•perform the contract fOf:r.the,,proposed wail( and improvements in aeoordatiee,withjthe plans<dnd .LI ;B S-; uilders and Consultants Inc-, . .„. . , ..... ii_ 1------ 0.y.N#ir ..., :: : : : .. . , .._ , . .. „. .. ... . .... . . . .. .alli,r,' ' :: • : -'• . . ---. Signature of:Bidder ..:„,,,,,---t-,—"' • " 'Tamer Awed . . .., . .. . , ... .. . . . . , printed or Typed Sigtintitra: ..0,8 , . • 4UPOR144.4ACKNOWLF GMENT • :CIVIL.CODE 1f89:: A notary pubticor other.officercodipleting•this cerijficatevenfies only..the identity:of the;ind viduat: rho�sigried•fhe,docrarnerit to which.this:certificate it.attached,.and not the•truthfulrtess,accut'acy,,orvaiidity of thattdocum'entt • ' • `State`of California County:of ; 31) ' , t,. Z:. `.-• before me., • ,fah .: !( 1" { ut f He `,Inse'rt;:Name and Title-of:;tfie Officer PO* � � . .. . personalty appeared ' • 1lfgme(s)of$ignet(s): -who proved to rrie;or ;the basis of satisfactory;evidence to be•the persort(s)whose bate:e(s}isjare:subscribed to the within instrument and.acknowiedgedfio me that.he/she/ttteyexecuted the same Err leis/lien/their :authorized capacity(0;and thiat•by his/tierltheir signatures)on.the instrument'the person(s),or the.enter . upon behalf`of whrrrft;the personas)acted executed€fi a iristrtrrrrent PENA�t_lY t F PEI UR�Y d th "" I certi under un 'er' e , ' 4564O6 •z `tears of the State;of-.Califon ijOil#hat'the.fo►egoing Gtft ok '�:'r',. Notary`pubiic-catifornis rs. ue.an.- yam;, ." 'O.aragrebti i tr d corned,. a? ; q ;! .0 ,t arrsmran•g iieet.' .1.2Q27 nQ.Y:. WITNESS my hand:.and;official seat; r' •- Signatu a.. - .Ponce Natgrryr Sea/arndlor Sternip'Above •' j..-.•tare-of 1Vatery.Public Completing 07..4 infookttiorr eafr•i�e#er alferatrr»,dith4.4644 exit or fraudulent,reattacliment 0.i40.forrrr.to err utriritendect document^ . . Description•of=Attached-.Document: Tine.or Type cif:Document; : • . . . Document:Dete:.._ - ...• . . .. ..• Nurrrberof:Pagesr - . Signer(s);Other?Than Nafrted Above .. .. Capacmty.(ie )Claimed=(a Ssgite ), Si ........ _. :Signer's Name:;�...._ . . .._ . r s.Narrte. - gn D Corporate dfricer-•Titfe(s}: ... ti Corporate er--1:r e s: - a.partner= t .Limited ci General Ci;Further'- Ct;Limited',a General . .: p Individual ' .is;Attorney,in fact 'D Individual q;Attorney in Fact,: oa Trustee. ci.Guardian or:.Conservator :0 Trustee Q G:uardiant:or Conservator.:.,, ' Q Other: •. _ :1•Other;, . .:... .: .. Signer leRepreseiitmn : . . . Signeris Representing,. .. . ' • , 2019 National!Votary association . Bidder's Project History For the purposes of this project the contractor and subcontractor must have, in the last five years, constructed at least five (5) projects of similar work. Describe specific work and experience necessary for project, for example, "Construction of or tenant improvements on existing civic facilities." Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. The following list of projects meet the requirements of above: 1. Name and Address of Reference Anthony Bendezu, 320 West Newmark Ave., Monterey Park, CA 91754 Name and Telephone No. of Owner:City of Monterey Park, (626) 307-1283 $1,011,932 Interior& Exterior Renovations 01/17/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Flooring, Drywall, Electric, and Plumbing 2. Name and Address of Reference Ziad Mazboudi, 201 North E Street, 2nd Floor San Bernardino, CA 92401 Name and Telephone No. of Owner:City of San Bernardino, (626) 532-2018 $819,983 Renovations 04/25/2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Flooring, Drywall, Electric,and Plumbing 3. Name and Address of Reference Tuan Cao, 300 E. Chapman Ave., Orange, CA 92866 Name and Telephone No. of Owner:City of Orange-Public Works Department, (714) 288-2492 $528,000 Construction & Renovations 04/25/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Constructing a New Bin Storage Structure With Relevant Site Improvements C-10 4. Name and Address of Reference Diane Mendez, 1212 Valencia Drive, Colton, CA. 92324 Name and Telephone No. of Owner:Colton Joint Unified School District, (909) 580-6586 $229,900 Renovations 06/28/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Demolition, Site Paving, Grading and Earthwork, Playground Structure, Shade Structure&Playground Flooring 5. Name and Address of Reference April Baumgarten, 24264 El Toro Road, Laguna Woods, California 92637 Name and Telephone No. of Owner:City of Laguna Woods, (949)-639-0568 $158,154 Renovations 01/15/2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Flooring, Drywall, Electric, and Concrete C-11 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. .Name of proposed Project Manager Mohamed Almallah (949) 501-3885 Telephone No. of proposed Project Manager City Hall Refurbishment and Safety Project:Phase 3 $113,400 Renovations 01/15/2023 Project Name &Contract Amount Type of Work Date Completed Project no. 13476-ADA restroom renovationsat Paul Villasenor Library and Howard Rowe Library $819,983 Renovations 04/25/2023 Project Name & Contract Amount Type of Work Date Completed CN 99811.7 Informal Bid 22-011 Building 0-1 —Room 203 Modernization Project $157,000 Renovations 10/15/2022 Project Name &Contract Amount Type of Work Date Completed 2. .Name of proposed Superintendent Taher Najeeb (714) 317-8402 Telephone No. of proposed Superintendent City Hall Refurbishment and Safety Project:Phase 3 $113,400 Renovations 01/15/2023 Project Name &Contract Amount Type of Work Date Completed Project no. 13476 -ADA restroom renovationsat Paul Villasenor Library and Howard Rowe Library $819,983 Renovations 04/25/2023 Project Name&Contract Amount Type of Work Date Completed CN 99811.7 Informal Bid 22-011 Building 0-1 —Room 203 Modernization Project $157,000 Renovations 10/15/2022 Project Name &Contract Amount Type of Work Date Completed C-12 - ' . - • - , • ;C.O.NTRACTORAEGISTRATION WITH CALIFORNIAtiEkARTIVIENT. OF INA-VFIRIA:14 RELATIONS:MIRY CERTIFICATE ., , „, F4tskiallt;t0;‘$,R,854(00tig Labor CO*!$ectiq4.1 '71'1,ttiA PO:s4ed kil the IcA0Orn*StaW Senate :Oti:june.2*•qQ14,e4tahlialieckaneW public works Contractor Program;which requires all. contractors and su1ontractors bidding;andI performing,Work on Public Works Projects to register on '4 annual basis (eaeh,July I through June,50 state 6401 year) with the;California Department Of Industrial Relations(DIR).Currently the.annual notwefiaidablexegistratiOn'ree:FOr . Contractors isff,P90:;Each contractor to whom 4,:OtiOligywo*$contract awarded shalt,sign the follOWina ertificate; PLR,fAcr$,KE-T-on S.13,04, httnlNrW:dir:ca.goy/DI /RtibliCWork0..E1854Faepieep 6:'30',1,400` pflt7s,:cOntractorgegistrAtiori: .https://efilinOlir;440/PWCIVActibriServiet?actiOrkisolayiP*CltegistrationfOrmi DIR's Contractor-Registration searchable clatahase:: ..„,.„ httpsillefilingi;(1inch00*Cg/SearcliactiOrt l am'aware alicf'iiri4 enintay With the'priWisinfiSzelLabor Code.Seetion'1771:441thiehl states: 1',A einitraetw.or subcontractor shall 100e:qualified to ihid.:ert,,be,lid jiy 4. i4:proposa.I subject to the requirements Of Section 4:04::.Otthe Public Of engage in the performance of Y,contract-far public work, as defined in this chapter, unless currently , registered and qualified:to.petform::public work pursaaht tp,,$edtibA 1724.1,':It:is not a Violation of this section for:,an unregistered OOntractor to submit 4hici.that'ls authorized by $ectlon7029;'il of Business and Prolessions((00„pr by Section 101,0402010 ofthe PabifecloptraetrodeproVide4thecontrattOris4egiStereci to perk rrhphbIlo*ork pursuant to Section 00;5*the time the contract loward.eti."' 1:4:01PrOor.g*ff 0010*by providing proof with plg as,:thepri rtlary:Pontracrgr,. as,well as ft*ALL stibçonraetors at the-titne of' ObtnittingOke bid: • . :VS Bui100440d cpri40:00ts,:In0:. 'Contractor „ „ ,„.,„ ,, • " . /44 _..,.. , • TAtner wad . , _ „ By. '-'tarnOtg444ii1dOr*op0 :Oinail ',Vitt 44re;,41'sd,ert - " • . •• • — . .. Title . . Date 03/24/2025 PWC gegwiation#:. 4000756487 044 . . • .. .. , • .. .; .;, •. . , . . .., „ .. . .„. ... ::,...... , . ,. . , • --.:. -:..., ' ' ' '; ..-,.... ,.,.' ' OCU , , Ott A- ' -, ,.; .- -. • ,- --- .--- 3101-4- 111.11:0', . . „ • ,..__ . ,, . , .... .Bidsoi3.0. : . :. .- .. ... .... .., • ... . „. 00NtRACTO SURETY .: .. rt •:'(N:' colic,r,'1..0gat,siatia.4114ta04,VS., S.,.i ' - ittoA"inalx' at*ace" (Namelegal and : . - . ., . . ?;911)zisitis.V.," . . ' .--- •'''''' - '.. Ii..S.,;13.01.004....$coip4iltatool..01 ',-- The eray.. --p ,- ,8,dioi,obiiitioy ,..Casualty k •8„ ..... ... T,hcinl consequences et:::',tidg i,Consultationinarttiit,w1440 OWNER. Meta LA . aa'r.ifOrriefis'.#00:04.0i4:'",# aki me-*gdi:#4,174:civiti494#rev,0 .„. ,..., . , '•iiiPeOtio.1,44,014.11!# ,. i .',,.. , ..firiti.di *OL:•-• "':-• - ;,''''•-'-''•- • ;, , . . , .„''.'":';'''''':.'''''.,':'•'":,:.'','';'Y':';..:'''.''-,'::,-.--',c:j-'•2O0itd9*MO.tOh..i$rittf,rV•OC,4i.9„,,,,, y',singular- ,!r'e.,..-i---re) to Beach 036:0PCPge-T,. ':,w- ,ar BOND AMOUNT Percent Total Amount other. shall considered:,'.' puri1,we: ap0i:0 . .. .. ...... ••• . . . . ,PROJECT „ •:.-.;',. .i- -:''::';- • ;.,':• . " - - '• '-ei,noiri4eil-?1,6!,10 • ,... , . - O.- 'Iddaliiiii;Ok'ditefigg',ein4 p-..,r91q--- . - 0174041400.4gri,:if 44: C P'''0 0 .. .„.. c-‘:,;0." :0'titor;,,4:09:0;a:.TI..'10-.',sw11ciii149 e a.,,t'R.,e...P,Ia writ,i3,1i..tc ...„ • .• ''' ' '''' '-'• ^-' - ,-;nt,•.,&,;... 'Surety... -'' -are bizitinitin the Own. -e'r-in'•th 'aiiiciun( 4-fa :..‘4.1,5,10;:.„.,.'"'''''"-..-4L4. ...,•-0i.tar ass'ilps„-,-;- 1,1nill'il;11,47:4) - •.2.,::,„,,i.:,,-, The Contractor kV:1 . ..,...,. ;,„,.,-.-„,..:;;,,,i.,...„;;.;..1.,eirs_.Axeputo,rsi,. ,, ;. ....,..f.;id of the Contractor -,..: oritra.,'Otni-2.04S47.Y.' ,/gi,?119-11. 7774i1 .--nsitticii'l.iiioticl-.04ntit that ifte•05Mner,,,_c_tl..7',„ ;d;c4ifeatia, - , „... .;...i,, :;.,..--•,..',.severally,da,piii,v,ide4fio0O.Pig.,on itio ., _ . ..„,,.,..fij.time.iiddifd.-4§',iriay:'00.;.4. ..',.f':Y•r-,.:, •:,-----; .,;'such . . ' . -‘'specified- ."'ttie‘biit'dbtiii#04%.0FANI.*IP.§,RFA-•„•:- r-c,n,:..-•::..:-:'.:. ,a,iiti„viiff#*1411 ,9f '•-. '•' •-•'., t',.,,' 4ithitifttl010 - 7,'-!r.,•-:,----..:- .:----:.:-.,--",. • -,'' to--diSrittatt with the Owner V-„• FF••9,*! !•••• •:-'•7 7,7'- • admitted • '''''•'••-''' •''."-- '''.' -- '•'. a, Contractor-e -- vithet1-10.40Mgl... •---•-: '''4 ' . .,''''.. '.. •..rDocuthentS-<wimasurety .... ContiA0Or,and 01 -,... -, ..,--;::-.--s- be, •'•,-:• rified,iitite.i'Addl0g0!971919.2,L,..--:•;•-•.---••••''' •- •,''f -hf Contract ' ''''' ----• ''''''-', ''-•:.-:.61' and igivgucitzliqp.4ror bonds ,...,.,.-s - ---,'-:''' taitetwihe:Owner;for,thifaithfiir.perfo s nn,, anceo suc i ihe,owoorifie, iiii.) ?iiriidieditiii-ckilii;OicifFet andi:otherwe actleP: ...s6d.truilleprosac,litiOn'therenft%or.:.(2X04r,et 7 ' •-„„.:,.;..i and tor- the4iiromPi',iiairlAerit of 409.F'aPd'n'ae4:i4,7ihi--„aitiookaiigcifjo 14,,,:iikl$4'On'4;'*440-t,. ..,ger!.??-,16,-,ttik.•-• .• ---' t ta,e'iiiiictitveiiiiiiiiiiitAfita.134fid,bAtwen_•:- „:,, ..,,,..,-.iibiiiiihe.w.d.rk,,&ij*c1,0y;*74!?!• RT!4,.,_, . difference, r ei which the .Owner' :::may 4'good faith.Z, .contract,..,,‘.,2.remain .1,...th,;.:anotheriii:rap iart!1-4 ,,and P,,;..*4 11.2.. ...•:. ,..4 9].york ig.:.-ty.1!.ti 0,..0*.waives, . any, .;,iot ii F g,,..,rot ' '' • . . • ,,,,:- ' ' 4.,',. ' "::",,,.....\.y. ;.,..-.. •shalt be itaxitifeild'''rialidrWiq''..1.14 1.: 01kl11,1',-7•:-.., , ,. ',ii.4 6,4,fierifikrog-4 .01 !71.4?....,- ,•!.11;;.:„,.- ,•„ . , -• ';'',•-,--- -'--:- - obligation „ ,!‘tz ', 7'.: Contractorto eadibiIhellnIA 10 which eri the Owner '15' "iicttlie.time for;-•• . 44ii4g!**Pt§4t!!„,",,,,: 1,-.:•.:- ••,"i..6,•an..eiddii0titi0‘44*0g4'1431(,„•.),••days ,the..:•aggregate ..Iiid.-thesixitr --,0011e14 for '''' " •1,.: ,,:- ';'.:".,",,;iiijiibiif10;490ty,511a111.9t.v.pX4 -.:, A,- .• is,.: aviiieb,wile-xand:t004090,oawoo,. .,: ... ... •-;:.,•:.- ''''' ; '-'- ''' ''-''•'''''''' 'cifbids-spgsi,fie in Ole.pi., , ..: , ...,, . . acceptance...,;.„..!.,.-....--.. • ' " (60),a4i,' -- - s . " . ' '':.:'''''-'':•:' .:i.l'::::'''''' :411iii-igi.4tiil,!".'nf:'::d:. -*‘..,connection -,:at404tota**--.1,--6,:4 Contractor, :. .t: oii Contractor;, 7?iii...ii!•,:"6:4)iia,1...,,ii.„,41..,.:1 '---i'..... ' '- '• •Ii-chil.soiii,f4 issued. , 14'5,9M--..,:. e,-.: .6,;vhdeihAit it.elrng-4,0,0,g94444'0,.,. . - . •.. ‘.' — •'ed-tdbetitheixitract9k a.pd:thlpr:7 .......,,... .„.,.........,..,.... . ,..,.. , ..,, 4._ . . _ ,_ jecti. . •ly-AvittiO:StatUtOrY or other• ... ., .1. deemedr:, location..0),dactic eoret-the_on1F.,r.:n,,,,,,,,,, ,„:•: this ,1.„_-.:, .4.-"-;--6iiiifie4.to.'comp • ..... ., ,.. , • , --•-' shall,tie,,. -....0. . .,.11- .17' 1:,: ..,..1,.. .....--,., ... Whal.,, 39f! ''',-1 .been 1' --'•''''''''. .1' requirementiiii;i,iia''''jfatiii0*"0;:110111f-• - ''.• :-, -', '..taiii.,r*if.When$9, any pros,-,itiiiiiii-giiillOiici'Sconf,lictinw w. l provisions 4la:lit.:aiiii. -ii"1**[thiciitit.ichis:Ottil'iitilin9(fr9*.th.gii.':g414!cIr°-4411:.'41:i".Ss4i"1rtit•-dir:151;:',61':(•deemed !F,tat::4r!5';7c.P7m7*01.i11S.,.bi,d:;',,,,..''-'''z'''',,:',.,:.:;.L.,j,-;:;',,•„,„::.:-;,'!;:".•','.„,,I. ,7,:,-:,;,:..':!‘:.,:.,..1.. .'• .'.• ,-'k., ': = finiii... ,.i.. ! -Yg!,#)4:-,-4, ,siar,' 1015! '4*9 of ..mttk.- • ..' ' .....,,,..'-...,'.,;.? :::-.-.::.,„.:• ,.....,,•...,°'“,.......H. '...-:-,a'.f6404,§010,.-tti,.„(g 21st tt.18'..06114ers,..ti donsuttanisilia. .'f,:---- , -.. ,„ ,„,, ,,,;;,,,.•— -„,,,,,:.•. •,,,,, .•,,, ::„ .(Ptiiici'o1)., ' '', •''':• • •- , -,ovipie_14), ..'.:;.„--, : .::-,„ ' . .. f.1.114e . ..,:—;... „. ..-....... . , ''.:.:.'.:*,'-rii•ar,3., ‘.,..* ' -, •.i ,••!. *!!..4, v thaiiait. ,:ietf.c°T1.'?1Y,- . - - --.15•44.0.: -, ,'N, \ ' , ...... ... ., .. . ,. ., : . „. ,.. . . . — . . ..... „ . .. . :.„„„.. •..... ... , ,, . .. ,.. . , :.„,.,.,... ...........,........ . • .- _. „ . - . ..., .. . .„_ .. .. .. '- ' ' '.SE AL -....(Witge.Fs)' M.01.00. 11,.;FZPirj " • .-::.,, , .,. ... ...-.. . . 'ii(17- Attorneyiin . 41', -,--'',,,-..,:::,,:.....;,,,;•,..:„,...,/z• i„....: ' • '' . '''',„'0‘..-:',-'' ''!'-"7. ,.....,_';:yfr.lt.-:•--',.-- . .• , , t. ,..-.-1,,,i...t.,1,7.i.. .4,,,;•;0! ,,,,,, • . ... . . .. .:,.., . .. „.„,.., •-- - .. . • iieervect,INARMNO:TliP4,,,,,O,Z,Lir:„..,,,. .• .. ,. • • Th Ajn,oi- ..wn:• tniAtute•otArChitOikti9W---,, this AI*,occument,e0 -- . . tart =Wed.AVrighte•4083,,AMP*141011P,bY__,_,_‘ ii .litiorized reiitojiiii*ii,ok distibytfOrt'pctil - ;,-•441,i,iii.:ntig!. . - AvociiiilentA.1;-• , :- rf"hitiiii•ehit filtPttiatio*Elf.','T " --— ritiiihesni33::**P:6-1,1 r.173431 -97.46;eridii,filie fo! ink, ...,,,,,, ,•,• -pot.16,o/or:med.by U.S O •-, ,,• op rrottiesandwilipl:Rml ., -.ancovorder ew .-2.p94,3.„,.„...,. „•• :•„ i it.' ' 'iiiiiifIti.gaele*it ari4..!criminal•''"--underthe tenne4301A,Docurnept#,94,9q1,1,....„.•. . •--uced•pn '<••,t6 itstornojetiert.,06mo i ,4Iouirky'por4or'''9- 'n9rAiii:.' ''cifi40#437430•4 '' it'' fae Use only-. and:M,X1nat b!!. P74,-.'.-- • ' '' - --TI;ii:kl'ocii‘ inwas ierittediittensid OriliOhlerit#iiiii#iite"pfi:711 onetime. gAUEGRRNIA.ACKNGWEEDGMEt+!1N;1' ::`ci'1lit..'CQDE; 11$9' A:-aata 'ubiicorathereitfIercom let1flg:thiscertificateverifieson,theidenfit of the`iiad'ivlduai7wtiosgned=tliedae itnarit. , to which tlt;,certificate is.att• achetl;:and=not.thetrut racjt:orual iftt f'that,dacu.� w hfulness,,a�cfidocument State of'Cali crcrii Conti tat C{•,>, _ l ate sH Insert Name old d Title.o tfr" (�ffrcer , tproaly•app a . .. ... 1�9 s `Niii iiesof:Sigie(st Who,P-`raved•to me;on.the;basis a4ati_si doiy.e9,ldenceto be:tti peisorr(sk whose 1;ame(s):,;is/aretsubscribed . ;ta the within instrument.and act nowledged ta:the tftaf he/she/they,eXecuted the$ame,irt,his/her/their ;a ithori ed capacity(lesj,.and that;by tijs/he]their sigriature(s):on.the:irtst"nimerit the,person(s),or'tJte.entity. , - ;.upon behalf of whidh.t ie'persgn(s)acted,e}cecuted tholhstrument ' •,,..,,.. TERR:' Clumpy,' l, tti NI:.100 P N .L7, ? f?l e.c,-T = u411c�`Cait}or :# ;.?,; z ,, e -awsof theState o CaliforniaCalifothat the foregoing lig : ►ar agraph is;true..and correct. IT ES rcdfse4: ., • Srgilature: ;ptace Notaryc'Seal andlgr S rip bore: tore o Notary'a1 i%iC . .. . Completingfhhis'infortmzation oi.i, eter?alteration.of t 7O.Gdf'camel '.or .. . frau(kJ/erit'rec soti%a tt of'this: rrn tc an:urriiirend cf d< :rira er%t; • description.of'Attachied:Document • . . . . . .Title or'Type:of-;Oociiiiierit ' :Ddcui'menttiate: _ .. . .. - .. .. - .. -.t1`uiiibee.,00.gess< 59ner(4.:QtfYec Thanierried above Ca.pacity0e4y.Ciaim)e4;.b ;S gi erts} Signer'-s,Niamev.>..—_..... ......... ..... ..„ ......... _ Signers Name:.... .. .... _.... . . . ............. ........._......... ... . . CI.Corparate.Officer=Title(s}:........................................_... :.. .'CI Corporate':Officer tleO :..:.....,•... Q.-Partner-.l Limited O-_Gener:al Cl: Part er :. :LimitedCl:.G"eneral; - . '1:1 it dlviduai ,• 1:i:•Attorhey-in Fact. 'O hi iividuai • D Attbrn.ey:irf.;Fact: 'f::1 Trustee . •Ct'.Guardian or Conservator :;ci;Trustee Cl;Guardian or Conservator . .-• O Qthei K o Otrier M, Signeris;RepresentingF:. Signer..is'Representing... . .-',. - " , .. ',O2419 National Notary"Associatiori" • ALIT R VIA ALL-PURPOSEFACKNO LE;D EIVIE T ".A Notary Public';.ar otticr;.4f icer-completing this.cer"tiicate verities:11.04t identityr c f he individual who.`sign+e i • . the`iioepment;€g which"ifus cer ificate ii's aEtaciieii;;and niilrthe truthtbines.. ccu ac ';iira alidi .o ttratdgct trieat.. ; State o'f:CaLifomii • . • . 'County-of'Orange' ... .. . :1 2015 . •On.. ..:....... . ..... ,._. ., ..,.,: .•:.`, ,be'forexne,k_ .... hrisiftd.A gers Itotary:Public,i .. _ • peisonalty:appeared :Zyanya Fernandez ' "who proved to me on':thei basis,of satisfactory-::evfdence_to bo the pe"rson(s) whose`name(s):'is1are subscribed to;the withmn instrument arid.aekrtowled; ed to me:that:,he1shelthey executed the same;'" in,h sfher/their authorized capacity(ies) 04.01 t'by his/her%their sr ture(s}-:on=tl a instr r ent.; • .t 1.0 persons)R'or:the.entity upon°behal"f.:af whiieh:the persc n(s);;acted,executed the t�sttur"tiern€ . I certi. under PENALTY Of PERJURY_und`er e'la vs of<State>of Califor.is that t ie f`oregoiri . paragraph"iki•NO,and>,eor eet:., ....: di rim � , :�. . _ � ., y ;. ei�i�: ........, triy.`la�nd�.arid�o• cl�:t�sea ;.': ref. "', �';ty:E t,W[t ,..:_,.rteissiat tEAC:NOT4ItY'sr -AHOVE: . Though-the mfor i ai on be'gw is not re juired Ezy larva.it may'prove�valua rle'0:00.isons,iel mg:au-:*#4.ocu rient aid could: revent,fraudtieint removal ailiFitsittaehnient at;this form to another document,. . Deseripfion vf attache document: Title'c r typec. , et3t ;;,� . ' .. ..: .. o..... _ .. . . ... . . . -` D',cament:Date . . Sgrter(s):Other:than:Named Above- . . Performance Bonding 12/20202410:50 507180057262 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY&SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number: WA-Bid Bond Principal: U.S.Builders&Consultants,Inc. Project: Civic Center-Generator&Switchgear Replacement Project,CC1720 KNOW ALL BY THESE PRESENTS,THAT The Gray Insurance Company and The Gray Casualty&Surety Company,corporations duly organized and existing under the laws of Louisiana,and having their principal offices in Metairie,Louisiana,do hereby make,constitute,and appoint:Melissa Lopez,Vanessa Ramirez,Jonathan Batin,Zyanya Hernandez,Jennifer Anaya,Joaquin Perez,Albert Melender.,Chrisina Rogers,Frederic M.Archerd,Jr.,Mary Martha Langley,Martha Barreras,Yu Cheng Chiang,and Erik Johanson of Tustin,California jointly and severally on behalf of each of the Companies named above its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver, for and on its behalf and as its deed,bonds,or other writings obligatory in the nature of a bond,as surety,contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of S25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty&Surety Company at meetings duly called and held on the 26'h day of June,2003. "RESOLVED,that the President,Executive Vice President,any Vice President,or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings,and all contracts of surety,and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney,and to attach the seal of the Company;and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond,undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF,The Gray Insurance Company and The Gray Casualty&Surety Company have caused their official seals to be hereinto affix • and these presents to be signd by their authorized officers this 4'h day of November,2022. B—a 01°"140.1.. ., �`5—.—. 8 • s�fs (:) Cl SEAL • By: 71° SEAL Michael T.Gray Cullen S.Piske -- 4 President President • • The Gray Insurance Company The Gray Casualty&Surety Company State of Louisiana ss: Parish of Jefferson On this 4'h day of November,2022,before me,a Notary Public,personally appeared Michael T.Gray,President of The Gray Insurance Company,and Cullen S.Piske,President of The Gray Casualty&Surety Company,personally known to me,being duly sworn,acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of,and acknowledged said instrument to be the voluntary act and deed,of their companies. LL� V Wyl/lQ W Cpl/t_.- • • � Leigh Anne Henican IT 1;c1 Notary Public"'° Leigh Anne Henican • Notary ID No.92653 . Notary Public,Parish of Orleans State of Louisiana ��• Orleans Parish,Louisiana My Commission is for Life I,Mark S.Manguno,Secretary of The Gray Insurance Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Company this 21st day of March , 2025 . 044.4401,r04004 I,Leigh Anne Henican,Secretary of The Gray Casualty&Surety Company,do heie-by certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Compail`nyptAhis,21st day of March , 2025 . SEAL • SEAL • • . . • . • . . • --,,IRAY SURETY foyo. Ht .fv 4,q gO:r747Orr:,Co.sm10009i Omparjy Telephone $0440,7440 P,CI,P0';6202. tiik0graysurd*tdhi Metairie,LA 7000 - • Stirety.t0:000(Act4000.01,1c • fib th0!:0:49..:Ihtufati,04! _ "Company and The Gray Ca$40rtVO4rOtt'.c00100ft • : • collectivelyA:tho alihOtiacl*O.-.AtteifiiOyOn-Fa#;04elli(it Ofith0-(poof.0 *t:0111.0Y-AttoOtioi*Orgito. incorporated reference tey4f+760614!.eti.ifiRohieire , •• • any bond executed behalf Companies by atty't.tiOtk4peijoy1164.Faq:.w#t4tiii6g,'this • • • • . 00:0'..0.0L.104:44010 bond , „ • To the extent this Addendum f*,at.0010.0*E4.,..0_00 that isexecuted on behalf.0*11 #(01 ,.:r400,04r)**04,-spot ;-..og4kg*Oi.ohrtsi:eliy,4600;:titottl.00400*:.410:0-, be affixed to 1:)ziri0,:At0-00-$#ne.;440tit physically , . ortfixoci toAbolgg."0:th,o**16griti, lotoftlit0:0::00100.47riuOiest‘ Q.:4; . scO! • • „ • SEAL 3 ' SEALO • .• • • • • . • 884 _ . - • ,Cialleti S Pisk6 President The Gray Casualty&Surety Company ,AttoiThoOn: FaCtil7.ft qray Irturaficptproli..ailk • . " . „ US Builders and Consultants Inc. 126 Desert Lotus Irvine, CA 92618 City of Huntington Beach r. w Public Works Office, 2000 Main Street Attention: PATRICK BANNON '` "- OFFICIAL BID SECURITY - DO NOT OPEN HBCC GENERATOR & SWITCHGEAR REPLACEMENT PROJECT CC #: 1720 • Bid Opening Date: April 7th, 2025 at 2 pm. • Y ' Public Works Engtne®ring s • r s y am i 4 y. _ '` -. ti {-m s,_ .: —.