Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Servitek Electrical & Data, Inc. - 2025-05-20 (5)
\J�m;RECEIVED BY CITY CLERK RECEIPT COPY ,1 MC'/"GZ Return DUPLICATE to ����VJJJJJ tt.. +`�► �- City Clerk's Office (Name) after signing/dating ( ' 1U /2-5 (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION r,-2; TO: City Treasurer FROM: City Clerk DATE: CO// '/25 SUBJECT: Bond Acceptance I have received the bonds for Serf/Ile !'f -f , (,, // -G . (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. A-12 IP? &.3 Payment Bond (Labor and Materials) Bond No. 0 1-/2 L/e',33 Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. Approved 1,2e)/2, (Council Approval Date) CC No. 4a Agenda Item No, MSC No. City Clerk Vault No. 1!O O. 60 Other No. SIRE System ID No. tl)cL g:/forms/bond transmittal to treasurer ��NTINGro 2000 Main Street, of - a'l` ti� Huntington Beach,CA F� 92648 City of Huntington Beach v' `} "q APPROVED 6-0-1 ?C!-'',;', .; -',:e (McKEON-ABSENT) C�fUN ii CP;. File #: 25-386 MEETING DATE: 5/20/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: John Nguyen, Senior Traffic Engineer Subject: Accept the lowest responsive and responsible bid and authorize execution of a construction contract with Servitek Electrical & Data, Inc., in the amount of$950,702.50, for the construction of the Edinger Avenue and Heil Avenue Traffic Signal Improvement project (CC- 1746) and authorize an appropriation in the amount of$389,268.00 from the Traffic Impact fund Statement of Issue: On March 28, 2025, bids were opened for the Traffic Signal Improvement Project along Edinger Avenue between Bolsa Chica Street to Parkside Lane, and Heil Avenue between Bolsa Chica Street to Gothard Street. City Council approval is requested to award the construction contract to Servitek Electric, Inc., the lowest responsive and responsible bidder. Financial Impact: The engineer's cost estimate for the project is $1,140,843.00 including construction contingency and contract administration. Funds for the project in the amount of$76,485.00 are available in the Traffic Impact fund (Account No. 20690021.82700) and $675,090.00 in the Edinger Heil Corridor Project grant fund (Account No. 99590008.82800) Staff requests an appropriation from the Traffic Impact fund in the amount of$389,268.00 to business unit 20690021.82700 to complete the funding. Recommended Action: A) Accept the lowest responsive and responsible bid submitted by Servitek Electric, Inc., in the amount of$950,702.50; B) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney; and, C) Authorize the appropriation of Traffic Impact Funds (TIF) in the amount of$389,268.00 to City of Huntington Beach Page 1 of 3 Printed on 5/15/2025 powered by LegistarTM 434 File #: 25-386 MEETING DATE: 5/20/2025 20690021.82700. Alternative Action(s): Reject all bids and provide staff with alternative direction. Analysis: On September 13, 2022, the City of Huntington Beach applied for the Highway Safety Improvement Program (HSIP) Cycle 11 Grant for traffic signal and operational improvements along Edinger Avenue between Bolsa Chica Street and Parkside Lane, and Heil Avenue between Bolsa Chica Street and Gothard Street. The two selected corridors met the HSIP requirement guidelines, and the grant application was approved and awarded for the project on March 13, 2023. The HSIP is a federal-aid program to reduce fatalities and serious injuries on all public roads. The focus is on infrastructure projects that recognize accident occurrences, analyze safety problems, and provide recommended safety improvements. Caltrans is responsible for selecting and collaborating with the Federal Highway Administration (FHWA) in administering the selected projects. The Highway Safety Improvement Program Cycle 11 has granted and approved the City of Huntington Beach construction funds which are allocated for the project in the amount of$675,090.00 with a requirement of the city funding a match of 20% in the amount of$166,346.00. The Edinger Avenue and Heil Avenue Traffic Signal Improvements project is part of the Fiscal Year 2024/2025 Capital Improvement Program (CIP) for the installation of retro-reflective backplates, near- sided vehicle traffic signal heads, pedestrian audible buttons, striping bike zones, and leading pedestrian intervals at traffic signalized intersections. The installation of updated traffic signal equipment will enhance safety features and improve visibility for motorists, cyclists, and pedestrians. A complete set of plans and specifications are available for review at the Public Works counter during normal business hours. Bids were opened on March 28, 2025, and are listed in ascending order: Bidder Submitted and Verified Bid 1 Servitek Electric, Inc. $950,702.50 2 Yunex, LLC $1,040,229.00 3 Crosstown Electrical & Data, Inc. $1,053,823.00 4 Elecnor Belco Electric, Inc. $1,097,789.00 5 DBX, Inc. $1,150,860.00 6 California Professional Engineering, Inc. $1,164,366.30 7 Select Electric, Inc. $1,171,840.00 8 Comet Electric, Inc. $1,195,183.00 9 PTM General Engineering Services, Inc. $1,272,878.40 10 Alfaro Communications Constructions, Inc. $1,296,784.34 City of Huntington Beach Page 2 of 3 Printed on 5/15/2025 powered by LegistarTM 435 File #: 25-386 MEETING DATE: 5/20/2025 11 Baker Electric& Renewables LLC $1,342,171.00 The total cost of this project is $1,140,843.00 as outlined below: Bid $ 950,702.50 10% Construction Contingency $ 95,070.25 Construction Administration $ 95,070.25 TOTAL $ 1,140,843.00 The grant application was submitted in September 2022, based on engineering estimates at the time totaling $841,436.00, which included the City's matching funds for project construction. Since then, over the past three years, labor and material costs have risen significantly. As a result of this escalation, the total estimated cost of the project has increased to $1,140,843.00. A breakdown of the funding is shown below: HSIP Grant Fund $675,090 Project matching funds available $76,485 Appropriation of additional funds (TIF) $389,268 TOTAL $1,140,843 The current available funding for the Edinger Avenue and Heil Avenue Traffic Signal Improvements Project includes $675,090.00 in the Edinger Heil Corridor Project Grant Fund (Account No. 99590008.82800) and $76,485.00 in the Traffic Impact Fund (Account No. 20690021.82700). To fully fund the project, staff recommends an additional appropriation of$389,268.00 from the Traffic Impact Fund to Business Unit 20690021.82700. Environmental Status: This project is categorically exempt pursuant to the California Environmental Quality Act, Section 15301 (c). Strategic Plan Goal: Non Applicable -Administrative Item Attachment(s): 1. Servitek Electric, Inc Construction Contract 2. Location Map 3. PowerPoint Presentation City of Huntington Beach Page 3 of 3 Printed on 5/15/2025 powered by LegistarT"" 436 CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND SERVITEK ELECTRIC,INC FOR CC-1746 Edinger Avenue and Heil Avenue Traffic Signal Improvement Corridor THIS AGREEMENT("Agreement") is made and entered into by and between the City of Huntington Beach,a municipal corporation of the State of California,hereinafter referred to as "CITY,"and SERVITEK ELECTRIC,INC ,a corporation,hereinafter referred to as "CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project,hereinafter referred to as "PROJECT,"more fully described as Edinger Avenue and Heil Avenue Traffic Signal Improvement Corridor(HSIP Grant) in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged the parties covenant and agree as follows: 1. STATEMENT OF WORK;ACCEPTANCE OF RISK CONTRACTOR shall complete and construct the PROJECT pursuant to this Agreement and the Contract Documents(as hereinafter defined) and furnish, at its own cost and expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to fully assume the risk of all loss or damage arising out of the nature of the PROJECT,during its progress or prior to acceptance by CITY, from the action of the elements, from any unforeseen difficulties which may arise or be encountered in the 1 16-5195/City Funded Construction Contract.docx—revised 04/2016 prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK;PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms,conditions and obligations of this Agreement and the Contract Documents(as defined below in this Section), has inspected the location of the job site, and the conditions under which the work is to be performed,and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by . this reference,with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; y. Bonds covering the work herein agreed upon; C. The CITY's standard Plans and Specifications and special contractual provisions,including those on file in the office of the Department of Public Works of CITY,and any revisions,amendments or addenda thereto; 2 16-5195/City Funded Construction Contract.docx—revised 04/2016 D. The edition of Standard Specifications for Public Works Construction, published by Builders'News,Inc., 10801 National Boulevard,Los Angeles, CA 90064, and all amendments thereto, written and promulgated by the Southern California chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee as specified in the particular Plans, Specifications,Special Provisions and Addendum applicable to the Project; E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the CONTRACTOR's proposal,(which is attached hereto as Exhibit "A" and incorporated herein by this reference); F. The particular Plans, Specifications, Special Provisions and Addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of a discrepancy between any Plans, Specifications, Special provisions, or Addenda, the matter shall be immediately submitted by CONTRACTOR to the Director of Public Works of CITY or his or her written designee (hereinafter referred to as "DPW"), and CONTRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of DPW,save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3 16-5195/City Funded Construction Contract.docx—revised 04/2016 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement,subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed Nine Hundred Fifty Thousand,and Seven Hundred and Two Dollars,Fifty et Dollars ($ 950,702.50 ), as set forth in the Contract Documents, to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten(10)working days after the Notice To Proceed is issued and diligently prosecute the PROJECT to completion within Forty ( 40 )consecutive Working days from the day the Notice to Proceed is issued by DPW,excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, 4 16-5195/City Funded Construction Contract.docx—revised 04/2016 subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6. CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes,furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal,the work shall be performed according to the changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site,for any reason,relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 5 16-5195/City Funded Construction Contract.docx—revised 04/2016 8. BONDS Only bonds issued by California admitted sureties will be accepted. ' CONTRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent(100%) of the contract price to guarantee the CONTRACTOR's faithful performance of the work,and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent(100%) of the final contract price, including all change orders, to warrant such performance for a period of one (1)year after CITY's acceptance thereof within ten (10) days of filing of the Notice of Completion. 9. WARRANTIES CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CON TRACTOR, within ten (10) days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and own cost and expense. 10. INDEPENDENT CONTRACTOR It is understood and agreed that CON 1'RA.CTOR is,and shall be,acting at all times hereunder as an independent contractor and not an employee of CITY. CONTRACTOR shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation,unemployment compensation and other payroll 6 16-5195/City Funded Construction Contract.docx—revised 04/2016 deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services performed hereunder. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, the sum of One Thousand,Two Hundred and Ten Dollars ($ 1,210.00 ) per each calendar day's delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the event of and by reason of such delay;and CONTRACTOR agrees to pay these damages herein provided,and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes,unsuitable weather,or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay(unless DPW shall grant a further period of time),notify DPW in writing of the cause of the 7 16-5195/City Funded Construction Contract.docx—revised 04/2016 delay and CITY shall extend the time for completing the work if, in its judgment,the findings of fact thereon justify the delay;and the decision of DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed,but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen(15)days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause • thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12. DEMANDS FOR ADDITIONAL TIME OR MONEY. A. Definitions. (1) "Change Order"means a document signed by the CONTRACTOR and CITY which authorizes an addition, deletion or revision in the work, or an adjustment in the Compensation under Section 3,or the Completion Time specified at Section 4. 7 "Demand" •a.._ demand r_. Change n L_. �2) uenianu means a W11LLGli uCiiianu for . �,uaugC Order by the CONTRACTOR for any of the following: • (a) A time extension; 8 16-5195/City Funded Construction Contract.docx—revised 04/2016 (b) Payment of money or damages arising from work done by,or on behalf of, the CONTRACTOR pursuant to this Agreement and payment of which is not expressly permitted pursuant to Section 3 of this Agreement; (c) Payment of an amount the CITY disputes; (d) Any disputes and other matters relating to the acceptability of the work performed or the interpretation of the Contract Documents; (e) A request for a time extension or additional payment based upon differing site conditions, such as subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents, or unknown physical conditions at the job site,of an unusual nature,differing materially from those ordinarily encountered and generally recognized as inherent to work of the PROJECT; or (0 A request for a time extension or additional payment based upon acts of neglect by CITY or due to fires,floods,labor disputes,epidemics,abnormal weather conditions or acts of God. B. A Demand for a time extension or payment of money or damages may only be granted by a Change Order. C. No Change Order may be granted except where the Contractor has submitted a Demand to the DPW(or his or her written designee). All Demands shall be submitted promptly,but in no event later than thirty(30)days after the occurrence of the event givingnL rise to the Demand. The Demand shall be In waiting and include all documents necessary to substantiate the Demand. The DPW shall act on the Demand within fifteen(15) days after receipt, including by requesting additional information from the CONTRACTOR to determine whether to approve the Change Order the Demand seeks. The DPW shall act on the Demand within fifteen(15)days 9 16-5195/City Funded Construction Contract.docx—revised 04/2016 • after receipt of the additional information or within aperiod of time no greater than the time the p CONTRACTOR took to produce the additional information requested,whichever is greater. D. Notwithstanding the thirty (30) days to submit a Demand under Subparagraph C, in the case of differing or unknown site conditions, immediately upon encountering the conditions, CONTRACTOR shall notify the DPW in writing of the conditions, so that the CITY may promptly investigate the conditions. E. If the CONTRACTOR disputes the DPW's written response on the Demand, or the CITY fails to respond within the time prescribed, the CONTRACTOR may so notify the City Engineer,in writing,either within fifteen(15)days of receipt of the City Engineer's response or within fifteen (15) days of the DPW's failure to respond within the time prescribed, respectively,and request an informal conference to meet and confer for settlement of the Demand. •Upon the CONTRACTOR's request,the DPW shall schedule a meet and confer conference within thirty(30)days to seek to resolve. F. CITY and CONTRACTOR shall execute appropriate Change Orders covering changes to the time or price by executing the Change Order by mutual agreement. If the CITY and CONTRACTOR are unable to reach a mutual agreement,then the City Engineer shall issue a written decision on the claim within a reasonable time. G. Following the meet and confer conference, if the Demand remains in dispute,the CONTRACTOR may file a claim with the City as provided in Chapter 1 (commencing with Section 900)and Chapter 2(commencing with Section 910)of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the CON TRACTOR submits his 10 16-5195/City Funded Construction Contract.docx—revised 04/2016 or her Demand until the Demand is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. 13. VARIATIONS IN ESTIMATED QUANTI'1'IES The quantities listed in the bid schedule will not govern final payment. Payment to CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule,the bid price shall prevail subject to the provisions of this Section. DPW may,at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion,DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings , warrant. 14. PROGRESS PAYMENTS Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, five percent(5%) will be deducted and retained by CITY and the remainder of the progress estimate, less the amount of all previous payments since commencement of the work,will be paid to CONTRACTOR. When CONTRACTOR has, in the judgment of DPW, faithfully executed fifty percent(50%)or more of the value of the work as determined from the bid schedule,and if DPW finds that satisfactory progress has been and is being made, CONTRACTOR may be paid such 11 16-5195/City Funded Construction Contract.docx—revised 04/2016 sum as will bring the payments of each month up to one hundred percent(100%)of the value of the work completed since the commencement of the PROJECT,as determined in its sole discretion by DPW,less all previous payments and less all previous retained amounts. CITY's final payment to CONTRACTOR,if unencumbered,or any part thereof unencumbered,shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Provided,however,that in the event of a dispute between CITY and CONTRACTOR,CITY may withhold from the final payment an amount not to exceed 150 percent of the value of any disputed amount of work. Payments shall be made on demands drawn in the manner required by law,each payment to be accompanied by a certificate signed by DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as an acceptance of any part of the work. 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR,who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated' by this Agreement, CONTRACTOR shall file with DPW its affidavit stating that all workers and persons employed, all frills supplying materials and all subcontractors working upon the PROJECT have been paid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items,if any,to be set forth in CONTRACTOR's affidavit covering disputed claims, 12 16-5195/City Funded Construction Contract.docx—revised 04/2016 or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement,and the same has been set forth by resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement,as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall,as penalty to CITY,forfeit twenty-five dollars($25)for each calendar day or portion thereof for each worker paid(either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 18. CALIFORNIA PREVAILING WAGE LAW A. The CITY has ascertained frorn the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by 13 16-5195/City Funded Construction Contract.docx—revised 04/2016 resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement,as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit twenty-five dollars ($25) for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 19. CALIFORNIA EIGHT-HOUR LAW A. California Labor Code,Sections 1810 et seq,shall apply to the performance of this Agreement;thereunder,not more than eight(8)hours shall constitute one day's work and CONTRACTOR and each subcontractor employed by its hereunder, shall not require more than eight(8)hours of labor per day or forty(40)hours per week from any one person employed by it hereunder, except as stipulated in California Labor Code Section 1815. CON TRACTOR and each subcontractor employed by it hereunder shall, in accordance with California Labor Code Section 1812, keep an accurate record, open to inspection at all reasonable hours, showing the name and actual hours worked each calendar day and each calendar week by each worker employed in connection with the PROJECT. B. Pursuant to this Ag d d -with California Labor Code t•.. reerncnt all 111 aLcCf1all{,1,W:Lt Section 1813, CONTRACTOR shall, as a penalty to CITY, forfeit twenty-five dollars ($25) for each worker employed hereunder by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than eight(8)hours in any one 14 16-5195/City Funded Construction Contract.docx—revised 04/2016 (1)calendar day or forty(40)hours in any one(1)calendar week in violation of California Labor Code Section 1815. 20. PAYMENT OF'TRAVEL AND SUBSISTENCE ALLOWANCE Section 1773.8 of the California Labor Code,regarding the payment of travel and subsistence allowance is applicable to this PROJECT. 21. EMPLOYMENT OF APPRENTICES Section 1777.5 of the California Labor Code, regarding the employment of apprentices is applicable to this PROJECT. 22. PAYROLL RECORDS CONTRACTOR agrees to keep accurate payroll record showing the name, address,social security number,work classification, straight time and overtime hours worked each day and week,and the actual per diem wages paid to each journeyman,apprentice or worker employed by it in connection with the PROJECT and agrees to require each of its subcontractors to do the same. CONTRACTOR further agrees that its payroll records and those of its subcontractors, if any, shall be available at all reasonable times to the CITY, and the employee or his representative,and the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards,and to comply with all of the provisions of California Labor Code Section 1776, in general. 23. INDEMNIFICATION,DEFENSE,HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected Or appointed uiiiCiiaiJ, employees, agents, and -volunteers from and against any and all claims, damages, losses, expenses,judgments, demands, defense costs, and consequential damage or liability of any kind or nature,however caused,including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, 15 16-5195/City Funded Construction Contract•docx—revised 04/2016 arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable,including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY, its officers, elected or appointed officials, employees, agents, and volunteers. CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall approve selection of CONTRACTOR's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. 24. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 16 16-5195/City Funded Construction Contract.docx—revised 04/2016 25. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to defend,hold harmless and indemnify CITY,CONTRACTOR shall obtain and furnish to CITY,a policy of general public liability insurance,including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single limit bodily injury and property damage, including products/completed operations liability and blanket contractual Iiability, of One Million Dollars ($1,000,000)per occurrence. If coverage is provided under a form which includes a designated general aggregate limit,the aggregate limit must be no less than One Million Dollars($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees,agents,and volunteers(the"Additionally Insured Parties")as Additional Insureds,and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary and non-contributory with any other valid and collectible insurance or self-insurance available to the Additionally Insured Parties. Any available insurance proceeds in excess of the minimum coverage amount specified herein shall be available to the Additionally Insured Parties. All coverage available to CONTRACTOR shall also be available to the Additionally Insured Parties. Under no circumstances shall said above-mentioned insurance contain a self-insured retention vvitl-LGut the. express 'v`vriutcn consent of CITY; however an insurance policy"deductible" of Five Thousand Dollars($5,000.00) is permitted. CONTRACTOR shall be responsible for causing all Subcontractors to maintain the same types and limits of insurance coverage as that required of CONTRACTOR by this Agreement. 17 16-5195/City•Funded Construction Contract.docx—revised 04/2016 26. CERTIFICATES OF INSURANCE;ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement;the certificates shall: 1. Provide the name and policy number of each carrier and policy; 2. State that the policy is currently in force; and 3. Promise to provide that such policies will not be canceled or modified without thirty (30)days' prior written notice of CITY. CON IRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the CONTRACTOR's defense, hold harmless and indemnification obligations as set forth under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all the policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner,the premiums on all insurance hereinabove required. CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers, elected and appointed officials, employees, agents and volunteers as Additional Insureds, to the City Attorney for approval prior to any payment hereunder. 27. NOTICE OF THIRD PARTY CLAIM V THIRD PARTY VL[ 111 Pursuant to Public Contracts Code §9202, CITY shall provide notice to CONTRACTOR of receipt of any claim filed with CITY or a court of competent jurisdiction which arises out of performance of this agreement within ten(10)days of receipt of such claim or claims. 18 16-5195/City Funded Construction Contract.docx—revised 04/2016 28. DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to diligence, prosecute the work hereunder with dili g or fails to complete the work within the time specified, or is adjudged bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give CONTRACTOR notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten(10)days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have,terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR,CITY may elect not to terminate this Agreement;in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. If it is subsequently determined by a court of competent jurisdiction that CITY's termination of this Agreement under this Section was wrongful, such termination shall be converted to a termination for convenience under Section 29 and any damages shall be assessed as set forth in Section 29. 29. TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause,and whether or not PROJECT is fully complete upon seven(7)calendar days written notice to CONTRACTOR. In the event of termination, under this Section CITY shall pay CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made,. Tn ease of such termination fnr convenience,the CONTRACTOR shall be entitled to receive payment for work executed, and costs incurred by reason of such termination. In no event shall CONTRACTOR be entitled to recover overhead, profit or CONTRACTOR's fee on work not performed. Such payment by CITY shall be CONTRACTOR's 19 16-5195/City Funded Construction Contract.docx—revised 04/2016 sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no further obligation to CONTRACTOR. 30. DISPOSITION OF PLANS,ESTIMATES AND OTHER DOCUMENTS CON TRACTOR agrees that upon completion of the work to be performed hereunder, or upon expiration or earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost. 31. NONASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement,or any part hereof,or any right or duty created herein,without the prior written consent of CITY and the surety. 32. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the California Government Code. 33. STOP NOTICES;RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices,Notices to Withhold, or any similar legal document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of One Hundred Dollars ($1n0)fnr every Stop Notice filed in excess of two(2),regardless of whether nr not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 20 16-5195/City Funded Construction Contract.docx—revised 04/2016 34. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONTRACTOR's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant,or by enclosing the same in a sealed envelope,postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below; provided that CITY and CONTRACTOR may designate different addresses to which subsequent notices,certificates or other communications will be sent by notifying the other party via personal delivery,reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONTRACTOR: City of Huntington Beach SERVITEK ELECTRIC,INC ATTN:John Nguyen ,Public Works ATTN: Geoff Reyes 2000 Main Street 13330 Bloomfield Ave,Suite 102-114 Huntington Beach,CA 92648 Norwalk,CA 90650 35. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of maters included or excluded from such provisions,and do not interpret,define,limit or describe,or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 21 16-5195/City Funded Construction Contract.docx—revised 04/2016 36. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of United States Code Section 1324a regarding employment verification. 37. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services,and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. 38. ATTORNEY'S FEES In the event suit is brought by either party to construe,interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the non-prevailing party. 39. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the 22 16-5195/City Funded Construction Contract.docx—revised 04/2016 context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law,and wherever there is any conflict between any provision contained herein and any present or future statute, law,ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 40. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 41. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 42. CONSENT Where CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be consent/approval to any subsequent occurrence of the same or any other transaction or event. 43. SURVIVAL Terms and conditions of this Agreement,which by their sense and context survive the expiration or termination of this Agreement shall so survive. 44. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 23 16-5195/City Funded Construction Contract.docx—revised 04/2016 45. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power,authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact,held by the signatory or is withdrawn. 46. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation,and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations,inducements,promises,agreements or warranties,oral or otherwise, have been made by that party or anyone acting on that party's behalf,which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement,promise,agreement,warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached Exhibit "A", contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 24 16-5195/City Funded Construction Contract.docx—revised 04/2016 IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their authorized officers on 14AA) , 6' ,20,25 . CON R. CITY OF HUNTINGTON BEACH,a municipal corporation of the State of California By. GD Fe" ES-( Mayor (print name) ITS: Chairman President/ ice-President City Clerk (circle one) INITIA lED D A PRO . D By: Director of Public Works 6e-D PF--- Rev( e- - - REVIEWED AND APPROVED: ITS: Chief Financial Officer / Asst. Secre . �J .-4 er (circle one) City Manager APPROVED AS TO FORM: City Attorney t"� COUNTERPART 25 16-5195/City Funded Construction Contract.docx—revised 04/2016 IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their authorized officers on r'ti✓ 7Q1h- ,20 2. ' . CONTRACTOR: CITY OF HUNTINGTON BEACH,a municipal corporation the State alifornia By: (print name) rhA✓ `A ITS: Chairman/President/Vice-President City Clerk 6//0/2c (circle one) INITIATED D A PROV D: AND By: Director of Public Works (print name) REVIEWED AND APPROVED: ITS: Secretary / Chief Financial Officer / Asst. Secretary/Treasurer (circle one) City g Ma a er APPROVED AS TO FORM: City Attorney COUNTERPART 25 16-5195/City Funded Construction Contract.docx—revised 04/2016 SECTION C PROPOSAL for the construction of Traffic Signal Improvements for Edinger Avenue and Heil Avenue Corridors C.C.No.1746-HSIP H11-12-007 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described,and to furnish all labor,material,equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach,and to enter into a contract at the following prices. The undersigned agrees to complete the work within 40 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees, etc.,and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option,be considered null and void. Accompanying this proposal of bid, find Bid Bond in the amount of 10%of Bid Amount which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids or Electronic Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature 1 03/13/2025 ! C-2 SECTION C PROJECT BID SCHEDULE EDINGER AVENUE AND HEIL AVENUE CORRIDORS TRAFFIC SIGNAL IMPROVEMENTS PROJECT C.C.NO. 1672-HSIP H11-12-007 BID ITEMS gow-Attatv,,,Wta.--h3Esa%towleAfte Vrega 0100*---40:1 kwo.5.:-vrir#-_RogtmRttrgl-zgVtfgnw RM,I,krw PetWaiiii$4.0 1 Mobilization 1 LS $28,000.00 $ 28,000.00 2 Furnish Project Traffic Control 1 LS $14 000.00 $ 14,000.00 Furnish and Install new LED Countdown 3 112 EA $ 1 488.00 $ 166,656.00 Pedestrian Signal Face Module 4 Furnish and Install new APS System 6 LS $3 569.00 $ 21,414.00 Furnish and Install 3-12"LED Vehicular Head 5 Complete with Backplate with Yellow 18 EA $ 1,860.00 $ 33,480.00 Reflective Tape Furnish and Install 3-Section Signal Housing 6 144 EA $ 863.00 $ 124,272.00 and Backplate with Yellow Reflective Tape Furnish and Install 3-Section Backplate with 7 145 EA $ 392.00 $ 56,840.00 Yellow Reflective Tape Furnish And Install 4-Section Signal Housing 8 5 EA $ 1050.00 $ 5,250.00 and Backplate with Yellow Reflective Tape , Furnish and Install 4-Section Backplate with 9 2 EA $ 473.00 $ 946.00 Yellow Reflective Tape Furnish and Install 5-Section Backplate with 10 8 EA $ 399.00 $ 3,192.00 Yellow Reflective Tape Furnish and Install new 9-CSC for new Vehicle 11 1,650 LF $ 7.05 $ 11,632.50 Heads Furnish and Install new McCain 2070 ATC 12 8 EA $24,900.00 $ 199,200.00 Controller Unit Paint 6"skip white Bikc Lane Striping,Detail 13 6,420 LF $ 8 00 $ 51,360.00 39A • 14 Install Green-Colored Bikeway Marking 12,520 SF $ 18.00 $ 225,360.00 15 Refresh Bicycle Loop Detector Symbol 7 EA $ 175.00 $ 1,225.00 Install Thermoplastic Shared Roadway Bicycle 16 1 EA $ 350.00 $ 350.00 Marking C-2.1 17 Furnish and Install new Sign on Existing Street 1 EA $ 525.00 $ 525.00 Light 18 As-Built Plans 1 LS $ 7.000.00 $ 7.000.00 ALTERNATIVE ITEMS 19 Traffic Signal Modification at the intersection 1 LS $ 69,412.00 $ 69,412.00 of Edinger Ave at Bolsa Chica St TOTAL BASE BID AMOUNT $ 950,702.50 • TOTAL ALTERNATIVE BID AMOUNT $ 69,412.00 TOTAL BASE+ALTERNATIVE BID AMOUNT $ 1,020,114.50 TOTAL BID AMOUNT IN WORDS: One Million Twenty Thousand One Hundred Fourteen Dollars and Fifty Cents Note: Refer to Section 7,Measurement and Payment. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension,the unit price will govern.The owner reserves the right to reject any or all proposals and bid items. C-2.2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104,the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Bid Name and Address of Subcontractor.: :State Class . Dollar %of Item(s) License Amount . Contract Number Chrisp Company 374600 A 13-17 2280 South Lilac Ave. C13 $196,690.40 19.28% Bloomington, CA 92316 C32 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 on03/27/2025 at Norwalk , CA Date City State Geoff Reyes , being first duly sworn, deposes and says that he or she is President of Servitek Electric, 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. SERVITEK ELECTRIC,INC. Name of Bidder 6EOF Signature of Bidder 13330 Bloomfield Ave,Suite 102-114,Norwalk CA 90650 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract,known as the Edinger Avenue and Heil Avenue Corridors Traffic Signal Improvements Project - C.C. No. 1746 —HSIP H11-12-007, (I)(we)(it)will employ and utilize only qualified persons, as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8,California Administrative Code, Section 2700,as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders,and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. SERVITEK ELECTRIC,INC. Contractor IEOF`..J By PRESIDENT Title Date: 03/27/2025 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? © Yes Et No If the answer is yes,explain the circumstances in the space provided. N/A Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate, I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code,and I will comply with such provisions before commencing the performance of the work of this contract. SERVITEK ELECTRIC, INC. Contractor EO S By PRESIDENT Title Date: 03/27/2025 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: SERVITEK ELECTRIC, INC. Bidder Name 13330 Bloomfield Ave, Suite 102-114 Business Address Norwalk CA 90650 City, State Zip ( 626 ) 227-1650 Telephone Number California 11035350 I Class A and C-10 State Contractor's License No. and Class 01/30/2018 Original Date Issued 01/31/2026 Expiration Date The work site was inspected by Geoff Reyes of our office on , 2025 The following are persons,firms,and corporations having a principal interest in this proposal: Geoff Reyes, President The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. SERVITEK ELECTRIC, INC. Company Name Signature of Bidder GEOFF REYES Printed or Typed Signature C-S NOTARY CERTIFICATE Subscribed and sworn to before me this 26th day of March , 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 Florida ) County of Polk ) On 03/26/2025 before me, Jacob M George Month, Day,and Year Insert Name and Title of Notary personally appeared Geoffrey Reyes Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. i JACOB M GEORGE WITNESS myhandand official seal. _. A‘ � % Notary Public-State of Florida w. 111111 .<_ Commission#HH 312460 0 +�`P��� Expires on September 14,2026 �F Fv \\�C /�/��11111 I I P\�\�\�\\\ Signature .� Signature of Notary Public (PLACE NOTARY SEAL ABOVE) Notarized remotely online using communication technology via Proof. C-9 Bidder's Project History For the purposes of this project,the bidder shall provide project history of similar work,specifically referencing the construction of underground signal conduit, and the installation of fiber optic cable for communication. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names,address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. City of South Gate-8650 California Avenue, South Gate, CA 90280 Name and Address of Public Agency Name and Telephone No. of Project Manager: Jose Loera (323)563-9578 $351,857.00 Electrical Works October 23, 2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Replacement of Damaged Traffic Signal Poles Project 2. City of Los Angeles, Bureau of Street Lighting- 1149 S Broadway, Los Angeles, CA 90015 Name and Address of Public Agency Name and Telephone No.of Project Manager: Robert Tom (213-473-7426) $922,708.00 Electrical Works February 10, 2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Riverside Drive Lighting Improvement Unit 2 CIP Convert existing high voltage series street lighting system to a low voltage lighting system 3. City of Ontario 1303 E. "B"Street, Ontario, CA 91764 Name and Address of Public Agency Name and Telephone No. of Project Manager: Jimmy Chang (909)395-2033 $731,914.00 Electrical Works March 14, 2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: FY 22-23 CDBG City Fiber Conduit Installation West Ring Segment 2 prepare a conduit system along the Segment 2 build for the future installation of fiber optics. C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. GEOFF REYES Name of proposed Project Manager Telephone No. of proposed Project Manager: 626-478-1300 Westside Unit 5-Street Lighting$ 1,230,090.00 Electrical Works February 3, 2023 Project Name&Contract Amount Type of Work Date Completed In-Roadway Warning Lights IRWL) Installation Project 468,503.00 Electrical Works February 3, 2023 Project Name&Contract Amount Type of Work Date Completed Citywide LED Replacement Project Electrical Works August 12, 2024 Project Name&Contract Amount Type of Work Date Completed 2 *Same above mentioned Name of proposed Superintendent Telephone No.of proposed Superintendent: Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed C-11 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.I4.pdf DIR's Contractor Registration Link—Call(844) 522-6734 https://efiling.dir.ca.gov/P WCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5.It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. SERVITEK ELECTRIC, INC. Contractor thES By PRESIDENT Title Date: 03/27/2025 PWC Registration #: 1000058315 C-12 2/27/25,2:41 AM SERVITEK ELECTRIC, INC Due to scheduled maintenance on 02/28/2025 from 10:00 pm to 11:00 pm, this site will be unavailable during this maintenance window.We apologize for any inconvenience. IR &a~d� nw eCPR Public Search Log in Department of IMEMI Industrial Relations Public Works Support Contractors Projects Register Home > Customer Account Lookup > SERVITEK ELECTRIC, INC SERVITEK ELECTRIC, INC Customer Account Lookup Name SERVITEK ELECTRIC, INC Customer Account ® SERVITEK ELECTRIC,INC Type Contractor https://services.dir.ca.gov/gsp?id=dir_public_form&table=x_cdoi2_csm_portal_customer_account_looku p&sys_id=f5d2b6d5c3074650f079d9ec050131... 1/4 2/27/25,2:41 AM SERVITEK ELECTRIC,INC Website (empty) Email info@servitekelectric.com Address 1 13330 Bloomfield Ave,Suite 102-114 Address_2 City Norwalk State California Zip 90650 Contractor Status Pending CSLB 1035350 Legal Name SERVITEK ELECTRIC, INC Business Structure --None-- Business Phone https://services.dir.ca.gov/gsp?id=dir_public form&table=x cdoi2_csm_portal_customer account lookup&sys_id=f5d2b6d5c3074650f079d9ec050131... 2/4 2/27/25,2:41 AM SERVITEK ELECTRIC,INC 6262271650 Registration Number C4070827 President Geoff Reyes PWCR 1000058315 Registration Start Date Registration End Date Doing Business As(DBA) Crafts Legacy Registration Date 2024-07-01 Legacy Registration Expiration 2026-06-30 Related Lists Historical Registration Dates( Terms&Conditions https://services.dinca.gov/gsp?id=dir_public form&table=x_cdo12_csm_portal_customer account lookup&sys jcl=f5d2b6d5c3074650f079d9ec050131... 3/4 2/27/25,2:41 AM SERVITEK ELECTRIC,INC Prjya y Policy. Disclaimer Copyright 2024 State of California Nondiscrimination Notice Ac� si4ilir di r.ca.goy https://services.dir.ca.gov/gsp7id=dir_public form&table=x cdoi2_csm_portal_customer account lookup&sys_id=f5d2b6d5c3074650f079d9ec050131... 4/4 SERVELE-01 VCASTRO ,\C" CP. CERTIFICATE OF LIABILITY INSURANCE DATE DIYYYY) 5/22/22212025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER License#0655907 CONTACT Veronica Castro The J.Morey Company,Inc. PHONEN Exl 408 280-5551 FAX 10833 Valley View Street,Suite 550 ANC , 1: I(A/C,No): Cypress,CA 90630 Zattocastro@jmoreyins.com INSURER(SIAFFORDING COVERAGE NAIC INSURER A:Associated Industries Ins 23140 INSURED INSURERO:StarStone National Ins Co. Servitek Electric,Inc. INSURER C: 13330 Bloomfield Ave#102-114 INSURER D: Norwalk,CA 90650 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSR NND (MM/DD/YYYY) (MM/DD/YYYYI A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 AES121758703 3/28/2025 3/28/2026 DAMAGE TO RENTED CLAIMS-MADE X OCCUR X X PREMISES(Ee occurtence) $ 50,000 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X JEC7 LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) ANY AUTO BODILY INJURY(Per person) S —^ OWNED SCHEDULED _ AUTOSREp ONLY AUUTOSSyy Ep BODILY INJURY(Per accident) $ AUTOS ONLY ,___-; AUTOS ONNLY (Perr ac dent4AMAGE -_- $ B UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 X EXCESS LIAB CLAIMS-MADE 84223D254ALI 3/28/2025 3/28/2026 AGGREGATE S 5,000,000 DED l RETENTION$ $ , WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY V/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE El.EACH ACCIDENT S OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) --- E.L.DISEASE-EA EMPLOYEE $ lI es,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached II more space Is required) City of Huntington Beach,its officers,elected or appointed officials,employees,agents and volunteers"are named as additional Insureds, Project:CC.No.1672 Edinger Ave&Hell Ave Traffic Signal Improvement Corridor APPROVED AS TO FOrM` B MICHAEL J.VIGLIOTT CITY ATTORNEY _ CERTIFICATE HOLDER CANCELLA K OF HUNTINGTON BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cityof Huntington Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN g ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street Huntington Beach,CA 92648 - - AUTHORIZED REPRESENTATIVE / ACORD 25(2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AC R® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD1YYYY) 05/2912025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the pollcy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER NAME: Luciana Salinas JCA Insurance Services PHONE 714 FAX 5101 E. La Palma Ave.Ste 100-C Nuc.No.ExD: (714)676-2007 (Nq,tyo):(7146762010) _ ADDRESS: commercial@lcainsure.com Anaheim Hills, CA 92807 —..._._..__. License#:0505490 INSURER(S)AFFORDING COVERAGE NAIL A INSURER A: Technology Insurance Company 42376 INSURED INSURER B: Servitek Electric Inc INSURER C: 13330 Bloomfield Ave,Suite 102-114 INSURERD: Norwalk,CA 90650 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: 00003922-2431373 REVISION NUMBER: 54 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTRINSR V/VD POLICY NUMBER (MMIDD/YYYY} (MMIDDNYYY) COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S CLAIMS-MADE OCCUR PREMISES(Ea eminence) S MED EXP(Anyone person) S PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ I POLICY ET LOC PRODUCTS-COMPIOPAGO $ JEC OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ lEa accident) ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per acddent) $ ..._...AUTOS ONLY l AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY i-- AUTOS ONLY (Per accident) i S UMBRELLA LIAB OCCUR EACH OCCURRENCE S EXCESS LIAB jI CLAIMS-MADE AGGREGATE $ BED f RETENTIONS $ WORKERS COMPENSATIONMUTE AND EMPLOYERS'LIABILITYN Y TES4588531 0411212025 04112/2026 X STATUFE ER • ANY PPROPRIEi EREOFFICERIMXCLUDED?ECUTIVE N!A E.L.EACH ACCIDENT S 1,000,000 (Mandatory In NH) I T I EL.DISEASE-EA EMPLOYEE $ 1,000,000 If DESCRIPTION OF OPERATIONS below E.L.DISEASE-POUCYLIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may ha attached If more space Is required) Certificate Holder City of Huntington Beach has been added.This policy includes an automatic additional Insured endorsement that provides additional insured status only when there Is a written contract between the named insured and the certificate holderthat requires such status. Project:CC.No.1672 Edinger Ave&Heil Ave Traffic Signal Improvement Corridor CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Huntington Beach ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street Huntington Beach,CA 92648 AUTIt E EPR IVE I �� (LAS) ©1968-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Printed by LAS on 05/29/2025 at 05:42PM ACO® CERTIFICATE OF LIABILITY INSURANCE DATE(MMJDDNYYYI 05/22/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT IDA VO State tar i IDA VO INSURANCE AGENCY,INC. PHONE FAX (NC.No.Exn; (909)595-0155 (Atc,not; (909)285-2289 (Th 20821 VALLEY BLVD E-MAIL s: IDA@COVEREDBYIDA,COM WALNUT,CA 91789 INSURER(S)AFFORDING COVERAGE NAIC tY INSURER A: State Farm General Insurance Company 25151 INSURED INSURER B: State Farm Fire and Casualty Company 25143 SERVITEK ELECTRIC,INC. INsuRERC: 13330 BLOOMFIELD AVE,SUITE 102-114 INSURERD: NORWALK,CA 90650 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR r ADD SUB POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INS WVD POLICY NUMBER !MM,DDIYYYY) (MMIDONYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO- POLICY JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: _ $ AUTOMOBILE LIABILITY 714 3919-627-75 08/27/2024 08/27/2025 (Ea aeGdentsINGLE LIMIT $ 2,000,000 ANY AUTO 713 6382-B20-75 02/20/2025 08/20/2025 BODILY INJURY(Per person) $ v OW?JED SCHEDULED A _^, AUTOS ONLY X AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED 739 5784-A05-75 01/05/2025 07/05/2025 PROPERLY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) $ $ UMBRELLA LIAR _OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY STATUTE FR $ ANY PROPRIETOR/PARTNER/EXECUTIVE YIN E.L.EACH ACCIDENT OFFICER/MEMBER EXCLUDED? I I NIA $ - (Mandatory in NH) El.DISEASE-EA EMPLOYEE $ II yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required( Project:CC.No.1672 Edinger Ave&Heil Ave Traffic Signal Improvement Corridor CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Huntington Beach ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street AUTHORIZED REPRESENTATIVE Huntington Beach,CA 92648 Completed by an authorized State Farm representative.If signature is required,please contact a State Farm agent. ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 1001486 132849.14 04-13-2022 POLICY NUMBER: AES1217587 03 COMMERCIAL GENERAL LIABILITY CG20100704 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s)Of Covered Operations City of Huntington Beach,its officers,elected or appointed all locations officials,employees,agents and volunteers. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II —Who Is An Insured is amended to sions apply: include as an additional insured the person(s) or This insurance does not apply to "bodily injury" or organization(s) shown in the Schedule, but only "property damage"occurring after: with respect to liability for"bodily injury", 'property damage" or "personal and advertising injury" 1. All work, including materials, parts or equip- caused, in whole or in part,by: ment furnished in connection with such work,on 1. Your acts or omissions;or the project (other than service, maintenance or repairs)to be performed by or on behalf of the 2. The acts or omissions of those acting on your additional insured(s) at the location of the behalf; covered operations has been completed;or In the performance of your ongoing operations for 2. That portion of "your work" out of which the the additional insured(s) at the location(s) desig- injury or damage arises has been put to its in- flated above. tended use by any person or organization other B. With respect to the insurance afforded to these than another contractor or subcontractor en- additional insureds, the following additional exclu- gaged part in ofp the sameg operations for a principal as a the project. CG 20 10 07 04 0 ISO Properties, Inc.,2004 Page 1 of 1 ❑ POLICY NUMBER:AES1217537 03 COMMERCIAL GENERAL LIABILITY CG20370704 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s)or Organization(s): Location and Description of Completed Operations City of Huntington Beach,its officers,elected or appointed all locations officals,employees,agents and volunteers. Information required to complete this Schedule, if not shown above,will be shown In the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage"caused, in whole or in part, by"your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard". CG 20 37 07 04 0 ISO Properties, Inc.,2004 Page 1 of 1 0 POLICY NUMBER:AES1217587 03 COMMERCIAL GENERAL LIABILITY NX GL 009 08 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTING INSURANCE (THIRD-PARTY) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Third Party: All persons or organizations where required by written contract with the Named Insured (Absence of a specifically named Third Party above means that the provisions of this endorsement apply as required by written contractual agreement with any Third Party for whom you are performing work.) Paragraph 4.of SECTION IV: COMMERCIAL GENERAL LIABILITY CONDITIONS is replaced by the following: 4. Other Insurance: With respect to the Third Party shown above, this insurance is primary and non-contributing. Any and all other valid and collectable insurance available to such Third Party In respect of work performed by you under written contractual agreements with said Third Party for loss covered by this policy, shall in no instance be considered as primary,co-insurance,or contributing insurance. Rather,any such other insurance shall be considered excess over and above the insurance provided by this policy. NX GL 009 08 09 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission POLICY NUMBER:AES1217587 03 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: All persons or organizations where required by written contract with the Named Insured Information required to complete this Schedule,if not shown above,will be shown in the Declarations. The following is added to Paragraph 8.Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for Injury or damage arising out of your ongoing operations or"your work" done under a contract with that person or organization and Included In the"products-completed operations hazard".This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 ©Insurance Services Office,Inc.,2008 Page 1 of 1 POLICY NUMBER: AES1217587 03 COMMERCIAL GENERAL LIABILITY NX GL 093 08 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT - AGGREGATE LIMITS OF INSURANCE (PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Schedule Subject to an Overall Policy Aggregate Limit:$5,000,000 (Information required to complete this Schedule, if not shown above,will be shown in Declarations.) A. Paragraphs 2.and 3.of SECTION III—LIMITS OF INSURANCE are replaced by the following: 2. The Overall Policy Aggregate Limit is the most we will pay for the sum of a. Medical expenses under Coverage C; b. Damages under Coverage A,except damages because of"bodily injury"or"property damage" included in the"products-completed operations hazard";and c. Damages under Coverage B. 3. The Products-Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of"bodily injury"and"property damage"included in the"products-completed operations hazard"to each of your projects away from premises owned by or rented to you. B. The following is added to SECTION III—LIMITS OF INSURANCE: 8. Subject to Paragraph 2.and 3.above,the General Aggregate Limit is the most we will pay under for the sum Coverage A,Coverage B,or Coverage C to each of your projects away from premises owned by or rented to you. NX GL 093 08 09 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with Its permission WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed.04.84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule.(This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees white engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2%of the California workers'compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description Any person or organization as required by written contract. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 4/12/2024 Policy No. TWC4410474 Endorsement No. 0 Insured Servitek Electric Inc Premium$ 15,370 Insurance Company Technology Insurance Company,Inc. Countersigned by Gila WC 04 03 06 (Ed.04-84) BOND NO. GM249633 Premium included in charge for Performance Bond. PAYMENT BOND • (LABOR AND MATERIAL) KNOW ALL PERSONS BY THESE PRESENTS: • WHEREAS, City of Huntington Beach (hereafter referred to as"City") has awarded to Servitek Electric, Inc. 13330 Bloomfield Ave. Suite 102-114 Norwalk, CA 90650, (Contractor's Name and Address) (hereafter referred to as"Principal"), a contract("Contract")for the work described as follows: CC-1746 Edinger Avenue and Heil Avenue Traffic Signal Improvement Corridor (Project Title) . WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to furnish a bond to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law, by a duly admitted surety insurer under the laws of the State of California (hereinafter referred to as"Surety"); and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitation, as shown in said circular to provide bonds in the amount required by said Contract; and Surety has provided financial strength ratings from reputable companies, such as from A.M. Best, Moody's or Standard& Poor's,to validate that Surety has positive ratings of being secure or stable; and Surety has provided financial strength ratings from reputable companies, such as from A.M. Best, Moody's, or Standard & Poor's,to validate that Surety has positive ratings of being secure or stable; and Surety is registered and listed with the California Department of Insurance, • NOW,THEREFORE,we,the undersigned, as Principal, and Great Midwest Insurance Company 800 Gessner Rd Ste 600, Houston, TX 77024 (Surety's Name and Address) as Surety, are held and firmly bound unto City in the penal sum of Nine Hundred Fifty Thousand Seven Hundred Two and 00/100 Dollars($ $950,702.00 ), this amount being not less than one hundred percent (100%) of the total price set forth in the Contract, in lawful money of the United States of America,for the payment of which sum,well and truly to be made,we bind ourselves, and each of our heirs, executors, administrators, successors, and assigns, jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the Principal, his, her, or its heirs, executors, administrators, successors or assigns, or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code("Claimants")for all labor,materials or services used or reasonably • required for use in performance of the work described in the Contract, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such Claimant, or prevailing wages due and penalties incurred pursuant to Sections 1774, 1775, 1813 or 1815 of the Labor Code, or any amounts required to be deducted,withheld and paid over to the Employment Development Department from the wages of employees of the Principal and Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the work or labor performed under the Contract, Surety will pay for the same, in an amount not exceeding the penal sum specified in this bond;otherwise,this obligation shall be null and void. This bond shall inure to the benefit of any of the persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns. In case any action is brought upon this bond, Surety further agrees to pay all court costs and a reasonable attorney's fee in an amount fixed by the court. 1 5-4 5 84/11 7357 Page 1 of 2 Surety stipulates and agrees, for value received, that no change, extension of time, alteration, addition or modification to the terms of the Contract,or any contract document or any work to be performed thereunder, whether made after notice or not, shall in any way affect, impair or release the obligations of Surety under this bond. Surety hereby waives notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract,the contract documents or the work thereunder. Surety also waives the provisions of California Civil Code§§2845 and 2849. IN WITNESS WHEREOF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: May 22, 2025 ATTEST Servitek Electric, Inc. [Corporate Seal] & O 13330 Bloomfield Ave 102-114 orwa k,CA 950Surie 102-114 Norwalk CA rincipal Name By: Name: (Z 4 z Title: pg. s (� � ATTEST Great Midwest Insurance Company [Corporate Seal] 800 Gessner Rd Ste 600, Houston, TX 77024 (Surety Name) By: Name: Edward N. Hackett,Attorney-in-Fact (Signature of Attorney-in-Fact for Surety) 626-227-1650 (Attach Attorney-in-Fact Certificate) (Area Code&Telephone Number for.Surety) APPROVED S TO FORM: By: - Michael J.Vigliotta, City Attorney Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. 15-4564/117357 Page 2 of 2 PAYMENT BOND CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT MawxlFDGa[[xtACaxuMEOfxA[MMax4wtED4uFnlA[wOvnE04utMKaxpwltO4u[MKwpwM1fD4uFMACaxOw(F44ulMA[wOVM1[O4uFMA[w0'.'n[OGUErrtAC WOw[EWu[MACWowlE04u[MA(axMvlE[i4utxtACwOw[FWu[MM[NOwlFO4ulMACWMVIIDGu[x[KWowl[M.rA[xtA(WOv,t[NGufMA(WOVM1E04uFMMwOnI[OGMFN)ACaxOwllGLeVM 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 1 the truthfulness,accuracy,or validity of that document. f ) State of California ) g 1 County of Dran9c, ) i i On NAY 2 2 2025 before me, Crl, P. Met4-(ock, tJA-arm p.,,J.tic , (here insert name and titl f the officer) a Ft Y 5 personally appeared t,L &-d N. 4'c c ke,44- 1 3 i s 1. who proved to me on the basis of satisfactory evidence to be the person(s)whose name(4-is/aFe subscribed to I 1 the within instrument and acknowledged to me that he/s-hc/taaey executed the same in hisiitebitheir 3 a authorized capacity(ics), and that by his/hcr/their signatures)-en the instrument the persons)., or the entity 3 upon behalf of which the personfs}-acted,executed the instrument. i I certify under PENALTY OF PERJURY under the laws of the _ _ R 1 State of California that the foregoing paragraph is true and correct. j � :_:, CARLY P.MATLOCK j i _ - a4_ COMM. #2423661 z Y o "�'. vi+ Notary Public California o WITNESS my hand and official seal. a 'S9 Orange County i Mx Comm.Exyires Oct.27,2026 € 1 -55 Signature �`-kll..o-c,� (Seal) 'W)M03u[a rxJo)uwM>viMn'J43u.wnnLxiMJn)w.OKiJnx)w�p3ut0`nJ/Ix)rv90)u ornlrlx)nJ0)w.oxaJvlx)rv4aiYnrOrLx3rvJ03vMxUvMrrtM)uwxOvlxh[943u+OMJrIxiMO)wOn[Jvlx)n4031HOMJvu,)wJU)utoxvJvlx)vxJp)w.OxanLNinJOlu.OrvaJVU.3nJa3yxoxaJqulvrA)ugxDvin)MJ03WOxvJvlx)n4Wvnwar1 W JYw3 . Optional I.nfor-r;ii'ation Although the information in this section is not required by law,it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document Additional'Information• .. The preceding Certificate of Acknowledgment is attached to a document Method of Signer Identification titled/for the purpose of Pa i me,n+ Bond N o- Ct - 24 9 6 33 Proved to me on the basis of satisfactory evidence: 0 form(s)of identification 0 credible witness(es) Notarial event is detailed in notary journal on: containing Z pages,and dated MAY 2 2 2025 Page# Entry# The signer(s) capacity or authority is/are as: Notary contact: ❑ Individual(s) Other ISZ] Attorney-in-Fact ❑ Additional Signer(s) ❑ Signer(s)Thumbprint(s) ❑ Corporate Officer(s) Title(s) ❑ ❑ Guardian/Conservator ❑ Partner-Limited/General ❑Trustee(s) • ❑ Other: representing: Name(s)of Person(s)or Entity(ies)Signer is Representing ©Copyright 2007-2021 Notary Rotary,PO Box 41400,Des Moines,IA 50311-0507. All Rights Reserved. Item Number 101772. Please contact your Authorized Reseller to purchase copies of this form. POWER OF ATTORNEY Great Midwest Insurance Company KNOW ALL MEN BY THESE PRESENTS,that GREAT MIDWEST INSURANCE COMPANY,a Texas Corporation,with its principal office in Houston,TX, does hereby constitute and appoint:Edward N. Hackett, Christine Maestas its true and lawful Attorney(s)-In-Fact to make, execute, seal and deliver for,and on its behalf as surety, any and all bonds, undertakings or other writings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of GREAT MIDWEST INSURANCE COMPANY,on the 15'day of April,2025 as follows: Resolved,that the President, or any officer, be and hereby is, authorized to appoint and empower any representative of the Company of 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 One-Hundred Million dollars ($100,000,000.00),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 o' Attorney. Resolved, that the signature of the President and the seal of the Company may be affixed by electronic mail on any power of attorney • granted, and the signature of the Secretary, and the seal of the Company may be affixed by electronic mail to any certificate of any such powe and any such power or certificate bearing such electronic 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 8th day of April, 2025. �ag..944, c GREAT MIDWEST INSURANCE COMPANY g. CORPORATE SEAL BY Aida— Mark W. Haushill o� President S ooRPop�� ACKNOWLEDGEMENT On this Bth day of April 2025, 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. _ '> ;•, CFOiISTMIABISHOP BDIi5:thtf,, 1( ;11.4T / °• :" My Notary ID#131090488. Y '•' Christina Bishop . Expires April 14,2029 •_ 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 22nd Day of May 2025 eistmoNs 12 O. J CORPORATE SEAL BY �[,{ ifC Patricia an Secretary d OORPORts "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. No. 5780-2 STATE OF CALIFORNIA = DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY,That,pursuant to the Insurance Code of the State of California, Great Midwest Insurance Company of Texas,organized under the laws of Texas,subject to its Articles of Incorporation or other fundamental organizational documents,is hereby authorized to transact within this State,subject to all provisions of this Certificate, the following classes of insurance: Fire,Marine,Surety,Disability,Plate Glass,Liability, Workers'Compensation,Common Carrier Liability,Boiler and Machinery, Burglary,Credit,Sprinkler,Team and Vehicle,Automobile,and Aircraft as such classes are now or may hereafter be defined in the Insurance Laws of the State of Cal fornia. - THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation of any,of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF,effective as of the 41h day ofAugust,2015, I have hereunto set my hand and caused my official seal to be affixed this 41h day of August, 2015. =_ Dave Jones J .. Insurance Commissioner • - -• - *441eS— • By Valerie Sarfaty for Nettie Hoge Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority.Failure to do so will be a violation of Insurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. BOND NO. GM249633 PREMIUM: Premium charged is for the contract term and is subject to adjustment based on final contract price. PERFORMANCE BOND • KNOW ALL PERSONS BY THESE PRESENTS: • WHEREAS, City of Huntington Beach (hereafter referred to as"City") has, by written agreement dated . May 7 , 20 25 , entered into a contract with Servitek Electric, Inc. 13330 Bloomfield Ave. Suite 102-114 Norwalk, CA 90650 (Contractor's Name and Address) (hereafter referred to as"Principal")for performance of the work described as follows: CC-1746 Edinger Avenue and Heil Avenue Traffic Signal Improvement Corridor • (Project Title) WHEREAS, said contract, and all documents referenced therein (hereinafter collectively "Contract"), are incorporated herein by this reference made a part hereof as though set forth herein in full; and Said Principal is required'under the terms of the Contract to furnish a bond guaranteeing the prompt, full and faithful performance of said Contract, by a duly admitted surety insurer under the laws of the State of California(hereinafter referred to as"Surety'); and • Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitations as shown in said circular to provide bonds in the amount required by said Contract; and Surety has provided financial strength ratings from reputable companies, such as from A.M. Best,Moody's, or Standard & Poor's, to validate that Surety has positive ratings of being secure or stable; and Surety is registered and listed with the California Department of Insurance, NOW,THEREFORE,we, the undersigned, as Principal, and Great Midwest Insurance Company 800 Gessner Rd Ste 600, Houston, TX 77024 (Surety's Name and Address) as Surety, are held and firmly bound unto City in the penal sum of Nine Hundred Fifty Thousand Seven Hundred Two and 00/100 Dollars ($ $950,702.00 ), this amount being not less than one hundred percent of the price set forth in the Contract, in lawful money of the United States,for the payment of which sum,well and truly to be made,we bind ourselves, our heirs, • executors, administrators and successors,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Principal shall promptly, fully and faithfully perform each and all of the covenants, obligations and things to be done and performed by the Principal in strict accordance with the terms of the Contract as said contract may be altered, amended or modified from time to time; and if the Principal shall indemnify and save harmless City and all of City's officers, agents and employees (hereinafter collectively referred to as "Obligees")from any and all losses, liability and damages, claims, judgments, stop notices, fees and costs of every description, whether imposed by law or in equity, which may be incurred by the Obligees by reason of the failure or default on the part of the Principal in the performance of any or all of the terms or the obligations of the Contract, including all alterations, amendments and modifications thereto,and any warranties or guarantees required thereunder, then this obligation shall be void; otherwise, it shall be and shall remain in full force and effect. Surety stipulates and agrees, for value received, that no adjustment of the time or price in the Contract or any alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, shall in any way affect, limit, restrict, impair or release the obligations of the Surety under this Bond. Surety waives notice of any adjustment of contract or contract price, and any other alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, and agrees to automatically adjust the penal sum of this Bond to reflect such adjustments, alterations, changes, deletions, additions or other modifications. Surety agrees to provide written confirmation of such adjustments in the penal sum to City on not less than a quarterly basis. Surety also waives the provisions of Civil Code§§2845 and 2849. 1 5-4584/11 71 74 Page 1 of 2 Bond No, GM249633 The,obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which survive completion of the work. IN WITNESS WHEREOF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: May 22, 2025 ATTEST itek Elec ' Inc. [Corporate Seal] 13330 Bloomfield ye.Suite 102-114 N nv k.CA 0650 Suite 102-114 Norwalk CA 90650 (Principal Name) By: &ED Fz f t� Name:Title: P 1 e S ( J eir ATTEST Great Midwest Insurance Company [Corporate Seal] - 800 Gessner Rd Ste 600, Houston, TX 77024 (Surety Name) By: Name: . Edward . Hacke t,Attorney-in-Fact (Signature of Attorney-in-Fact for Surety) 626-227-1650 (Attach Attorney-in-Fact Certificate) (Area Code&Telephone Number for Surety) APPROVED PS TO FORMS By: j, Michaerd'.Vigliotta, City Attorney NOTES:This bond must be executed in duplicate and dated,all signatures must be notarized,and evidence of the authority of any person signing as attorney-in-fact must be attached. • 15-4584/117174 Page 2 of 2 PERFORMANCE BOND CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT f[NDwlt04EAEN3ACIMOVIIFDLNt.ROMOWL[0.104ACu9wroL lUFMACOMMFOGNFMAC010.OLxfN VM1WUF IACKNOFNUCE.NOW1[0.1tNFM .tF.NOWLI04NUC.NOWLEOCJADM.NOx'EEDGLI MAC.NOWLEDLNEMACKNoWM.A[NEACFNOVM1EWUEMAC.IMMGDENIACENOWIEDLNEMAMOWIEDGAMOKWOWLEOCJANTACENOwlED41.0,C.NOWIFDGMENE, iA 9 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 1 1 the truthfulness,accuracy,or validity of that document. i 1 State of California ) t R County of 0 ran 3e- ) On MAY 2 2 2025 before me, C- t. 9- M&-Hock, 0o}a evA.l(c. z (here insert name and tit44 of the officer) 1 3 • personally appeared 'E.I,,,,arz1 N. Hac-I:e1-F 3 i i who proved to me on the basis of satisfactory evidence to be the person(s)-whose name(-is/are-subscribed to 1 the within instrument and acknowledged to me that he/she/thcy executed the same in his/heWTheir_ 1 I -authorized capacity(iesj;and that by his/hcrAhcir signature(s)-on the instrument the persor(s),.or the entity 1 • upon behalf of which the person(s)-acted,executed the instrument. 3 I I certify under PENALTY OF PERJURY under the laws of the I State of California that the foregoing paragraph is true and correct. - — 1 1 ,r ,„,..,-"",z, CARLY P.MATLOCK Y � ' Z COMM. #2423661 z °' r:'' Notary Public California e WITNESS my hand and official seal. z Ze '�'" orange County i s • i -,;a;. my Comm.Expires Oct.27,20261 _ — E. r V 9 I • 1 Signature c.'— (Seal) A 3n•J031mONV]V111.203WAw3V1.1903.0N 3.13W0031%O.,V111 w903uwNA VIN3w003vA0NAY/1MwD031.A011..3w903vA0NV]V1N3rv9031mONUgMM031MOMOVINVIDOIMONV]VIWIDI MOMOVIHMO031.103VINMOVAoNV]V1Mw9031MONV]VW3w9OMONV]rINVI.I OMOVIN3M03wgx1.110 J03ixOEariINNIDO 1RAMT4 • :.Optional Information ',.'. `-;_ - :. Although the information in this section is not required by law,it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document - Addiiional information - The.preceding'Certificate of Acknowledgment is attached to a document Method of Signer Identification titled/for the purpose of P ocYriaYk.c¢, Bond 130. 6 M241Ga3 Proved to me on the basis of satisfactory evidence: • 0 form(s)of identification 0 credible witness(es) E Notarial event is detailed in notary journal on: containing 2 pages, and dated MAY 2 . 2025 Page Entry# The signer(s) capacity or authority is/are as: • Notary contact: ❑ Individual(s) Other Rj Attorney-in-Fact ❑ Additional Signer(s) ❑ Signer(s)Thumbprint(s) ❑ Corporate Officer(s) Title(s) ❑ ❑ Guardian/Conservator ❑ Partner-Limited/General ❑Trustee(s) ❑ Other: representing: Name(s)of Person(s)or Entlty(ies)Signer is Representing • 0 Copyright 2007-2021 Notary Rotary,PO Box 41400,Des Moines,IA 50311-0507. All Rights Reserved. Item Number 101772. Please contact your Authorized Reseller to purchase copies of this form. POWER OF ATTORNEY Great Midwest Insurance Company KNOW ALL MEN BY THESE PRESENTS,that GREAT MIDWEST INSURANCE COMPANY,a Texas Corporation,with its principal office in Houston,TX,does hereby constitute and appoint:Edward N. Hackett, Christine Maestas its true and lawful Attorney(s)-In-Fact to make, execute, seal and deliver for, and on its behalf as surety, any and all bonds, undertakings or other writings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of GREAT MIDWEST INSURANCE COMPANY,on the 1st day of April,2025 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 One-Hundred Million dollars ($100,000,000.00),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 o Attorney. Resolved, that the signature of the President and the seal of the Company may be affixed by electronic mail on any power of attorney granted, and the signature of the Secretary, and the seal of the Company may be affixed by electronic mail to any certificate of any such powe and any such power or certificate bearing such electronic 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 8th day of April, 2025. • t�NstcGREAT MIDWEST INSURANCE COMPANY O. CORPORATE SEAL BY / 44i-- r/ cs, Mark W. Haushill oZ President CORPo�*� ACKNOWLEDGEMENT • On this Bth day of April 2025, 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. CHRISTINA BISHOP °•: My Notary ID#131090488 BY C'(/T�✓ll,1Y1/L�( (i '1•. t. April14 2029 ' Expires , Christina Bishop _' 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 22nd Day of May 2025 . to osuR44,0 gCORPORATE SEAL BY lc Patricia an Secretary ` s CORPOO.C\ "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. • No. 5780-2 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended _ Certificate of Authority THIS IS TO CERTIFY,That,pursuant to the Insurance Code of the State of California, Great Midwest Insurance Company of Texas, organized under the laws of Texas,subject to its Articles of Incorporation or other fundamental organizational documents,is hereby authorized to transact within this State,subject to all provisions of this Certificate, the following classes of insurance: Fire,Marine,Surety,Disability,Plate Glass,Liability, Workers'Compensation,Common Carrier Liability,Boiler and Machinery, Burglary,Credit,Sprinkler,Team and Vehicle,Automobile,and Aircraft as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF,effective as of the 4th day ofAugust,2015, I have hereunto set my hand and caused my official seal to be affixed this 4ih day of August,2015. • \�a'c - L Dave Jones = ~'� Insurance Commissioner 1,7 By Valerie Sarfaty for Nettie Hoge Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority.Failure to do so will be a violation of Insurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. ,,!�� i''' . , : CITY OF 1-q HUNTINGTON BEACH o� �;°�'� Lisa Lane Barnes I City Clerk June 10, 2025 Servitek Electrical, Inc. Attn: Geoff Reyes 13330 Bloomfield Ave., Suite 102-114 Norwalk, CA 90650 Re: Edinger Avenue and Heil Avenue Traffic Signal Improvement Corridor—CC-1746 The City Council awarded the bid to your company for the above referenced project. Enclosed is a copy of the executed contract with the City of Huntington Beach. A Certification of Compliance with Title VII of the Civil Rights Act, Certification of Compliance with Prevailing Wage Laws and Contractor's Certificate form must be returned to this office after the project is completed but prior to the release of retention funds. In addition, the following item must also be on file, with this office before the City can release any retention funds: A warranty bond guaranteeing the final amount of work and materials for one year. If your performance bond does not include specific wording for a on -year warranty, then a rider or separate bond must be submitted. Should you have any questions or concerns regarding the enclosures or items that must be on file in this office prior to release of retention funds, please call the Public Works Department at 714-536-5517. Sincerely, A4-4, Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov ��i'�` AA Document A 310 TM - 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place Servitek Electric, Inc. ofbusiness) 13330 Bloomfield Ave, Suite 102-114 Great Midwest Insurance Company Norwalk, CA 90650 800 Gessner Rd Ste 600 This document has important legal Houston, TX 77024 consequences.Consultation with OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or - City of Huntington Beach modification. 200 Main St. Any singular reference to Huntington Beach, California 92648 Contractor,Surety,Owner or BOND AMOUNT: 0 TEN PERCENT(10%)of the Total Amount Bid other party shall be considered plural where applicable. PROJECT: (Name, location or address, and Project number, if any) Traffic Signal Improvements for Project Number,if any: C.C. No. 1746— Edinger Avenue and Heil Avenue Corridors HSIP H11-12-007 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. - When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory, bond and not as a common law bond. Signed and sealed this 18th day of March ,2025 . Servitek Electric, Inc. (Pr• rp ta� � (Seal) (Witness) � pyrite' 4�f� (1,.le) j e 1 t?rPat Mirtwect Insurance Company Car.11.t0.4re,4 (Surety) (Seal) (Witness) Carly Matlock,Witness (Title) Ed a .Hackett ,Attorney in Fact AIA Document A310,"—2010.Copyright©1963,1970 and 2010 by The American Institute of Architects.All rights reserved. • CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT ICVNowL104...CORMLIMMENTA MOVrtE044ENLACVxOvw[0G4FxlAC.xOwIEOLMENTACKNO 3lFOLIA NIACMOV.04MGulACFxOME04NFMKENOwI[OLMMUCKNOWLIKAMACYHOWI.MEx A.OWLMAINTACxNOWLMAIRITA xOwl[OGIA NIAMOWIL044..01OM[OGNFNIMw0WLIOG4FN1ACMOVILMNIKA MOKEOLx1MACRNOvhEOGMENT 1 A notary public or other officer completing this certificate verifies only the identity of 2 the individual who signed the document to which this certificate is attached,and not i the truthfulness,accuracy,or validity of that document. 1 A -State of California • ) R County ofOr-it vl r. ) g. 2 v x • On MAR 1 $ 2025 before me, C..Arly 9. Mortlock nhr1-6.ry fv,b1,c r a (here insert name acid title of the officer) s personally appeared Q�,,,q,rcd N. H&c .e,#f & -• 1 i S § who proved to me on the basis of satisfactory evidence to be the person(}-whose name(}-is/•afesubscribed to 1 i '.the within instrument and acknowledged to me that he/she/the i executed the same in his/I-ei l ei,r i authorizedet);an capacity(id that by his/her/their signature(ss}-on the instrument the personas),,or the entity g upon behalf of which the person(s)-acted,executed the instrument. g I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 1 ', CARLY P. MATLOCK _ 1 i s COMM. #2423661 z IX_•":1, -_f•?" Notary Public-California C g Z 4.:''`J Orange County g - WITNESS my hand and official seal. Comm.Expires Ott.27,Z026 1 'R Signature (Seal) ' �x3w0031M0EnJVIx3n0031MDMJVIx3w0031MOxv>v3x3wJ03YnONUVIN3n903uWxvJVIN3n'J03lxOxvJvlx3m>03NWNv>vIN3wO03vA0xv>vIx3N0o3WLNVJVIx3w003uWNVJVIx3w0a3Uwnx]vix3w003w.ONVJY1N3w9O3>MovYJVIN3n•M3VnOxvJvlx3xCO3vnOxv>VIx3w0O3lMONV>nx3vY>031NnxvJVlx3n903lmOxYJVIx3w003uwNnvlx3rrv03u10xvJv� • Optional Information Although the information in this section is not required by law,it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document .-. ;.s'Ad litipnalAnfcrm$tion _, . ,::'ate. The preceding Certificate of Acknowledgment is attached to a document Method of Signer Identification • titled/for the purpose of Z e.rv\ -e. E(e.c.--ri c r to c. Proved to me on the basis of satisfactory evidence: 0 form(s)of identification 0 credible witness(es) ..127(41 QoYid containing 2 pages,and dated MAR 8 2025 Notarial event is detailed in notary journal on: Page# Entry# The signer(s) capacity or authority is/are as: Notary contact: ❑ Individual(s) Other Attorney-in-Fact ❑ Additional Signer(s) E Signer(s)Thumbprint(s) ❑,Corporate Officer(s) • Title(s) ❑ ❑ Guardian/Conservator ❑ Partner-Limited/General ❑Trustee(s) •❑ Other: representing: Name(s)of Person(s)or Entity(ies)Signer is Representing • e Copyright 2007-2021 Notary Rotary,PO Box 41400,Des Moines,IA 50311-0507. All Rights Reserved. Item Number 101772. Please contact your Authorized Reseller to purchase copies of this form. • POWER OF ATTORNEY Great Midwest Insurance Company KNOW ALL MEN BY THESE PRESENTS,that GREAT MIDWEST INSURANCE COMPANY,a Texas Corporation,with its principal office in Houston,TX,does hereby constitute and appoint Edward N. Hackett, Christine Maestas its true and lawful Attomey(s)-In-Fact to make, execute, seal and deliver for, and on its behalf as surety, any and all bonds, undertakings or other writings obligatory in nature of a bond. • This authority is made under and by the authority of a resolution which was passed by the Board of Directors of GREAT MIDWEST INSURANCE COMPANY, on the 1st day of October,2018 as follows: Resolved,that the President, or any officer, be and hereby is, authorized to appoint and empower any representative of the Company or other person or persons as Attorney-In-Fact to execute on behalf of the Company any bonds,undertakings, policies,contracts of indemnity or other writings obligatory in nature of a bond not to exceed Twenty-Five Million dollars ($25,000,000.00), which the Company might execute through its duly elected officers, and affix the seal of the Company thereto.Any said execution of such documents by an Attorney-In-Fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company.Any Attorney-In-Fact,so appointed, may be removed in the Company's sole discretion and the authority so granted may be revoked as specified in the Power of Attorney. Resolved,that the signature of the President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary, and the seal of the Company may 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. di'r`5t msugtc GREAT MIDWEST INSURANCE COMPANY ego --. g CORPORATE SEAL BY Mark W. Haushill President '4fs CORp00 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. CHRISTINA BISHOP ma's4‘.0.Notary Public,State of Texas BY lepS Comm,Expires 04-14-2025 Christina Bishop Roe Notary ID 131090488 Notary Public CERTIFICATE I,the undersigned, Secretary of GREAT MIDWEST INSURANCE COMPANY,A Texas Insurance Company, DO HEREBY CERTIFY that the original Power of Attorney of which the foregoing is a true and correct copy,is in full force and effect and has not been revoked and the resolutions as set forth are now in force. Signed and Sealed at Houston,TX this 18th Day of March 20 25 �511NSUq74c - 'S Fa tAj g CORPORATE SEAL t BY Leslie K Shaunty r�y Secretary NS CORpos "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. J •V No.4606-0 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY that,pursuant to the Insurance Code of the State of California, Developers Surety and Indemnity Company of California, organized under the laws of California, subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire,Marine,Surety,Disability,Plate Glass,Liability,Workers'Compensation, Common Carrier Liability,Boiler and Machinery,Burglary,Credit, Sprinkler,Team and Vehicle,Automobile,Aircraft,Legal,and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation of any,of the applicable laws and lawful requirements made under authority of the laws of the State of CalOrnia 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 14 day of November, - 2017,I have set my hand and caused my official seal to be affixed this 1"day of November,2017. Dave Jones Insurance Commissioner L _ By Valerie Sarfaty for Joel Laucher Chief Dupla' NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. Failure to do sit will be a violation of Insurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. 1 '::1F;, is t'+:'., (fin �G�: 4, ''+ u OFFICIAL BID SECURITY-DO NOT OPEN • , - ° "rfi`"v ,Project Name: Edinger Avenue and Heil Avenue Corridors Traffic Signal hnprovemerits Project ip+ `4 ,CC#:1746 HSIP:Hl 1-12-007 Bid.Opening Date:March 28,2025 Servitek Electric,Inc. - 1 A 13330 Bloomfield Ave,Suite 102-114,Norwalk CA 90650 I , irn r ' yt ATTENTION: • City of Huntington Beach Public Works Office 2000 Main Street,Huntington Beach,CA 92648 «may` . s`v le'?Fk ' • . • Fat F � � '�'iR t'�.,,-,3v+� - s, j.. ry ,Y - ,A S „s-' 4 4' r i C c.k ``4%i 3 \ r r +r i _- s a � '. �. ' �'G,'�t;r»1<i` $` r,'.-4 �c r : ...P x r, a .: 7M w� d ._.�,a•. •3r z. t''a d..S` -i' ,i.� .r. Y �F.. uCb• v�`.-` a k';:2nti. .._ k,- .. i RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating (Date) CITY OF HUNTINGTON BEACH ,,, INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: 40//0/26- SUBJECT: Bond Acceptance I have received the bonds for V er /J G�€eie. ,� /� f2G� . , �� "`� iv (Company I r CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. a A /2119 (D33 Payment Bond (Labor and Materials) Bond No. /12- 6933 Warranty or Maintenance Bond No. • TRACT AND DEVELOPMENT Faithful Performance Bond No: Labor and Material Bond No. • Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. t Other Re: Tract No. Approved S/20/26 �.� (Council Approval Date) CC No. /7-90 Agcftdn Itcm No. °b.-+ 3$.40 MSC No. __- City Clerk Vault No. /AO O. SO Other No. SIRE System ID No. tbOL. g:/forms/bond transmittal to treasurer C ��.o. S L 'i'a PROJECT /F u)i _ BOLSA AVE. CO LOCATION ao v) cn Mc FADDEN AVE. 0 X•44V Aur J A1,5,////////1-1/7L1L,0N. /l//KVV O 2 0 1- J 2 z .t ,'// HFII .7/ ///r/1/l m AVE. >- U' (n J Q a w = vl Q m WARNER 8 w o Q AVE.Q y Z < w m \ . N SLATER _o AVE. CD 405 A TALBERT _ AVE. 95, PACIFIC 0 ELLIS \ AVE. GARFIELD 1 m AVE. v) X e- ` N \ CO A.iff ��A. YORKTOWNcn AVE.U) N Q -ST :� 4� �� AD IMS AVE. r cc 0� cn 9+0 INDIANAPOLIS AVE. o OCEAN J 4ATL=NTA Z = AVE. m 9 U) Qo Z 2 m m HAM LTON AVE. 6'1,4.. BANNING • AVE. N I , NTS PROJECT LOCATION MAP EDINGER AVE & HEIL AVE CORRIDORS SIGNAL IMPROVEMENT CITY OF HUNTINGTON BEACH1 OF 1 DEPARTMENT OF PUBLIC WORKS 1 City of Huntington Beach =' INTER-DEPARTMENT COMMMUNICATION HUNTINGTON BEACH TO: Honorable Mayor and City Councilmembers FROM: Chau Vu, Director of Public Works _11, DATE: May 19, 2025 SUBJECT: SUPPLEMENTAL COMMUNICATION FOR ITEM 19, FILE ID 25-386, ACCEPT THE LOWEST RESPONSIVE AND RESPONSIBLE BID AND AUTHORIZE EXECUTION OF A CONSTRUCTION CONTRACT WITH SERVITEK ELECTRICAL & DATA, INC., IN THE AMOUNT OF $950,702.50, FOR THE CONSTRUCTION OF THE EDINGER AVENUE AND HEIL AVENUE TRAFFIC SIGNAL IMPROVEMENT PROJECT (CC-1746) AND AUTHORIZE AN APPROPRIATION IN THE AMOUNT OF $389,268.00 FROM THE TRAFFIC IMPACT FUND On Slide 4 of the PowerPoint Presentation, the data should indicate the following: Construction Cost Estimate 10% Contingency $95,070.25 Project Funding $389,268.00 is requested to be appropriated from the Traffic Impact Fund to fund the project in the amount of$1,140,843.00 c: City Clerk SUPPLEMENTAL COMMUNICATION Meeting Date: 5/20/2025 Agenda Item No. 19 (25-386) 1 IIIIW- %I.OrilI N 4, in erAvenue• To \\ ..........„, .. C •.•' ��4R P � RATF •••• . o • . 6�• % \ a n d Hell Ave n u e , Traffic na.,__ _ _ ,, 4,,, J ___„ -- -__ _ Improvements _ -__ , • el ••• FB. 44,... , P; \,, -• O 1 co \C 0t ",#' _ � NTH ....i�r..// Project Location ,.. , (.... / 1 , .. 1, .... ____ I , , ......i, , .... _ ..... ...„_ ,...... _, _ _. , .4.... a. w„,,, ...a... o.i a•M .r , .'i ,,,,, t ,.....„, , \ , ---- 1 0,...., 1 , .., ......or I ' I ' , 1 41111111M•lommumil6 —..—.. EDINGER AVENUE ..,1 ,= • .--, -, ._. , = .-- 1, = - -• — . I — / —. b I — 1 , - _ , .„.. _ .... .., —— —. / — I I I ., .....— ' i I I t I i It' '—*. U — i — i t i .or . :, • 6) HEIL AVENUE * :::5ilpo:reo. ........... ".... .....,.... j Amt. , 5 ,t5 I 55* i- 1 I I - - • ' .• * ,..: •••••'. .- I . b I II.i ll 46,k 0 '414k ',- .—• I'I -11 4:: ..... hi .... ,i F.... i -----_--_-_-=: ...,_ ......,.,, , t , t -- — . "3 c 4...)-—I aiwas..- - 41116,4 N 1 , \Ca‘'1....- Reff.C---1-4—, • ---... % ---7-------c, 7 ,,0,-.... °UI ... e ...:........ .. or NTN C'''r N Ili ....• Ail," Project • Highway Safety Improvement Program (HSIP) • Awarded March 13th, 2023 • Grant Fund Awarded Amount: $675,090.00 • Project Corridor Segments • Edinger Avenue between (Bolsa Chica Street to Parkside Lane), • Heil Avenue between (Bolsa Chica Street to Gothard Street) • Traffic Safety Improvements • Retro-Reflective Backplates • Near-Sided Traffic Signal Heads • Pedestrian Audible Buttons i G tj ��NTIN,.... • Green Striping Bike Lanes �� O`•,.••�N��R?CRgTFO••.,��\ • Leading Pedestrian Intervals Timing �� U COUNTY is-,0 Project • Construction Cost Estimate • Contractor's Bid $ 950,702.50 • 10% Contingency $ 95,070.25 • Construction Administration $ 95,070.25 • TOTAL $ 1 ,140,843.00 • Project Funding • $ 675,090.00 from Edinger Heil Corridor Project Grant Fund • $ 76,485.00 from Traffic Impact Fund • $ 389,268.00 is requested to be appropriated from the Traffic Impact Fund to fund the project in the amount of $1 ,140,843.00 oi/ ANT I N G T- — «, pRPORA•••. 'd \ `F o\\� 0I "OUNTV c,\\ %max.. Pex • Questions ? * = • . ,,, ; . ;i; .1, ' (1--% -' ' 0 t"g 4 fin�'.. ui fi tit,. ie1L 1• ... ;�r r = "iv/r//�"�i..r► ..... x‘%-c 1 N G Avenue Nzi\v .........,, ....„. 4, \v‘ ea • % .(5) Irk. __________ ___ _________ .. ,,,,, , and H ipi . Traffic na, a . __ _ r: - Improvements , . _or:7- i ,,,, )/1.9. ....... , • ..-- • • r. 5/20/2025 �..* ���� 0UNT'(•.mile. t ,,' 464 i Project Location ,. _,, , . . ,._ „., ., .., ''', ::.-. -------; -.1. ;1;---; -:-',,:°- ,,,,...-. ',-; "----f 5i 1`,.7,"' ;''''& ,,.;,.1 .,;;;,''• ' . , e ee ee! eeei• ei. 1 - ; . ,ee, Mem,, 11 e.-e, ,4,..11Vee.,,i ,"ye,e k••', e ,...,','"'', . "1.,,,, . I ..—, . . _ 1. ..,,,,. s EPINGERI AMENOE-T- . : . , .„..! :,--•_IL D ; ' ; - - -"' ---;,'-- :;—„,..._; ,,,,,,,,,, :n...Fi _ ‘"2-;" .. .;-_''''.. ' .,,,, 55. ,, ',—''''—,1 1," ""111,-;-t;Ji—'—, ..1....1 "":"''''''"',')'• ,..,-,-*"--- k' : 1 ,-,r,-•-' if ..„-„,,:. t`'''''''''--- :tt ----.... ' • :t. ".--,..., , _ [ ', I -,,, t : • <,..,- 1:: , = rt ; , : -1 : --,,,, ''--P...i I i 7- 1---- - rr.",1--3 11'1'1 'Z. ,,-.0A.A 114'' 1 ', , ,1 ,,,,,,,,,, 1 :i ., '.' 'i." '. `. c . • „.„„ ---- HEIL AVENUE ;',.," • J! , ,.:- ,„ ' f ' 1,-:, •,,.,ii, --- --..:„,,c, .,,— 11 .1, 3 ,--• '''-. >;:.",..„-','.... -4,....... . . . ,, „ , , „ ,..,-,:i:.,,,—, „,..,",„ ;,.! ,, ,,,,,i -_---" ,- - ,s.,--....i„,:,....--,../,, i, „,,,,,- ,, i, ,, ,,,,,,, --., , „ , ,, 7,!•,-,--,,,-. ._ ., ,,,,:v..,^" . ' '.I l'„,,,„ „..,.. 2 l' .11 ; 1.,,,'s ,,,, rr-''''i•,---.-.! '‘.•,2.1.' i. ''.: ' . '' i i._ 7 ! 'i' . ' n. '„t: ix-r•-,..--,... ''''' ,,,,, . ...._..... - ,- ' ' ' '''''''''''4,---- .-.;;; 1 I '-','? 00F, .>,(1 \‘...-•\;:c70.11.70.R.A.............?46,‘ :t,,, • ; 1; zs,;;;:;;;,14;,;:;g "1 '' ; , . - " -1--; --- ' - - --.-: '-"" ' - - - .„ ; ,;:—..;. i„,,,,. I I.__ : -----:::-;;; --7-7----- %"7. ,;... , , , ,-.,,,, _...,,... ...., .---,-- . ,. .. ......_.. ----- . . .---,8-.7'''''''----,. ..w.::.--)../.i,-=----;_-.--.' ..-4,:;• s--v,:;,...• o ii ,ohve .•......... \ C 0 ' n 61°UNT\I t 's 11 0.4,1 Aro/- . 465 Project • Highway Safety Improvement Program (HSIP) • Awarded March 13th, 2023 • Grant Fund Awarded Amount: $675,090.00 • Project Corridor Segments • Edinger Avenue between (Bolsa Chica Street to Parkside Lane), • Heil Avenue between (Bolsa Chica Street to Gothard Street) • Traffic Safety Improvements • Retro-Reflective Backplates • Near-Sided Traffic Signal Heads • Pedestrian Audible Buttons � \\NTINGl • Green Striping Bike Lanes fo O�(:•.•\�CORPRRAr 1., • Leading Pedestrian Intervals Timing =0CUNTN �-" 466 Project • Construction Cost Estimate • Contractor's Bid $ 950,702.50 • 15% Contingency $ 95,070.25 • Construction Administration $ 95,070.25 • TOTAL $ 1 ,140,843.00 • Project Funding • $ 675,090.00 from Edinger Heil Corridor Project Grant Fund • $ 76,485.00 from Traffic Impact Fund • $ 389,298.00 is requested to be appropriated from the Traffic Impact Fund to fund the project in the amount of $1 ,140,843.00 ,' ��NT I N GT rl c�.,.•\��oRPORarFo•.,., st coUNTY 0;V;i' 467 • ,� , a-• . , .." ��. z `a a.c �• � .. ._ '��,v+ �,�. a 4` �P 5 y {.'R.tx. .P C S h',' ii Rf 4. +., t :.�� -;:; .i� ,14 .lam . ::'�,o' - a t « �i' * dtr, „-, ,,... ''-1` .-- ;sty ., ►. -,3k``Mf. Y`+ ir [i +" �r ie , L. 'a 7 f *. ' c 1 3r.i ,,fiM . II 9 4.,4,.,,.:.-., 'f,- . , :i..t.49a,, kr„-,c7:7,1,.1 .,..,, —,,,;Ar A.' '‘3(- c 4' ';4.,**!1(', - - -i ,. . . . -__.,. ..,.ii. ...,.4,.. . 1:1. ,.: ,, „..., , ., ..;;;..,:._„.._ . ., , .,..-,‘i ,... : 41,..:4, c ,..,...1..,:ti.. i 11, - '4' - '`.- ' " i :"A .,7,*:4;*.' '''''\,Viell.'' ;,1* t i "..4''''.., :41.'4;A44:*" ' .,** '. '''', " l';'/.ill, 1 ;'1'''' 4:.e..12,t i. -.. s . w# 4k ,. a . _...._.. c+ . U) O 0 a) M IAA /MU Off 1/26 SECTION A U/ 2 9125 NOTICE INVITING ELECTRONIC BIDS .2/(aPS for the construction of Traffic Signal Improvements for Edinger Avenue and Heil Avenue Corridors C.C. No. 1746 -HSIP H11-12-007 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 'RRI)AY, archM28,2025, 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.cfin?CompanyID=15340 Copies of bid documents,including instruction to bidders,bidder proposal form,and specifications may be downloaded free at: https://planetbids.com/portallportal.cfm?CompanvlD=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents, to be added to the prospective bidders list, and to receive addendum notifications when issued. 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 � I 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: Edinger Avenue and Heil Avenue Corridors Traffic Signal Improvements Project CC #: 1746 HSIP: H11-12-007 Bid Opening Date: March 28, 2025 The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A at the time of the bid opening. All fiber optic and electrical work must be performed by a contractor that possesses a C- 10 Electrical Contractors License at the time of the bid opening.A contractor who does not possess all the required licenses as stated at the time of the bid opening will be deemed non-responsive and will be disqualified. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: The project consists of furnishing and installing traffic signal equipment including countdown pedestrian signal face modules, backplates with yellow tape border, vehicle heads, APS pedestrian push buttons systems, controller units, conduit, pull boxes, signal cabling, signing and stripping. • The contract shall allow the Contractor 4O working days to complete the contract. • The engineer's estimate of probable construction cost for the work included in the basis of award is $676,760. 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 4th.day_of June.2024,..by Resolution No;Zi 2445 Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH A-2 Column OFFICIAL AD PROOF This is the proof of your ad scheduled to run in Huntington Beach Wave on the dates indicated below. If changes are needed, please contact us prior to deadline at (714) 796-2209. Notice ID:xL3fKT6L3zvpLHPow0bz I Proof Updated: Feb.19,2025 at 04:33pm PST Notice Name: NIEB CC No. 1746 I Publisher ID:0011720994 See Proof on Next Page FILER FILING FOR Donna Switzer Huntington Beach Wave donna.switzer@surfcity-hb.org (714)374-1649 Columns Wide: 5 Ad Class: Legals 02/27/2025:City Notices Notice 767.64 03/06/2025:City Notices Notice 767.63 Subtotal $1535.27 Tax% 0 Total $1535.27 NIEB CC No. 1746 - Page 1 of 3 SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Traffic Signal Improvements for Edinger Avenue and Heil Avenue Corridors C.C.No.1746-HSIP H11-12-007 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 proleet and will receive such bids prior to 2:00 PM on FRI DAY,March 28,2025,on the City's PlanetBids System Vendor Portal,at which time or thereafter bids will be opened and made available online.Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this protect via the City's PlanetBlds System Vendor Portal website at: https://planetbids.com/portal/portal.cfm?CompanyI D=15340 Copies of bid documents, including instruction to bidders,bidder proposal form,and specifications may be downloaded free at: htfps://planetbids.com/portal/porfal.cfm?CompanyID=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents,to be added to the prospective bidders list,and to receive addendum notifications when issued. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code.Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft,classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are on file at the Office of the Director of Public Works,2000 Main Street,Huntington Beach,CA 92648. The AGENCY will deduct 5%retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code,Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it IS prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashiers check, or 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 hid 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:Edinger Avenue and Heil Avenue Corridors Traffic Signal Improvements Project CC#:1746 HSIP:H11-12-007 Bid Opening Date:March 28,2025 The successful bidder shall betiicensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors License Class A at the time of the bid opening. All fiber optic and electrical work must be performed by a contractor that possesses a C-10 Electrical Contractors License at the time of the bid opening.A contractor who does not possess all the required licenses as stated at the time of the bid opening will be deemed non-responsive and will be disqualified. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY.All extension of unit prices will be subiect to verification by the AGENCY. in case of a variation between the unit price and the extension,the unit price will govern. Project Description: The protect consists of furnishing and installing traffic signal equipment including countdown pedestrian signal face modules, backplates with yellow tape border, vehicle heads, APS pedestrian push buttons systems, controller units,conduit,pull boxes,signal cabling,signing and stripping. • The contract shall allow the Contractor 40 working days to complete the contract. • The engineer's estimate of probable construction cost for the work included to the basis of award is$676,760. All questions related to this bid solicitation must be submitted through the City's PlanetBlds System Vendor Portal per the information provided in the instructions to NIEB CC No. 1746 - Page 2 of 3 Bidders.Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBids system. The AGENCY reserves the right to relect any or all bids,to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA,the 4th day of June 2024,by Resolution No.2024-25. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:2/27,3/6/25 • • • NIEB CC No. 1746 - Page 3 of 3 INCLUDES THE IN V A LLEY VALLEY VIEW 1920 Main St. Suite 225, Irvine Irvine, California 92614 (714)796-2209 legals@inlandnewspapers.com City of Huntington Beach - City Clerk's Office 2000 Main Street Huntington Beach, California 92648 Account Number: 5272431 Ad Order Number: 0011720994 Customer's Reference/PO Number: Publication: Huntington Beach Wave Publication Dates: 02/27/2025 and 03/06/2025 Total Amount: $1535.27 Payment Amount: $0.00 Amount Due: $1535.27 Notice ID: xL3fKT6L3zvpLHPowObz Invoice Text: SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Traffic Signal Improvements for Edinger Avenue and Heil Avenue Corridors C.C. No. 1746- HSIP H11-12-007 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH,as AGENCY, invites electronic bids for the above stated project and will receive such bids prior to 2:00 PM on FRIDAY, March 28,2025, on the City's PlanetBids System Vendor Portal,at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this project via the City's PlanetBids System Vendor Portal website at: https://planetbids.com/portal/portal.cfm?CompanylD=15340 Copies of bid documents, including instruction to bidders, bidder proposal form,and specifications may be downloaded free at: https://planetbids.com/portal/portal.cfm? CompanylD=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents,to be added to the prospective bidders list,and to receive addendum notifications when issued.Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California,the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are on file at the Office of the Director of Public Works,2000 Main Street, Huntington Beach, CA 92648.The AGENCY will deduct 5%retention from all progress NIEB CC No. 1746 - Page 1 of 3 See Proof on Next Page JPINCLLOES THE , FOUNTAIN _/ VALLEY VIEW Huntington Beach Wave 1920 Main St.Suite 225,Irvine Irvine,California 92614 (714)796-2209 2000 Main Street Huntington Beach, California 92648 AFFIDAVIT OF PUBLICATION STATE OF CALIFORNIA County of Orange County I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above-entitled matter. I am the principal clerk of the Huntington Beach Wave, a newspaper that has been adjudged to be a newspaper of general circulation by the Superior Court of the County of Orange County, State of California, on July 1, 1998, Case No. A-185906 in and for the City of Irvine, County of Orange County, State of California; that the notice, of which the annexed is a true printed copy, has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates,to wit: 0212712025, 03/06/2025 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 6, 2025. Caeltfi S ture L NIEB CC No. 1746 - Page 1 of 3 SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Traffic Signal Improvements for Edinger Avenue and Heil Avenue Corridors C.C.No.1746-I-ISIP H11-12-007 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated protect and will receive such bids prior to 2:00 PM on FRIDAY,March 28,2025,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 prolect via the City's PlanetBids System Vendor Portal webslte at: https://planetbids.com/portal/portal.cfm?Companyl D=15340 Copies of bid documents, including instruction to bidders,bidder proposal form,and specifications may be downloaded free at: https://planetblds.corn/portal/partaI.cfm?Company ID=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.Pursuanttothe provisions of the Labor Cocleof 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 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:Edinger Avenue and Hell Avenue Corridors Traffic Signal Improvements Project CC#:1746 HSIP:H11-12-007 Bid Opening Date:March 28,2025 The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors License Class A at the time of the bid opening. All fiber optic and electrical work must be performed by a contractor that possesses a C-10 Electrical Contractors License at the time of the bid opening.A contractor who does not possess all the required licenses as stated at the time of the bid opening will be deemed non-responsive and will be disqualified. The successful Contractor and ills subcontractors will be required to possess business licenses from the AGENCY.All extension of unit prices will be subiect to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: The protect consists of furnishing and installing traffic signal equipment including countdown pedestrian signal face modules, backplates with yellow tape border, vehicle heads, APS pedestrian push buttons systems, controller units,conduit,pull boxes,signal cabling,signing and stripping. • Tile contract shall allow the Contractor 40 working days to complete the contract. • The engineer's estimate of probable construction cost for the work included in the basis of award Is$676,760. All questions related to this bid solicitation must he submitted through the City's PlanetBids System Vendor Portal per the information provided in the instructions to NIEB CC No. 1746 - Page 2 of 3 Bidders.Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBlds system. The AGENCY reserves the right to reiect 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 4th day of June 2024,by Resolution No.2024-25. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:2/27,3/6/25 NIEB CC No. 1746 - Page 3 of 3