Loading...
HomeMy WebLinkAboutPower Engineering Construction Company - 2025-05-20 ECEIVED BY: CITY CLERK RECEIPT COPY pM „ f „ n �C( !, k . Return DUPLICATE to • �1L1 L , �/ vl City Clerk's Office (Name) after signing/dating t4oU fic (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: (./4/,Zr SUBJECT: Bond Acceptance I have received the bonds for PO 1 fr I /'L,Atri l IAlYZ/Ch )(J• (Co any Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. D7'022 SW(p Payment Bond (Labor and Materials) Bond No. D 7"DZ7 s3'/4' 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 t-C/L/2c.:, (Council Approval Date) CC No. /7-46- Agenda Item No. /�'!/ '� g) MSC No. City Clerk Vault No. /WV. CSC) Other No. SIRE System ID No. 1776`L. g:/forms/bond transmittal to treasurer N NGT� 2000 Main Street, 0�0 0,a Huntington Beach,CA i444 Cityof Huntington Beach 92648 9 _ APPROVED 6-0-1 2C L.c?* TY ✓"~4o���OQ'Y (McKEON—ABSENT) File #: 25-358 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: Joseph Pinel, Capital Projects Administrator Subject: Accept the lowest responsive and responsible bid and authorize execution of a construction contract with Power Engineering Construction Company in the amount of$353,068 for the Bolsa Avenue Bridge Maintenance Project, CC-1745; approve supplemental construction costs; and authorize 15% in contingency funds Statement of Issue: On April 10, 2025, the City publicly opened bids for the Bolsa Avenue Bridge Maintenance Project (CC-1745). City Council action is requested to award the construction contract to Power Engineering Construction Company, the lowest responsive and responsible bidder. Financial Impact: The estimated project cost is $461,336 which includes the construction contract with Power Engineering Construction Company, supplemental construction costs, and a 15% contingency. The project budget includes $120,781 of Prop 42 funds from Account No. 21985203.82800 and $340,555 from the Measure M fund in Account No. 21390040.82300. Recommended Action: A) Accept the lowest and responsible bid submitted by Power Engineering Construction Company in the amount of$353,068; B) Authorize the Director of Public Works to approve change orders up to 15% contingency in potential construction change orders; and, C) Authorize the Mayor and City Clerk to execute a construction contract with Power Engineering Construction Company in a form approved by the City Attorney. Alternative Action(s): Reject all bids and provide staff with direction. City of Huntington Beach Page 1 of 3 Printed on 5/15/2025 powered by LegistarTM 218 File #: 25-358 MEETING DATE: 5/20/2025 Analysis: The Bolsa Avenue Bridge Maintenance Project will extend the service life of the bridge over the Westminster Channel and help prevent more extensive and costly rehabilitation in the future. The project scope includes: • Removal of the existing one-foot parapet and five-foot fence to be replaced with a traffic-rated three-foot barrier and four-foot fence • Removal of unsound concrete and patching • Epoxy injection for concrete cracks • Replacement of joint seals • Sidewalk restoration • Limited cleaning and waterproof painting • Replacement of water line structural brackets • Replacement of the water line air vacuum release valve assembly Bid Results (Opened April 10, 2025): Bidder's Name Submitted and Verified Bid Power Engineering Construction Company $353,068 Leonida Builders Inc. $393,978 Lonerock, Inc. $700,565 Based on the lowest bid received, the total estimated construction cost of this project is $461,336, as itemized below: Item Amount Bid submitted by Power Engineering Construction Company $353,068 15% Contingency $52,961 Supplementals (Deputy inspection, construction administration) $55,307 TOTAL CONSTRUCTION COST $461,336 Funds for this project are available in the current fiscal budget as follows: Prop 42 Acct. 21985203.82800 $120,781 Measure M Acct. 21390040.82300 $340,555 Total Funds Available: $461,336 Staff has reviewed Power Engineering Construction Company's qualifications and confirms that they have successfully completed similar bridge maintenance projects. Based on their experience and the submitted bid, staff recommends awarding the contract as outlined. The total project cost is estimated to be $461,336, which includes the construction contract, supplemental construction costs (such as construction administration, design engineer services and deputy inspection), and 15% construction contingency. City of Huntington Beach Page 2 of 3 Printed on 5/15/2025 powered by LegistarT" 219 File #: 25-358 MEETING DATE: 5/20/2025 Environmental Status: This project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15031c under Class 1 of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. Strategic Plan Goal: Non Applicable -Administrative Item Attachment(s): 1. Construction Contract with Power Engineering Construction Company 2. Vicinity Map 3. PowerPoint Presentation City of Huntington Beach Page 3 of 3 Printed on 5/15/2025 powered by LegistarTM 220 1 CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND POWER ENGINEERING CONSTRUCTION COMPANY FOR BOLSA AVENUE BRIDGE MAINTENANCE, CC-1745 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 POWER ENGINEERING CONSTRUCTION COMPANY , a California corporation,hereinafter referred to as "CONTRACTOR." WHEREAS,CITY has solicited bids for a public works project,hereinafter referred to as "PROJECT,"more fully described as replace concrete barrier, concrete crack repairs, replace joint seals, replace air vacuum release valve 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: I. 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 t 6-5195/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; Ii. 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 16-5 l95/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 04/20I6 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 Three Hundred Fifty-Three Thousand Sixty-Eight Dollars ($ 353,068 ), as set forth in the Contract Documents, to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten(10)working days after the Notice To Proceed is issued and diligently prosecute the PROJECT to completion within Sixty ( 60 ) consecutive Working days from the day the Notice to Proceed is issued by DPW,excluding delays provided for in this Agreement. 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 16-51 95/City Funded Construction Contract.docx—revised 04/2016 subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6. CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal, the work shall be performed according to the changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site, for any reason,relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 5 16-5195/City Funded Construction Contract.docx—revised 04/2016 8. BONDS Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR's faithful performance of the work,and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent (100%) of the final contract price, including all change orders, to warrant such performance for a period of one (1)year after CITY's acceptance thereof within ten (10)days of filing of the Notice of Completion. 9. WARRANTIES CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR, within ten (10) days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and own cost and expense. 10. INDEPENDENT CONTRACTOR It is understood and agreed that CONTRACTOR is,and shall be,acting at all times hereunder as an independent contractor and not an employee of CITY. CONTRACTOR OR 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 04/20 i 6 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 Eight Hundred ($ 800 ) 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, nr delays of cohenntractnrs dim to sttch canReq. 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 dela y y 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 Iockout 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. (I) "Change Order"means a document signed by the CONTRACTOR and CITY which authorizes an addition, deletion or revision in the work, or an adjustment in the Compensation under Section 3,or the Completion Time specified at Section 4. (2) —Demand" means a written demand for a Change Order by the CONTRACTOR for any of the following: (a) A time extension; 8 16-5195/City Funded Construction Contract.docx—revised 04/2016 (b) Payment of money or damages arising from work done by,or on behalf of, the CONTRACTOR pursuant to this Agreement and payment of which is not expressly permitted pursuant to Section 3 of this Agreement; (c) Payment of an amount the CITY disputes; (d) Any disputes and other matters relating to the acceptability of the work performed or the interpretation of the Contract Documents; (e) A request for a time extension or additional payment based upon differing site conditions, such as subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents, or unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the PROJECT; or (f) A request for a time extension or additional payment based upon acts of • neglect by CITY or due to fires,floods,labor disputes,epidemics,abnormal weather conditions or acts of God. B. A Demand for a time extension or payment of money or damages may only be granted by a Change Order. C. No Change Order may be granted except where the Contractor has submitted a Demand to the DPW(or his or her written designee). All Demands shall be submitted promptly,but in no event later than thirty(30)days after the occurrence of the event giving.rise to the Demand. The Demand snail be in writing and include all documents necessary to substantiate the Demand. The DPW shall act on the Demand within fifteen (15) days after receipt, including by requesting additional information from the CONTRACTOR to determine whether to approve the Change Order the Demand seeks, The DPW shall act on the Demand within fifteen (15)days 9 16-5195/City Funded Construction Contract,docx—revised 04/2016 after receipt of the additional information or within a period of time no greater than the time the CONTRACTOR took to produce the additional information requested,whichever is greater. D. Notwithstanding the thirty (30) days to submit a Demand under Subparagraph C, in the case of differing or unknown site conditions, immediately upon encountering the conditions, CONTRACTOR shall notify the DPW in writing of the conditions, so that the CITY may promptly investigate the conditions. E. If the CONTRACTOR disputes the DPW's written response on the Demand, or the CITY fails to respond within the time prescribed, the CONTRACTOR may so notify the City Engineer,in writing,either within fifteen(15)days of receipt of the City Engineer's response or within fifteen (15) days of the DPW's failure to respond within the time prescribed, respectively, and request an informal conference to meet and confer for settlement of the Demand. Upon the CONTRACTOR's request,the DPW shall schedule a meet and confer conference within thirty(30) days to seek to resolve. F. CITY and CONTRACTOR shall execute appropriate Change Orders covering changes to the time or price by executing the Change Order by mutual agreement. If the CITY and CONTRACTOR are unable to reach a mutual agreement, then the City Engineer shall issue a written decision on the claim within a reasonable time. G. Following the meet and confer conference, if the Demand remains in dispute,the CONTRACTOR may file a claim with the City as provided in Chapter 1 (commencing with Section 900)and Chapter 2 (commencing with Section 910)of Part 3 of Division 3.6 of Title 1 r f the (:o vernment (`ode For nnrnncpa of fhnce m•n ,icinnc the running nt the nerior1 nf'time within which a claim must be filed shall be tolled from the time the CONTRACTOR submits his 10 16-5195/City Funded Construction Contract.docx—revised 04/2016 or her Demand until the Demand is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. 13. VARIATIONS IN ESTIMATED OUANTITIES 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 firms supplying mata-rialg ad all cnihrnntrartnrc wnrlking nnn the NY()O U'( "I' have been raid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items,if any,to be set forth in CONTRACTOR's affidavit covering disputed claims, 12 16-5195/City Funded Construction Contract.docx—revised 04/2016 or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement, A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit twenty-five dollars ($25)for each calendar day or portion thereof for each worker paid(either by CONTRACTOR or any of its subcontractors)less than the prevailing wage rate established for that particular craft or type of work. • 18. CALIFORNIA PREVAILING WAGE LAW A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate • for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by 13 16-5195/City Funded Construction Contract.docx—revised 04/2016 resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit twenty-five dollars ($25) for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work, 19. CALIFORNIA EIGHT-HOUR LAW A. California Labor Code,Sections 1810 et seq,shall apply to the performance of this Agreement; thereunder, not more than eight(8)hours shall constitute one day's work and CONTRACTOR and each subcontractor employed by its hereunder, shall not require more than eight(8) hours of labor per day or forty (40)hours per week from any one person employed by it hereunder, except as stipulated in California Labor Code Section 1815. CONTRACTOR and each subcontractor employed by it hereunder shall, in accordance with California Labor Code Section 1812, keep an accurate record, open to inspection at all reasonable hours, showing the name and actual hours worked each calendar day and each calendar week by each worker employed in connection with the PROJECT. R P,irs,�ant to frig Avreftment arm in a'nnrdanoe with C'.alifnrnia I..ahor Code- Section 1813, CONTRACTOR shall, as a penalty to CITY, forfeit twenty-five dollars ($25) for • each worker employed hereunder by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8)hours in any one 14 I 6-5195/City Funded Construction Contract.docx—revised 04/2016 (I) calendar day or forty(40) hours in any one(1)calendar week in violation of California Labor Code Section 1815. 20. PAYMENT OF TRAVEL AND SUBSISTENCE ALLOWANCE Section 1773.8 of the California Labor Code,regarding the payment of travel and subsistence allowance is applicable to this PROJECT. 21. EMPLOYMENT OF APPRENTICES Section 1777.5 of the California Labor Code, regarding the employment of apprentices is applicable to this PROJECT. 22. PAYROLL RECORDS CONTRACTOR agrees to keep accurate payroll record showing the name, address, social security number, work classification,straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice or worker employed by it in connection with the PROJECT and agrees to require each of its subcontractors to do the same. CONTRACTOR further agrees that its payroll records and those of its subcontractors,if any,shall be available at all reasonable times to the CITY, and the employee or his representative, and the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards, and to comply with all of the provisions of California Labor Code Section 1776, in general. 23. INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless ("TT'V itc nffie,rg eiPrter1 nr nppeinted nffiria1c pmnlnrgc n rpnfe arid vQ1nntePrs from and against any and all claims, damages, losses, expenses, judgments, demands, defense costs, and consequential damage or liability of any kind or nature,however caused, including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, 15 16-5195/City Funded Construction Contract.docx—revised 04/2016 arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable,including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY, its officers, elected or appointed officials, employees, agents, and volunteers. CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall approve selection of CONTRACTOR's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. 24. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 16 16-5195/City Funded Construction Contract.docx—revised 04/2016 25, INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to defend,hold harmless and indemnify CITY, CONTRACTOR shall obtain and furnish to CITY,a policy of general public liability insurance, including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000)per occurrence. If coverage is provided under a form which includes a designated general aggregate limit,the aggregate limit must be no less than One Million Dollars($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees, agents,and volunteers(the"Additionally Insured Parties")as Additional Insureds,and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary and non-contributory with any other valid and collectible insurance or self-insurance available to the Additionally Insured Parties. Any available insurance proceeds in excess of the minimum coverage amount specified herein shall be available to the Additionally Insured Parties. All coverage available to CONTRACTOR shall also be available to the Additionally Insured Parties. Under no circumstances shall said above-mentioned insurance contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Five Thousand Dollars ($5,000.00) is permitted. CONTRACTOR shall be responsible for causing all Subcontractors to maintain the same types and limits of insurance coverage as that required of CONTRACTOR by this Agreement. 17 16-5195/City Funded Construction Contract.docx—revised 04/2016 26. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement; the certificates shall: 1. Provide the name and policy number of each carrier and policy; 2. State that the policy is currently in force; and 3. Promise to provide that such policies will not be canceled or modified without thirty (30) days' prior written notice of CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the CONTRACTOR's defense, hold harmless and indemnification obligations as set forth under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all the policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner, the premiums on all insurance hereinabove required. CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers, elected and appointed officials, employees, agents and volunteers as Additional Insureds, to the City Attorney for approval prior to any payment hereunder. 27. NOTICE OF THIRD PARTY CLAIM Pursuant to Public Contracts Code §9202, CITY shall provide notice to CONTRACTOR of receipt of any claim filed with CITY or a court of competent jurisdiction which arises out of performance of this agreement within ten(10)days of receipt of such claim or claims. 18 16-5195/City Funded Construction Contract.docx—revised 04/2016 28. DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give CONTRACTOR notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten(10)days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR,CITY may elect not to terminate this Agreement;in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. If it is subsequently determined by a court of competent jurisdiction that CITY's termination of this Agreement under this Section was wrongful, such termination shall be converted to a termination for convenience under Section 29 and any damages shall be assessed as set forth in Section 29. 29. TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause, and whether or not PROJECT is fully complete upon seven(7)calendar days written notice to CONTRACTOR. In the event of termination, under this Section CITY shall pay CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made. In case of such termination for convenience,the CONTRACTOR shall be entitled to receive payment for work executed, and costs incurred by reason of such termination. In no event shall CONTRACTOR be entitled to recover overhead, profit or CONTRACTOR's fee on work not performed. Such payment by CITY shall be CONTRACTOR's 19 16-5195/City Funded Construction Contract.docx—revised 04/2016 sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no further obligation to CONTRACTOR. 30. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be performed hereunder, or upon expiration or earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost. 31. NONASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement,or any part hereof,or any right or duty created herein,without the prior written consent of CITY and the surety. 32. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the California Government Code. 33. STOP NOTICES; RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any similar legal document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of One Hundred Dollars ($100)for every Stop Notice filed in excess of two(2),regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 20 16-5195/City Funded Construction Contract.docx—revised 04/2016 34, NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONTRACTORS 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 POWER ENGINEERING CONSTRUCTION ATTN:Eduardo Cerda , Public Works ATTN: Hilary Tigue 2000 Main Street 1501 Viking Street,Suite 200 ' Huntington Beach, CA 92648 Alameda,CA 94501 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 Iaw, 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 su 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. ill)QA 1 , 20�5 . -*Approv h.- Cur M 242,026. CONTRA . $R: , CITY OF HUNTINGTON BEACH,a municipal il'•1 corporation the S ate alifomia By: 1 D or (print fame) r hisr- ITS: Chairman resident/ ice-President City Clerk UAy (circle one) INITIATED AND APPROVED: ^ AND By: Director of ublic Works (print name REVIEWED AND APPROVED: ITS: Secretary / Chief Financial OfficerjAsst. Secretary/Treasurer` - - (circle one) City Man ger APPROV D AS TO FORM: I - ‘.... x. City Attorney 25 16-5195/City Funded Construction Contract.docx-revised 04/2016 'A' SECTION C PROPOSAL for the construction of BOLSA AVENUE BRIDGE PREVENTIVE MAINTENANCE (OVER WESTMINSTER CHANNEL) CC No. 1745 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor,in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 60 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. c-i If awarded the Contract, the undersigned agrees that in the event of the BIDDER's default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY's option,be considered null and void. Accompanying this proposal of bid, find Bidder's Bond for 10% in the amount of$ 10% which said amount is not less than 10% of the Total Amount Bid,as required by the Notice Inviting Electronic Bids,payable to the AGENCY. (Please insert the words "Cash", "Certified Check",or"Bidder's Bond for_% ", as the case may be). Any standard Surety Bid Bond form is acceptable. BIDDER shall signify receipt of all Addenda here, if any: Addendum No. Date Received der's Signature 1 03/25/2025 C-2 BOLSA AVENUE BRIDGE PREVENTIVE MAINTENANCE (OVER WESTMINSTER CHANNEL) CC No. 1745 Bid Contract Unit Unit Extended , Item Description Quantity Price Amount No. 1 MOBILIZATION 1 LS 13,100 13,100 2 PREPARE STORMWATER POLLUTION PREVENTION PLAN 1 LS 2,600 2,600 3 WATER POLLUTION CONTROL 1 LS 6,000 6,000 4 FURNISH AND MAINTAIN PROJECT TRAFFIC CONTROL 1 LS 10,000 10,000 SAW CUT AND REMOVE EXISTING SIDEWALK/DRIVEWAY 8 5,160 5 (ABOVE DECK) 645 SF 6 RESTORE SIDEWALK/DRIVEWAY(ABOVE DECK) 645 SF 57 36,765 REMOVE AND DISPOSE UNSOUND CONCRETE AND PATCH 80,000 80,000 7 RCB WALLS, DECK,AND PARAPET 1 CY 8 EPDXY INJECTION FOR CRACKS 337 LF 105 35,385 9 WATERPROOF RCB WALLS(TIDAL ZONE 3±FEET) 2430 SF 5 12,150 10 CLEAN AND PAINT BRIDGE(IDENTIFIED LOCATIONS ONLY) 612 SF 5 3,060 11 REMOVE AND DISPOSE EXISTING BARRIER AND FENCE 40 LF 989 39,560 INSTALL NEW CONCRETE BARRIER(CALTRANS TYPE 836 1,541 61,640 12 (MOD))(INCLUDES DRILL AND GROUT DOWEL) 40 LF INSTALL NEW FENCE(CALTRANS B11-7 MOD WITH VINYL 744 29,760 13 CLAD CHAIN LINK FABRIC MESH) 40 LF REMOVE AND REPLACE JOINT SEAL AT SIDEWALK AND 23 828 14 BARRIERS 36 LF 15 INSTALL JOINT SEAL(FROM BOTTOM OF DECK) 84 LF 17 1,428 16 REMOVE AND REPLACE STEEL PIPE SUPPORT BRACKETS 2 EA 3,666 7,332 REMOVE AND REPLACE 2"AIR VACUUM RELEASE VALVE 1,800 1,800 17 (SPEC.02085.3) PER H.B.STD 611 1 LS CONSTRUCT 2" DIA.TYPE 1 PVC CONDUIT W/SWEEPS, PULL 5,340 5,340 ROPE,&CAPPED STUBS FOR FUTURE USE,(2EA) EXPANSION FITTINGS PER CALTRANS STD ES-9B, (2EA)TYPE 6 PULL 18 BOXES 1 LS 19 EMERGENCY EVACUATION 3 EA 120 360 FURNISH&INSTALL PROJECT INFORMATION SIGN(FULL 400 800 20 PROJECT DURATION) 2 EA TOTAL AMOUNT BID IN FIGURES$ 353,068 C-2.1 Note: Contractor to field verify the shown contract quantity before submission of the bid. Any item that may have reasonable and significant uncertainty may need to be identified during bid and be provided as additional unit cost in event the contract quantity exceeds after bid submission. C-2.2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address State DIR PWC Dollar % of Item(s) of Subcontractor License Class Registration Amount Contract Number Number 13 A-1 Fence 1018354 B, 1000816414 $17,760 5.03% Company C-13, C-23 By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on April 7th. 2025 , at Alameda , CA Date City State Hilary Tigue , being first duly sworn, deposes and says that he or she is Vice President, CFO of Power Engineering Construction Co the party making the foregoing bid that the bid is not made in the interest of,or on the behalf of,any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid,and has not directly or indirectly colluded,conspired,connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;that all statements contained in the bid are true;and, fit Cher,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. Hilary Tigue Name of Bidder r\ 1)Sig a of Bidder 1501 Viking St STE 200 Alameda, CA 94501 Address of Bidder Subscribed and sworn to before me this 7th day of April ,202 5 . ' '' CHELSEA KEM AERER _ Notary Publk•CaNfornia _. Alameda County ,ram f' Commhsion M 2502572 NOTARY PUBLIC My Comm.Expires Oct 20,2028 ~ s a Kemme r, Notary Public C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the BOLSA AVENUE BRIDGE PREVENTIVE MAINTENANCE, CC- 1745, (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. Power Engineering Construction Co Contractor By Hilary Tique Vice President, CFO Title Date: 04/07/2025 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes No If the answer is yes, explain the circumstances in the space provided. Not applicable Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE 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. Power Engineering Construction Co Contractor By Hilary Tigue Vice President, CFO Title Date: 04/07/2025 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Power Engineering Construction Company Bidder Name 1501 Viking Street, Suite 200 Business Address Alameda City, State Zip California ( 510 ) 337-3800 Tigue@PowerEngConstruction.com Telephone Number Email Address 488215 A/B/HAZ State Contractor's License No. and Class January 30, 1986 Original Date Issued 03/31/2026 Expiration Date The work site was inspected by Scott Williams of our office on April 3rd , 2025. The following are persons, firms, and corporations having a principal interest in this proposal: David Mik President Hilary Tipue Vice President/CFO Wayne Stonecipher Vice President/Secretary Brian Shalk Project Manager Scott Williams Proiect Manaaer Marc Service Project Manager Jeff Van Meter Cheif Estimator 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. Power Engineering Construction Company Comp n ame Signs f Bidder Hilary ue,Vice President/CFO Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this 7th day of April , 202 5 . A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Alameda ) On April 7th, 2025 before me, Chelsea Kemmerer, Notary Public Month, Day, and Year Insert Name and Title of Notary personally appeared 1A1 ,01 T\CU-` Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons*whose name(s) ism subscribed to the within instrument and acknowledged to me that heishefthey executed the same in•hisfher/their authorized capacity);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. 4.+'1r•4 CHELSE�KEMssERER WITNESS my hand and official seal. Notary public•California Alameda County I'- Commission 12 572 My Comm.Expires Ott 20,2028 Signature Signature Notary Public (PLACE NOTARY SEAL ABOVE) C-9 BIDDER'S PROJECT HISTORY C AGENCY REFERENCES The bidder shall provide information to demonstrate his/her past work experience on projects of similar (or greater) size and scope of the BOLSA AVENUE BRIDGE PREVENTIVE MAINTENANCE,CC-1745. Bidders may submit additional sheets, using the format shown,to further demonstrate his/her history of similar work experience. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. Port of San Francisco-Pier 1,The Embarcadero San Francisco,CA 94111 Name and Address of Public Agency Name and Phone#of Agency's Project Manager: Jonathan Roman: (415)653-9517 MSIV Pier 29&31.5 Substructure Repair $12,205,000 2/1/2020 Project Name Contract Amount Date Completed Detailed description of bidder's scope of work to demonstrate,similar work experience: Large scale substructure concrete spall repairs via tidal dependent substructure access utilizing shotcrete,cast-in-place concrete,and local patch repair methods. 2. County of Orange-601 N Ross St,Santa Ana,CA 92701 Name and Address of Public Agency Name and Phone#of Agency's Project Manager: Robert Sanchez:(714)245-4566 Niguel Shores Restoration $1,482,252 June 2024 Project Name Contract Amount Date Completed Detailed description of bidder's scope of work to demonstrate similar work experience: Repair of the existing concrete access ramps with new SS handrail along with removing rip-rap, grading, restacking and placeing 1,000tons of new rip rap for a quarter mile stretch along the beach 3. County of Orange-601 N Ross St,Santa Ana,CA 92701 Name and Address of Public Agency Name and Phone#of Agency's Project Manager: Silver Sinang: (714) 975-3947 Fullerton Creek Channel Repairs $444,276 September 2024 Project Name Contract Amount Date Completed Detailed description of bidder's scope of work to demonstrate similar work experience: Sawcutting of existing concrete inside a live water channel to remove damaged or deteriorated sections followed with spalling and concrete repairs C-10 BIDDER'S CRITICAL STAFF The bidder shall provide information to demonstrate that both the Construction Project Manager (office staff) and Construction Superintendent (field staff) proposed for BOLSA AVENUE BRIDGE PREVENTIVE MAINTENANCE, CC-1745 have had similar work experience on at least 3 different projects within the past five years. The proposed critical staff members need not have been employed by the bidder at the time the referenced projects were completed. 1. Scott Williams Name of proposed Construction Project Manager Phone#of proposed Construction Project Manager: (510) 332-7692 Fullerton Creek Channel Repairs: $444,276 Concrete crack&spalling repair,dewatering September 2024 Project Name&Contract Amount Type of Work Date Completed Niguel Shores: $1,482,252 Beach restoration and grading,concrete ramps June 2024 Project Name &Contract Amount Type of Work Date Completed Balboa Marina: $9,298,387 Concrete piles,new concrete seawall,dewatering December 2023 Project Name& Contract Amount Type of Work Date Completed 2. Joe Macias Name of proposed Construction Superintendent Phone#of proposed Construction Project Manager: (415) 559-0105 Fullerton Creek Channel Repairs:$444,276 Concrete crack&spalling repair,dewatering September 2024 Project Name &Contract Amount Type of Work Date Completed Niguel Shores: $1,482,252 Beach restoration and grading,concrete ramps June 2024 Project Name& Contract Amount Type of Work Date Completed Balboa Marina: $9,298,387 Concrete piles,new concrete seawall,dewatering December 2023 Project Name&Contract Amount Type of Work Date Completed C-11 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)),passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations(DIR). Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 hitp:; www.dir.ca.gov'DLSE/PublicWorks/SB854FaciShcet 6.30.I4.pdi DIR's Contractor Registration Link—Call (844) 522-6734 https:/efiling.dir.ca.gov/PWCRJActionServlet?action=displayPWCRegi strati on Form DIR's Contractor Registration searchable database: https://e fill ng.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_ Power Engineering Construction Company Contractor By Hilary Tigue,Vice President/CFO Tigue@ owerEngConstruction.com Email Vice President/CFO Title Date: 04/07/2025 PWC Registration#: 1000007181 C-12 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a QO 1 2 3 4 5+ construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner,owner's address,date of completion of the project,amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages.) 2. How many times in the last five years has your firm made any claim against a project owner concerning work on a project or payment for a 001 2 3 4 5+ contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identify the claim(s)by providing the project name,date of the claim,name of the entity(or entities)against whom the claim was filed,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g."pending"or if resolved,a brief description of the resolution].) 3. How many times in the last five years has CalOSHA cited and assessed penalties against your firm for any"serious,""willful" or 0 l®2 3 4 5+ violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s)of safety or health regulations? NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it. 4. How many times during the last five years,has your firm been required to pay back wages and/or penalties related to state orfederal prevailing wage ®1 2 3 4 5+ laws for work performed by your firm? (Explain on a separate sheet.Identify the claim(s)by providing the project name,date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g. "pending"or,if resolved,a brief description of the resolution].) C-13 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For BOLSA AVENUE BRIDGE MAINTENANCE CC NO. 1745 in the CITY OF HUNTINGTON BEACH March 26, 2025 Notice To All Bidders: Please note the following clarification to the Project Specifications and Bid Requirements: 1) Project Plans and Specifications Plans and Specifications have been uploaded to the PlanetBids Portal. 2) Bid Opening and Online Q&A Bid Opening will be at 10:00 AM on Thursday,April 10, 2025. Online Q&A will close at 10:00 AM on Thursday, April 3, 2025. This is to acknowledge receipt and review of Addendum Number •ne, dated March 26, 2025. Power Enqineerinq Construction Company Company Name By Ir"`ary Tigue, Vice President/CFO 04/09/2025 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Eduardo Cerda at(714) 536-5431 within 24 hours of posting. POWER ENGINEERING.:ONSTRU(TION April 7th,2025 David Mik Power Engineering Construction Company 1501 Viking Street,Suite 200 Alameda,CA 94501 Mik@PowerEngConstruction.com mobile:415-559-0097 City of Huntington Beach 2000 Main Street Huntington Beach,California 92648 To Whom It May Concern: This letter serves to provide information regarding 2020 CalOSHA citations and resolutions regarding Power Engineering Construction Company which fall within 5 years of today's date. Citation Date:May 12,2020 Inspection No: 1462250 Project:Silicon Valley Clean Water-Emergency Outfall Repair project Citation 1:Serious T8 CCR Section 3650(t)(27)-Industrial Trucks. General • Result:Citation vacated; zero penalties assessed. Citation 2:Serious Accident-Related T8 CCR Section 3650(u)-Industrial Trucks.General • Result: Resolved;$18,000.00 penalties paid. Appeal: No. 1462250, dated 3/18/2022 We acknowledge these as mistakes and have proactively reinforced our policies to help our personnel collectively understand,appreciate,and execute the importance of safety.Measures have been taken to ensure compliance with all regulatory requirements moving forward. Since y, David Mik Presi.ent Power Engineering Construction Company T 510-337-3800 I SPEC@POW£RENGCONSTRUCTION.COM I w POWERENGCONSTRUCTION.COM 11501 VINING STREET, SUITE 200, ALAMEDA, CA 94501 CONTRACTOR'S SWORN STATEMENT AND WARRANTY REGARDING CONTINUING INSURANCE OBLIGATIONS FROM: Power Engineering Construction Cm PROJECT: CC1745 (Contractor Name) Boise Ave Bridge Maintenance 1501 Viking St STE 200 (Street Address) Alameda, CA, 94501 (City, State, Zip Code) TO: CITY OF HUNTINGTON BEACH DECLARATION Attached hereto is a true and correct copy of the current Certificate of Insurance and Additional Insured Endorsement CG 2010 1185, which Certificate complies with the insurance requirements of the Contract by and between the City of Huntington Beach ("City")and the above-named Contractor ("Contractor")for the above-described project("Project"). I declare under penalty of perjury under the laws of the State of California that the above statement is true and correct. Signed on May 6th ,20 25 , at Alameda, CA (Date) (City,State) (Sign rr of Individual Who is Making Declaration) WARRANTY Contractor hereby warrants and agrees to maintain Products and Complete Operations Insurance in compliance with the insurance requirements of the Contract for the Project. Said insurance shall be maintained through and until the expiration of all Warranties provided by the Contractor. Said insurance shall contain Additional Insured Endorsement CG 2010 1185, naming the City as an additional insured. Contractor shall supply to the City, on at least an annual basis, a Certificate of Insurance and the aforementioned Endorsement evidencinTcontinued coverage which meets the Contract requirements. Signed on May 6th ,20 25 ,at Alameda, CA (Date) (City, State) CONTRACTOR: Name: Power Engineering Construction Company By: Name: Hil . :Tigue Title: President/CFO .„. ,. „ . , . . . , .. -•. -.Lie- 't S."p . ..i.s, ... . . .... . :.. - -- - ACORD CERTIFICATE OF LIABILITY INSURANCE i0A-t4tromoy.0.1 . ,.._ .... . ... . ....... .. ..... .. . .:. .... . ,i3iff2-66 . . . .. , THISIChRTIFICATE.IS ISSUED AS A MATTER OF INFORMATION.ONLY,AND-1-coNFEES:HO RIGHTS updtki--THE-cEttrIFICATe'.ktriettit 'peRTIFper.g;DOES NOT AFFIRrvIATIVgLY.OR NEGATIVEW AMEND,,EXTEND'.ORALTF_,R THE COVERAGE'AFFORDED BY THE POLICIES RELOW; THIS.CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A'CONTRACT BETWEEN THE ISSUING INSUREIgS); AUTHORIZED: • -,ROPE6414TAtAig:PR;POPOUPgiz,,k14410t0ERriFICAtE•1• 10EFL. IMPORTANT:••If111,0:• ertifIc4e holder Is an itga,pmpRAt,fiNstmg0;.00.Foistcy(rasf aiti#4av,a.;.Applitcm4 ittsyggp-pirpvisloi*-0,:Be endorsed • •• : SUBROGATION IS litiAkvEtt;sibloat;tii,gipi.-taitn3 iiicti*inOittlansl•otithei..jaaltOy,certain pOltOtea.;may require'aff..-ert0Oisainent.•A:0000illiti.:bef ., . .. ... .,,. . ,... .-- , .... :this deitifloibixidea,notOtinfei6itititaloSttui:OnsitflOate Itioldeelerltait:of atiCh-elidoisatilint(a).. . . .• . " -• itagoquca.g:. • .„ . . farc.T.'wtrititereefAms- .. . - .. . . 17teffer.hokitittitana.0;Brokers (F;rdAX "--•-t356 C:OTI.bAcii,AVeilite •rmcw1.10:Elkor 925.-034-85011. .. .. . c;1•44,925:93;44i27,& . . Walnut Creek CA 945$.6 w ;EMAIL.. ,„ ..... 'Aoogasav, ainutereekAMSefieflibant . . ...., .. . • , .• .insnaikerA0Oli0itiOcOnitioida. . , . . 1 . ... , ... .. .. .. .bcditet0664249 laiOnariA.i:StafrIndamiiiiiittIaliitti Company . . .:18 -l& induato • ' • . - • :P°wEgi'lq4)3 Iniuniniii.tito inataande;OonitranyOnta',ttiiiiii4 PA, ,..194A . . ,.. ,.. !iPowerEngineering orlstracifoota- „:1501 Viking..Street,Stiita.2(10 limaittii a:,National Union'Fire littuiancef Co of PA _ . :19.45:. ... Alameda,.CA.9•45(11, ,tristntaao:..Minors'Union-iiiiiiiiiCi CintiOatili . ......_ . 1219-661. ANSURERE:-... .. ..., . . . _ -- •-• • . " . . .. .. . ,..-- ---.—. . - , ,- . IiISDITEILF:!'— •— - . , , COVERAGES.•."2., • . , .-......CERTIRCATE-NUMBER:424177996 . ;.. .......,.. . .,. . .. ..... ... REVISION NUMBER . • " - I:. — ' • !..-094 is.,T3xcERripylkiArTlig,pplacte§spF littspFoNce.iiisrEcf.8.g4.owl-f*tE BEEN ISSUED rq,.:THE:.104tn3EP tsug4EP,/kapiE FOR THE potacrPPiloP •: • • 04*ATeti...NOTWITHSTANDING ANY REQUIRErsigNt,:tER.M OR CONDITION OF.ANY:0;oorRACTok.00lEitkboolimeir v.iirrECRESpaer TO WHICH , eftlifflOAt.E',wy Be..ISSPED...clf.'MAY PERTAIN 1.1'1E,INStilRANOE AFFOROEteay tHE•POLICO DESCRIBED HE,fElt'.1;4,...pip4Egr,7.9,4tiTt',i4.,TERMS'i ,--exptsis1oNs:vgatciNcztrioNo;OF4t411.FOLICIES.Lintlits.,SHOWN•MAY•HAVE BEEN REDUCED BY pm cLAIti ... • • ..' . .- '. . ,, 1 . . . ... ....„ ....,....,.. --ADDI-StIRR. - - ' ' .-TYPE-0FiNsurimPe <- • • man two.- . . POLICYNOMBEIt' ..... ,IMMICIDOYTYVI ommoorrfvn; , . . UNITS . .. . .. ... , . " • - -- . A ,':).( 'commandtALemanikt.unlit:ay- • '.1,Y. , • VASILSF0000at •• 0/.2p2 ,. -811402S -1 k-A6H,a•cal000i460 ,,,. !•a,A.006:,066;. : \,------, - ,,DAMAGETO REATE0 --•-- ..".• ----•-- • ' , • '': '; ,,- OL40.104Ana rig OCCUR !:' 'i, ;',. „...f ,..paEmtsaa4Eaoccurrencati 460,000............. ..... .,,! . . :, :' , • .. ••. 1'.4E.D.EiP(Ai and imiaaiti S.6,00d- • , . . •• 1;" -PERSONAL.6,ADVINAIRY, ' IL,oao,clum. . ., •. . ... ...... _ . .• .. .. • .. ., tam.,AooKome..,opolosmaofi.sAt ! - ; I.raENERAL ADDREGATE 'S-2,V00400: ePttcylTtIrjg r-MAP, ; : .1; :' . . • ! • •'PRODUCTS-COMPloPAGG , .-. OTIIEft ' !, . • ..iiipioitthsENwilb, t1,0aCtatto00606! ' ... . .. .._. . , ...... , :d- 'Aciiiiistameivkaiuti- t - -62-1-448M. : .811/2025: ...:'1Ei/112 mi.. .,feaBc.c/ctGaIis•I‘N-6-144111Art- 'S'1•°°°•••°°°''.,.....)( ..,, , . -... . . :... ii**144t4 ,fa:OILY iff4RYIPeri3 -40E 0 , ,4 • . • ''-'.•tiviisitii.. ----••••• cHeOu,tect. • - . . i.4106111%01AiRtitiera*diiiiti'; '• • A L • . • ;.Autostycr '-AlfT,OS.. ' ; • .- ..- . ... ... . , .. • , • " Iowa „: , . •TC,..,,ION4Y9iiNEI): -,: y: , ' 'PROPERTVDAtibI.DE:' '' - ;s t• • •- 41rq*.?`, ' " 1,111*,911-Y i 'Mar'aecIdenli'- - .,.....,, . .. . . . .., . ... '''•.X.: CoiinilDoII: :X: Ded:.40,1' . • : .'Sr: ., . , .. . . A- - ----.ViaiiititAWM • X MASILS F. ••octuFt- ' : • 00008225. • ,0qcip -pp/202q 'EACROCCURRENCE .... ,S 2500006 N,-, ;-Exce,s0,u0s, ;•CiAti4S40A0E -' AO ORioATE" ... . ', 2.6000110i ,- . . -...- -• • • • ,. „can; :A Ratartiio/4tn ' . . . . . .. • • . . • - CTN.; -' "- " • ,.., -.0 waiigetsCOMPENliVIRIN'.-- - : -S..: WC065437345". ''' '0012024 • .f.5„11faCr4$' X' . • AttagAipOYERTLfAtocriy- „.. . • YIN „ ANVPROPRIETORIPARTNERIEXECl/TIVE. [3, ,.;• . :, . • ELF.AcnaccIDENT ".:t'1,000,1160. • •, oFkqeERNEmseRotauggar- :Isb--A • Watidatory 101414 -- - : .. 'E:L'DISiASE:EA EmeLovEE:si;aiii),itioi • It.kes,,ddsaibdundir „., . ,_,_, „ ..• .. , DESCRIPTION OF OPERATIONS below, '•. , ..EI.:OiseAse--Poticy UNIT s1,003,430• :1):. •Ponutkuitiabilay, .COO.,G2208583Sb2i , '8/1/2025 : ifil/2426 saibi#..*Islw. • UM/SSW:32.6-Apty • jE); ,Prafesilonat LlablUty. .:.,r .: , :CO&G220F14/11024. - :8/1/202$: WV2026 e.cr.ersIR S9M/S5M/$26,000'. NulliSMOdi/Atte artficINdiei Pict" l ! :IVIASIPRIO(10125. ' :8/1/2025, 84120?•4 •V'''''N'Y.'4!'....' $1,tWP00P1.- ]1, . , , . , • , . , •,• 'DESCRIE.TION:OF OPEITATIONSI,LOOATIoi*(VEHICO±SIACORDT61,AddittonatitentaiRs(*iiachal.may.betattgAted ifInar,aspac*Tiz ra,qtiire* i . ., .. ., .• pegykkLiebiliii.lf.A,121628;CIIi.:01:Huntingt0.11leackko:Bak 490.Htintiii4tbn.,Heitchi CA 92848270.2...;,BaldiAiie litictg:Waint0Iiatic4.ProjebLOIIVo Huptington Beach Its officer;elected or appointed officIals employees ag,titgild'Yolvntbefs are inclvded...'as,om4dOltuPPROIMEIWITWO' - • ' •• 1 J narnat.IIIiibiifotilInduds:cqmpfdt6i1.4toratfoits..ori:Geopidflibbility:Oplicy per attached endorsements,If teqVite:it.Ogntiltatj9knotide,endpr4b io GOifoOttlabllitV,pallOy,ikattarnoiti,If(eOulitd:tilalvee.aff SubrOdatIbmit•Incliiiied;bii•WailIeni:CotiOtinsWtortp6110 001114 atlibhed-Otddrsemiatiti .0' . , ._ . • (i0C171*Ei,.L..VIGLiatt*:.. •., . .. „. crTy Aft.0.0kEY .. . . . itetlf)<Cei4INTINGTOiN•I1F Atli - ••• • • • -CERtIOICATE HOLDER 'CANCELLATION . . .- , .,•. .,:. ,04000:1Ati*:.C)FtHEAH6VEDEE04140•00:16.titiE000iiiEfiDEFetik • ,-. THE 00.1RATIOR, DATE`THEHEDF, ;NOTICE 11,414(Ag ,t,i .txts.EWs: 41..; ,. . , 'city of Hiiiitiridt(*BO* • *COY0.0.c.g.vviTtrligPOPOt,'TP, sioNs; • _ . . ' ,• . . 1000:Wirt Street .< • • •••• - -• - .,. - ' i1z..,:cf....B`ox 190- . . '.liOT.11011r4E0011q-0. qSTAtiv* . :. HutitiOgIon,Boach,,!ek0154 ;: ': .. • :'...•': '''.::-.•• •.:-• -• '1 "..-- • : . .• : .. . . . 0,19004.015Apc,M.00007)13A1101:*0 ridti(gliqe.Ty4:#4. .`A.C.ORLY,2"5.paiotaaf Tto,Acift.0 name On.41.o.90:ava...0.a.fofoi.p4:mpria:stAOR)), . . • AGENCY CUSTOMER ID: GONSHI LOC#: ACCWO. ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Power Engineering Construction Co. 1501 Viking Street.Suite 200 POLICY NUMBER Alameda,CA 94501 SEE PAGE 1 United States of America CARRIER NAIC CODE SEE PAGE 1 SEE P 1 EFFECTIVE DATE:SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Complete Umbrella Policies Information Policy Term 8/1/2025 to 8/1/2026 1ST LAYER UMBRELLA-Limit:$4,000,000 Starr indemnity&Liability Co.(NAIC 38318) Policy#MASILSF00008225 2ND LAYER UMBRELLA-Limit$5,000,000 x$4,000,000 Endurance Risk Solutions(NAIC 43630) Policy#OMX10015029505 Ascot Insurance Company(NAIC 23752) Policy#MAXS251000164205 3RD LAYER UMBRELLA-Limit:$5,000,000 x$9,000,000 Starr Indemnity&Liability Co.(NAIC 38318) Policy#MASILSF00008225 4TH LAYER UMBRELLA-Limit:$10,000,000 x$14,000,000 Liberty Mutual Insurance Company (NAIC 27154)Policy#SFABUABS007 Starstone National Insurance(NAIC 25496) Policy#MAR00516512P-02 5TH LAYER UMBRELLA-Limit:$25,000,000 x$24,000,000 30%U.S.Specialty Insurance Co(NAIC 29599)Policy#CXS12643094 30%Starstone Insurance Policy#MAR00516514P-02 20%Endurance Risk Solutions Assurance Co.(NAIC 43630)Policy#0MX10015250104 20%Liberty Mutual Insurance Co(NAIC 23043)Policy#SFACCSL1005 ACORD 101(2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD i .a. : , :t : y;I tFgilSt St�'t �2'J�_.. r Acx �TOAND; ORMING PART OF OLtCY.NO M zLSi o o8.r2S.. 'Tti 'ATAR i-Trrrir.Mi+Tt'f lr''Rr I 1 1i'n`:YTv" t'OOMPAivY ISSUER TO:Po`veekngineet?ing'Construction Coinpuiny;°<` TAL: • ADILTIONA.L SURELi :ENDORSSE:MEu .:GW"iRS LESSEES. OR CONTR.,' .CTOIt&CO MPLETED,OPERAlli3z45`. ;The"Who is Am Assured"';provision is amended:.to include4as•an additional assured.>the.person4,or a ganmzatloit(s) but,only watt res.p ec.X.ti_i named bcio„t v,. li4flitY f r„boiY 114Q�O t;la � di�',A$Sureds\YQFk,+At; t e ti cation designated?and described.;in.the scheduler;beloV•peifoniied1or'tltal add uogal assu*ed;and`;i►rcluded iri,tlie:"products-' Contpli ted ope['atiogS Aililitional.Assured I ocation.i 6i1 I)esci+iptton:Of Completed.:Oneratfoiis - Gity of Huntington Beach its: Rom'Llceiise#A321,628 Bolsa Ave Bridge_Matiitenance 'officers,elected arappointed 'Project. afftctals.employees;agents :aisd•vol"tittteecs: HiinHngten8eact%tT�462 tEIt JC'R141S.. ONDIIT(Ji`tS,LI iIT.1'PI,ONS:ANli EXCLIJSIONS•RLi1 tIN Jl'Cf • fA!TGED:.. ATJ GETOR1ZE:D SIGMA W12'E; 8:11AIt:R: INDEMNITY=&:S:IABILLTY COMPAt f PiriP.RSEMENT:1s1049 Ot..ECftlYg; ATTGIIST:1:1:1015;, AFCHEDTCA ,#004I$0:IWO. OFPiC#40;.1464:-.14.4.§4,S600iiit1i§,;!•-• OF Tift::..ftAilit...JINtig-MNVEVi*.ti•AtittitNAtitiM144W, :ISSUED Vitii.iliOWIdt rbtqAtiiireffiW"ettiMliAt4W: . .......... . . .....__ .„ .„ .......... . 'PRIMARY ANTINOWCONTRIBtITORY INSURANCK It.iallildei*O9.4 e.1#4.•ag#4.11*.i,:•001,149.t,t-iief.titily a written.Ociatt* '•the liabilities of tA6,14004:48 .**1 010 any:Otherinutance camed by AliAddikfatitik respettte liabilities ofthe Named Assüred aor shall t1I Additiunal Assured b icspoiible fak•any TOg4.%•40,011'190.4,, Ovik.6110.1.0 'AA!O • • ,• .001 August i6/4: • ENDORSEMENT..Nat EFFEeTIVEi A:M4 AUGUST Ii-2425i ATTACitto T0,00:-.:10.0104 kAk.t,OF.KititYNO.Mitsitgkodidgi4t dirvitOANV. ISSUED TO. iliAtii.:00.11titilit.tONStittrettoN CfMPAL ETAt. tiANktt itilkittkiktf.Additt6kit.I1iCitetNtioitskildtiNt " - • filiiiery•Ittuferstookf. &ins** zbe:proliiiieeltrar ihdttimed.Aisu.reif's:bchairwherrireiliiiitid by con1rat. :hikr .0..:1.;.1400)111P*0.:44...litt#6) .0dggtqW4910.ifi4'0110dr**§''.0g/tP.O*0 th0,'01;t0FIll060 t9".:04.0":010 project 446itionp:014,64rg q,OttetpotOing4444hAtitimpi*, Further tht§:wilki004.b.g.:0040*(1.#0ifitqlY for eilOk.00t.06*t aggregate limit afforded by tiuspolicy • 4'...itt•0111.41v.rk0,04,:.02NDrtiotAIAWA.TION$A$)50catistAx*ItEkAkl.OScialvdEt.f.: , . .. . . . i'ower Engineering Construction Company,"Etig: Commercial 0.atine von* '-P.4i1Fil*,:g*.$4,4F0009.0x$: ,..A000.-1.40A5 • • • • •• • :E1lE0t,Art:;12:0T:844'AUGST • A,fritkOiElj TO AND ':‹T.TOTTNO PART OF POLICY N64 rvfkstr.kkibiflicrik "0.0111E.t.;STARTt••INTIIP.IVINItV:rget.TATITTITV-ttIklEANV,‘ .. ....._.„ ......... „....... ISSJED'TtTzlOWER ENCTi4EEETNG, . . . . . • • • • BLANKET ADDITTONATri. ARSTIEEtt ANTI WAIVER eiVATIBROGATTeIN••ENTIORS01%4ENT: • whoit-Tholikin4A0ureit • i0.6.bli4afeci,by iiti.ifeiicantqcC10 provide such k1Mtve:IVI*V-04#t1.4 the extent of such obhgation.and only with nspect to sVerationibror.onb,eliiitofilTakinpfAsstiragr 015lig!*4•byit*54.01'6011.04t.4044),:p.Anypersolk.(wor.gatirialicirc• os",ad'ditiollalassuFeds-11404P,I0,t1WPOPIW#Y4ge04 01at.:•'s40kPcit$0.02q,:tita4i0•00,0k4'4011'1;id ccinf4004 as Additional Asspreds,bqi only tijtfrrespg4,ice.qpelatiOns:peffealrgit.. y or on behalf of the Named Assured Otto.;ti!. '*ofitio‘,.0,pr used •• Att.OrttERTtiliVI ,•eciOrripSOotittlg*Tpq§AND pNcipgy.ct;• •• • . : • • ••_ BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy). This endorsement, effective 12:01 AM 10/01/2024 forms a part of Policy No. WC 065-93-7395 Issued to POWER ENGI NEER I NG CONSTRUCTION CO. By THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA We have a right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against any person or organization with whom you have a written contract that requires you to obtain this agreement from us, as regards any work you perform for such person or organization. The additional premium for this endorsement shall be 2. 00 % of the total estimated workers compensation premium for this policy. VA 52 Countersigned b _ WC 04 03 61 g y _ (Ed. 11190) Authorized Representative MASILSF00008125 .25086% per$100 of gross receipts up to$20,000,000, reducing to .20893% per$100 of gross receipts over$20,000,000 (based on estimated annual"gross receipts" of$56,000,000 ex OCIP projects) • and applied against the minimum earned and deposit premium until same is exhausted, following which all further earned premium shall be due any payable to this Company at time of filing the report on which the earned premium is due. This Company shall have the right of set off against the claims payable under this policy of any premium due hereunder. It is agreed that the annual minimum earned premium hereunder shall be$100,300.00. JV. LOCATIONS: Property, facilities, and offices of the Assured(s) that are owned, rented, leased or occupied and are • insured hereunder: 1. 1501 Viking Street, Suite 200,Alameda, CA 94501 2. Pier 23,Port of San Francisco,San Francisco, CA 94111 3. 101 The Embarcadero, #104 and#123,San Francisco,CA 94105 4. 1020 Clinton Street,#200,Napa,CA 94558 V. COVERAGE TERRITORY: This insurance applies only to Bodily injury or Property Damage which occurs within the coverage territory. VI. CANCELLATION: This policy may be canceled by the First Named Assured by mailing to the Company written notice when thereafter such cancellation shall be effective. This policy may be canceled by the Company by mailing to the First Named Assured at his last known address written notice stating when,not less than�thirt.(1 days thereafter, such cancellation shall be effective;except in event of non payment of premium,only,tl:11... J 11 days notice in writing to the First Named Assured is required. Such notice sent to the First Named Assured in the care of the broker or agent who negotiated this policy shall have the same effect as if sent directly to the First Named Assured. If cancellation is at the Assured's option, the Company will return a"short-rate return premium"; if cancellation is at the Company's option,pro rata unearned premium will be returned as soon as practicable. VII. PARAMOUNT EXCLUSIONS: The following exclusions shall be paramount and shall ovenide anything contained in this policy inconsistent therewith: a. Asbestos Exclusion In consideration of the premium charged, it is agreed that this policy shall not apply to any liability for bodily injury or property damage, including loss of use thereof, arising out of the manufacturing, processing, handling, distribution, sale,application, removal or use of asbestos,or asbestos related product(s). b. Directors and Officers Exclusion it is understood and agreed that coverage afforded by this policy shall not apply to any director and/or officer of the Assured by reason of any wrongful act committed in their capacity as a director and/or officer of the Assured. • It is further agreed that the term"wrongful act"shall be defined as,but not limited to,any breach of duty,neglect, error, misstatement, misleading statement, omission or other act actually done or attempted by a director and/or officer claimed against them solely by reason of their capacity as such. c. Employment-Related Practices Exclusion It is understood and agreed that this insurance shall not cover: "Bodily Injury"arising out of any refusal to employ, termination of employment, coercion,demotion, evaluation, re-assignment, discipline, defamation, harassment, humiliation, discrimination or other employment-related practices, policies, acts or omissions or consequential "bodily injury" as a result of the above. J( . I ® DATE(MM/DD/YTYY) A�o CERTIFICATE OF LIABILITY INSURANCE 5/1/2025 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(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTNAME:ACT WalnutCreekAMS Heffernan Insurance Brokers PHONE 1350 Carlback Avenue (A .No.Ext):925-934-8500 FAX /C CC.No):925-934-8278 Walnut Creek,CA 94596 E-MAIL WalnutCreekAMSQheffins.com INSURER(S)AFFORDING COVERAGE NAIC I License#:0564249 INSURERA:Starr Indemnity&Liability Company 38318 INSURED POWEENG-03 INSURERS:United States Fire Insurance Company 21113 Power Engineering Construction Co.1501 Viking Street,Suite 200 INSURER C:Illinois Union insurance Company 27960 Alameda,CA 94501 . INSURER D:The Insurance Company of the State of PA 19429 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:37305154 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 ADDL SUBR POLICY EFF POLICY EXP TYPE OF INSURANCE LTR INSD WVD POLICY NUMBER (MM/DD/YYYY) IMMIDD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY Y MASILSF00008124 8/1/2024 8/1/2025 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS•klADE X OCCUR PREMISES(Ea occurrence) S 50,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X JECT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: EMPLOYEE BENEFITS S 1,000,000 B AUTOMOBILE LIABILITY 1337571468 8/1/2024 8/1/2025 COMaaiBINEDde nnSINGLE LIMIT $1,000,000 (Ea X ANY AUTO BODILY INJURY(Per person) $ — OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS y HIRED X NON.OWNED (Perr accidenROPERTY t) $ AUTOS ONLY ._, AUTOS ONLY X Comp/Coll X Ded:5,000 $ A UMBRELLA LIAB lX OCCUR MASILSF00008224 8/1/2024 8/1/2025 EACH OCCURRENCE 54,000,000 X EXCESSLIAB CLAIMS-MADE AGGREGATE S4,000,000 DEO X RETENTIONS n _ $ D WORKERS COMPENSATION Y WC065437345 10/1/2024 10/1/2025 X STATUTE ERH AND EMPLOYERS'LIABILITY Y IN ANYPROPRIETORIPARTNERIEXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? NIA (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Pollution Liability COOG22085839020 8/1/2024 8/1/2025 Ea.OcdAggISIR $5M/$5M/$25,000 C Professional Liability COOG22085839020 8/1/2024 8/1/2025 Ea.Claim/Agg/SIR $2M/S2M/$25,000 A Hull&Mach/Prot.&Ind/Jones Act MASILSF00008124 8/1/2024 8/1/2025 Ea.Occ/Ded $1M/S5,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) (COI)Re:License#A321628,City of Huntington Beach,P.O.Box 190 Huntington Beach,CA 92648-2702.,Boise Ave Bridge Maintenance Project.City of Huntington Beach,its officers,elected or appointed officials,employees,agents and volunteers are included as an additional insured( rimary and non-contributory)includes completed operations on General Liability policy per attached endorsements,if required.Cancellation notic endorsement for the General Liability policy is attached,if required.Waiver of Subrogation is included on Workers ComApeen`� fl cy�saaOon pefieflbEI to n orsement,if required. MICHAEL J.VIGLIOTTA CERTIFICATE HOLDER CANCELLATION CITY ATTORNEY CITY OF HUNTINGTON f3r,ACH 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 P.O.Box 190 AUTHORIZED REPRESENTATIVE Huntington Beach,CA 92648 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: GONSH1 LOC#: ACORD ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Power Engineering Construction Co. 1501 Viking Street,Suite 200 POLICY NUMBER Alameda CA 94501 United States of America SEE PAGE 1 CARRIER NAIC CODE SEE PAGE 1 SEE P 1 EFFECTIVE DATE:SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Complete Umbrella Policies Information Policy Term 8/112024 to 8/1/2025 1ST LAYER UMBRELLA-Limit:$4,000,000 Starr Indemnity&Liability Co.(NAIC 38318) Policy#MASILSF00008224 2ND LAYER UMBRELLA-Limit$5,000,000 x$4,000,000 Endurance Risk Solutions(NAIC 43630) Policy#OMX10015029504 Ascot Insurance Company(NAIC 23752) Policy#MAXS241000164205 3RD LAYER UMBRELLA-Limit:$5,000,000 x$9,000,000 Starr Indemnity&Liability Co.(NAIC 38318) Policy#MASILSF00008224 4TH LAYER UMBRELLA-Limit:$10,000,000 x$14,000,000 Liberty Mutual Insurance Company (NAIC 27154)Policy#SFABUABS006 Starstone National Insurance(NAIC 25496) Policy#U83436230MAR Policy Term 09/20/2024 to 08/01/2025 5TH LAYER UMBRELLA-Limit:$25,000,000 x$24,000,000 30%U.S.Specialty Insurance Co(NAIC 29599)Policy#CXS12643094 30%Starstone Insurance Policy#V78440241MAR 20%Endurance Risk Solutions Assurance Co.(NAIC 43630)Policy#0MX10015250102 20%Liberty Mutual Insurance Co(NAIC 23043)Policy#SFACC8L1003 ACORD 101(2008/01) 02008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD EFFECTIVE: 12:00 A.M.,March 27,2025. ATTACHED TO AND FORMING PART OF POLICY NO.MASILSF00008124. OF THE: STARR INDEMNITY&LIABILITY COMPANY. ISSUED TO: Power Engineering Construction Company,ET AL. ADDITIONAL ASSURED ENDORSEMENT OWNERS,LESSEES OR CONTRACTORS—COMPLETED OPERATIONS The"Who is an Assured"provision is amended to include as an additional assured the person(s)or organization(s)named below, but only with respect to liability for"bodily injury"or"property damage"caused,in whole or in part,by"the Assured's work"at the location designated and described in the schedule below performed for that additional assured and included in the"products- completed operations hazard". Additional Assured: Location and Description of Completed Operations: City of Huntington Beach,Its Re: License#A321628 Bolsa Ave Bridge Maintenance officers,elected or appointed Project officials,employees,agents and volunteers P.O.Box 190 Huntington Beach,dtI316Q✓THER TERMS,CONDITIONS,LIMITATIONS AND EXCLUSIONS REMAIN UNCHANGED. f.LvC•iub! "cep4,a AUTHORIZED SIGNATURE STARR INDEMNITY&LIABILITY COMPANY ENDORSEMENT NO.: EFFECTIVE: 12:01 A.M.,AUGUST 1.2024 ATTACHED TO AND FORMING PART OF POLICY NO.: MASILSF00008124 OF THE: STARR INDEMNITY &LIABILITY COMPANY. ISSUED TO: POWER ENGINEERING CONSTRUCTION COMPANY. ET AL PRIMARY AND NON-CONTRIBUTORY INSURANCE It is understood and agreed that,when required by a written contact,this policy shall be the principal coverage as respects the liabilities of the Named Assured and any other insurance carried by an Additional Assured shall not be contributory as respects the liabilities of the Named Assured,nor shall the Additional Assured be responsible for any premium hereunder. ALL OTHER TERMS,CONDITIONS,LIMITATIONS AND EXCLUSIONS REMAIN UNCHANGED. Power Engineering Construction Company,Et Al Page 139 Commercial Marine Liability Policy No:MASILSF00008123 August 1,2023 BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy). This endorsement, effective 12:01 AM 10/01/2024 forms a part of Policy No. WC 065-43-7345 Issued to POWER ENGINEERING CONSTRUCTION CO, By THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA We have a right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against any person or organization with whom you have a written contract that requires you to obtain this agreement from us, as regards any work you perform for such person or organization. The additional premium for this endorsement shall be 2. 00 % of the total estimated workers compensation premium for this policy. V WC 04 03 61 Countersigned by (Ed. 11/90) Authorized Representative .25086%per$100 of gross receipts up to$20,000,000, reducing to .20893%per$100 of gross receipts over $20,000,000 (based on estimated annual"gross receipts" of$56,000,000 ex OCIP projects) and applied against the minimum earned and deposit premium until same is exhausted, following which all further earned premium shall be due any payable to this Company at time of filing the report on which the earned premium is due. This Company shall have the right of set off against the claims payable under this policy of any premium due hereunder. It is agreed that the annual minimum earned premium hereunder shall be$100,300.00. JV. LOCATIONS: Properly, facilities, and offices of the Assured(s) that are owned, rented, leased or occupied and are insured hereunder: 1. 1501 Viking Street, Suite 200,Alameda,CA 94501 2. Pier 23,Port of San Francisco,San Francisco, CA 94111 3. 101 The Embarcadero, #104 and#123,San Francisco,CA 94105 4. 1020 Clinton Street,#200,Napa,CA 94558 V. COVERAGE TERRITORY: This insurance applies only to Bodily injury or Property Damage which occurs within the coverage territory. Vi, CANCELLATION: This policy may be canceled by the First Named Assured by mailing to the Company written notice when thereafter such cancellation shall be effective. This policy may be canceled by the Company by mailing to the First Named Assured at his last known address written notice stating when,not less than thirty(301 days thereafter, such cancellation shall be effective;except in event of non payment of premium,only j n (101 days notice in writing to the First Named Assured is required. Such notice sent to the First Named Assured in the care of the broker or agent who negotiated this policy shall have the same effect as if sent directly to the First Named Assured. If cancellation is at the Assured's option, the Company will return a"short-rate return premium"; it'cancellation is at the Company's option,pro rata unearned premium will be returned as soon as practicable. VII. PARAMOUNT EXCLUSIONS: The following exclusions shall be paramount and shall override anything contained in this policy inconsistent therewith: a. Asbestos Exclusion In consideration of the premium charged, it is agreed that this policy shall not apply to any liability for bodily injury or property damage, including loss of use thereof, arising out of the manufacturing, processing, handling, distribution,sale,application, removal or use of asbestos,or asbestos related product(s). • b. Directors and Officers Exclusion It is understood and agreed that coverage afforded by this policy shall not apply to any director and/or officer of the Assured by reason of any wrongful act committed in their capacity as a director and/or officer of the Assured. It is further agreed that the term"wrongful act" shall be defined as,but not limited to,any breach of duty,neglect, error, misstatement, misleading statement, omission or other act actually done or attempted by a director and/or officer claimed against them solely by reason of their capacity as such. c. Employment-Related Practices Exclusion It is understood and agreed that this insurance shall not cover: "Bodily Injury"arising out of any refusal to employ, termination of employment, coercion,demotion, evaluation, re-assignment, discipline, defamation, harassment, humiliation, discrimination or other employment-related practices, policies,acts or omissions or consequential "bodily injury" as a result of the above. Power Engineering Construction Company,Et Al Policy No: MASILSF00008124 ENDORSEMENT NO.: EFFECTIVE: 12:01 A.M.,AUGUST 1,2024 ATTACHED TO AND FORMING PART OF POLICY NO.: MASILSF00008124 OF THE:STARR INDEMNITY &LIABILITY COMPANY. ISSUED TO:POWER ENGINEERING CONSTRUCTION COMPANY. ET AL. BLANKET PER PROJECT AGGREGATE LIMIT ENDORSEMENT It is hereby understood and agreed that in consideration of additional premium to be assessed,a per project aggregate limit will be provided for the Named Assured's behalf when required by contract. Prior to attachment of any per project aggregate limit,Underwriters will receive the information necessary to assess the project in question,and charge a corresponding additional premium. Further,this policy must be endorsed separately for each perproject aggregate limit afforded by this policy. ALL OTHER TERMS,CONDITIONS,LIMITATIONS AND EXCLUSIONS REMAIN UNCHANGED. Power Engineering Construction Company,Et Al Page 183 Commercial Marine Liability gust Au 1,2023 Policy No:1biASILSF00008123 g ENDORSEMENT NO.:8 EFFECTIVE: 12:01 A.M.,AUGUST 1,2024. ATTACHED TO AND FORMING PART OF POLICY NO.:MASILSF00008124. OF THE:STARR INDEMNITY&LIABILITY COMPANY. ISSUED TO:POWER ENGINEERING CONSTRUCTION COMPANY,ET AL BLANKET ADDITIONAL ASSURED AND WAIVER OF SUBROGATION ENDORSEMENT • It is agreed that the Company waives its right of subrogation against any person or organizations to whom the Named Assured is obligated by written contract to provide such waiver,but only to the extent of such obligation and only with respect to operations by or on behalf of the Named Assured or to the facilities of or used by the Named Assured. It is further agreed that to the extent that the Named Assured is obligated by written contract to name any person or organization as additional assureds hereunder,the Company agrees that such persons or organizations shall be considered as Additional Assureds but only with respect to operations performed by or on behalf of the Named Assured or to the facilities of or used by the Named Assured. ALL OTHER TERMS,CONDITIONS,LIMITATIONS AND EXCLUSIONS REMAIN UNCHANGED. Power Engineering Construction Company,Et Al Page 138 Commercial Marinie Liability Policy No:MASILSF00008124 August 1,2024 • Bond No.070225716 Premium: $5,236.00 • PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: • WHEREAS,City of Huntington Beach(hereafter referred to as"City")has, by written agreement dated April ,20 25 entered into a contract with Power Engineering Constructiion Company 1501 Viking Street,Suite 200, Alameda,CA 94501 (name and address of Contractor) (hereinafter referred to as"Principal"),for performance of the work described as follows: Bolsa Avenue Bridge Maintenance,CC-1745 • (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 • Liberty Mutual Insurance Company • 1340 Treat Blvd.,Suite 400,Walnut Creek,CA 94597 (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of Three Hundred Fifty Three Thousand Sixty-Eight and 00/100 Dollars($353,068.00 ),this amount being not less than one hundred percent of the price set forth in • • the Contract,in lawful money of the United States,for the payment of which sum,well and truly to be made, we bind ourselves,our heirs,executors,administrators and successors,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Principal shall promptly,fully and faithfully • perform each and all of the covenants,obligations and things to be done and performed by the Principal in strict accordance with the terms of the Contract as said contract may be altered,amended or modified from time to time;and if the Principal shall indemnify and save harmless City and all of City's officers,agents and employees(hereinafter collectively referred to as"Obligees")fromany and all losses, liability and damages, claims,judgments,stop notices,fees and costs of every description,whether imposed by law or in equity, which may be incurred by the Obligees by reason of the failure or default on the part of the Principal in the performance of any or all of the terms or the obligations of the Contract,including all alterations,amendments and modifications thereto,and any warranties or guarantees required thereunder,then this obligation shall be void; otherwise, it shall be and shall remain in full force and effect. Surety stipulates and agrees,for value received,that no adjustment of the time or price in the Contract or any alteration,change,deletion,addition or other modification to the Contract,or the work to be performed thereunder,shall in any way affect,limit,restrict,impair or release the obligations of the Surety under this Bond. Surety waives notice of any adjustment of contract or contract price,and any other alteration,change, deletion,addition or other modification to the Contract,or the work to be performed thereunder,and agrees 15-4584/117174 Bond No. 070225716 to automatically adjust the penal sum of this Bond to reflect such adjustments,alterations,changes, deletions,additions or other modifications. Surety agrees to provide written confirmation of such adjustments in the penal sum to City on not less than a quarterly basis. Surety also waives the - provisions of Civil Code§§2845 and 2849. The obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which survive completion of the work. • IN WITNESS WHEREOF,each party represents and warrants that this instrument has been duly executed by Principal and Surety,on the date set forth below,that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond,waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: April 23,2025 • ATTEST • Power Engineering Constructiion Company (Corporate Seal) (Principal Name) • By: Name: Title: • ATTEST Liberty Mutual Insurance Company (Corporate Seal) .(Surety Name) • By: i� CiliJ/!iY • • Name: Nerrssa S.Bartolome,Attorney-in-Fact (Signature of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) ((925)979-6708 (Area Code&Telephone Number for Surety) • • • APPROVED AS TO F .. By: • ichael E.Gates,City Attorney • Note: This bond must be executed in duplicate end dated,all signatures must be notarized,and evidence of the • authority of any person signing as attorney-in-fact must be attached. PERFORMANCE BOND Page 2 of 2 15.4584/117174 • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§bammeham 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of San Francisco On D i/2-51)1 before me, Rossio Daniela Polio Canas, Notary Public Date Here Insert Name and Title of the Officer personally appeared Nerissa S.Bartolome 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 tie/shefthey.executed the same in his/her/theme authorized capacity(ies),and that by-Ws/her/their signature(s)on the instrument the person(s); or the entity upon behalf.of which the person(s).acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph • is true and correct. WITNESS my hand tnd official seal. Rom DdNIELA POLIO CANAS .,,0ixa. Notary Public-CaliforniaCou pi; i Signature' CSoamnmFlrssnuo2440451 My Comm.Expire Mar 9,2027 S!`nature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Nerissa S.Bartolome is Name: ❑Corporate Officer — Title(s): El Corpo Officer — Title(s): ❑Partner — ❑ Limited ❑General ❑ Partner — ' ited ❑G al ❑Individual IE Attorney in Fact ❑Individual f1 y in Fact ❑Trustee ❑Guardian or Conservator CI Trustee uardia Conservator ❑Other: ❑ Other: Signer Is Representing:- Signer epresenting: ©2014 National.Notary Association •www.NationalNotary,org • 1-800-US NOTARY(1-800-876-6827) Item#5907 r '1%`k. Liberty POWER OF ATTORNEY P Mutual. Liberty Mutual Insurance Company Certificate No: 8213813-024079 SURETY The Ohio Casualty Insurance Company West American Insurance Company KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Nerissa S. • Bartolome;Patrick R.Diebel;Lucy M.Dunham;Kathleen Earle;Andrew S.Holloway;Kelly Holtemann;Christopher M.Howell;Mark M.Munekawa;Zachary V. Overbay;Christina Parsons;Rossio Polio;Karen Rhodes;Yvonne Roncagliolo;Charles R.Shoemaker;Nathalia P.Sholl;Valerie Takeuchi .all of the city of San Francisco state of CA each individually if there be more than one named,its true and lawful attorney-in-fact to make, • :execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 14th day of April , 2025 . Liberty Mutual Insurance Company P�,1Nst/ P.cY INS, a tNsup The Ohio Casualty Insurance Company � G0wPOk4'+'' yJ Geipok,r: `sP,,owPOR9r yc, West American Insurance Company 3 om QB on t 2 °`00% � , 1912 e 0 1919 c, V 1991 e %/�//� yE a) ' SS4oxus``as =o Z'RNAMP,,,k-.30 r� ,NDUMt da /Q •d V 8/7 )-‘ 4.I— 0 'M ) By: -- * * * Nathan J.Zangerle,Assistant Secretary E w t`o State of PENNSYLVANIA ss c co County of MONTGOMERY c E .., m On this 14th day of April , 2025 before me personally appeared Nathan J.Zangerle,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Ell) o m Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes-a of > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. it a m d a IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. = C N P PAg a O o N Y QF.�W,DNW rF! Commonwealth of Pennsylvania-Notary Seal '>''`L N O r�u° _ Teresa Patella,Notary Public .f� d'03 v Montgomery County [/ .44A-( �e. 0 w O OF My commission expires March 28,2029 By: /(i LC(i(�CJ O y C t6 - Jt... Commission number 1126044 eresa Pastella,Notary Public Q `o a, N'S I �G Member,Pennsylvania Association of Notaries ,� cn - ARy P c C) tv This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 o c Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: ii M E to - ARTICLE IV-OFFICERS:Section 12.Power of Attorney. `co o o -- m • Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the c President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety m CO Ms t C C any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall c cmi > E . o have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o a) z B instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the'n m provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ti c ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, . shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attomey,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J.Zangerle,Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West Amorican Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full.force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 23rd day of April , 202.5 - V 1Nsu 01 IN3V d 1µsUp, . • 4JP dooky yc yJr`:,o0iiyr �GP coarort 46 / a3`` FoA, Q3 tc+ k........ : b � 1912 0 1919 1991 0 �,u t - ' • - r 7 chv4 yz `Qm O 4. By —_- dVl P4.4CHUS".da 0 NAMPOdaisS, *molt' .0 Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 0224 POWER ENGINEERING CONSTRUCTION CO. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California�1, County of ritotvnPd� ) on .P 5 24 I ' '2S before me, rk�e r� ` (insert name and title of the officer) • personally appeared 1-1'V I0J1 1—) FAQ who proved to me on the basis of.4atisfa ory evidence to be the person) whose name( ) is1afe subscribed to the within instrument and acknowledged to me that hcfsheft#ey executed the same in 1i4&her/thcir authorized capacity{ies), and that by his/her/4h it signaturc(s) on the instrument the person(•e);or the entity upon behalf of which the personfs-) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. �5���>,� CHELSEA KEMMERER W' f�®� Notary Public California r — ? Alameda County E Commission#2502572 `LIN "� My Comm.Expires Oct 20,2028 Signature (Seal) Bond No.070225716 Premium: Included in Performance Bond PAYMENT.BOND (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as"City") has awarded to Power Engineering Constructiion Company (name and address of Contractor) (hereinafter referred to as"Principal"),a contract("Contract")for the work described as follows: Bolsa Avenue Bridge Maintenance,CC-1745 (Project Title) WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to furnish a bond to secure the payment of claims of laborers,mechanics,materialmen,and other persons as provided by law, by a duly admitted surety insurer under the laws of the State of California (hereinafter referred to as "Surety"); and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitation, as shown in said circular to provide bonds in the amount required by said Contract;and Surety has provided financial strength ratings from reputable companies,such as from A.M.Best, Moody's or Standard&Poor's,to validate that Surety has positive ratings of being secure or stable;and Surety is registered and listed with the California Department of Insurance. NOW THEREFORE,we,the undersigned Principal,and Liberty Mutual Insurance Company 1340 Treat Blvd.,Suite 400,Walnut Creek,CA 94597 • (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of Three Hundred Fifty Three Thousand Sixty-Eight and 00/100 dollars($353,068.00 ),this amount being not less than one hundred percent(100%)of the total price set forth in the Contract,in lawful money of the United States of America,for the payment of which sum,well and truly to be made,we bind ourselves,and each of our heirs, executors, administrators,successors,and assigns,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the Principal, his,her,or its heirs,executors, administrators,successors or assigns;or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code("Claimants")for all labor,materials or services used or reasonably required for use in performance of the work described in the Contract,or any amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such Claimant, or prevailing wages due and penalties incurred pursuant to Sections 1774, 1775, 1813 or 1815 of the Labor Code,or any amounts required to be deducted,withheld and paid over to the Employment Development Department from the wages of employees of the Principal and Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the work or labor performed under the Contract, Surety will pay for the same, in an amount not exceeding the penal sum specified in this bond;otherwise,this obligation shall be null and void. This bond shall inure to the benefit of any of the persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns. In case any action is brought upon this bond, Surety further agrees to pay all court costs and a reasonable attorney's fee in an amount fixed by the court. PAYMENT BOND Page 1 of 2 15-4584/117357 ' 1 Bond No.070225716 Surety stipulates and agrees,for value received,that no change,extension of time,alteration, addition or modification to the terms of the Contract,or any contract document or any work to be performed thereunder,whether made after notice or not,shall in any way affect, impair or release the obligations of Surety under this bond. Surety hereby waives notice of any such change, extension of time,alteration,addition,or modification to the terms of the Contract,the contract documents or the work thereunder. Surety also waives the provisions of California Civil Code§§ 2845 and 2849. • IN WITNESS WHEREOF,each party represents and warrants that this instrument has been duly executed by Principal and Surety,on the date set forth below,that the name of each corporate party being affixed hereto is such party's proper legal name and-that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond,waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: April 23,2025 • ATTEST Power Engineering Constructiion Company (Corporate Seal) C (Principal Name) By: Name: Q-trt(yk-P Title:v kit?(Ltcr)-ent• 1� ATTEST Liberty Mutual Insurance Company (Corporate Seal) (Surety Name)By: f/ �L� Name: Nerissa S.Bartolome,Attorney-in-Fact (Signature of Attorney-in-Fact for Surety) (,Attach Attorney-in-Fact Certificate) ((95)979-6708 (Area Code&Telephone Number for Surety) • APPROVED AS T M: By: hael E.Gates, ity ttorney Note: This bond must be executed in duplicate and dated,all signatures must be notarized,and evidence of the authority of any person signing as attorney-in-fact must be attached. • PAYMENT BOND Page 2 of 2 15-4584/117357 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) , County of San Francisco ) } / On a'i/L 5 ?v2 before me, Rossio Daniela Polio Canas,Notary Public , Date Here Insert Name and Title of the Officer personally appeared Nerissa S.Bartolome 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 fhe/she!#hey-executed the same in his/her/their authorized capacity(ies),and that by:lis/her/their signature(s)on the instrument the person(s}, or the entity upon behalf of which the person(s)-acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand an, official seal. ROSSIO DANIELA POLIO CANAS ., Notary Public-California E )111 •.- San Francisco County xr,w, Commission#2440951 - Signature /�!- - My Comm.Expires Mar 9,2027 Si•ll ature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Nerissa S.Bartolome is Name: ❑Corporate Officer — Title(s): ❑Corpo Officer — Title(s): ❑Partner — ❑ Limited ❑General ❑ Partner — • ited ❑G al ❑Individual IX Attorney in Fact 0 Individual El y in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee uardia Conservator ❑Other: ❑ Other: Signer Is Representing: Signer epresenting: N6 a• 'd<'d'•a. 'n'hV.. ... Hw•.t.r<.�:•::.G.n•<`..;Grf..isi5.%4.� . ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 - c _r 1\04(. Liberty POWER OF ATTORNEY rrt /A Mutue Liberty Mutual Insurance Company Certificate No: 8213813-024079 SURETY The Ohio Casualty Insurance Company West American Insurance Company KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Nerissa S. Bartolome;Patrick R.Diebel;Lucy M.Dunham;Kathleen Earle;Andrew S.Holloway;Kelly Holtemann;Christopher M.Howell;Mark M.Munekawa;Zachary V. Overbay;Christina Parsons;Rossio Polio;Karen Rhodes;Yvonne Roncagliolo;Charles R.Shoemaker;Nathalia P.Sholl;Valerie Takeuchi all of the city of San Francisco state of CA each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 14th day of April , 2025 . Liberty Mutual Insurance Company P, %NSU,tI�,, ',SY INSU a tKSU,p, The Ohio Casualty Insurance Company o caPoce 4, yo `oaPory,,'Pgy `dr ondok4,40, West American Insurance Company - f e FoT c3 o 4: g bco 1912 c 1919 g 1991 jam/ Za) '- i O i W O Q O �[Gf'' ca- 0 r4 4003s a yO NAMPga�a� ya 4v,„AN� AI, 'C. U co Nathan J.Zangerle,Assistant Secretary C w L. State of PENNSYLVANIA .- a) rn County of MONTGOMERY ss o>., LL = On this 14th day of April , 2025 before me personally appeared Nathan J.Zangerle,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 o m Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes e- a,_) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. >a IN WITNESS-13 WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. 0 c rn PAg a O O N N� *ONWE.0' ' Commonwealth of Pennsylvania-Notary Seal 0)O ,-c, c=7 Teresa Pastella,Notary Public N'�p w„ - - - Montgomery County EO w OF My commission expires March 28,2029 B : Ltd& O 0 C (0 % ��v Commtssion number 1126044 Y eresa Pastella,NotaryPublic = `o a)y-, 2,,Asy Jr•• {.., Member,Pennsylvania Association of Notaries co a) qRY Pam' N t•a? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 op c Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: a CV ARTICLE IV-OFFICERS:Section 12.Power of Attorney. - `o 0 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the c- cti President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety m c as• aci any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall c ES t have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o y Zc. instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the m provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. LL n . ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if - signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company, authorizes Nathan J.Zangerle,Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with . the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 23rd day of April , 2025 . ,1Nst ,.qY INs,,p 1N5t1 . J rip °1ti.. milt eJt.?4oRPo/jIr�0�0_Ct ¢. 00 cAll�f, - ". 0 1912 ry c c y 1919 0 8 1991 c I•capc.e.444r..-. . B rd, AcHu0, D yp MANPSa aa* �S '"%Imo- Ab Y Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/24 POWER. ENGINEERING CONSTRUCTION CO. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California. County of aAC On-"C�' 9- 2-4 1O25 before me, CdhPI2G, rn eit,l4 Pubv (insert name and title of the o er) personally appeared 1 2),,-(2 who proved to me on'the basis atisory evidence to be the person{s}whose name() isfare subscribed to the within instrument and acknowledged to me that I /she/thcy executed the same in glglheritheir authorized capacity(ies}, and that by Ws/her/.ti &r signature(s) on the instrument the -persons);or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. CHELSEA KEMMERER Notary public•California Alameda County Commission k 2502572 Signature ��eal) "..t My Comm.Expires Oct 20,2028 L Lib-- Interchange Corporate Center 450 Plymouth Road,Suite 400 Plymouth Meeting,PA 19462-1644 Ph.(610)832-8240 BID BOND Bond Number__.„noraPPIkabie, 'KNOW ALL MEN BY THESE PRESENTS,thatmeAYAVEitlivierfritett4tettratain00-' .•••":.:.... ••••. .••• • •-, „:„.- ••••„ • „. . „ _ . as principal(the"Principal'), and LIBERTY.MUTUAL'INSURANCE poltripAw;,..a,Massachusetts stock insurance company, as surety (the "Surety"),are held and firmly bound Unto`CititofNentirtdtOrt Beach. .„ . „ _ .„„ ...„..... . .,„ „ .„....., „.......... . -..., • :•-•• • „. . as obligee(the"Obligee"), in "the penal itinforTerliPartentfW0tOtaLAntdutitetBitt.7.- :: ..„ forthe payment of scirn eH and trUly"to Principal and the said Surety, bind ourselves, our heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents. iii.0,1711ritptil has submitted a bid for:.SOLSA AVENUE BRIDGE PREVENTIVE MAINTENANCE..„:„...:-.„...„.. lOVERWESTMI iERACHANNEL),CC No. 1745 , NOW, THEREFORE, if the Obligee shall accept the bid of the Principal within the period specified therein, or, if no period be specified,within sixty(60)days after opening,and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid,,and give such bond or bonds as may be specified in the bidding,or *fiteadt:Oiidoniablys;Or in the evettefthefaitgreOtte2pffncipal tq,,entat intosur. «k.. 07-404netiofeitilikooto, tzinc*Ifirikertit000 shall pay to the the:4eir: 004'6:0 in m•„:onek*Ot to exceed ttiki$0fferitidt;headtbeitWee'fi he amount akplftei:(in said bid Ye00iiO4:‘).arger•:ariiiiiirt for whipk:ftie Obligee**tityood* th."Oontadt'It0 another Perblto perform the work'PoVered.bY said bid,then this obligation shallte null and void;'otherwise to remain In full force and effect. In no event shall the liability hereunder exceed the penal sum thereof. •7: • PROVIDED AND SUBJECT TO THE CONDITION PRECEDENT, that any claim by Obligee under this bond must be submitted in writing by registered mail, to the attention of the Surety Law Department at the address abpie, within 120 days of the date of this bond. Any,suit under this bond must be instituted before the expiration Of one (1)year from the date of this bond. If the proreions of this paragraph are void or prohibited by law, the minimum ' period of limitation available to sureties as'a ptefetiae in the jurisdiction of the suit shall apply, DATED as of this 8th day ocApril 20 25 , • „.1.1 WITNESS/ATTEST • „ . , , a), '67%),.../.• ' "3, By (Seal) Name: •• Title: f„ "• 's LIBERTY MUTUAL INSURANCE COMPANY • c. NO ;Si Sareolair.re-•'Attomey4rtfacr • "" • • • • LMIC-5000 Rev.03/04 • ..,, .'.. ._, . . :- 1 . I. l' r CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 i: .. ...,. ..:,•,•,,.,,„„ . ... . , • ., :•• ... .1.- f" _ A notary public or other cffiket OttiptotiOlii oitiLikitINeijiiegcbt*•fittifiii:Oiiitk of the individual who signed the ''.. document to which this certificate 460110tiiiiiniii*Ine§k<: •9;e6itthi*ivalidity of that document. ... ,..., ,„. . . . .. ,.. ...... ... ... . ..... ....... ...„. .. .,.. , . .... .. . . ... .. ., I.' . ...,„, . .., . .... ..._ . - ,,,.. E. .. -. .. .. State of California ) .'.. County of SafFrancisco . . . . ) . . .. On before me, /*Z Rossiopaniela Polio Canas,Notary Public • r:'7;r' ,- " ,......, „., Here Insert Name and Title of the Officer . . personally appeared Nerissa S 8arto1ome ........, - „.„....„. .. . „... , , NarneS).Of'*ner(a)' ; .. . _,,... .........„,„. ! .......,.......... ... .. . , ..,.„..„ ....„. . . , . „.,,.... „...., .,. ..... ,. . ..... „. •,...0.4.0.0.40--to tte.,003116,ItiiO4„,::4:#.3004090 :evidence.'*7. be the person ) whose Parm44.itiraio Outitotte0 t.0...014k*.itijirt.:iiiite*detc*fictif,****Oicrd.0*0...Iiiilt*'+1040144404606:******10.4h filettth0040044matititret 4rtitt,64.0000h*iti*****0:140.***-10t6460*#*00444;i: . of-40. 41,titr1400.i'oofolf.ot*tok .4,otta-:-toyo4. ..0.404tettthe.h*tr*i.ej.:itt. . . .. ..... ., .. . f4.7gH. itiund*PENALTY OF PERJURY under the laws OrthlkStati*Oretillfornia that the foregoing paragraph naa,OTOO, i r.2.:,:-.. ';0:4;131-gh"aidilrlAirrin..;Crao--.osAs---'• '.: WITNESS my hand all official seal. -I'tt,46F4'.Fiiit4.*Piabilt:4-tititiriiiii:-, ' I''' .,... ..._./.P••:'iA'r,-4-41.s'',-,*4714443.9., 41G•.4 Signature ,. .., . ... , •:-.7'.,77,77,-,,,,,,,i-.-7,...„7....--,,,os. . ' :0"-:, ' .. ,o/Ndta/YPbtilia ..-' Place Notary Seal Above .,., • :1104001 '"sootifidt.t 0004:completing this infit*,0,i01, toetota#04:0ii,cit*ft: oottitop or ftill4...00::*.itiaPilMelg.''Ot Off*Ottfi:Oal,Uni*EiiW0,0410:4*;, -. Piackii),04 ra of Attached 0014.0"4,1it 1100,*(Tyitio of 11640eiit------ CoctnentDae ... ....., :::..tiinib*of Pigi* .. :,.. :::.;::;;:. 040ti0)piiiei..:•ttiali Named Above, -.....---. ..,......' ' - :. ' . .. ....,... ,..,... . 0_ .,.. .0.. . . g,.00004:0:10.011..0,1**4*. *Y .. .,. _ $460ekNotitet,...„....,.Aileilitsa,'S;;Blidobiliie,. .... ,.......r.: ... . :waffle.. 'la Carpi.*Officer—rfti (*? _ .. . _,...;7--:: :Et eiii30 tifoc'et: 4'iluetip • • ... - E1:,Pietoot,-,... 40tilititt ,,ta,..e04174 laPottiot--" i.. ,..; .49•:-:.;„.4(t1tritiiiikitia it Attorney Fact ',Ei 00000 "P.: . - :'01i Eta t3.-t.'Netetit a 0*-0*1,br Conservator . ..„ ... ., . Oldidtee . . i - ,COtiterVtatir ... • ,- - ...,.„ . . tl'Othe0i- . - --- ' -. — Otitfort- , ••, ' ' -• • . . . . . . . . ,.,. ogoar*Reises*itiog p -- •-;7::--'':--' . .,.. , ,p1,00t•-- , . .e.oiti:40*,:• ••---.-.7---7.,••:-. .... •-. ••--:-. - . . , ...:,,.. . . . . . O2014 National Notary Association .www.Natianaihoiary.oig• i- ao-us NoTAAY(1-800-876-6827) Item#5907 • 1 , .. .. ..„ .• , i'' ,Itit\t"ti••2..Liberty ,04.:Wigk!.00'ATTciitistEY' ..,..., .., .vceriwitioti2:847,42401 IVI'''ffi''u-tu A ! .. , .. „ - .stiRert, ..ttiOstat*ditifittiooccrtiwY . ., -*.s.i.A**..-ilt.*6titicatiipatiso • . . ....., .„.,. „.. .StioviiitALLOiliPlaar Mak F'Ir;OP')1*.,!?Piat:1119.'!;#0',CalutiOrnii4f?iicAltaMPPITirifa=geiMotatkut 401Y;9.19.0.00-.11001-11004014SOK/f New.!trarppelhre;..titat .460— ififforriel' liltlif*Ii*Mtigt41001PoRtOtiffilicitoktfidgegf01410004030#440.0.01o*si*Ellrist-#0**140iiii14.0004.011*01#04414:09044i4i ;.Airg,t*ti*ofVtqS**t*rta#e*rOot*rthii.T*Panl;a4tifiti*t:tO*htauthttigrffefahfiartaitk0*1?:f**lgu*S*a*g0*.::Aiftdft*CS. ?; ifotteway4thnifte9.motniker chrm'maParsoni,'Cliii -harleU,aoM 1(f._eg:._igtee;Ka iX_,Ear'tc.1dL.,_lot .:ta.,._4 Dunham,NnLcKiutelgw4 IathafttSholoerestS.Etutelmte "itlet-PDiebohRossioiRoolalnieTeteic K.Yiniontonongiitk,Zatiry!A 2 Z ;•' ,...•-.' - '''"-;:' .".'"...1.1..',...i-,.;.:-....,,, ------- . ; " - — -';'. - • .,......,...,-, '1 .. . „,„.. .. .......„„,...,.. .,,......„;... .. ..............„...-..„,„ . ....,.... ...,.., -- •-• lif-Ofthe404.•,• ----,Saul Frannisto,.; ...:c......„,z statedf' - - -.CA ,.....„,--;‘, -'04eth:fridlifidnally ifthere.beJnomtftenAtTlairgAtfifOnna taWintagegetiitifantitkinekti", execnte,seat,.ankritmleteenq4efiver,for arra,ortItibehatednunstyan4 aalWantiOetktentialfrithettigilintle#,00044441;eg*fgth, ii*Ifisifitta#1*PgctinN59*ft kl.• or final estimated bricolistnictfon contracts or sintilieinthority.requested by ItteglepaltifienklrfOnegatetioni,*4,0110*;innif.thi'exag004.0stfoff-ilt .. 1#0.11. recognizannes and other surety obligations In pursuance of these presents and ehagiii:aktitiiiin9.:4onie.po,mpanie*idAtheftreifiqaekOitsfonai;r.txtguip*ttintancl*esv by the secretary of the Companies in their own proper persons. , • - ;., IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 17th......day of December ,, 2024 .. ... , . ... .,, . ......,, :t9iilfee*Prit. „ . Attstrit#2',„ 40,1f 444.4,...‘,. ;401°49* '' 170r1,0404,010044ertirre . . '. '''' ' • ‘'' '4.,e-Nvo'. ., '4,•'''P-kCo!t AkitAgerfeenititsurktoer,nmploy . „ , „„. ,.• 1912 ,..,0), ,. 6_1919,, 'i.4. : .2..; 991 .2 tilA",t_ • . , . . .1 ' • •!• "-*,4;. .-.'-'',1 18, - *#.. ,.'•!! 'r-,--. .-,,'4 . ' -.-- . , , ...„........... .. . . • - . •, . ln- ..,. 0,, , ,. Au e,. .,,,,v0;4•IiiaitiV):: By. „.,i• -'''-... . ' ;• 18,--4, ;., ,. 0014A.4,"A#401A4 . pr, '„..e • •... :..........: era,Statatof PENNSYLVANIA 7:1t-Z!t- - ss :•Fr:75- !;! County of MONTGOMERY i•;' '..E .. „ . ;On this 17th ;4aytt: December..., :20244ifereinajnigionaifiqpporetRithan J.Zangeiie,who acknowledged himself to be the Assistartlorettity of Liberty Mutuannsurance OilmienTi.Fronia04sualtY-CPwaanWandlAgAieOcalrOsucaP1:04.0,0y.iand that he,as such,being authorized solo do,execute the fini..640fnenstrument for the purposes'!••12 0 theraftrOnti1ftedbiAniniplftbehe1aft,b,T1****16***Ak4OtOrize°officer. •,...— 'Z 7/1.., - . •-; 'AE(.7,:P IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. Ow; - • .... „ e , „ ano0.00 1 00171**mic:-airy#F,f!, „,„,..,• -,:0,0,, $,,,,:-. •••• •,,,,„r! .: •,,. UT PastMlittir M.- i ,, ;!. '.'.. .:'' Mycowitls:Itg° I Ma:28 2025 : B , ' .; ''' ''' ""/ :". 94.te../Zu •'. g to ; ,..,,,ciIllxa:tP.,4fuaf;•x%c c;:, . ",1.1;.„, .-.. ' 7-4 "F 4 4 , " :- <,r—• • es 0ver diidtafileyiii nideiaditerimitedlotanant i3:,e4:tiriiith*tiii*itiraillii., 44,iliii Allfilif2816eorIntitiiiiigiliMIVIM*06:4406141**'V c4 WO.i.lc;a/P*Pa*.MO;W*:*4Fg.i,k*iOciCdirtpat4!whitikr##iilOpi:t0,§:*v:Jiffiittfdici..mil;!:e1,te#tmoitst rook- ' - - • .:.• • - -- • - : ait a cv ,2 -.Afrrictllit.;:tOtttli-,0".,eO*12:00:4iecirA4014.: ,41101oei flpitho-.0kiecif.IfilSatit'xiiotAbOtite4"#thet'046sri I*14014 14;t4a,Chaftinall.-orthi tkeili44.-4400AtiesOkilmitirt40:,*(Inttitafglin*t'i ;*04ant.04.0**:6411******4140411,44-,..*Oloit oi.440044iitkiejielfatttki 6;400114(i,iiiiii4. 20%-4*.***10'iiittOki*.vii4.ta .ot-= fitOrdfal'andertakitios Igniii-"renfiiiketatlttliettuiehint*tiert%adtattairiey4;i0act liltieritklitkilnii onsletiufith Shia *OHIO*trf twit.ktki C41170#01,Ibt.t!**Instufe'Wl.. 1*Ic.fif Oi.,*(t.gistrtiMelts';nd to "#.4.4iiile.;teat#thtie;.e,,cradq/...1.10,1i0liOfeCtOth,Sunk 2 5,$. i'ng44140s;sir.a114,04tiiisfr.eskielif*lift0e140404;geOlOY.;;;**ieriothee*Oer.$4,044tes00444k;k40****Illii :,' . ; • OniiiiimiiiitniiitettinOtt*PY0110***:$014-1*thg13**-.06***Pi'*PiesqlOili'',.'900444***4045060bikergAitiViiky. . - ., ..-• ,. .....„. • . . . . .... ._ ... . .. .. . .. AIMEE 41)-7 Eie"Cittfort of4qatratttitlettibif,5.:Surf*EiandsAlti Undaitaki* ',!...?. .,....... . . . ... ............., .„. , , .„ . ., *11.1Wat:OiCguirafrit'auttOffeikP15,0*POOceelO41,109:4044**MmAlf 111#,P*40.4:84***4iiit firj*IlkiitilkttiOnriiiiiiii(fiiii*fi .MAY,TrisallStf; , ..,...1 i'ehtilfiAPpolqt4unitatlifieWatti;;antain****140.#titi.tinhatrall*ComPeey,104nake,'ideg*;q0.'iinkn***eadidegYir'04**'*Y'4ilif4t/gre**: ' bParziOnsOffdi410***,t104 ,,Stinkn.OPeye44,nteubjett10thtillinittitien*,telfotift,ih.thekreePeOfvepewerAitaltotf*.s ifailitaii4-41a**400.4". 001901.1,bY 111.*,%41n4tu*anti;exeothoi:;dtitt si.01qs.utirrerfre'44Werreell firee0firP!,eettPt*.00000*When',0,exigufi°4401114.**Iii*O.-.40311,109',41 Ato,W1.6***idatteitedvi .#00.1 --• • - - •• • ..... ,,. . . . ,. .. . teiiifita*,.., ,„„,* ..."Dg*kii0.-Liti-Ait*:#10*.$thbriiP,•,.*:**ii"PYismi.41.*Pii*:15f04;464iPm%aoi#41-0;Nareek k'Oeriiiii4 Assistant Secretary 16:***, ,•.F.71,_Trif-.J!j+,14:dr0.1"5.1/9V118.0Psel60.to act ,C.07r.0*-.4-1#f440,it!4*;04#90x1900trdelig.et..a $0004104,40:04.0t$4.110tzbeemisif,900140,R0 '••°filrieerke,W4#14#911e; j(iiiiiniina9erietinifintirk*popsentifihe 6ortpari4E*491reeinirn,,,iite!6eiMPa t Company ..,.....,, .,,.. „. . . . ., ,.. , .., . ... •„ , , . . . 40:14,:ilijOciefite*C.siik.41*!4 gfffiff0J;40'of,P#400.4.1tOttiii-Wetf;ht ftgc,omp*locotuienrien.willyiniettnee#:Ihallboraid;,andbintikig,upon COpeOgit. • tfitt 44inetti.4**(reqViP*0::016tOtt ' . • ... ..... i Weifee't,,IJO4K;theift4091414ilitalitildiersii.tke:Or.i24;u4lty'rfiSoinitc#F.4:*iiii190.0110444466**,.ankiiegoneffdifoidiiiitkioiminyslio. :40orittroofitosi000f.00446.4604*,...oefieacr4fiovian4gadiovettopow.Pp*ottovi ecued.;thoilOtolunie=4fs,:in,fi k*1444*-Aitit .. i -t.os-litio**olor . ,- -- - " ... . . . : .•_,_ - •- . . . ..,„ . . . ... .._ ,.... . . • itiflifilift3NMERE006+1fier0.01.1to**AiiiiiViincl*Cittie*ift 0(5444110W* . Stil- dat of - =AO- -•1!)-iiiii,-;.'- ,......„..- . . .....,.. ......„.......„. .., ,. - - ,., • - --" ,•.-......„..,;.' ..,..... !.- „ . ... ;,,A.114.541,&.' ' , .. ;etet,',.;..7.1* '-- ' 4r.•! '-'' '. 9 ' til:°-.0,'s 70ii'' " ,4 *'"• ---,el,. ';, -':e. :' :A-lk.. '%0 .,:-',SO • , , „ _ : '.'1912 I,.,. .-•'..' 0., 1919. 1991 „, .,..... . • CV4' ••• ' •.` i' 0,- • -, Att- 4 " ' ' )704ektc;.4. P...iii$‘1i*fe*." ' • -.. . ,..,, .. . .. .... ... LMS-12881 LMIC OCIC WAIC Mull!Co FLOOT 02124 POiwiTR ;¥ , 1 ENGINEERING CONSTRUCTION CO. . "ACKNOWLEDGMENT i4.notary public or other completing-this certificate verifies only the identity of the individual who signed the document to which:this:certificate is. " attached,and not the truthfulness, accuracy, or' validity of that document. 'State of California: .:. . . . 'County of fa E b before me,. 1.: nam n . . : inse e:a ecer personallyappeared .+ , who proved to me On:the basis resatiSfactory evidence:to be the PertorN whose names; are ' subscribed to the within instrument and acknowledged::to me that+#e fthey executed the same in , ' ,.h ectth uthori d (i . ,y g.'a�twe��s•�ro�::#1 instr"su�erit,ti,i�:.,:;.:..,.. c:�Pa�ty � . ;�f and�atb- . �i�thor�sar,n person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. " "`?, ,_ is certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS.my hand and official seal. �` ;�.��,y��� �.�y�,.�I�) mot° Sr nature. Seal) Croy':; ,;nr c;w. 'g ''4'.5 k:,,:. .) +, T ' POWER 1501 Viking Street,Suite 200•Alameda,CA 94501 _ OFFICIAL BID SECURITY - DO NOT OPEN Project Name: Bolsa Avenue Bridge Preventive Maintenance Project CC No.: 1745 Bid Opening Date: APRIL 10, 2025 at 10:00 A.M. NTIN, � 11.47?' City of Huntington Beach Business License P.O. Box 190 =� ��' ` (714) 536-5267 FAX(714) 536-5934 Huntington Beach, CA 92648-2702 �CFe ' 'e a,UUNTV GP N Robert Torrez Interim Chief Financial Officer POWER ENGINEERING CONSTRUCTION COMPANY 1501 VIKING STREET STE 200 ALAMEDA, CA 94501 Dear Business Owner: Thank you for your payment. Attached is your City of Huntington Beach Business License certificate. Please note that approximately one month prior to the license expiration date,you will be mailed a renewal notice for the upcoming year. If for any reason your renewal notice does not arrive,you are still responsible for renewing and paying your business license prior to the expiration date. Penalties will be incurred if the payment is not received by the expiration date. Please post the business license in public view. If you do not transact business from a fixed location within the City,you must carry this license with you at all times. If a vehicle license plate number is displayed on the Business License certificate below,you must carry a copy of the certificate in that vehicle. Please contact the Business License office if there are any changes to: ownership, address, business name, business vehicle, or type of business conducted.Additionally, please notify our office if you discontinue your business. The Gender Tax Repeal Act of 1995(Act)prohibits a business from discriminating based on a person's gender for prices of similar or like-kind goods and services. However,the Act does not prohibit price differences based on the amount of time, difficulty,or cost of providing the services. In addition to prohibiting discrimination based on a person's gender,the Act requires certain businesses to clearly and conspicuously disclose to customers in writing the pricing for each standard service provided.The posting requirement applies to barbers and hair salons,tailors or businesses providing aftermarket clothing alterations, dry cleaners, and laundries providing services to individuals.To access the Department of Consumer Affairs publication, please use the following webpage: https://www.barbercosmo.ca.gov/consumers/gender_policy.pdf. To access the publication in Korean, Spanish,Vietnamese, Traditional Chinese, Simplified Chinese, or Tagalog, please use the following webpage: https://www.dca.ca.gov/publications/index.shtml There are many resources available to our business owners. Listed below are a few that might be of interest and assistance to you. Office of Business Development -(714)536-5582 Service Corps of Retired Executives-(714)550-7369 Huntington Beach Chamber of Commerce-(714)536-8888 Fictitious Business Name Information-(714)834-2889 CA Department of Tax and Fee Administration-(949)440-3473 Community Development-(714)536-5271 If you have any questions, please call a Business License representative at (714) 536-5267. City of Huntington Beach Business License License Number Business Name/Service Address POST IN PUBLIC VIEW A321628 POWER ENGINEERING CONSTRUCTION COMPANY Effective Date :�NTINGTO �pF fNcueruq+lF;,;"� 05/01/2025 Owner/Corporation ;' c v Expiration Date POWER ENGINEERING CONSTRUCTION COMPANY 04/30/2026 License Type 2 Amount Paid CONTRACTOR $137.30 THIS LICENSE IS ONLY FOR THE BUSINESS AND TYPE SHOWN. IT IS FOR THE PERSON TO WHOM ISSUED AND IS NON-TRANSFERABLE. RENEWAL IS DUE ON OR BEFORE THE EXPIRATION DATE. .�TING ----''''' CITY .O F Iff v ^, "-"Y?O % -:-• HUNTINGTON BEACH NTY Lisa Lane Barnes I City Clerk June 4, 2025 Power Engineering Construction Company Attn: Hilary Tigue 1501 Viking Street, Suite 200 Alameda, CA 94501 Re: Boise Avenue Bridge Maintenance—CC-1745 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 proiect is completed but prior to the release of retention funds. In addition, the following item must also be on file, with this office before the City can release any retention funds: A warranty bond guaranteeing the final amount of work and materials for one year. If your performance bond does not include specific wording for a one-year warranty, then a rider or separate bond must be submitted. Should you have any questions or concerns regarding the enclosures or items that must be on file in this office prior to release of retention funds, please call the Public Works Department at 714-536-5517. Sincerely, YnA Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov II, 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: & 4/z6. SUBJECT: Bond Acceptance I have received the bonds for �iryieA iEirtoirir14,arg '11G7jn'lt) a . (Co any Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. O7-022 S- NCO Payment Bond(Labor and Materials) Bond No. 713Z2.S'440 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 - /o (Council Approval Date) CC No. /�"41S Agenda Item No. /0/ - 15 MSC No. City Clerk Vault No. b4D. EL) Other No. SIRE System ID No. 1770 __ g:/forms/bond transmittal to treasurer „ mpuIp�► *\) �' IN T 04, ,iii so .• ��coRP oRAr�o•.,• � o saAve” iii 17" \k Bridge _ __ ___ ;0';;;,,i{;, • ,.., • . (,ie( f If i i),,, � l C =a _ . -- -- -- — • Maintenance „ . T110 . ., _ .„ ),,,, , . ..z.. ,. . , __.„._ : . , Cc _ i 745 .,_ . . .. i.___,__,.. .__:________ .. ,_ . $ , % "- Q • ,.. •. �8. Pv ,• ••...S0 `� 0 -May20, 2025 CityCouncil Meeting ... u .ifi • 255 • Project . ., „ ,,,,, ,. , ,... . a ,,,. 4111 r. • • t. .. . k , " .�+�.� '� �� . ,L'.':, , ,.L'''1:: r ' ' ;kr 1411:,•:',',.:111 cr �, t1.10,:' !I s T.r, _ `-- , ,k7:4- .- ../Tir"" rip#4,, � ' .. 1 i X' Ave f Z b 1 � � u s _. e s )Iihk , . 1l t :0-1 .: t II '''�` r _ «` �i ANT I N G T� " r U r. `` i " �'� ,. 0.'i{J %� n ,44 C:::40„.;.„_...,6).•...-41'74*. .--,...S.',..7.1-.7_4.7,,s..o 7..4'•:.:•••_:-.0 ,..,„. „... , _ ..,,,,.,,,, 4 ,,,, ,,..,„..-:-- ,A,.... 101,.,..,,,..414 , -, , _,.. "tve..4. ,. a , 4 i r . :.*,,' ,,',,,, .jr''',, ***1006 tioot."- 4'71 7.": ,,7 ' '4'.' ''''''" "' .....',...... 1- '714r.: ' "6-, -, , , , ,, :,, ,1/4,-,„,,, :4! -. 1 -, ej°111.- -- 7 11°!'-)I 256 Bolsa Ave Bridge R -- Year Built: 1963 .. ,. ,,-----41._L":41 : Box culvert-type bridge • Preventative bridge A maintenance needed to extend life and reduce cost 41 k.k.\A:RI uNRAGter.O.:7611 € it.,.,, . %:\U S _�bIf tM • _ 21 :'-.:: ' ` = -. $. ter Fr, •.......• Pti‘ . � _�4 � _r = AUNTY �,/// #)°$;\ 257 Scope of VVor Removal of existing parapet wall and fence; replace with new ; c -,. ... 4 ww. '$ , barrier and fencing k �£ f l„..i. • • .,,,,,,, Removal of unsound concrete, .,, f ... - ,� , , 11 It ' epoxy injection and restoration ; - -•�� .. of concrete cracks : ' 4' Removal and replacement of joint �: v��f - seals, sidewalks, structural water ` ` ' � line brackets and vacuum . 1 A J ' ' equipment �. _ .�� . Paintandwaterproof a i n - . . ,' _ ,,��NTINGT� t .. 1 .r <I ••....P.....• .�► • t + er � — •• Y 3 . — r ties , CD S —_-'...,,,-. ...3,-...,. :-.t.. 77.7.--„, I:5 IP Ii. . -' ' - r ,f t. — t )i.* I, , -,. iii? ck..:7•,0 CUNTY C,\' ' 258 Funding • Power Engineering Construction Bid: $ 353,068 • 15% Contingency: $ 52,961 • Supplemental Costs: $ 55,307 $ 461 ,336 Current Funding � ' ,0'1*\NTING1.0. ,n ' O �.•••NCORPORp,F•0.••.•CT \ • Prop 42 : $120, 781 �',�:=- - = ;�-7\ • Measure M: $340,555 ` • u=_- Off! q ` $ 461 ,336 �. • 8 , a9 o... �� NTI' t J fr 259 . % -' - ; % ' • , '-: ' r• ..7' V , 4 44' i -w, , ..: ('; 1-, •3 , , .. ii---- '. ,1 1, 1.7.1 ,,,,...„ ; -.. • ,:. . .,... . -, • , ,...4,...,,,, i . ,t ---1 4" /A:,'1-.'17-4-.1• ., .3 A-- , f:3. --rl ^';'-.---'-- ' t• 'lefVA ; 3 ."'A* I , ' • 'l -(/ A' (7...At, ''i'"' V' ' ; ,.....j.trr--1,7•7"—"A`:( '-' t • 'le ;4 ' ' z7 r„,- 1 ,:t: '.--.;:, ''''''''''''77'4-7; A,I'' -- .14. A 7;'"' ii __ . ' 1 _ e ( -11 I , 'I i I ' ......"."'"' 1 - 't------- IL... 1,1kk , 7...-- u.., 1/4,V "% ' . '''' 01• Cl) 1 C 0 • MIME AM° Cl) a) = a column .'3i'3hvac pub: 3frol ' SECTION A 1/0,•9.-A NOTICEINVITINGELECTRONIC BIDS for the construction of BOLSA AVENUE BRIDGE PREVENTIVE MAINTENANCE (OVER WESTMINSTER CHANNEL) CC No. 1745 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated project and will receive such bids prior to 10:00 A.M. on THURSDAY, APRIL 3, 2025 on the AGENCY's PlanetBids System Vendor Portal, at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this project via the AGENCY's PlanetBids System Vendor Portal at: https://www.planetbids.comiportal/portal.cfm?CompanyID=1 5 340 Copies of the project plans, specifications, and other contract documents may be downloaded for free at: https://www.planetbids.com/portal/portal.cfm?CompanylD=15340. Bidders must first register as a vendor on the AGENCY's PlanetBids system to view and download the contract documents, be added to the prospective bidders list, and receive addendum notifications when issued. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are available online at www.dir.ca.gov/DLSR and also on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code, Section 10263. The Contractor shall be the beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. A-1 No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashier's check, or bidder's bond made payable to the AGENCY for an amount no less than 10% of the amount bid. For electronic submittal of bids, the bid security must be received at the City of Huntington Beach Public Works Office,2000 Main Street,no later than the bid opening date and time. The bid security must be submitted in a sealed envelope bearing the name and address of the bidder, and the outside of the envelope must read as follows: OFFICIAL BID SECURITY- DO NOT OPEN Project Name: Bolsa Avenue Bridge Preventive Maintenance Project CC No.: 1745 Bid Opening Date: APRIL 3, 2025 at 10:00 A.M. All extensions of unit prices will be subject to verification by the AGENCY. In case of a variation between a unit price and its extension, the unit price will govern. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License A, at the time of bid opening. The successful Contractor and his subcontractors will be required to possess business licenses issued by the AGENCY. Project Description The Work of this contract will generally consist of: storm water pollution prevention plan and water pollution control;installing temporary debris and fall protection netting as required,removal and replacement of concrete barriers,adjacent sidewalk, and chain link railing; install new conduit and pull boxes for future use, painting steel chain link fence posts; protection of concrete sidewalks, bridge deck, and asphalt concrete overlay; replace joint seals at sidewalk and barriers, protection and temporary support of existing bridge mounted 12" waterline at southerly end as required for removal and replacement appurtenant air vacuum release valve and pipes support; graffiti removal and concrete painting; cleaning,preparing,and performing concrete crack repairs; removal and replacement of unsound concrete;waterproofing piers and abutment walls within the tidal zone; testing and special inspections,traffic control; and appurtenant work as required. The contract shall allow the Contractor 62 working days to complete the contract. The engineer's estimate of probable construction cost for the Work included in the basis of award of this contract is $364,000. All questions related to this bid solicitation must be submitted through the AGENCY's PlanetBids System Vendor Portal per the information provided in the Instructions to Bidders. Any other contact to AGENCY staff regarding this bid solicitation will be referred back to the PlanetBids system. The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 26th day of June 2023,by Resolution No. 2023-24. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH A-2 -I= Column INTERIM AD DRAFT This is the proof of your ad scheduled to run in Huntington Beach Wave on the dates indicated below. If changes are needed, please contact us prior to deadline at (714) 796-2209. Notice ID: BbWOdjMOAKXYO8Hmwks8 I Proof Updated: Mar. 13, 2025 at 12:42pm PDT Notice Name: NIEB CC-1745 Bolsa Ave Bridge Maint FILER FILING FOR See Proof on Next Page Tania Moore Huntington Beach Wave tania.moore@surfcity-hb.org (714)536-5209 Columns Wide: 5 Ad Class: Legals 03/20/2025:City Notices 819.30 03/27/2025:City Notices 819.30 Subtotal $1638.60 Tax% 0 Total $1638.60 NIEB CC-1745 Bolsa Ave Bridge Maint - Page 1 of 3 9 SECTION A NOTICEINVITINGELECTRONICBIDS for the construction of BOLSA AVENUE BRIDGE PREVENTIVE MAINTENANCE(OVER WESTMINSTER CHANNEL) CC No.1745 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN thattheCITYOF HUNTINGTON BEACH,as AGENCY, invites electronic bids for the above stated protect and will receive such bids prior to 10:00 A.M.on THURSDAY,APRIL 3,2025 on the AGENCY's PlanetBids System Vendor Portal,at which time or thereafter bids will he opened and made available online.Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this protect via the AGENCY'S PlanetBids System Vendor Portal at: https://www.pianetblcls.com/porta I/portal.cfm?Company 1 D=15340 Copies of the prolect plans, specifications, and other contract documents may be downloaded for free at: https://www.planetbids.com/portal/portai.cfm?Company I D=15340. Bidders must first register as a vendor on the AGENCY%PlanetBids system to view and download the contract documents, be added to the prospective bidders list, and receive addendum notifications when issued. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code.Pursuantto the provisions of the Labor Codeof the State of California, the minimum prevailing rate of per diem wages for each craft,classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are available online at www.dir. ca.gov/DLSR and also on file at the Office of the Director of Public Works,2000 Main Street, Huntington Beach,CA 92648. The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code,Section 10263.The Contractor shall be the beneficial owner of the surety and shall receive any Interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashiers check, or bidders bond made payable to the AGENCY for an amount no less than 10%of the amount bid. For electronic submittal of bids,the bid security must be received at the City of Huntington Beach Public Works Office,2000 Main Street, no later than the bid opening date and time.The bid security must be submitted in a sealed envelope bearing the name and address of the bidder,and the outside of the envelope must read as follows: OFFICIAL BID SECURITY-DO NOT OPEN Project Name:Bolsa Avenue Bridge Preventive Maintenance Project CC No.:1745 Bid Opening Date:APRIL 3,2025 at 10:00 A.M. All extensions of unit prices will be sublect to verification by the AGENCY. In case of a variation between a unit price and its extension,the unit price will govern. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors License A,at the time of bid opening.The successful Contractor and his subcontractors will be required to possess business licenses issued by the AGENCY. Project Description The Work of this contract will generally consist of: storm water pollution prevention plan and water pollution control; installing temporary debris and fall protection netting as required,removal and replacement of concrete barriers,adlacent sidewalk, and chain link railing; Install new conduit and pull boxes for future use, painting steel chain link fence posts; protection of concrete sidewalks, bridge deck, and asphalt concrete overlay; replace Joint seals at sidewalk and barriers, protection and temporary support of existing bridge mounted 12"waterline at southerly end as required for removal and replacement appurtenant air vacuum release valve and pipes support;graffiti removal and concrete painting; cleaning,preparing,and performing concrete crack repairs; removal and replacement of unsound concrete;waterproofing piers and abutment walls within the tidal zone; testing and special inspections,traffic control; and appurtenant work as required. The contract shall allow the Contractor 60 working days to complete the contract. The engineers estimate of probable construction cost for the Work Included in the NIEB CC-1745 Bolsa Ave Bridge Maint - Page 2 of 3 basis of award of this contract Is$364,000. All questions related to this bid solicitation must be submitted through the AGE NCY's PlanetBlds System Vendor Portal per the Information provided In the Instructions to Bidders. Any other contact to AGENCY staff regarding this bid solicitation will be referred back to the PlanetBids system. The AGENCY reserves the right to 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 26th day of June 2423,by Resolution No.2023_24. Attest: /s/Llsa Lane Barnes CITY CLERK OFTHECITYOFHUNTINGTON BEACH Huntington Beach Wave Published:3/20,3/27/25 NIEB CC-1745 Bolsa Ave Bridge Maint - Page 3 of 3 I NCLUDES TNE 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: 0011724738 Customer's Reference/PO Number: Publication: Huntington Beach Wave Publication Dates: 03/20/2025 and 03/27/2025 Total Amount: $1638.60 Payment Amount: $0.00 Amount Due: $1638.60 Notice ID: BbWOdjMOAKXYO8Hmwks8 Invoice Text: SECTIONANOTICEINVITINGELECTRONICBIDSforthe construction of BOLSA AVENUE BRIDGE PREVENTIVE MAINTENANCE(OVER WESTMINSTER CHANNEL)CC No. 1745 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated project and will receive such bids prior to 10:00 A.M.on THURSDAY,APRIL 3,2025 on the AGENCY's PlanetBids System Vendor Portal,at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this project via the AGENCY's PlanetBids System Vendor Portal at: https://www.planetbids.com/portal/portal.cfm?CompanylD=15340 [https://www.planetbids.com/portal/portal.cfm?CompanylD=15340]Copies of the project plans,specifications,and other contract documents may be downloaded for free at: https://www.planetbids.com/portal/portal.cfm?CompanylD=15340 [https://www.planetbids.com/portal/portal.cfm?CompanylD=15340]. Bidders must first register as a vendor on the AGENCY's PlanetBids system to view and download the contract documents, be added to the prospective bidders list,and receive addendum notifications when issued.Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California,the minimum prevailing rate of per diem wages for each craft,classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California, NIEB CC-1745 Bolsa Ave Bridge Maint - Page 1 of 3 See Proof on Next Page INCLUDES THE 33;jayit.FDUNTA N Ame 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: 0312012025,03127/2025 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 27, 2025. Cantfb9k. S ture NIEB CC-1745 Bolsa Ave Bridge Maint - Page 1 of 3 SECTION A NOTICEINVITINGELECTRONiCBIOS for the construction of BOLSA AVENUE BRIDGE PREVENTIVE MAINTENANCE(OVER WESTMINSTER CHANNEL) - CC No.1745 in the • CiTY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBYGIVEN that the CITY.OF HUNTINGTON BEACH,as AGENCY, • • invites electronic bids for the above stated protect and will receive such bids prior to 10:00 A.M.on THURSDAY, APRIL 3,2025 on the AGENCY's PlanetBlds System Vendor Portal,at which time or thereafter bids will be opened and made available online.Bids received after this time will be considered non-responsive. Prospective bidders must first register,as a vendor and•then bid on this protect via the AGENCY's PlanetBlds ' System Vendor Portal-at: hops://www.planetbids.com/portal/portal.cfm?Company)D=15340 Copies of the protect plans, specifications, and other contract documents may be downloaded for free at: - hops://www.planetbids.com/portai/portai.cfm?Company I D=15340. Bidders must first register as a vendor on the AGENCYS PlanetBids system to view - and download the contract documents,he added to the prospective bidders list, and receive addendum notifications when issued. Any contract entered into pursuant to'this notice will incorporate the provisions of the State Labor Code.Pursuant to the provisions of the Labor Code of the State of California, • the-minimum prevailing rate of per diem wages for each craft,classification or type-of workman needed to.execute the contract shall be-those determined by-the Director of Industrial Relations of the State of California,which are available online at wWw.dlr. ca.gov/DLSR and also on file at the Office of the-Director of Public Works,2000 Main Street,Huntington Beach,•CA 92649: . The AGENCY will deduct 5% retention from all progress payments. Tile Contractor may substitute an escrow.holder'surety of equal value to the retention In accordance with the provisions of th'e Public Contract Code,Section.10263.The Contractor shall be the beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will .. be afforded full-opportunity to submit bids In response to this notice and will not be • discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it IS prepared on the approved Proposal forms in • conformance with the Instructions to Bidders as determined by the AGENCY. The • bid must be accompanied by.a certified check, 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 date and • •time.-The bid security must be submitted'in a sealed envelope bearing the name"and address of the bidder,and the outside of the envelope must read as follows:- • "OFFICIAL BID SECURITY-DO NOT OPEN • Project Name:Bolsa Avenue Bridge Preventive Maintenance Project CC No.:1745 • Bid Opening Date:.APRIL 3,2025 at 10:00 A.M. All extensions of unit prices will be sub►ect to verification by the-AGENCY." In case of a variation between a unit price and its extension,the unit price will govern.The successful bidder shall be licensed in accordance.with provisions of the Business and Professions Code and shall possess a State Contractors License A,at the tine of bid opening.The successful Contractor and his subcontractors will be required to possess business licenses issued by•the AGENCY. Project Description - The Work of this contract will generally consist of: storm water pollution prevention . . plan-and water pollution control; installing:temporary debris and fall protection netting as required,removal and replacement of concrete barriers,adiacent sidewalk, and chain link railing; install new conduit and Pull boxes for future use, painting .steel chain link fence posts; -protection of-concrete sidewalks, bridge deck, and - asphalt'concrete overlay; replace Joint secils at sidewalk and barriers, protection and temporary support of existing bridge mounted 12"waterline at southerly end as required for removal and replacement appurtenant air-vacuum release valve and pipes support;graffiti removal and concrete painting;cleaning,preparing,and performing concrete crack repairs;removal and replacement of unsound concrete;waterproofing • - piers and abutment walls within the tidal zone;testing and special inspections,traffic control;and appurtenant work as required. - - The contract shall allow the-Contractor 60 working days to complete the contract. The engineers estimate of probable construction cost for the Work included In the 1 • - - - NIEB CC-1745 Bolsa Ave Bridge Maint- Page 2 of 3 • • basis of award of this contract is$364,000. All questions related to this bid solicitation must be submitted through the AGENCY's Planet Bids System Vendor Portal per the information provided In the instructions to Bidders. Ally other contact to AGENCY staff regarding this bid solicitation will be referred back to the PlanetBids.system. - The AGENCY reserves the right to relect any or all bids,to waive any Irregularity and • to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALI FORN IA, the 26th day of June 2023,by Resolution No.2023_24. Attest: /s/Lisa Lane Barnes• CITY CLERK OF THE CITY OF HUNTINGTON BEACH • Huntington Beach Wave Published:_3/20,3/27/25 • • • • • • • • • • NIEB CC-1745 Boise Ave Bridge Maint Page 3 of 3 UNSUCCESSFUL BIDS CC No. 1745 Bolsa Avenue Bridge Maintenance 11# 1 . 4. . 0 CITY OF = kq HUNTINGTON BEACH .7, urdv Lisa Lane Barnes I City Clerk July 7, 2025 Leonida Builders Inc. 32023 Crown Valley Road Acton, CA 93510 RE: Bolsa Avenue Bridge Maintenance (CC-1745) Enclosed please find your original bid bond for CC No. 1745. Sincerely, 71/J:i:11(11116*air Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov SECTION c PROPOSA..t4 .ftjk the construction of BM...5A AVENUE BRIDGE PREVENITVE•MAINTENANCE • (OVER'WEfiTMINSTERCHANNEL) CC No. 1145 in the. CITY OF HUNTINGTON'BEACH TO THE HONORABLE mAyog AND E1VSERS. OF OW COUNCIL RITITIINGTONHEACEI; I . Compliance with the Notice hiAting glectrenio Bids, the undersigned •he' telly proposes and agrees to perform all the work therein described,ADO: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 Beatir. The undersigned agrees to perform the work therein to the satisfaction of and.under the supervision of the City Engineer df the City ofHuntingtonBeach,andto enter into a contract at the following prices,The undersigned agrees to complete the work Within'60 working days,starting.froin 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 adcumedt.A.:11-thi$proposal is accepted, for sward,BID )ER.agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid$chedule„BIDDER understands that failure to enter into contract in the manner and time prescribed will result ni forfeiture to AGENCY of the guaranty :accompanying this itoposal. BIDDER understands that a bid is required for the entire Work,that the estimated quantities set forth in the Bid:SO*14W are solely forte purpoSe of comparing bids and that fmat compensation under the contract willbe based upon the actual quantities ofvott satisfactorily completed.mt AGENCY RESERVES-`ttift:RIGHT TO DELETE ANY ITEM FROM U-lb CONTRACT,.It agreed that the unit and/or lump sum prices bid Include all appurtenant expenses,taxes,royalties, fees, etc, and will be guaranteed for A:1704dd of 0.14 days from the hid opening date if et such tithe the contractianot awarded,the AGENCY will reject all bids and wilire-advertise the project In the case of discrepancies in the amounts bid,unit prices shall govern Over Wended amounts, and Words shall govern over figures. If awarded,the Contract the undersigned agrees that in the event of the B1DDER's default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereofmay, at the.A.GENCY's option,be considered null and void. Accompanying this proposal of bid,find EWS %at/ k in the amount of$ which Saki amount is not less than 10%of the Total Amount Bid,as req 'uned by the Notice Inviting Electronic Bids,payable to the AGENCY.(Please insert the words'Cash";'Certified Check',or"Bidders Bond for_%",as the case may be).Any standard Surety Bid.Bond form.Is acceptable.. BIDDER shall si.gtifyreceipt of all Addenda here,if any: • Addendum Date Recaked ladder's Signature r t 0410 Si 202r C.2. Cii)( of Fixintington Beach Public WOrice Department 200Q Main Street Tel. (714) 630-5431, Fax(Iiity 374-1:573. • ADDENDUM NUMBER ONE For' SOUSA AVENUE BRIDGE:NiAiNTENANCE cc in the - CITY OF HUNT:MOWN BEACH March 26- 2025 Notibe To aidaert Please nOtethe tiloWing ciarifidatioa to:the Project Specitcaliorid and Bid-Relpitehierits: 1) Project Fiansand Specification* Plans and Specifications have been uploaded to the Planed-31de Port*, 2) Bid Opening and Online OSA Bid Opening will be at 10:00 AM on Thuraday.,April 10,2025, Online QSA:301110100 at 10:00 AM On Thursday,April 3,2025. •Thie ia-to acknowledge receipt and retifiew Of Addendum Number One,.dated Marbh 2:5 2025. Lof.lepLock..,, ('jc_ A. 41-PAOLAH 11". Company Name nViCi?)' Date hitiOem mot aonowtedge and,include the receipt of this AdOehdurii With your bid or000sal. Should you have any questions regarding this Addendum,please,call Eduardo.cerdeat(714) .00-8431:Within 24 hours of posting. BOZ:SA.AYE AR GE PREVENTIVEMAINTENANCE .(OVEE•` S° thF.C : rEL)" C l o.1145 • .Contract a Unit " Unit Et i xa .Q price . " Araawit . u • MOBILIZATION 1 .LS. 5lS,boa."' .2 PREPARE STORMWATER`POLLUTION PREVENTION'PLAN 1. LSD 3 WATER POLLUTION CONTROL 1 ' LS, t( dao.:. :t t�i.;aoo . 4 . .. ..1)11611SH AND.MAINTAIN PROJECT TRAFFIC CONTROL 1 LS SAW CUT AND REMOVE CS ING'SIDEWALK!DRIVEWAY • :5 .(ABOVE DECK.1, . 645 SF ..- BSO, . ._,6 .PIESTORE.SIDEWVAUC/DRIVEWAY(ABOVE DECK)-: :545. ` SF REMOVE REMOVE AND DISPOSE UNSOUND,PONCRETE:AND:PATCH • 7 RCB WALLS,D.ECK',:ANDPARAPET 1 C1 .; ,.boo . 8 EPDXY'INJECFIONTOR CRACKS 337.• LE 9 WATERPROOF LICE WALLS(TIDALZO.NE.3f FEET] . 243Q . ,SF ;{ N ANO,PAIeo..Btot?GE(t0ENTfFtEC?LOCATION$ONLY . _412. j `SF .-� `Zx:Z t'Q;:,r • 3.1. REMOVE AN.D DISPOSE EXISTING'BARRIER AND FENCE -4Q- LP ;?/ -; 4.0 S t} :.: INSTALL NEW CONCRETE BARRIER(:CALTRAN5.TYPE:836 12 (MOD))(INCLUDES DRILLAND GROUT DOWEL} -. .40 • LF 6,.oaa; - OMco r INSTALL:NOV FENCE(CALTRANS-8:117 MOD WITH VINYL. . 1: CLAD• :FAIN'OINK FABRIC i4F.sH) 4o. ; IF Sota.;- .REMOVE AN.D REPLACEJO.INT SEAL AT'SIDEWALK AND 1.4 BARRIERS 36 LF USO -. 5 4,9 15 INSTALL,JOINT SEAL;(FROM BOTTOM,OF DECKI • 84 L C.r't7• ::... .. T 4: 16 REMOVE AND.REPLACE sTEEL,PlPE SUPPORT BRACKEE$ . , . 2. EA. • REMOVE AND REPLACE 2"AIR VACUUM RELEASE VALVE' 1:7 (SPEC.1020813);PER.H.B:STD'611 1 LS . I k.�t�o .-� t�� ae CONSTRUCT 2".DIA..TYPE-1:PVC CONDU IT II I SWEEPS,PULL • ROPE,,&CAPPED STUBS FOR USE,.(2EA)EXPANSION : FI 6INCiS PER'CALTRANS:STt ES 9Bx.(2EAj TYPE PULL: ' 18 BOXES 19J EMERGENCY EVACUATION FURNISH&INSTALL PRQJEC F INFORMATION Slot(FULL • ..20 PRO.IECF DURATION) 2 , EA Ek.owe- 1Qfi3',= " tQTAL;AMOUNT:BID 1N:FIIriURES•$ . . .C=2.1 Note: Contractor to field verify the shown contract quantity before subrais' sion of the bid.My item that may have reasonable and significant uncertainty may need to be identified during bid and be provided as additional unit cost in event the contract quantity exceeds after bid submission., C-2.2 LIST OF SUBCONTRACTORS :r.ti accordance with,Gove-rhment Code Section .4104; the laidder shall Set,forth the name and business:address Of each Sabcontractor who will perforth.work Or'reider service fa the bidder on, said. contract ut a±t atiotnt excess of ont=half,of one.'percent of-the total bid or $1.02i000, whichever is greater,.and the portion of the workm be done by such subconvactor. — OfRiPWC Nam'e.4nd Address Dollar., arttDollar 56.6f- Zritemf.0" of.CilAdonPaclor s".* Amount Contract IY , orronher • • By submission of this poposat the Bidder tertiOes; That he is:able to and Will perform the balance of all work Which is not covered in the 'above wheontractors Z. That the AGENCY will be furnished copies of all so:hem:0'4dg entered into and bonds farnished by.stibeontractor for thiaprOject. NOD:COLLUSION AtiVIDAVIT TO BE UECUTED BY BIDDER AND SUIIMETTU)WITH BID State of California ss. County of 0 mit-OG."6' I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on $nta Cii.EadttVIZ. , at , aot t-A r-o v-A:t 1 ore , okto tti Date City State Oeikctikp VAr-i4c-Pov i c_ ,being first duly sworn, deposes and says that he or_she is -rR...est bo-r- of 4-0 t%)EV-0 C, ... t l'st-r.. the party maldng the foregoing bid that the bid is not made in the interest o4 or on the behalf of,any undisclosed person, PartnersbiP 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, commtmication,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 mot 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. i NtA e ofBidder i,„ P'o Awa ,,, ry 0 Utz ligature of WAR 70 not-1403i) liZkft09 C.4026 Address of Bidder Subscribed and sworn,to before me this day of ,202 . 'NOTARY PUBLIC NOTARY SEAL C-4 ACKNOWLEDGMENT A rrOtary:public or other officer completing this certificate verifiea only the identity of the individual who'Signed the document to which this certificate is attached,and not the truthfulness,accuracy, or validi*of that document. State ofcalifornia Orange County 1 4 on April 9,, 2025 .before me, Sandra Velarde,a notary public (ineed nerne 4tid;title Of the:after): personally appeared Dragan Marjatibvic who Owed to me on the basis of satisfactory evidence to the pxneSsrvihose name( Ire vottibed to the within instrument and acknowled" to me that tot executed the'same tielhoiltipWauthOhled dApatityiWand that,by /h #tbtr siOnaturej*in the instrument the personWor the entity upon behalf of whi6h the person acted,executed-the instrument certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is trueerid correct. .WITNESSItty .heir, and official • trill".641.411111:411"1161111.1116.41641ARA VELADE • • Canfarnla , 54S, Or4nse 624ity "ciynniitster p8374i /1. 4411 Sighatu j ' (Seal) • my tomm.Expires'4utt 18,:745: • U•TWIT A:OREEKENT HONORABLE MAYOR AND crrY:COUNCIL CITY OF RINIIINGTON BEACH,CALIFORNIA. Gentlemen: The undersigned hereby promises and agrees that in,the performance of the work specified in:tho contract,known as the BMWs:AVE J BRIDGE FEEVENTIVE MAINTENANCE, CC- 1745,(l)(we)(it}Will employ and utilize only(veiled persons,as hereinafter defined;to work in proximity to any electrical secondary or itanstnission fatale& The term °Quailed Person" is defined in Title.8,California Administrative Code,Section ZOO,as(allows: "'Qualified Person; A persog who, bp mason ptexporignce Or irgfructfori, Ofirmiliarwitb operation to b e peemized am:I Me hqzerr4s livolVate The undersigned also promised And agrees that all such'work shall be performed in accordance with all applicable electrical utility company's requirements .Fublic Utility Commission oroota, _ and'solo ofCalibnia Calro$U:A requireMentst The,undersigned further promises and vats 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 _ 'requireinentsconluin. ed herein. LC,tki Contractor Title. D . DISQ'tIALIFIcATION QUESTI.QINNAIR In.:accordance Ocivernment Code Section,1,01.,07,thg:Biddet'shall coinlj1ete'0,under penalty of perjury,the foticroing,q4estionneire. WESTIONNAM Ile.s the Bidder,any officer afthe Bidder or any. employee ofthe Bidder who has a proprietag interest in the Bidder ever been disqualified,removed orotheroiiseprevented from bidding on or coral:fitting a federal', State or local government project because of a Violation:of law-or a safety tOplatiCiti7 CI Yes XWo. If theanSwer is yes,eitplain the Circumstances in,,the-space provided, „ . . „ . . . • Note: This questionnaire.cortstitutesia part of the Proposal, :and.a ihrature portion of the Proposal•shall constitute Signatto ofthis qu.estionnaire. C-6 COMPENSATION INSURANCE CERl':i.li`LCATE Pursuantto:Section Y 86 ofthe State.LaborCade,each contractor t 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 NOD comply with such provisions before commencing the performance of the work of this contract. Contractor talk By Title Date05/2.5*** c:? BIDDER'S INFORMATION )11DPat oerage4 that the following information:is true and correct: 1-CD: 1 ) Name tJi • t:PC:11 ft 0 „ BuShaess Address City* State Zip 45) S-t.0 1304-414 wx„, <007.71 TelephoneNimber Email Address astviAta_ *1'4,4 State contractor's License 14.9,. and Class Cbite. '20'04 OtiOnal,Pate Issued. Iltpitatiort Dad, Thd-Nvork siteinspected:by Ditikeisco emir office ori 4/08 The following are petsotls,fli is,and cdtpitiatiottlaiiitg a prinelpat interestin this proposal: 41)0-464,014 tki. 4-- Peet-, N `' • The%clettiicoed j.1-prepared tot Aatisfy.tl*Connoil offluntingtoilBeach of its ability, financially or otherwise: to perfOrnt the contract:for the proposed work and improvements in accordantewith the plans and specistoatipriaset fort, Vg4t,C4e: *11) .111e 1111110, , k praOrfilA ...1a4i,re iitedq gAN-Gko ,ilk,t.r. .1ma 04 Typed Sign,i :tire NOTARY:CEUKCATE $nbscribed SWQM tribefOre methis aday of 4:P.Z, ,2022r A notary public or other officer completing this certificate verifies only the identity of the individual. who signed the tiocenient, to which this certificate is attached, and not the -- - triltaiAbless,:goiraoy',or validity of-that:doom:tent State of aitkoto tit to) • county of ' '.beforem j 0.44,14 WI/4m* -140144Pbt onth,Day Year . Insert Name and Title of Notary persewily gpeared a/K-#711 ,44 tLino Name(S):00.:igner(s) who proved to:me on the basis of.satisfactory evidence to be the p .' hose name bed to the Within instillment and aokactwiedg...., to me that executed the same in • authorized capaCityfie<and thatby zITY•- :signature(*untheinstrtunent the personiKarthe entity upon'behalf of which the person 4ctetit executed the instrument. I certify Under PENALTY:OE PERJURY under the laws of the State.of California that the foregoing paragraph 1st*.and correct IMORA,VE,LODE WrrNESS my hand and official seal PlottY Mite a iltforni "fle Cc.i'una741 :hiytotrnt:ptIL6 205_, 4//ae, Signature ,,; ' - • " ofXOtory (PLACE NOTARY SEAL ABOVE) C=9 BIDDER'S'PROJECT HISTORY AND PVI3LIC AOENCY.REFERENCES The bidder shall provideinrognaton to denlonstrate hisiher past work experience on profoots.of similar (or greater) 'size and scope of 'the 'BeLSA AVENUE BRIDGE PREVENTIVE MAINTENANCE,cC4745', Bidders may.submit additional sheets,using the format shown,to. further dernonatrate his/her history ofiimilar WQrk ewrience. :LiSteci below are the names, address and telephone.numbers for three public agencies for'Which thebidder perfotmed similar work within the past five yearst 1.. ei T4 or- :5-Mq1r4-- 4J . 2 .006, 6-74X4 1P44- C 414:. Name and Address ofPublic Agency Name and Phone#ofAgency's ProjectManagert /MI nfre.ivacie*-- -11.4-3A-*_87 liti4W*Te- jogaunkm-tirg to go tico, Completed - Project Name Contract Amount Date Detailed:description of bidder's scope aura&to demonstrate similar work:experience Ce.;xi SV-OC7Uee: A%"-Ateit CJt ne-,-4,t-rni IV) biti.S7A): cf .A-on, 44- ,C4- Xame and Kddress of Public Agency Name and Phone# Agemes Project Manager,7.R.4:3 ,e-40s'at.Te.-:1724--147--$74r Demi Comat_. &-7e=4(10 .4.6.e.a.o.oe, AtOgg-40; 002/.16 Projed Name :Contract Amount Dute,Completed Detailed description,of bidder'S scope of Work Oa 49171"ongral.e similar work experience; &Pe' )1:75Pg-6,41 -, 7), pal=9,42 ega,frtif 3. CrP, 1.1, ,:7 )~ 42s: SPAtixt Name an Address of Public Agency Name and Phone#ofAgency oject.Maiiag 7Ati)ligc.i,G-73- 1 10-40-=AZ. .413C-0-r Zvo, q-oh..;1440 mo, Project Name. ,COntractAinount e'Completed :Petalled description of bidder's scope.of work to demonstrate sinilar work werience: f1 :641,091) pyyso AJC . d-to. BIDDEIVS CRITICAL STAFF The bidder shall provide information tO demonstrate that both the Constritetittit PrOjetalatager (office staff): ma:CMIStructioti Superintendent (fteld staff) ptopOSO for BOLSA AVENUE :BRD)GE PREVENTIVE IVIADITENANCE,,,CC-1745 have had similar work:experience on at :least 3 different projects within the paStive years. The,proposed.critical Staff inembers need not have been employed by the bidder at the tittle the referenced projectS were comPleted, I, i4(ic•-;0LA P4Azi4c,tooqi Name of proposed:cons(ruction Project Manager Phone#ofproposed Construction PrOject Manager: %a 7.310 -9, \AA-P-0 ft. 4v, tot6zvvitilas-t< riAsm,cao, cewciwa WV/2.4 Project Name&Contract Amount Type of Work 0.0 Date.Completed likt,+k 6t41,3`14 ... )1 IfEltgelj agt0,abi eoi,Fe Ferx1r., 411-6-7iX4' Project Name&Contract Amount Type of Work (41.4ntr14. Date Completed P:P41•4-.? efof 2.447 2oit yikie-de oakAcesr 074;te PrOjett Name&Contact Amount Type ofWork —Poe 47774")* Date Completed :5•• 2, )9:44-eiko P(440)7011;vie.._ Name of proposed Construction Superintendent Phone it of proposed Construction Project Manager: 9417, 3 - 0;907 itiAtt~:4742;joires, /2/1: 01 Project Name&Contact Amount Type of Work Vr-tc-?-4121;e Date Completed ft.„, /t2oH •Reigtrit' ,A4?„,ff* e.,we pew Srt-4 , Project Name&Contract Amount Type of Woe( Completed ..c-e4tz-, etizoer, P&W; afrA n- &WO Project Name&'Contract Amount Type of Work ,il,e9; rgivat.,1 Date Completed .,0P411.1 MI" P.4 . :c4,1 CONTRACTOR REGISTRATION WITa CALIFORNIA b:CPARTMENT OF INDUSTRIAL RELATIONS(DIR)cEkneicka Pursuantto.SE)854(citing Labor Code Section 1771.1(a))i passed by the California.State Sedate 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 10 state fiscal year) with the California Department of Industrial Relations(Din Currently the annual non-refuniableregistration fee for Contractors is$500. Each contractor to whom a public works contract has been awarded shall. sign the folloWing certificate. DIR FACT.SHEET on SB 854 tutp://viww,.dir.cazoviDLSE/PublieWorksiSB854FactSheet 6:30.14.* UR's Coot actor Registration Link—Call:(844)-522473.4 httpsd/efiling.dir,ca.gov/PWCPjActionServlet?action#dtsnlayPWCRegistratio&orxn DIR's Contractor Registration searehable database; intos://efilhisg.ditta.gov/PWCR/Seareli,..action I aim n aware,and will comply with the provisions of LaborCode Section 1.171;I(a)width states: "A contractor or subcontractor shall hot 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 Violation of this section for an unregistered contractor to submit a bid.'that is authorized by Section 702911 of the Business and Professions Code or by Section 10404 or 201015 of the Public Contract Code, provided the contractor is registered to perform public work - pursuant to Section 1125:5 at thotime the contract isawarded..7 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, 1-4 It) PSC., Contractor -yt-A-61.10) tz,i,XizQ4APC-4, Ethx.1 trftn:' Title Date: PWC:Registration OG-0 b0 C-12 CONTRACTOR.PRE-QUALIFICATION E TION+Q►T Eft] 'NAIRE L. How many fifties hitte lastfre years has rt.:w£it=been.assessedand paid liquidated damages after com letion of a project under a 0 1. 2;3 4 fi+ 0` conStrtidiot contract With either a.public or private owner?' (, jala,00 a separate;sheet 7deiitify,all such poicits yawn owners addics4 date compleot tharOject,411104 ofliViclat401Agt4 assege440gUlt . rmation:necessaey trk.tuny explain the assessment af'liquidated damesa 2,. How;natty times in theles(fiveyears has:.your firm made any claim against a project owner.c©ncerning wank a n apraject or payment for.A 01 2 3 4 5+ ' contract and filed,that claim in court orar bitatioi? (Explain on a separatesheet &Mit the claim(s)'bypraviiding the.projectname,date ofII*clan,z»of the. y*entitles),against whoart .claim was I,;a brief d....r .. dan(orce;,Sae ur which the casewFaamed.and.a:brief loin ofthenature cif dze;, descriptionof t e stattuso ? e c.uu'a ''pettigng' or: resolved,a.hidef description oftite reachiMn14 3. How many tithes in the last five years has CalCSE'cited and t. assessed against tii for any"serious,'i`willfiuI':or , 0.I 3 4.5+ ' P' , penaltiesyour violation(s)or the federal Occupational Safety and Health n cited and assessed penalties,agairistyourbrim for 'Violation(s) safet r' r health regut iona? MU;Bryon haveffied an,appeal of it eft lotr,and the Qeerotpational,Safety an+f ,Health.Appealaaaard.has not yet rule on your appeal,you need.not include iu£armatYon'about it. 4. How.many..ti es:during:the test fh a years;has ycurf n:been:required to. pay Back wages'and/or penalties related to state effecter*prevailing wage it 1 2 3 4 .5+ i taws for work Performett byyourfirm? {:Explain on aseparatesheet:Icleolify3lce:clahigePly'p cTit? ?reicnaxrte;.date cite claims name of the;claimant,a briefdescription elite sue-of the claim,the Courtin winch theme was Oat and a briefdescription of the status,ofthe Clain%reg, "Pete ing°er,,irteenlifed.ti'brlef ip ion oftlieres lution]r) 1 f G t3 Ctairn: Against City ofSanta Ana Project:Deihl Channel Diversion Structure Natura of the Ctaim:The site condition was different from condition presented on the ptari and specification.This is unforeseen,condition for the project The city denied the request for additionaLcostfor payment We agreed toga on mediation and Mediator proposed sotution and the city and we agreed. Thectaimvvas resolved immediate-1.w the city paid Lonerock. OFFICIAL BID SECURITY - DO NOT OPEN Project Name: Bolsa Avenue Bridge Preventive Maintenance Project CC No.: 1745 Bid Opening Date: APRIL 10, 2025 at 10:00 A.M. A'1'1'BNTION: City of Huntington Beach Public Works Office 2000 Main Street Huntington Beach CA 92648 Bidder:• Leonida Builders, Inc 32023 Crown Valley Road Acton CA 93510 DIR No. 1001081351 *AIA Document A310TM - 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) LEONIDA BUILDERS INC Developers Surety and Indemnity Company 32023 CROWN VALLEY ROAD 800 Superior Avenue E.,21 st Floor This document has important legal ACTON,CA 93510 Cleveland,OH 44114 consequences.Consultation with an attorney is encouraged with respect to its completion or modification. OWNER: Any singular reference to (Name, legal status and address) Contractor,Surety,Owner or City of Huntington Beach other party shall be considered 2000 Main Street plural where applicable. Huntington Beach, CA 92648 BOND AMOUNT:Ten Percent of Total Amount Bid (10%of Bid) PROJECT:(Name, location or address, and Project number, if any) Bolsa Avenue Bridge Maintenance-CC-1745 Bolsa Avenue and Sabre Lane 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 arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be 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 he 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 sod. Signed and sealed this 2nd ,day of April 2025014, 4 LEONIDA BUILDERS INC (P 11,al � j & ,rx f trl` • Ono ,ss.rkp/f `18,.//,c, t re/j�AKfr f���/ ( ve) Developers Surety and Indemnity Company are ) ,' '(Seal) ".' (Witness)L. Gomez, otary Public ('Title) Rebecca Haas-Bates, Attorney-in-Fact CAUTION:You should sign an original AIA Contract Document,on which this text appears in RED.An original assures that changes will not be obscured. • AIA Document A310",—2010.Copyright©1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING: this AIA° Init. Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Me Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible unifier the law. Purchasers are permitted to reproduce ten(10)copies of this document when completed. ro report copyright violations of AIA Contract Documents, il' The American Institute of Architects'legal counsel,copyrigh raw.org nett#° CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange } On 04/02/2025 _before me, L.Gomez,Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas-Bates Name(.of Signer* who proved to me on the basis of satisfactory evidence to be the persons whose name(y is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in Ms/her/their authorized capacity i ^ ,and that by his/her/their signature .on the instrument the person(9},. or the entity upon behalf of which the person*acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. L.GOMEZ WITNESS my hand and official seal. s Y�J Notary Public•California _ Orange '9*/466-721-,17, ` CommissionCounty o n 2413682 E y Comm.Expires Aug 23,2026 Signature Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _ Bid Bond Document Date: 04/02/2025 Number of Pages: One(1) Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates Signer's Name: ❑Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑Partner — 0 Limited ❑General ❑Partner — 0 Limited 0 General ❑Individual l Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee El Guardian or Conservator ❑Trustee 0 Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: Developers Surety and Indemnity Company ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 POWER OF ATTORNEY FOR CORP:POINTE INSURANCE COMPANY DEVELOPERS SURETY AND INDEMNITY COMPANY 59 Maiden Lane,43rd Floor.New York,NY 10038 (212)220-7120 KNOW ALL BY THESE PRESENTS Mill,except as expressly limited herein,COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY,do Itere.by-make,constitute and appoint: William Svrkln.Richard Adler,and Rebecca Haas-Bates .of_I tine.CA as its true and lawful Attorney-in-Fact,to stoke.execute,deliver•arul iteknbwlcilge,for and on behalf of,iitl companies,as-surclles;loads,undcitakinfs and contracts at suretyship giving and,giauling unto said.Auomey-iu-Facr till power and authority to do and to•perfomm evLIV act necessary,.remltrtsite-ar proper.to be done iii connection thireWiili as.01 of said company could do.but reserving to each of said company lull power of substitution and reoocation,and all of the aets'nf:told Attorney-in-Fact,pursuant to these presents,are hereby ratified and confirmed. This Power of Attorney is elective April 2,2025 and shall expire on December 31,2025, This Power of Attorney is granted and is signed under and by authority of the tbllowing.resolutiona udupted by the Board of Directors ol'CORIiPOIN'I'E INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY(collectively,"Company)on February 10,2023. RI>SO)VIED,that Sets 7dzn:i?resitknl.SliretU tdcnhrilina,;)antes Pill Vi49 President.Surety Underwriting,and C iaiit Dawsrin.'Exuulive Undercvrilec Surety,each an entployee.ol,Ant I'rustNarth America,Inc.:.an aOu t IlL!at'the Company(the"Authorized Signori").arc-hereby utdhurir..d to exee tile a Power of Attorney,qualifying attorneys)-in-fact named in the Power of Attorney to execute,on behalf of the Company, bonds.undertakings and contracts of suretyship,or other suretyship obligations;said that the Secretary or any Assistant Secretary of the Company he,and each of them hereby is,authorized to attest the execution of any such Power of Attorney: RESOLVED,that the sign+inue Grimy nnc at'{Le Autttut loth Signor a and the Secretary or any Assistant Secretary ofthe Company,and the seal ot'the Company sutra beaffixed to-any Such Power.or Attorney,and•any such signature or seal may be aftired by facsimile,and such Power of Attorney shall be valid anti binding'upon the Company wlten so a4iked and in the allure with Iespect to any bond,undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF,COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY have caused these presents to be signed by the Authorized Signor and attested by their Secretary or Assistant Secretary this - March'27,2023 .2 Ic %%%%itttttrrt.iia +ttrtuo,,,, Printed Kati t, 'Sari%ruin' �• -��/69 T�: Ci • 0,:,.,,-. V..762 OD J� T ;0 7 •Co; ``�� : Title: President.SwclvUnderwriting _ - L13: SE13L�,, = ;� 19J6 'J%*-4'.AWPco--•T` ' 0•• 14/FOh • aT ACKNOWLEDGEMENT: •4.s ,.•• :0�7)0••••••• .• a!e.rtoit'o}Uv,,4,. ,'j.r Irtitttie..i,` TS 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 Calitbrnih COUNTY OF Orailae On this 27 day of • March. 2023 , before me, Maass-Quven Phu Pham , personally appeared Sam 7,aia who proved to me on the basis of'satisliretory evidence to he the person whose name is subscribed to within the instrument and acknowledged to ale that they executed the sante in their authorized capacity,and that by the signature on the instrument the entities upon behalf which the person acted.executed this instrument. I certify,under penalty of perjury,under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. H0ANG-Qt1YEN P.'PHAM - 1 Notary Public-California II'Signature �1\ 7AC. � J 'rL Lr��C tit - ,( 4:".; s'• Orange County :z r. w lt>.z"..--- ---- i'` �,' Commission#2432970 �. 4 •_" 'My Comm.Expires Dee 31;202i D CORPORATE CERTIFICATION !!! _It The undersigned.the.Secretary or Assistant Secretary of COREPOINTE INSURANCE COMPANY and DEVELOPERS'SURETY AND INDEMNITY COMPANY.does hereby-certify that the provisions of the resolutions of the respective Boards of Dircetnts of said corporations set forth in this Power ot'Attorney are in force:Is 01.111C disc orthi Ccnil icaiiim. This Certification is executed in the City of Cleveland,Ohio,this March 19,2023_ OacuSlgned by:fj�w�(,' By:- � r.t" 13arry W.Moses,Assistant Secretary POA No. N/A ceca r semoesaac._ DocuSignEnvelopelD:3352BFD6-5E9D-4796-837E-C1 E455E6530F Ed.0323 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE §1189 ., ; ,: .: • , .. :!c,A,..+4.4.104,4,74104?:;:Vd*Ri9340105001004AXI A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California 7 " " 1County of 1.15 #.4e-c J} /'` On " / before me, X9(fit %iii � ©/`�7LR/111 is6,4 s-,�-/P,�the Date , ( Here I!t81'uleel'4ert Name d Title of the Officer —l� personally appeared 1' ' 1 �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 y KELLY YANIRA ORELLANA laws of the State of California that the foregoing u=G Notary Public Ca:ifornla paragraph is true and correct. ' Los Angeles County g Commission;2453896 ►,.' WITNESS my hand and official seal. �� My Comm.Expires Jul 18,2027 Signature — Place Notary Seal and/or Stomp Above o ary Public • OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document o Title or Type of Document: Pia/ A_O Document Date: (*n').. 'v.? Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) CC • ed by S�wer(s)/_ Si ner's Name:'pi ?i1Q .O,d^ Signer's Name: Corporate Off cer itle(s): ❑ Corporate Officer—Title(s): ❑ Partner— 0 Limited 0 General 0 Partner— ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact 0 Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator 0 Trustee 0 Guardian or Conservator 0 Other: ❑ Other: Signer is Representing: Signer is Representing. ..,, 1.a,;,0.0,w;it i -1;,1.w,.:.,d...,., ,i,• ...,,%;..a.,5 , fit' .. . .... , -. .. Fq. r^ir',•:,*0 t'*,.. .`344+4"'fi°k`741010-1<•G+ ©2019 National Notary Association _ Jr CITY OF HUNTINGTON BEACH Lisa Lane Barnes I City Clerk July 7, 2025 - Lonerock, Inc. P.O. Box 54503 Irvine, CA 92619-4503 RE: Bolsa Avenue Bridge Maintenance (CC-1745) Enclosed please find your original bid bond for CC No. 1745. Sincerely, Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov SECION C PROPOSAL for the construction of BOLSA AVENUE BRIDGE PREVENTIVE MAINTENANCE (OVER WESTMINSTER CHANNEL) CC No. 1745 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material,equipment and incident insurance necessary therefor,in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 60 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications,Instructions to Bidders and all other contract documents.If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work,that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. • C=1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER's default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY's option, be considered null and void. Accompanying this proposal of bid, find Bidder's Bond in the amount of$ _ 10 % `,which said amount is not less than 10%of the Total Amount Bid, as required by the Notice Inviting Electronic Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or"Bidder's Bond for_%", as the case may be). Any standard Surety Bid Bond form is acceptable. BIDDER shall signify receipt of all Addenda here, if any=,: Addendum No...:::....:.........Date Received.,..: ::......'::.;..:;::.:::: :: :::>:.:.::::::...:... ,r�;; ;Signature . ............................. M arch 26, 2025 • 'i � c4cgi ce itR„,gt; y. Y 1 r.' C-2 • BOLSA AVENUE BRIDGE PREVENTIVE MAINTENANCE . • (OVER WESTMINSTER CHANNEL) CC No. 1745 .............::: - B'id` . contract. ` Ufnit" "Unit ded: `"� .Eaten Itetti ;Description Quantity Price Amount - , 1., ;: MOBILIZATION. .. 1.. _. .:,;$50,000.00 $50,000:00....., $13 000.00 ; $13,000.00 -2__;::.,PREPARE STO:RMWATERPQLLUTION:PR.EVENTION.PLAN:.:.....:...:.:.:...:.....:...:............ .. 1..'::.:::,LS;::::.._ .............:_'.......... 1r ...............:::. 3...._.._:.._WATER.P.OLLUTLON CONTROL ,::..,. ......:.:...::...._ ._._::>.._..;....... 1 ,.: :_LS,::....$6..00.0.00..:..:..::$6.,0.00..00....... . 4...,, :.FURNISH AND.MAINTAINPROJECT TRAFFIC.CONTROL ; ..; 1.:: .:LS..._ $25,000,00 $25,000.00 • .< SAW CUT AND REMOVE EXISTING SIDEWALK/DRIVEWAY 5 3 (ABOVE DECK) . ... 645, '', SF_....41.5.00... ..... $9.675.00.._..... 6 RESTORE SIDEWALK/DRIVEWAY(ABOVE DECK)" " ;. 645 ' S.F. i$2500 $16,12500.,.,.,.",' REMOVE AND DISPOSE UNSOUND CONCRETE AND PATCH 7 ,' RCB WALLS,DECK,AND PARAPET • 1 CY ( 1 4' " ' no . $16 " nn... 8 EPDXY INJECTION FOR CRACKS 337 LF $$22.00 $7,414.00 9 WATERPROOF RCB WALLS(TIDAL ZONE 3f FEET) ` 2430 SF ,..__ $16.00 ! $38,880.00 10 1 CLEAN AND PAINT BRIDGE(IDENTIFIED,LOCATIONS ONLY) _ 612 SF $18 00 $11,016.00 • • 11 REMOVE AND DISPOSE_EXISTING BARRIER„AND_FENCE . .' 40°. LF $28.00 $1,120.00 . , INSTALL NEW CONCRETE BARRIER(CALTRANS TYPE 836 12 (MOD))(INCLUDES DRILL:AND GROUT DOWEL) 1 40 LF $2,500.00 ` $100,000.00 INSTALL NEW FENCE CCALTRANS 811=7 MOD WITH VINYL . :.....13 J,,::::CLAD.CHAI:N...LINK..FABRI:C::MESH):.:..: - . ._;..,. 40".... LF._,. $1,500.00 . ..$.60,000,00. .. . --"' REMOVE'AND REPLACE IOINT SEAL AT SIDEWALK AND • % f ` 14.....:. BARRIIERS......._........... :........................... .....:..................... ".. ...............36_: . .....LF............$1.8.00..... .$648.00............... • ,15, INSTALL JOINT SEAL(FROM BOTTOM.OF DECK),, ,,._ 84,.. LF ...f$25.00 .,., $2,1.00..00., ... ., _ ` :$1,500.00 $3,000.00 16._........REMOVE AND.,REPLACE STEEL PIPE SUPPORT.BRACKETS....:..:.............:.... 2. ...EA ...: ......_..:,..:.:....::::......_. .:...... REMOVE AND REPLACE 2 AIR VACUUM RELEASE VALVE ;$8,000.00 $8,000.00 17 ; (SPEC.02085.3)PER H.B.STD 611 1 CONSTRUCT 2 DIA.TYPE 1 PVC CONDUIT W/SWEEPS,PULL ; . • ROPE,&CAPPED STUBS FOR FUTURE USE,(2EA)EXPANSION • , FITTINGS PER CALTRANS STD ES-9B,(2EA)TYPE 6 PULL $15,000.00 $15,000.00 s..:....18._ ...BOXES.... .. 19 I EMERGENCYIVACP.ATION... .:.:::_::::::::::.:................ ...:::::::::::.:..::......... ....__..,::.. .:...'.....:........... ..:.3...".:.:.:::EA:.. .-$ .,. 00.00 $6,000.00....... FURNISH&INSTALL PROJECT INFORMATION SIGN(FULL -" F 20 PROJECT,DURATION}......................................:............ . •,,,..2... EA"..... $2,5Q0....00 .. $5,000..00.... TOTAL.AMOUNT BID IN FIGURES,$.. $393,978.00 C-2.1 Note: Contractor to field verify the shown contract quantity before submission of the bid. Any item that May have reasonable and significant uncertainty may need to be identified during bid and be provided as additional unit cost in event the contract quantity eiceeds after bid submission. . C-2.2 • LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address State DIR PWC Dollar %of Item(s) of Subcontractor License Class Registration Number Number Amount Contract ; None 3 , By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 • NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Acton I declare under penalty of perjury under the laws of the State of CalifortviA:that the foregoing is true and correct and that this declaration is executed on April 09,2025 , at Acton........ .... CA Date City State Panagiotis Leonida being first duly sworn, deposes and says that he or she is Pretident<Secretarit&'Treasurer:. of... .. Leonida Builders, ".. ,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. Panagiotis Leonida Name of Bidder ; :.: a !.S:>,pi b,•• gf of Bidder ,<.. err '• y % Fd ` ' `�' '. "°=1 ,32023Crown Valley Road,.Acton CA 93510, Address of Bidder Subscribed and sworn to before me this.: dray of...... / 202 'r.>" NOTARY PUBLIC e a i t-e NOTARY SEAL C-4 , . CALIFORNIA JURAT GOVERNMENT CODE§8202 ''1*51.414,:etle*Iikkiki';'ig," ,'",'10:i.:§A.k*gox.,viIi*i.40.4',OSP'.-Sle4s1)./04.*** gAblni40.PeMf,*if#0*;,"0.."744 .5,tt410: - . A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document . . , State of California .. County of . Z:..,• • niette-644 .i . , . Subscribed and sworn to(or affirmed)before me on .• '' this., :„..., ,:day of.. ', , • - .„ :-Month Year 7/141-744r 0), ,. 4 $ ;'(-'''' ::= Notary Public•California .. i 7v4:ril Los Angeles County :x•3''‘,:dr..44 : Commission 0 2453896 . ' •:,•bc_4.0!',AtiComm.Expires d(2) Jul 18,2927 Name(s)of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s)who appeared before me. •, -:. : „ . ... ., , Signature .: Place Notary Seal and/or Stamp Above ure:o;, ottry Public . . •,,OPTIONAL ... . ,t. Completing this information con deter alteration of the document or fraudulent reattachment of this form to an unintended document. - , Description of Attached Document , re'ill• Title or Type of Document /74112 Mil= • : 441-.•.1 :40,/s.itZt• '' . : _ .• .„ . . : i Document Date:, ...: :::::: . :Number of Pages: • — , Signer(s)Other Than Named Above:. - - . .• '''Paiseqm;:400003:*110,•cf^X4WW, I,VOI*°'4*4-1.'ifit,,r --•t?:.•V.4KT*11.01 .giVoi..".t4 : „•, . .. :4.6-0 ©2019 National Notary Association .. . . , UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen;: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the BOLSA AVENUE BRIDGE PREVENTIVE MAINTENANCE, CC- 1745, (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. Leonida Builders, Inc. Contractor Panagiotis Leonida By President, Secretary &Treasurer Title .e!ll9 fid.53§t'f�ya3p�g� '... Date: 04/09/2025 , 1,p yyy �j��• ..... •,3.<,M1 �a4x C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes El No If the answer is yes,explain the circumstances in the space provided. None Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. COMPENSATION INSURANCE CERTIFICATE Pursuant to Section l 861 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. Leonida Builders,, Inc. _ Contractor Panagiotis Leonida By President, Secretary_&Treasurer Title Date:. 4/09/2025 Ca''� aka acPp. . •'b.• BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Leonida Builders, Inc. Bidder Name 32023 Crown Valley Road Business Address Acton :........:...:::.. CA . ....:.:. 93510 .._...... ..:: .,, City, State Zip • ( 909 ) 275-3354 panikos@leonidabuilders.com Telephone Number Email Address 896772-A, B&C-8 State Contractor's License No. and Class 05/1.8/2007 Original Date Issued 05/31/2025„ , Expiration Date The work site was inspected by.,..,Panagiotis Leonida...._:.:,of our office o April 2nd 20 , The following are persons, firms,and corporations having a principal interest in this proposal: Leonida Builders, Inc. _. Panagiotis Leonida-President, Secretary&Treasurer The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. .�, ��,. ,� , eon Builders, ... ..... . �,. ..........._............... . .. _..... ..._ .,.. '; tab' } � f Bidder o�y z1 S�" ,o 4a' a.: b�. Panagiotis Leonida Printed or Typed Signature C-s NOTARY CERTIFICATE Subscribed and sworn to before me this 9th day of April , 2025 ,,., A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of. ::_California: ..... ......:..........::..:.. County of.,.......Los Angeles....,,......,... " On April 9th, 2025 before me, Kelly Yanira Orellana Notary Public Month, Day,and Year insert Name and Title of Notary personally appeared.,. .. Panagiotis Leonida 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 signatures)on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal, Signature.:...:..: 5f-G - :.:.:... < .. .:,...`' .. . ...:-�-. ... _ .. ._. ....... .... .. Signature ofNotary Public (PLACE NOTARY SEAL ABOVE) C-9 CALIFORNIA JURAT GOVERNMENT CODE§8202 ..cc Ott. ,may;,... ..^ �„,s.� �y.�^.,u.[pry� �,p�n � �� �,q; .ac] �i�„ .a �s,�' ¢P, .,4ta -2';dVF•'.W�••..•'• ta,Y�O"�'a:>+d<.„KR•��,�:P'.'^..�d.�a,'�x'ac'F,�•",Y�^Y,,.oY'Y`Yr�rS"u b� �.r„"f�,y�:y.9n^ACy�'pn�1«it�� '.. �i2tsht4 "*G:'t„�,�it�t4'YPMI,���SC • riT'! ` 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. .s State of California County of Subscribed and sworn to(or affirmed)before me on. this ...': da of,. , Date Month 'Year K£tt :YAMPAA.t Rg11,40A ?Itl FYtl6iicfffGrAfa`. (1);• dYir• .............. a d2) Name(s)of Signer(s) • proved to me on the basis of satisfactory evidence to be the person(s)who appeared before me. Signature Place Notary Seal and/or Stamp Above tic` .....:OPTIONAL•. . Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document,:. ,. ... Document Date;':... _. -...... _.........._._.... ._ :. _.... .... ..... .. Number of Pages:, • • Signer(s)Other Than Named Above::. .....:. • "%N4tVgat-�.:t`; h' tZWZ0i 02019 National Notary Association BIDDER'S PROJECT HISTORY AND PUBLIC AGENCY REFERENCES The bidder shall provide information to demonstrate his/her past work experience on projects of similar (or greater) size and scope of the BOLSA AVENUE BRIDGE PREVENTIVE MAINTENANCE, CC-1745. Bidders may submit additional sheets, using the format shown,to further demonstrate his/her history of similar work experience. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. City of Temecula-41000 Main Main Street Temecula.CA92590 Name and Address of Public Agency Name and Phone# of Agency's Project Manager:< Mohammad Khalaileh 949-378-4276 Santa Gertrudis Pedestrian I Bicycle Trail Extension and Interconnect Project No. PW 08-04 $4,902,682.96 September 2023 Project Name Contract Amount Date Completed Detailed description of bidder's scope of work to demonstrate similar work experience: ,Shoring,Spailing,..constrict 2 mile concrete bicycle/pedestrian pathway with lateral retraining walls along waterway Band underneath 4 existing bridges,and connect existing sidewalks and walls to new construction. 2. San Bernardino International Airport-1601 E. 3rd St Suite 100,,San Bernardino CA 92408 Name and Address of Public Agency Name and Phone# of Agency's Project Manager: 909-659-4056 Jeff Burrow Luxaire Stair Project $49,800400 March 2024 Project Name Contract Amount Date Completed Detaij .description of bidders scope of work'to;demonstrate similar=wgrk;e rience: Water i'Cflng fountain,spalling,stair repairs,constructs:1 'ramp,replaced Coni#04i ii•gp_. 'concrete, snatched existing concrete with new concrete,joint seals and replaced handrails. .... .... ... ..................._....... ... ................. .. 3. City of Laguna Woods 24264 El Toro Rd. Laguna Woods CA 92637 Name and Address of Public Agency Name and Phone#of Agency's Project Manager:„April Baumgarten-949-639-0568 El Toro Road and Moulton Parkway water Quality Treatment Project-Phase 1 $311,547.00 , June 2024 Project Name Contract Amount Date Completed Detailed description of bidder's scope of work to demonstrate similar work experience: Work included but was not limited to,constructing a vegitated swale with <.: .-•r.rj'M l ''" ""'Mt C1'i'tiR`I 4r C'tkt ik�f`iF(t�, rf�S�9ili['f SYt:PEf riC.. C-10 BIDDER'S PROJECT HISTORY AND PUBLIC AGENCY REFERENCES The bidder shall provide information to demonstrate his/her past work experience on projects of similar (or greater) size and scope of the BOLSA AVENUE BRIDGE PREVENTIVE MAINTENANCE,CC-1745. Bidders may submit additional sheets, using,the format shown,to further demonstrate his/her history of similar work experience. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1.City of Fontana-8353 Siera Ave Fontana CA 92335 CIO Murrow Development Consultant 16800 Aston Suite.200 Irvine CA 92606 Name and Address of Public Agency Name and Phone#of Agency's Project Manager: Christian Plasso 949 783 3434 Tract 20229 Pedestrian Bridge Improvement $530,065.00 Current(May 2025) Project Name Contract Amount Date Completed Detailed description of bidder's scope of work to demonstrate similar work experience; Excavate and install piles and construct new bridge 'with concrete deck."Subcontractor for Tri Pointe: : omes Holdings, Inc:.....- -.. 2. San Bernardino International Airport Authority-1601 E.3rd St.;,Suite 100,San Bernardino,CA 92408 Name and Address of Public Agency Jeff Barrow 909-659-4056 Name and Phone#of Agency's Project Manager:3.::........::. .....: ,_Blast Fence.Ramp Rehabilitation,- Rebid „„_,.._$585,286.37 August 2017. .... Project Name Contract Amount Date Completed Y Detailed description of bidder's a of work to clOto:drigrate similar work experience: Remove and replace 300'x 80'x 2'stunt: concrete on airport:runuyey,anstalled epoxy rebar andi-:c:'taiiected to existing,spelling,repair of approximately 70,000 SF of runway,..and.remove..and install:appr.,oximately....3,.000.LF of joint seal, 3 City of Carlsbad- 1635 Faraday Ave., Carlsbad, CA 92008 Name and Address of Public Agency Name and Phone#of Agency's Project Manager: Steve Didier, (760)602-2780....:..---,,.,... Bridge Preventive Maintenance Program (2017), • Bid No...PINS.18.-46TRAN... ,:::: :,:;.::..$429,38.0.00 Project Name ............... Contract Amount Date Completed Detailed description of bidder's scope of work to demonstrate similar work experience: Rpixiriviii{ stnc}j+tilariiiq=.".a itlwii i iu J rnp j`+ep r s ilfi sipri darn nis `di'4e4'raiflnq ndf'r ae with chairi-link•railing,'polyurethane crack treatment;joint-seal,furnish tiridgedecktreatment(methacrylate ,'air emissions monitoring plan,traffic control,etc,A dispute arose between Contractor and City regarding elevations and curb height,dispute was eventually settled,without litigation; C-10 • BIDDER'S CRITICAL STAFF The bidder shall provide information to demonstrate that both the Construction Project Manager (office staff) and Construction Superintendent (field staff) proposed for BOLSA AVENUE BRIDGE PREVENTIVE MAINTENANCE, CC-1745 have had similar work experience on at least 3 different projects within the past five years. The proposed critical staff members need not have been employed by the bidder at the time the referenced projects were completed. 1. Panagiotis Leonida Name of proposed Construction Project Manager Phone#of proposed Construction Project Manager: 951-532-7717 City of Temecula- Santa Gertrudis Pedestrian Bicycle Trail Extension and Interconnect $4,902,682.96 Septe4mber 2023 Project Name& Contract Amount Type of Work Date Completed El Toro Road and Moulton Parkway water Quality June 2024 Treatment Project- Phase 1 $311,547.00 Project Name& Contract Amount Type of Work Date Completed City of Fontana- Current May 2025 Tract 20229 Pedestrian Bridge Improvement $530,065.00 Project Name & Contract Amount Type of Work Date Completed 2. Name of proposed Construction Superintendent Phone#of proposed Construction Project Manager: Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed C-11 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS(DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1 771.1(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. ht r t" e: .gt v DT.S P'tt1 I' s i1 S 4:F tsShe-fi 30Y'1% «tadF DTR's Contractor Registration Link—Call (844)522-6734 littagieUlit dit :g w/PWCR/ActionServ[ '? i ==I'i5p1dyPW+la''R 'eat4thi6rtkirtir DTR's Contractor Registration searchable database,' titti /"(efilitiOlr:c z WC�e<a ei i 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. Leonida Builders, Inc. Contractor ll ' 'e • ;A panikos@leonidabuilders.com �,. Emai xr President, Secretary8,Treasurer...:_ Title Date:W04/09/2025 PWC Registration#: 1001081351 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE How many times in the last five years has your firm.been assessed and paid liquidated damages after completion of a project under a 1 2 3 4 5+ construction contract with either a public or private owner? (Explain on a separate sheet Identify all such projects by owner,owner's address,date of completion of the project,amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages.) • • 2; How many times in the last five years has your firm made any claim against a project owner concerning work on a project or payment for a 1 2 3 4 5+ contract and filed that claim in court or arbitration? (Explain on a separate sheet Identify the claim(s)by providing the project name,date of the claim,name of the entity(or entities)against whom the claim was filed,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g."pending"or if resolved,a brief description of the resolutionl.l • • 3: How many times in the last five years has CalOSHA cited and assessed penalties against your firm for any"serious,""willful" or CO 2 3 4 5+ • violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s)of safety or health regulations? NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it. 4.: How many times during the last five years,has your firm been required to pay back wages and/or penalties related to,sta eori!deral-prevailing wage 1 2 3 4 5+ laws for work performed by your firm? (Explain on a separate sheet identify the claim(s)by providing the project name,date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g. "pending"or,if resolved,a brief description of the resolution].) C-13 BID BOND BBSU KNOW ALL BY THESE PRESENTS,That we, LONEROCK, INC. of P.O. BOX 54503, IRVINE, CA 92619-4503 (hereinafter called the Principal), as Principal,and The Ohio Casualty Insurance Company (hereinafter called the Surety),as Surety are held and firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called the Obligee)in the penal sum of 10%of Bid Amount Dollars( 10% of Bid Amount ) for the payment of which the Principal and the Surety bind themselves,their heirs, executors, administrators, successors and assigns, jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH,That WHEREAS,the Principal has submitted or is about to submit a proposal to the Obligee on a contract for BOLSA AVENUE BRIDGE PREVENTIVE MAINTENANCE/PROJECT CC NO. 1745 NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract,then this obligation shall be void;otherwise to remain in full force and effect. Signed and sealed this 9TH day of APRIL , 2025 . LONEROCK, INC. , • ', I , , ; !(Seal): Principal Witness 11 ., C P ... • I , . D' 'GAN M' A 'DVIC, PRESIDENT.. .. Title The Ohio Casualty Insurance Company Witness By DEAN E. BROWN Attorney-in-Fact Pv�i INSUQ :o�oRATE`9 fnn SEAL5. O OHIO aa3 Id S-0053/0C 10/99 XDP si t 4�• Liberty POWER OF ATTORNEY , l ML1tU.al® Liberty Mutual Insurance Company Certificate No: 8213490-975710 SURETY The Ohio Casualty Insurance Company West American Insurance Company KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Brad M.Hamilton;Daniel R.Brown;Dean E.Brown all of the city of San Clemente state of CA each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 27th day of March , 2025 . - Liberty Mutual Insurance Company v tNsop'�q�� .. ( PNs°'Q�� a tNsu1/Q��'l,� The Ohio Casualty Insurance Company ?o0Po/4 "YC1 ys'i" sPoryr Z. `d -00044, -(� West American Insurance Company A'3 ob to f b c+ a I to ui ,- i. 0 cZ1919� o a 1991 0 yl= N . rd��sACHes D 0 HAMPs��O L Y� �kouN� .aa3 g : '� U C 6j7 * > H1 * 1` 0M * >� Y 7m a Nathan J.Zangerle,Assistant Secretary Cr `to State of PENNSYLVANIA ss • a 2 or County of MONTGOMERY g EE' w m On this 27th day of March , 2025 before me personally appeared Nathan J.Zangerle,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance at o m Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes d a? therein contained by signing on behalf of the corporations by himself as a duly authorized officer. m rrt IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. o s o N ( OF ") yoNW,lc� Commonwealth of Pennsylvania-Notary Seal p ai My commission expires March 28,2029 By: d a a) vPa- Commission number 1126044 eresa Pastella,NotaryPublic Member,Pennsylvania Association of Notaries Q is NARY 9 15 0 c0 =w This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 op o E- Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: a a? ARTICLE IV-OFFICERS:Section 12.Power of Attorney. `o 0 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the r- .• cPresident may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety g C° E• n any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall la c 3 have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o a) Z ci instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the co .provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. li c- ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. 'Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Nathan J.Zangerle,Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of`Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Uewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is•a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 9th day of April , 2025 . , P�,tNSU� P,�Y 1Ns& d 1NsfJR4 tiJ coaPogyr 40 c c c`Poq,rr OPGoµroZ 4, • 3 �oee Q3 Foa Cr r bra • 1912 o c 1919 , t 1991 0 c,�n+Qr' � : p a g . d• ''kagoHos%• a yo-t-p psi'aa� 'ed.. 'NorANl- ,aa Y Renee C.Llewellyn,Assistant �ei7 * b�d 0y1 A* *a °M * b* Secretary LMS-12873 LMIC OCIC WAIC Multi Co 0224 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On April 9, 2025 before me, Sandra Velarde, a notary public (insert name and title of the officer) personally appeared Dean E. Brown ��� who proved to me on the basis of satisfactory evidence to be the p son a whose name a are- subscribed to the within instrument and acknowled d to me that to s ft rexecuted the same in /Ferathjeir-authorized capacity i , and that by i ftl)air-signature( on the instrument the - - person;or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. t�°,'� SANDRA VELARDE w" Notary Public•California > Orange ran a County f- Commission#238 74 1 ✓ -y-om-,-Exp-ires-ov-18-2 0- 25 Signature dApa (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On April 9, 2025 before me, Sandra Velarde, a notary public (insert name and title of the officer) personally appeared Dragan Marjanovic who proved to me on the basis of satisfactory evidence to be the pe son�s'jwhose name( ) s scribed to the within instrument and acknowled d to me that,0e e/tom executed the same in t,i ar/thhirauthorized capacity iesrand that by i sr-ftbeir signature)-on the instrument the person or the entity upon behalf of which the person cted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing _ paragraph is true and correct. WITNESS my ha and official se ,w° .,, SANDRA VELARDE . �. , �� Notary Public-California • _ W Orange County Commission M 2383741 Signatur P471C1 (Seal) mo•" My Comm.Expires Nov 18,2025 _ LONEROCK, ..INC P.O.BOX 545Q3 • G F�t CG 0 D -oo oT Q`P E IRVINE,CA 92619-4503= P)O L S A- AsVi-ku e vGe 145 �G �o © fie-4-) DI.Tc a ©tk 71 cp zc O. C t T7 0-F -ti-f u dS T l N GT-0 N p3 E-h G-}-F —'N66 Ci 1 CLeaz- -de) o-c./d 2 coo A', a 2s u