Loading...
HomeMy WebLinkAboutFull Swing Construction, Inc. - 2025-06-17 RECEIVED BY: CITY CLERK RECEIPT COPY -ewn ' `J I 1\ Return DUPLICATE to MCC`C�-a h City Clerk's Office (Name) after signing/dating (o / IG / 2 (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: WM/ SUBJECT: Bond Acceptance I have received the bonds for ,4' -i f jniC tii,J, lILL (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. l 0/-/D K,F 3 Payment Bond (Labor and Materials) Bond No. /D /t /U(f(pg'3 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 Ill-9-/05 (Council Approval bate) CC No. If Agenda Item No. ( .3f)?J MSC No. City Clerk Vault No. /Jt (1. SO Other No. SIRE System ID No. 6.c./ g/fo rms/bond transmittal to treasurer S1iNGT 2000 Main Street, ". ••°? \ Huntington Beach,CA 92648 -:_ City of Huntington Beach APPROVED 6-0-1 -Ncotilm (GRUEL-ABSENT) File#: 25-398 MEETING DATE: 6/17/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and CityCouncil Members y 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 Full Swing Construction Inc. in the amount of$1,099,477 for the Police Department Women's Locker Room Improvement Project, CC-1708; Reject bids 1-7; and - V Authorize 20% in contingency funds Statement of Issue: On April 7, 2025, the City of Huntington Beach publicly opened bids for the Police Department _ . Women's Locker Room Improvement Project. Shortly thereafter, on April 11, 2025, a formal bid _. protest was submitted to the Public Works Department. Following a thorough investigation, it was determined that the bids in question did not meet the required contract specifications. In light of these findings, Council action is requested to award the construction contract to Full Swing City q Construction Inc., identified as the lowest responsive and responsible bidder. Financial Impact: The estimated project cost is $1,319,372, which includes the construction contract with Full Swing Construction Inc., and a 20% construction contingency. The project budget$1,319,372 consists of Infrastructure Funds from Account No. 31440010. Recommended Action: A) Accept the lowest and responsible bid submitted by Full Swing Construction Inc. in the amount of $1,099,477; and B) Reject bids 1-7, as a result of formal bid protest; and C) Authorize the Director of Public Works to Approve change orders up to 20% contingency in potential construction change orders; and D) Authorize the Mayor and City Clerk to execute a construction contract with Full Swing Construction Inc. in a form approved by the City Attorney. City of Huntington Beach Page 1 of 3 Printed on 6/11/2025 powered by LegistarT" 83 File #: 25-398 MEETING DATE: 6/17/2025 Alternative Action(s): Reject all bids and provide staff with direction. Analysis: This project will enhance and expand the women's locker room at the Police Department to better support current and future needs. Improvements include the removal and replacement of outdated restrooms, showers, and lockers. Upgrades to HVAC, plumbing, and electrical systems will also be completed. In addition, the locker room will be expanded to improve ADA accessibility and accommodate increased staffing levels. Bids were opened on April 7, 2025, with the following results: Bidder's Name Submitted and Verified Bid FixaCal $152,370 ACC & Engineering LLC $841,758 a2z Construct Inc. $947,000 " First Trade $998,900 Loengreen, Inc. $1,071,484 Ambit Construction and Design, Inc. $1,071,569 RDEPENDABLE CONST. INC. $1,074,000 Full Swing Construction Inc. $1,099,477 Empire Design & Build $1,100,000 JR Universal Construction, Inc. $1,109,944 Elegant Construction Inc. $1,153,000 Fasone Construction $1,198,229.05 Fidelity Builders $1,227,700 Newman Midland Corp $1,350,831 PUB Construction, Inc. $1,484,106 Sea West Enterprises, Inc. $1,592,311 MLC Constructors $1,704,755 US Builders and Consultants Inc. $1,897,895 On April 11, 2025, a formal bid protest against open bids 1-7 was submitted to city staff. Upon thorough review of the protest, it was determined that bidders 1-7 did not meet contract requirements. The primary reasons for disqualification of bidders 1-7 include: • Failure of contractor or listed subcontractors to maintain active Department of Industrial Relations (DIR) status at time of submission pursuant to Labor Code Section 1771.1(a). City of Huntington Beach Page 2 of 3 Printed on 6/11/2025 powered by Legistar'*' 84 File#: 25-398 MEETING DATE: 6/17/2025 And/Or • Failure to possess the appropriate contractor's license at the time of bid submission pursuant to Public Contract Code Section 3300. Bidders 1-7 have been notified of their disqualification. No further action has been taken. Based on the low bid received, the total estimated construction cost of this project is $1,319,372 as itemized below: Item Amount Bid submitted by Full Swing Construction Inc. $1,099,477 20% Contingency $219,895 TOTAL CONSTRUCTION COST: $1,319,372 Funds for this j roect are available in the current fiscal bud et as follows: P 9 Infrastructure Funds Acct. 31440010 $1,319,372 Total Funds Available: $1,319,372 Staff recommends rejecting bids 1-7 and awarding the construction contract to Full Swing Construction Inc., in the amount of$1,099,477. Full Swing Construction Inc. has successfully completed similar construction projects before. The total project cost is estimated to be $1,319,372 which includes the construction contract and construction contingency. 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. Contract with Full Swing Construction Inc. 2. Vicinity Map 3. PowerPoint Presentation City of Huntington Beach Page 3 of 3 Printed on 6/11/2025 powered by Legistar?"" 85 CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FULL SWING CONSTRUCTION INC FOR POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS, CC-1708 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 FULL SWING CONSTRUCTION INC , a California corporation, hereinafter referred to as "CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as Police Department Women's Locker Room Improvements 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 I 16-5195/City Funded Construction Contract,docx—revised 04/2016 x � prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms,conditions and obligations of this Agreement and the Contract Documents (as defined below in this Section), has inspected the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; C. The CITY's standard Plans and Specifications and special contractual provisions, including those on file in the office of the Department of Public Works of CITY, and any revisions, amendments or addenda thereto; 2 16-5195/City Funded Construction Contract.docx—revised 04/2016 D. The edition of Standard Specifications for Public Works Construction, published by Builders'News,Inc., 10801 National Boulevard,Los Angeles, CA 90064, and all amendments thereto, written and promulgated by the Southern California chapter of the American Public World Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee as specified in the particular Plans, Specifications, Special Provisions and Addendum applicable to the Project; E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the CONTRACTOR's proposal, (which is attached hereto as Exhibit"A" and incorporated herein by this reference); F. The particular Plans, Specifications, Special Provisions and Addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of a discrepancy between any Plans, Specifications, Special provisions, or Addenda, the matter shall be immediately submitted by CONTRACTOR to the Director of Public Works of CITY or his or her written designee (hereinafter referred to as "DPW"), and CONTRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of DPW, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3 16-5195/City Funded Construction Contract.docx—revised 04/2016 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement,subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed One Million Ninety-Nine Thousand Four Hundred Seventy-Seven Dollars ($ 1,099,477.00 ), 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 One Hundred Sixty ( 160 )consecutive Working days from the day the Notice to Proceed is issued by DPW,excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, 4 16-5195/City Funded Construction Contract.docx—revised 04/2016 subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6. CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes; furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal, the work shall be performed according to the changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site, for any reason,relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 5 16-5195/City Funded Construction Contract.docx—revised 04/2016 • 8. BONDS Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR's faithful performance of the work,and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent (100%) of the final contract price, including all change orders, to warrant such performance for a period of one (I) year after CITY's acceptance thereof within ten (10) days of filing of the Notice of Completion. 9. WARRANTIES CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR, within ten (10) days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and own cost and expense. 10. INDEPENDENT CONTRACTOR It is understood and agreed that CONTRACTOR is,and shall be,acting at all times hereunder as an independent contractor and not an employee of CITY. CONTRACTOR shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll 6 16-5195/City Funded Construction Contract.docx—revised 04/2016 deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services performed hereunder. I I. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, the sum of One Thousand Dollars ($ 1,000 ) per each calendar day's delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees to pay these damages herein provided, and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, unsuitable weather, or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (I5) 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 t delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which-CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed,but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen(15)days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12. DEMANDS FOR ADDITIONAL TIME OR MONEY. A. Definitions. (1) "Change Order"means a document signed by the CONTRACTOR and CITY which authorizes an addition, deletion or revision in the work, or an adjustment in the Compensation under Section 3,or the Completion Time specified at Section 4. (2) "Demand" means a written demand for a Change Order by the CONTRACTOR for any of the following: (a) A time extension; 8 16-5195/City Funded Construction Contract.docx—revised 04/2016 • (b) Payment of money or damages arising from work done by,or on behalf of, the CONTRACTOR pursuant to this Agreement and payment of which is not expressly permitted pursuant to Section 3 of this Agreement; (c) Payment of an amount the CITY disputes; (d) Any disputes and other matters relating to the acceptability of the work performed or the interpretation of the Contract Documents; (e) A request for a time extension or additional payment based upon differing site conditions, such as subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents, or unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the PROJECT; or (f) A request for a time extension or additional payment based upon acts of neglect by CITY or due to fires,floods,labor disputes,epidemics,abnormal weather conditions or acts of God. B. A Demand for a time extension or payment of money or damages may only be granted by a Change Order. C. No Change Order may be granted except where the Contractor has submitted a Demand to the DPW(or his or her written designee). All Demands shall be submitted promptly, but in no event later than thirty(30) days after the occurrence of the event giving rise to the Demand. The Demand shall be in writing and include all documents necessary to substantiate the Demand. The DPW shall act on the Demand within fifteen (15) days after receipt, including by requesting additional information from the CONTRACTOR to determine whether to approve the Change Order the Demand seeks. The DPW shall act on the Demand within fifteen (15)days 9 16-5195/City Funded Construction Contract.docx—revised 04/2016 I 1 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 (I5) days of the DPW's failure to respond within the time prescribed, respectively,and request an informal conference to meet and confer for o settlement of the Demand. i Upon the CONTRACTOR s request,the DPW shall schedule a meet and confer conference within thirty(30)days to seek to resolve. F. CITY and CONTRACTOR shall execute appropriate Change Orders covering changes to the time or price by executing the Change Order by mutual agreement. If the CITY and CONTRACTOR are unable to reach a mutual agreement, then the City Engineer shall issue a written decision on the claim within a reasonable time. G. Following the meet and confer conference, if the Demand remains in dispute,the CONTRACTOR may file a claim with the City as provided in Chapter 1 (commencing with Section 900)and Chapter 2(commencing with Section 910)of Part 3 of Division 3,6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the CONTRACTOR submits his 10 16-5195/City Funded Construction Contract.docx—revised 04/2016 I or her Demand until the Demand is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. 13. VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule,the bid price shall prevail subject to the provisions of this Section. DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary completion,com letion,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 materials and all subcontractors working upon the PROJE(;'T have been paid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items, if any,to be set forth in CONTRACTOR's affidavit covering disputed claims, 12 16-5195/City Funded Construction Contract.docx—revised 04/2016 or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit twenty-five dollars($25) for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 18. CALIFORNIA PREVAILING WAGE LAW A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for Iegal 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. B. Pursuant to this Agreement and in accordance with California Labor Code Section 1813, CONTRACTOR shall, as a penalty to CITY, forfeit twenty-five dollars ($25) for each worker employed hereunder by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one 14 16-5195/City Funded Construction Contract.docx—revised 04/2016 (1)calendar day or forty(40)hours in any one(1)calendar week in violation of California Labor Code Section 1815. 20. PAYMENT OF TRAVEL AND SUBSISTENCE ALLOWANCE Section 1773.8 of the California Labor Code, regarding the payment of travel and subsistence allowance is applicable to this PROJECT. 21. EMPLOYMENT OF APPRENTICES Section 1777.5 of the California Labor Code, regarding the employment of apprentices is applicable to this PROJECT. 22. PAYROLL RECORDS CONTRACTOR agrees to keep accurate payroll record showing the name, address, social security number,work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice or worker employed by it in connection with the PROJECT and agrees to require each of its subcontractors to do the same. CONTRACTOR further agrees that its payroll records and those of its subcontractors, if any, shall be available at all reasonable times to the CITY, and the employee or his representative, and the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards, and to comply with all of the provisions of California Labor Code Section 1776, in general. 23. INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all claims, damages, losses, expenses,judgments, demands, defense costs,`and consequential damage or liability of any kind or nature, however caused, including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, 15 16-5195/City Funded Construction Contract.docx—revised 04/2016 arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY, its officers, elected or appointed officials, employees, agents, and- volunteers. CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall approve selection of CONTRACTOR'S counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy Iimits 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: I. Provide the name and policy number of each carrier and policy; 2. State that the policy is currently in force; and 3. Promise to provide that such policies will not be canceled or modified without thirty (30)days' prior written notice of CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the CONTRACTOR's defense, hold harmless and indemnification obligations as set forth under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all the policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner,the premiums on all insurance hereinabove required. CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers, elected and appointed officials, employees, agents and volunteers as Additional Insureds, to the City Attorney for approval prior to any payment hereunder. 27, NOTICE OF THIRD PARTY CLAIM Pursuant to Public Contracts Code §9202, CITY shall provide notice to CONTRACTOR of receipt of any claim filed with CITY or a court of competent jurisdiction which arises out of performance of this agreement within ten(10)days of receipt of such claim or claims. 18 16-5195/City Funded Construction Contract.docx—revised 04/2016 28. DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give CONTRACTOR notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten(10)days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR, CITY may elect not to terminate this Agreement; in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. If it is subsequently determined by a court of competent jurisdiction that CITY's termination of this Agreement under this Section was wrongful, such termination shall be converted to a termination for convenience under Section 29 and any damages shall be assessed as set forth in Section 29. 29. TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause,and whether or not PROJECT is fully complete upon seven(7)calendar days written notice to CONTRACTOR. In the event of termination, under this Section CITY shall pay CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made. In case of such termination for convenience,the CONTRACTOR shall be entitled to receive payment for work executed, and costs incurred by reason of such termination. In no event shall CONTRACTOR be entitled to recover overhead, profit or CONTRACTOR's fee on work not performed. Such payment by CITY shall be CONTRACTOR's 19 16-5195/City Funded Construction Contract.docx—revised 04/2016 sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no further obligation to CONTRACTOR. 30. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be performed hereunder, or upon expiration or earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost. 31. NONASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement,or any part hereof,or any right or duty created herein,without the prior written consent of CITY and the surety. 32. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the California Government Code. 33. STOP NOTICES; RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any similar legal document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of One Hundred Dollars ($100)for every Stop Notice filed in excess of two(2),regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 20 16-5195/City Funded Construction Contract.docx—revised 04/2016 34. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONTRACTOR's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant,or by enclosing the same in a sealed envelope,postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below; provided that CITY and CONTRACTOR may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONTRACTOR: City of Huntington Beach FULL SWING CONSTRUCTION INC ATTN:Patrick Bannon , Public Works ATTN: James Endsley 2000 Main Street 12771. Lewis St. Huntington Beach, CA 92648 Garden Grove,CA 92840 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 16-5 195/City Funded Construction Contract.docx—revised 04/2016 context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 40. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 41. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 42. CONSENT Where CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be consent/approval to any subsequent occurrence of the same or any other transaction or event. 43. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement shall so survive. 44. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 23 I6-5195/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 parry'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 May 29th , 20 25 *"hortsv haft Cr/ycncti jJi/ 2v CONTRACTOR: CITY OF HUNTINGTON BEACH,a municipal corporation the State California By: 1 M or (print name) ITS: Chairman i • •- •/Vice-President City Clerk 1,1i,IP Circle one) INITIATED A A P VED: AND By: Director of Public Works (print name) REVIEWED AND APPROVED: ITS: Secretary / Chief Financial Officer / Asst. Secretary/Treasurer , (circle one) City M ager APPROVED,AS TO FOR : City Attorney ILL 25 16-5195/City Funded Construction Contract.docx—revised 04/2016 —CONSTRUCTION , INC— UNANIMOUS WRITTEN CONSENT OF THE SOLE DIRECTOR Full Swing Construction, Inc. A California Corporation The undersigned, being the sole Director of Full Swing Construction, Inc., a corporation organized and existing under the laws of the State of California, does hereby adopt the following resolution by written consent without a meeting, pursuant to the bylaws of the corporation and the applicable provisions of the California Corporations Code. RESOLUTION RESOLVED,that the undersigned, as the sole Director and Shareholder of the Corporation, hereby authorizes and empowers James D Endsley, as President of the Corporation, to act on behalf of the Corporation with full authority to enter into, sign, and execute contracts, agreements, and any other legally binding instruments or documents necessary to carry out the business affairs of the Corporation, including the authority to make representations, enter negotiations, and legally bind the Corporation in any jurisdiction, with the same force and effect as if approved by the Board of Directors at a meeting duly convened. This resolution shall be effective as of February 2nd 2011, and shall remain in full force and effect until amended or rescinded by the Director. IN WITNESS WHEREOF,the undersigned has executed this Unanimous Written Consent as of the date first written above. mes D Endsley, Sole Director Full Swing Construction, Inc. 12771 Lewis St. Garden Grove, CA. 92840 (714)536-4440 License# 963393 CERTIFICATION BY SECRETARY I,James D Endsley, Secretary of Full Swing Construction, Inc., hereby certify that the foregoing is a true and correct copy of a resolution duly adopted by the Sole Director of said corporation on February 2nd 2011, and that said resolution has not been amended or rescinded and remains in full force and effect as of the date hereof. Jam D Endsley,Secretary Full Swing Construction,Inc. 12771 Lewis St. Garden Grove,CA. 92840 (714)536-4440 License# 963393 fil117_ WING -CONSTRUCTION , INC- EXHIBIT A Articles of Incorporation The following pages contain a true and correct copy of the Articles of Incorporation of Full Swing Construction, Inc.,filed with the California Secretary of State.This document in support of the Corporate Resolution authorizing contract execution. Submitted by: Full Swing Construction, Inc. Date: May 30, 2025 am Did sley,S rector Full Swing Construction, Inc. 12771 Lewis St. Garden Grove,CA. 92840 (714)536-4440 License# 963393 335702'8 ARTICLES OF INCORPORATION OF Full Swing Construction, Inc. FILEDO) • In the Office of the Secretary of State of the State of California e3 02 2011 The name of this corporation is, Full Swing Construction, Inc. II _ __ ___ _ The purpose of the corporation is to engage in any lawful act or activity for which a corporation may be organized under the General Corporation Law of California other than the banking business, the trust company business or the practice of a profession permitted to be incorporated by the California Corporations Code. III The name and address in the State of California of this corporation's initial agent for service of process is; • James Donald Endsley 7861 16th street Westminster, CA 92683 IV This corporation is authorized to issue only one class of shares of stock which shall be designated"common stock", and the total number of shares which this corporation is authorized to issue is 10,000 shares. -- .. V The liability of the directors of the corporation for monetary damages shall be eliminated to the fullest extent permissible under California Law. The corporation is authorized to provide indemnification of agents(as defined in Section 317 of the California Corporations Code)for breach of duty to the corporation and shareholders through bylaw provisions or through agreements with the agents,or both, in excess of the indemnification otherwise permitted by Section 317 of the California Corporations Code,subject . . to the'limits on such excess indemnification set forth in Section 204 of the California Corporations.Code. Date: 2/1 /11 �rr� �^ti J es Donald Endsley, Incorporator sirs 4. SECTION C PROPOSAL for the construction of POLICE DEPARTM ENT WOM EN'S LOCKER ROOM I M PROVEM ENTS CC No. 1708 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliancewith the Notice Inviting Electronic Bids,the undesigned hereby proposes and agrees to perform all thework therein described,and to fumish all labor,material,equipment and inddmt insurance necessary therefor, in accordancewith the plats and specifications onfile in the officeof the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to thesatisfaction of and under the supervision of the City Engineer of the City of Hunti ngton Beech,and to enter into a contract at the following prices.The undersigned agrees to completethe work within 160 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, Instructionsto Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agreesto enter into acontract withAGENCY attheunit and/or lump sum prices sat forth in the following Bid Schedule. BIDDER understands that fai l ure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty acxompanyi ng this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed.THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. Itis agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertisethe 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 tf a/vat:dad the Cdhtrat,:theundersigngd egreeathat in theevent dttheOT;YbE,IRS derWt executing teireqpincoritradt apd'fifing the necessay bonds aids iistram6certifidates within 10 working dasiaaftat thedatenfteAGENCYZ:noticant.;:ovard of contrat to the Dpffi,"tf)OprOOtolt,of thetecurity'attompactyinaiiiii0 tail',1;')ecornetheprddet4idlf th0.APENCY end this bid aid the axeptOveterept may,at theAGENCYS*fon be tripsideirecippli and yOrt. 18i;nnenia*pin0Ahia:pitontai:orbid findaidderS Bond for l'OA lothe.ttnounta Which sad arboUntijanateesthe010%:df ItioattFegate0:thetitg4„'Oid pride„:eafequinid by the Ratite"Nit'tv.SOO c-..43:ELGT.RoNtc.sjo*.poy-*Ietti;, h0ApENCY. (Fieweintlhe*Orda",V*",.,,::"Qertified'ckedii.c'",,,dr"Biddisea tilontEfdt*t', :the ,coaelenaybeI.Any atapdatd:araty:Sidtondlantis'ateptiplo aiddgandi receipt:df all Addenda het% Aida No 141teirecented ‘: mature .0421404 • . iQZ/2512Q5. , - 'b3itat/025, . 10 Oil:3/2025 03417/2025 , 7 03/17/2025 ;:' ,03117/202.5 .p3/41/2925 e •; " 03/ 1/2925 :0,4/01/2025 . 12 :04/013/2025 . . ..........:....„.„........._. , • . :ory.0F.HUNTifittioN;JIEACH • NSPO:•;,,,WORAEN'S.I,.ooqg'ROOM IMPROVEMENTS... tONTRACtOitli,iD•i.ClitOlii,E, PROSPECTIVE tONYRACOROIALL.CTEMiZ5 BID'MIZ)4a.THI;$•iCHMULE . . ...,. . • . .. .Item it _. ..., ::::..0.i*iipii*Of Work . . ' '440*. unk . Unit Price , Item Total . , , .. ... 1 .MOiliOfrigry • ... I,...... IS $'49,477;-.00 $-44,477%00. . ...„ - • . ..., . • • ••• ... ......... . .... ... ... . . ',•,Z iti'61*Ition. 1... . *LS ' .86;010,0-6...S !80:000:,..00....., • i ,,. cOrirOtei., .1 , :14' .$3:13i00 lfidi .30c0CI0:00......' . _ . . ,. .,... . . . .. . . - ................... . 41. 'A.o.ustiO cellitig 1 .; ,LS! ' •'..30.-;000.!,:t10. 30b0d,,..0,6 :. .„... . ... .... .... „. .. ... . 4.. 646telf Stud Framing .... :-;,. 1.,..s„, .• .46,600y,-e0 ;-$.4:0,,000.':.00•••••• 6 Wiiriiibitaii 4. f! ..14.• .$1,0m00,00. f$":•.10;b0(140 . , 7 46.001:4.- ---• - :3..-" ",: -:ts.:$'5,600,00 ;V:4;00000 . .$'..: .-kioltP*M0:0*PPOr Prornes...... 1 .. '1 1•'14. $0cibi01 .:' ',.04.•46' ., .:.,.,.... ..... .. .... . , -.—. . 9r; Doors 4 '. 14'''' i4000010:104,40. .:•it" !06.6r.14..0tc,:1*k.O. . 1 . IS '-''' ).00..',00. $'.',$'',PP.Q..64..--- , ... .. ., . . . , •i:I ,•61,`cizirio.k40**fdlv4iii**,FifOrrp0$: . .i' i IS :,'-i..5s4a,po;, 1,'.iii..,a40,Op .. ... .. 1.2' Flooring and Waft Base • .. 1 . 14 ..'s$.6.400',..00 .-.:*).;000.po-... .i .Il.' Oypil*I: 0654.,--':Wout..*40iiiij4:, ... - 4- ' -LS' 40.4..opi 66-. ....46;,•00000.;•' • .............. . -1.4 pcifiting.. - • • , - 1.. , 'Ls •$46b00 00 '$is oda,bo. . . 1.5i siorgigo, . .... , i :k , q. SO4C)0, '. .440.:,0.0,-. '•:, • .1.;i1.,. 'int4fitXPradi4aiti;:!e.McIrkprbOardi:,Niii.4* . 1 IS. !$30'QOCk 00,I :•.360.6660-, 1-7 .,, otritforo.on000,.:aii4ii-sioli.-- see Appendix I)" • 1 ' Is .;1'd00000. ! •16(10000:. ig,..i flice4Fornitilkt.)s1;i4iisenehOs and 4404., . )... , E;,s.: 2.0,.000,00: 2:20L00c.):,66 . . . , T'5'. Mechanical Systems thei6dino:c.dritiOana ' I. 1 IS - :' ,.• • • . . . .pradrdinentrigo.404.4100M1101,14ote$1.ilii.diDY ‘ : -00.020.: : 5000000: . • . 20 Ol4e.iorild:&PItiri*Og Fixtures . . ,..,... , :‘. 2 ... 1.4 .$'4,199;:0-00:.0.0:$i106,00600'; „.. :M. Fire..i*:)ip..etipit$y*is. " ,-; —1: LSI r.30,09.000:!. $10,:0013,00 ...... , . 2 1! •010.CtriOield-(41:1'0t.kiVidgii..(1004clirg k00;4007.1 ' I, 4 .,$ . • '7.i'0•0.-., r3Pe.r.viix:3):. . , ., , „ 1$0,600:0, "it 0,boo.„9Q: 23 ',Lighting:#14ve:4-. .. ' 1., , . IS ..4.411:00.i.00:: $.40f0tI0 00•'„,..., — ' 2 4.. „I.int464.,ffnishis.,-;:lile; KpndFlob0 . 1 IS $166,4atif0.6.-41t0.,..0.0.6,43 • • .., ....... .' .. . . .- .. .................. . • -:....... rbfill'imINIUMbett: 4:1.c0:49!:477,..0(11.' • • . ,. . . Totakii,wisi6-::p.!*.r,qiii?!.1 ni.nepArlitIkt#0,44ficticurtitiliditiiiefiry,sartizeco.CeItS. .. .. .,... ,._. .. ..... .... . , . ., . ..... .... . „ ..... . . . . .. . ---- - . ,. , . . . . . Note: Bidders must provide pricing for every bid item.The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal.The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items,and no additional compensation shall become due the Contractor. C-2.2 . ...„„, ........ .. . „ , ... .. 1 • , 1.0f-.OF SUACOTORACTOttS., 1 yii_tti.:606yttliOent'cc,40.1$00.01.4404',:"thg'Bidder 1-1411',s0.1041011e:pame, and§4010.§.. Ackircs§....cif: .461*. bcontracipr-wi),0}.w4t OA-011i Wq&-ottri:46.,.getviee.td..dio bidder on said toitadtlit4iti4ttiouht..iii...0*-000.one-half of oqe,„.percent of total itg or';.$1,:cf,o0k whichever is greater, AO.4 the Totiipti.. of The, work to:i*••• ootit:i.tiy l,idii; .,gubcptitracpar;, .. , 10,11 :. ' ,.:...",AraitiiiiirdAdditis.:qt- ': State :'el-ag. ' .:Dfit.P.WC- ,-.,:nallak :. - %of 1:* (;),:!, ‘,','',. .':. ::'$Itivitotrader; :: ' :: ticeise. i• .:,e10„tr40111'*'.:44iteitint. ,:colgrattNumber . , ..„., . ,•.. , :',..JNR 2: 00-$tftit.4i00 el'.. .1b0606064 " • ' " <5.89'43: . , , - - .., • - 1!::27.'pea,•.:4CY: . •.. - ,1.' .! .- - : '2:5%.: 1 03 '.11 P7.1.i8 OrOliteJ.:Me., . .. ,. Jp2g10i.99'd..-,:cA,i,§:f:).30 ' . ., .. .. , [... . .......„:. .. . • . , ..... .. ..,, . . . ..... .,.. .. ........ „: ..... . . . 6-g 10 • ',kect'Eitor 46rdviate.Ltt- 102229 . '617 '.PV.V.ttRL .:d'i.766:60-,• : - • .:832'4',',,Citiirie.St. ..-',64:t.1091Q.P.29:60.. ;'-'41% . „. . . . . _ ... . Aiit*t,401.2fik c4„;,..94.7(yr ,MP: . - .. . :,......„.. ..„, ........ .• : .•.,:. . . . •".:. . - . . I •,,tg: ,!;mgri,oti..*'..$1100p1000, Inc : :.-n, a, ,,,,„ 1,PuiVapp44: 1 , ,,,.,,:, 8.080 Proclottioo.-Ave,$TE A '''' .'''' . ' -'i''...8'-5,CILL,', .... ,.,„. . . ,,. „ .. .. . . -, par.i•Di6go,..',C,A...;92121' , . ......,.. . . . .... . ,. ..„. . ,„ .. . : - i;1• i'. J.4.4,f.,A. s ,lo 0 r:C 0400E.i g'-.I n p _3-2;7- 7-75, . lobo(10842 4831 Piolis';',Blvd - -• '' --' 'c"1 5. • 'r- ' ''''' '''' ''-,,s-'s .a Oil:- ' ,-- .„_ , , , ,..„ •!Prop iiNdril QA.,,.0600. , • , ... ,.. .. .. . . ..... .... .. . . . . , . .,.. . ., . , '.Paitit$laa,,US leit:db- • 1.0a4• . 2 . 1 000800.0: . - . - - , i, ., .• . • 14 Paintiaraif US p-' - :• - - - •i.C3 ,.9.,55p..p.3, o.,. 1,%.,. , :POT•ff.ii,kell'96 . _. . Suriet Ijeitt7. C,,$,,', 90742 . :, . .. .. . . . , . . Attql:',;s:poeility..Services'fri..c,, 91t5144: „c,iii,'• 10100.6:1801 :141 PO BOX..307 ' ' . • D24' 4Qt60.0!00 ,13..‘,,r.,04. 1<plI.19i1,1,k;:l'OA;-:.904.a . . , . . _. .,. ... . . •. .. : .. .. .. . . . • . • .. . , :„ „.„ .,,„ .. „,...„,., , ••••• • Pef.jfie,Partitions Inc .''024121 . • i 1:000ci040.40. ••: • • — ' 18 1501 E La:Patri10.Ave L'' C1.1 " . 22AP-SP • • '' 2-?/ef: ,!MpAi.§ilt 0./N,. 9206. ! , • i . . . ,. . ........ ,„... . . , • . „•, ! . . ! / . • ! . . . , . . .. .. . ... . ., „ 1 BY'tibiti.i.$'$i0t1 4.f....thiS' .15040:-$441.he,,.0iO4,0.:qotiftgA; 1. That.;*...i abted and will,gerfo.t,i4:thdihdl4nto:tiftg.1 work which 4 Aptcpyggci: _ iii.:th0.,A150,V • ObotToat0.0 0.404, 2,, That the will be furnished:co*s.ot all,stilientrA41§,oltoto(t.:,4,40,40d bot*Ic -iiititWieCt b!..,§OolitegittOil4r"11'4$,. pifo-j-0.`gt. LIST OF S013.CONTRACIQRS c:dotaaitcp.i NO:* overnniefltCode Setion 4104,the;:fiiiodetshallr*-et 1764t.iii0 nxe and business address of each subcontractor who will petfottri:*oit,iittoodo service to the woo on said contract im an amount iiititeg§....tif'Oti6;liOtof one percentofthe total bid or'$.1.6704, whichever is greater,- and the Pit** of the viOtk•to be done by .‘1340iitt40.0r. • IYme**0'444.ress Of , , :s44,06****p 4:0* AmountrContract , , I , • MOO:4er 7 - . Pacific Plumbing 40007 !t3..6 '1,0000.3q001 oti#pix 20 :015,.' .00.,:sjiii-i4tc*Ave "Seitt,t‘N-14:0k f•92.1.,01 „ . F-litter 1106065: 1()01113331J, 21 1.601Ve4 OfaitOtooa:Ave • • • Qrange.CA. • •• . . „ . . . Halo Electric Company 979.551 1001 1:3,a§pe 22 1237WAN,aroz Avecq1;01 • 133t1 710 • , !Orange,. 92868 ;. "• . ,, Sample Tile and Stone 1079 1.0,20 ' ,10:00t355 ::1410 Richardson St - ^ C54 ,p4•qp.4:90": , • ‘,„,, San .92493 • . .„. „ • , . • . . .. • . . ..„ „, „ . . , By§79.1titii0oit'ofthitproposal,the Bidder That he able to and porrotitlic*ilon.c.q?:0Fall NO*: which is tiot covered in the above subcontractors listing 2. '17.hatito,A:0, Npy,will be furnished eepiei;.a.salt:§iiitiottpitSU:dPiet4iptct anti bxij5 fippi4104.14ysiitIcitiffor ifif‘pro,i0Ot c. NONCOLLOION AFEWNVIT IP BE..,ExcctIED:ov Biposg AND suBmrr TED:WITH BID • t dediareundëreflaltyaferjury tinder the laW.S1 theState:of Cal ifOnila that the foregoirtOs true and correct and that thia declaration isexecuted on 04707125: af.Paptier!Grove ,CA Date City State JarneEndsiey ,:btiTigPrst dillY.awOrh,:depose4 and says that he:Or he is CEO 0fFufl Switi Co nc the party making the foregoing bid that the bid not made inAttie::ihtere#of or on the behalf of,”::undisclosed person,, partnership,company,a§seolatioNorganization,or corporation,that the genuine and hOt collusive or sham,that the bidder has not directly Or indirectly induced or any other bidder to put in*false of sham bid,and has not directly or indirectly colluded,conspired,connived,or agreed with any bidder or anyone else to:OUtiti a shah bid,or that anYeheShaltrefrairtfrotti$iddlin$; that the bidder has not in any manner,directly or indirectly,sought by;a(4reentent:,00thrhattieatiOr4; ;of conference with anyone to;fix the bid or that of any other bidder'f,,orto secure any advantage against the public body awarding theeontraelotdoollo.iiiterested in the proposed contradt4;thatilt statements contained in the bid are true,and, further,that the bidder has nor, directly or indirectly,submitted his or her bid price or any,breakdown there4 or the.contents thereof,ordivulged information or data relative thereto,or paid,and will not pay fee ,corporation,partnerAipi company a§sOeiatiOrt,,orgarii2ationi bid depository,or to any:member or gcpt.ti*Fecifto-:effeethate a co lids ive shaiithid, 7H • 14iMptifElidder , 41(14wwlig c9ristry#011:**nes:0:p4se :Signet-are : 1 V71 UwsSt:ge4fri Griti ,GA::92840 .Address OfBiddef • • c4: „ , U Tit ITV:A6RgtMENT HONORABLEJWAYORAND/CITY..COUNelt '-CtT.YOFHENTINOTO1,11:BEACII,:CALOORNIA, Gentlemen; 'The undersigned hereby promises and agrees that in l0.1e.performance of the work specified in enntraCt.:. known at .the POLicf. DEPARTMENT WOMEN'S LOCKER ROOM (1)(We)(it), will.ettiplOy and utilize only qualified perons as ht,r0itmetor defined, to work in prci?Oliv to any:electrical secondary or transmission facilities'. The 'term "QualifiecfPeradift:lidefitied Titiell;Ctilitoitia,A4triliiiStr,aihte Cpde,Sectiort.Z/b6;as follows: person4. 4porFqrtwii,a;byre- on'of e^:epei-iencaorinttrectioit 4famillar*itkthe opefatioh to b liefihil'ef4and the h'ioyis ii#0,tifect” The undersigned also promised and agrees that all such'work Shall he performed in ittleCortiance: with ail all applicable electrical utiItt cnmpany'o!requirements; Public Utility Oottoisgjottordom, and;gtawof on cat,PWAJA:;ciorerhogOi 'Thd undersigned further proitilsta;,.and,a$rees that the provisions herein shall be and are:binding 4.0n any allOc011ta0;T or sll(10110actors that may be retained or employed by the undersignoli and that the undersigned shall take steps as are)necessary to assure Onipliance,by any said :subcontractor or$..obtootr*tors.with:the Nquirep,404 containectlterei*, .Ful Swing.pcinsti*O6 Inc Ontractor : . 4:pn't ricijoy Title: . . Date;,04/0:7400, , , • „ • „ _ „ • , , • „ DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified,removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑Yes 15(No If the answer is yes,explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal,and a signature portion ofthe Proposal shall constitute signature of this questionnaire. C-6 . , . • . . . . COMPENSATION INSURANCE CERTIFICATE :PursuanitoSecticip 1.861;(if the$tatel4boyfc90,-c01..coTiti4.09.0,9:109mApq0.1:iOw9Tics'eppimct tio0.a);9ata*.i shiit4igoiwtoti4Aitigi,otilho*. I ant,aware of the provisions of Section 3700 of theLabor Code which require every against tiabtht tbe worker's compensation or tO undertake self. insurance-in1,..4gg9.044c. :,with the proviions of that code, and;I will;P.P.r.rIPY ''such t)fthIs eptititd. Fu Swing p:,90#04000,Inc Ctiti#40.tif -•,;• . • 13y.',.fames " • CEO • • .„,,,ANt.'• . . TOO. Date:041 • • • • • • BIDDERS INFQXMATIOlst . , .. aiDDER, otiiiroitio:tfie taltoditg ihf.tirii0.640 iS:ftlie,UrvIcOtteet ootiotjltio. cArd:dtitNarri 12:771:Lewis St Business Address AardOqi:Orove,,::C:A,0$4,0 . , City.i.. ,StUte, !Zit,: .(714' I:6864446 .. . 4ffide@fOliViitigiti0.46rtt : :: -, 47:4pliotto',Nutoot Efrtail:A.440:q :00$W8 Sate Ozitifittii1 t'i&it4N.6.;itne1as.': 01^1,04. 1 1 Original J-.),*Issued 61,111,402.0 . .. Expiration;Elite, The WOtikSite WAS respected s14rneEtiii:Ajey: of out,..offied,oit*Oriqtri,..; .T:. _ . _ .. - ' -: • ' MO fytiow,fpg:wporsoho:jitms-,04 copositions.having 4;r:1-7tille,101!iji.torotitoiiiwolif04 . James gr),400Y.:,'a0 „ . „ „ „ • , The undersigned is is.,.:1•Irgp*ifi'tfi,ottgfy:‘,#*?quogirl of tile.,c,gity.0fiqp)10001:13.0019tits ability financially,or otherwise, to.::perform:the contract for the proposed work and ii"U‘iii,b.*,eittehtS in stedtdUhee.with the piUlaild SpeeIfieutIOS Set,f0thi, Fufi'SWiel :CoiiSte,UtIdih Inc .. . . .m. , ,...= . ., Company Name , • • ' ,,,-. .. :. ' .. :-.:-.,,,. '. -,-,;,.-,...-„.., , a Signature cif Bidder '''' :.4.^•`.<,": „ ,.„ . . 4.0M0§".P10§109: 0 Printed or Typed StipattitA. 4.':'..,7!.7.-•;,..z. ,,,,„„q..v. . . LO. NOTARY CERTIFICATE 'Subscribed and:sworrttO'beforeme this 7 dav'of APO A notary public or:Other,,officer completing this Certificate'verifies onb'the::identity of the ndividuai who signed the decomero, to.'syfiieO this certificate .attached, and not the truthfulhess,,,accurf.cyrvulidity 9f.thd,f,*went, . , State 0fCaiitgrrii4 County ofQr.,arfg0 ) . April 2,.(45! befurg Incarne NI Endy,44.0„tary 1;'01.16„ Mc01.;Day,and Year insert Nam*an4 Title ONOtary: ;Ottscinally appeared J'Prt D Encistey . „ Nat110(0eSigneita): proved to me on the basis of satisfactory evidence to be the poisQ4so,-vhiz5d,:tittxtke4o/Bi*!e • *tigobod to to within instrument and.acknowledged to me,that.es1*iti*exectitedifte$4nte in 11theiraiithonzed::CAPAcitYCI04*,and iii4tA*Wiwit4eir.sigri444C424104;tfte instrument the 'pers0481;ortie;etitity upon behatiofmiliichthefperSon4adtetk exeCtited:thednstruitiont 1 ceri*Under l',ENAkriV OF PERJURY under the of the State oICahfornia that the :foregoing twootatihUlroeaod tOrrect , „ 'ARIANEN.'ENDSLEt :'#24990 WiTtiPS'Illy hand arid official :06 OMM161Pobtic: Califo24rnia, _...htt:totra.E.xpl,res..ittrot:16,21281 Signature . • . .• , .; . gitattire,,OfNOMYPtailie (PLAt'Sq't-AlkY.$TABOV't,), . • . :„. ,c4f. Bidder's Project History. .For the:;purposes;cif this:project;:the contractor and, spbcontractor must,:have,:in the.last five years, ::constructed at.feast five. (5)',project.. of,similar work.. Describe'specific work:acid:experience %niecessary<f©r project,;`for ea aniple,."Cogstructton-of'or tenant improvements on existing civic :facilities:" Bidders are'encouraged to submit supplemental..reievent:•project.:history in addition.to>;the .projeete:listed:herein The foil'owing:list,of;projects meet.the require.ens:of above: 1 Adsrancect:LeatniriAcad`emY(Doers ;`14fatne arid'�d'dress of.l�efer�nce�- 4}8;E.Sartta tiara Ave. Santa:Ana,sCA..927Q6, Name and Telephone No of Owner SantaMa.Unified'School Di tjlct Albert Bolenvs"(71:4);788;8822 Site-e0d tItefibr.inipraveirienfs` .09/49i2424:: ContractAinount Typeof Work Date Corhpleted. Provide:additional-prajecttlescription to:showsirriilar work: Qe%ricrand.fepeoement .part tions..Renovation:of:restrooms_C ergo and replacement of,plurmbirrg; and lighprig rtxture' `Caristrt�ctiQn ofdoors., 2. .. . . Name and t iilress'of ReferencdWNilatd I$_.CTEand Valley HS NAC Relocatign:: 1342 N:R"oss St:Santa,Ana&.1A.01,S Gr."eeriviitle St:.Santa Ar4a :Sante'Ana Unified;School:Ot"stnci.. . Nartre::and Telephone No:of Owner: Kristaoi r,Beari kristopher bear+t attsci.us . trlterior;i ppry errrestt .10/22/2024 Cotttcact'A.rctount •Typed"WVork :DateCompliete'd.. Provide;additional,project:description to shows lniilar work: Improvement of existing.3,560 sgft office building at Valley High School,, • .Improvement of eaiisting 3,425 egft classrooms`to:office'space at yVlltayci:Iriterrn diate School 3: Name and:Addres af,ReferenceSierta`i?rep:.:Academy'PFortables 2021:t .sand;Ave:Santa ants Ana,'CA: 92705; ,Santa Ana nta ,Urnfied School District Nm ae and.Telephone No:of Owner:Knsrooher BeOn.kristooher.:beaii sausd us:. 35;.5825,3; Ri tpt*iort of:portatsles 122.../48/2O233: Contract,Amount Typeof Work • • Date:Completed: Provide additiioor I':.projeet.description:to shore similar work: Relocation of,,/;portable.classroom_buildings from.one school;site.to:anaiher:Hardscape,,softscape: sitework:and".additionaf accessible pattvof travel ,., C40. y/. 7 / y I •• 4.. . . •Acco.uritibg&PayrciiMenov.atibn . TisLaitid4ifid aotito,A. i1.0k0.0.0i- Nqn104ilii.Telephdrie No of034that Santa Ana.Unified.Sdnt.:4i.";ijiatOlt•NipitfPkG r011a,"(6,i 7)0 1,:-.2648$ :,270,30049. lnte1ó iitfOif0:0i.*Rt4• .1212.712023: 0000,40kAtilpur.i 'T•cp:gtif'WOrk• :De Comp:feta • PitV.i444ditii)ria.OF6Sot...skocripOsit.to show similar Install electrical,carpet Move existing Wall IrstaI data drops storefront doors Reconfigure gvAb, . • • " ••• tyqttoti:onc1:;OprOjsjet ,i;:ittOt,0,0.1.‘(*E01:;tiey0 cObitiOt$: 5. • . , Basic Needs Certter.Minor Remodel N.4*I'.41..1.4AckiN§4 of Reference 1345 Chapman Ave Orange CA 0209: .• Rancho Santiago Community College Diatnot IstOtit4fidlefephimeNti.of.Oykintt:thiktifiariceirioN49y569-...068s.. ..„ 149;0.00..00 filtric(;r0t,044,0f, CcntriatAtiourit. Typd?Of Wijek.• .Dat :Ciitqprada:' ProvidesProvid addittonaf project description to show imiIar work:' "ROrtf0,0,01, ..Oicfairi§ rtOpti$':d.titer, IC.4 Stiff Listed below are thenames of the bidclotstopp*,:'00grAcOon.iPA74;0;:144,n4g,,944134 Superintendent For each ofthese criti900§itions,,please list at least thttd-projOo&.fdr4hith the critical itathiopditot*ci similar work withmthe last five years These projects itto not fit*.O.totig'000.41*.omplo:40.0*qt thoim04e,t.pftili,4 tlto*.ot pi000r$,.*:,...piwoi4g404*; wpprojncnt,410104nt project history in additioraa:the projects listed Wein_ NIPV;Pr..PT9P044POicgt Manager 40n1P.P,!010$0,Y471.4)004.100i tdkOhOn0.No..,4pt.000d fitorottM0040- Athaticed,LOn'ii.114,:Ao#166.:iibOO;*: • -$2..138335.12 8ite-an4 OtendritnoroortiOoti,i „ 0/094024 ProjOtNolo*.:0:On'ti*At000nt Typo or Work Date VVillard IS CTE Relocation and Valley E.1S.1:4:AC Relocation Interior 4rriprovprnor. „ . 110/22!2024. Proj:Oci Nan*&Contrapt A ".Ount: Ty,tkOtWOk 04td_CO,Ititi,101e.4 Accounting:&,PAitrOgi: ObOyjqgOili 0270.0,06. ihteiiotfm0000te*_ 11.6),kot,X9,019,,,-4,gort**Amounf Type Of Work Date Completed ;,.Name eptopostf Superintendent Jacob Rapel 0139 Telephone No.of proposed Snperinteiiddit Advanced,..f,',O.arnir1,4Ac..,i0erriy,Doors . 51,to:'60d,intopOr.'411P(PveM,90% 0910912024 00,104NiEnt.:1tebntiattAtnotnit Type of Work ,T.;004Corn:Pipto.-4 Wing61:18 CIEROocation,494 Valley,, *.rigri.mp:F.gylme* 10":22.4024; 1. Project NOn10::4C:0044 411194,4t Type of Work Date Completed Puidlihig'biept.RocO(ifgur,atiOilj at Old ppo $36.750.00 aecticifiO4tititl deortil*oti xij./2.1acz$ V.toltoti44t4:4z,cohttio4t.-Afttotot 100,4Mk ;PAke..04.10.i.gt-cci CONTRAtttnt.-tildigtitAllOS.VvrtILCAUFORMAAAPARTAitta QF ANDS MAR)CE,IATAflaTt: l'tit9'itant10. (9iititlet*Or'COO. .117.1J4))44.4:44bY*.g4;;.f40fi.4State Sena xs04.V.ticc.;Q*:.21414,[0001i.Shedwnew•ipUbtie.N.orks Contractor gegistratiattPrOttaiti**hiCh requires: all contractors:and..sii„bCantraCtOES,, bidding and .tiet;fottloo..*.c*on Public :Oft Projects•:,far register on an gotwalx4,ts.',(e4eksJuly I through June $())***;f5.§P41;;Y:c...4t)'with'the California Department of Industrial Relations Currently:0e annual noh;teftMdabieregiStratian feefor :Contractors 11ot 3,60.:.8-40i contractor totviih-ohia:ptiblie.workS contract haibeen wardedshall Sigh - .‘thC:,f,ojlowitlOgrtii$Cate, Mg FACT SOUT04'.$0,:$,S4, .r:httttl, dit,-Cai.gay1.1) g/P.,ibilel,VorkstSB854FaCt8heet, 6 301,14.;;;Odf 00:,$.00#04tor.ttggi.5.#4494',1,4.,.-4:(41r.(84452.Z47.44, h#$;//e4tipg;.dit4:.e*geWPWCR.IMtietiSetOet.?det:ieiiFdisptki#WC &titii-ei. iiEbott PiKg,;:cerAtro,e4Ir‘Registration searchable database:: httpa://efitin4,dir.640/i)WeRi: earditaCtiOn., I am.4W4Kg'4110milf comply of Labor Cade Section 1.77 1..i(4.41cfiStUteti. 'A contractot:ar subcontractor Shaft not bequaliffed to,bid,ott,:he:listedirt a bid proposal, subject to the requirements of Seetkiit:41044the Public Contract Code,at.eftpge in the. perfertnanee„of:Ady currently• registered and qualified work pursuant to Section 17.255.,..:11tis not violation of this section for an submitttbdth4 is authorized by :Seafirit;Xi120.11.of the Businessand ProtsionsCde or by*0.04 fqt04..01040:31.:$:oftkgr ?otiliccelltraq•Paci„eprovidettlet.p.f.itraeOr iS,rekiStered;t6).5,peribith'pablic*arkpihiliant t $ednatrc i7-2$5.,:at...0.1e..time,the.contract . 1.Tiuthernipte-will Orriply.by'.inttiVi4iiittitOd.4.641#400 with DIR r.4**pii009:2011tr0001ei.. • uwelj tLUbØntractotsa.t,thé time 6fo.ibpiOttgA0i4 Full Swing arpOtOolictOrtA Contractor James Endsie 4 . , , • 'affitegfillis.wogno,:eprn _ . „ Ea Title . . Date04107/2025 AVC::Registtatiatrif:,:l.QPPPOP214 • Da_cusign Envelope ID:5932F91 D-5F02-485C-B79C-32994DF7CCAD CONTRACTOR'S SWORN STATEMENT AND WARRANTY REGARDING CONTINUING INSURANCE OBLIGATIONS FROM: Full Swing Construction, Inc. PROJECT: CC1708-Police Department (Contractor Name) Women's Locker Room Improvement 12771 Lewis St. (Street Address) Garden Grove, CA. 92840 (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 29th , 20 25 , at Anaheim, CA (Date) Signed by: (City, State) [elntaa. brattAi (Signature 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 evidencing continued coverage which meets the Contract requirements. Signed on M( 'i t , 20 '2.5 , at CICVaton. CV/hie CA' • Date) (City, State) CONTRACTOR: Name: Full Swing Construction, Inc By: Name: es Endsley Titl . CEO \Xi( i ------- ® ACORO CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) l`.---- 05/20/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement, A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME:CONTACT Donna Bradley I Hall, Mahar&Associates Insurance Sery PHONE eat): 714-937-1500 11Pnc,No):714-937.1135 c.111475 S State College Blvd#200 ADDRIESS: dbradley@hma4ins.com Anaheim, CA 92806 INSURER(S)AFFORDING COVERAGE + NAICI! _ INSURER A: Continental Casualty Company 20443 INSURED INSURER B: Infinity Select Insurance Company 20260K Full Swing Construction, Inc. INSURER C: Mt Hawley Insurance Company 37974 12771 Lewis St INSURERD: Insurance Company of the West 27847 Garden Grove,CA 92840 INSURERE: Nautilus Insurance Company 17370 INSURER F: Underwriter at Lloyd's,London 100% 15792 COVERAGES CERTIFICATE NUMBER: 00004968.0 REVISION NUMBER: 57 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 ADOL SUER POLTCYEFF POLICY EXP ' LTR TYPE OF INSURANCE INSD %WO POLICY NUMBER IMMIDDIYYYY) Inve/PDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y C6985228251 10/18/2024 10/18/2025 EACH OCCURRENCE S 1,000,000 DAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES SES(Ea occurrence) $ 100,000 MED EXP(Any one person) _$ 5,000_ PERSONAL&ADV INJURY 3 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY L X i jECT I I LOG PRODUCTS-COMP/OP AGG S 2 000,000 OTHER: - S B AUTOMOBILE LIABILITY Y Y 50002891801 02/02/2025 02/02/2026 (EOa'sBatleDISINGLE LIMIT $ 1,000,000 X ANY AUTO BODILY INJURY(Per person) S OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWMED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY (Per accident) S C X UMBRELLA LIAB X OCCUR Y Y GXS0017974 06/24/2024 06/24/2025 EACH OCCURRENCE $ 3,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE s 3,000,000 DED RETENTIONS 0 , S D WORKERS COMPENSATION Y WSD 507232401 07/18/2024 07/18/2025 X PERTUTE OTH- AND EMPLOYERS'LIABILITY STA ER ANY PROPRIETOR/PARTNER/EXECUTIVE IY I NI NIA E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) EL,DISEASE-EA EMPLOYEE $ 1,000,000 If DEes,SCRIPTION unOF er O E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below _ E Excess Liability AN1297674 10/18/2024 10/18/2025 Each Occurrence 4,000,000 F Sexual Molest/Abuse MR24A031 11/08/2024 11/08/2025 Occ/Policy Limit 1,000,000/2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may he attached II more space Is required) Additional insured: City of Huntington Beach,its officers,elected or appointed officials,en7#tip y,FEfiAlfsTAcfODe1 r . Insurance is Primary&Non-Contributory. Waiver of subrogation applies. B Project: Huntington Beach Police Department Women's Locker Room Improvements CC#1 IC @LM>aiWR)L1101T ton Beach,CA 92647 CITY ATTORNEY CITY OF HUNTINGTON BEACH CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Huntington Beach ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main St. Huntington Beach, CA 92648 AU3H047REPRESENTATIVE I (DMB) O 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and Ioao are registerel marks of ACORD Printed by DMB on 05/20/2025 at 02:30PM BEST CHOICE CONTRACTOR PROGRAM .{( .y - Blanket Additional Insured - Owners, Lessees or Contractors This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Policy Number: C6985228251 Endorsement Effective: io/18/2024 at 12:01 a.m. Named Insured: FULL SWING CONSTRUCTION INC SCHEDULE Name of Additional Insured Person(s) or Organization(s): (Blanket) (Specific) Any person or organization that the Named Insured is obligated by virtue of a written contract or written City of Huntington Beach, its officers, agreement to make an additional insured on this Coverage Part, provided such contract or agreement: elected or appointed officials, • Is currently in effect or becomes effective during employees, agents and volunteers. the policy period; and and • Was executed prior to: a. the bodily injury, or property damage; or b. the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Location(s) of Covered Operations: Any location In the "coverage territory" that is subject and to the contract or agreement specified above. A. Section II—Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only to the extent that the person or organization shown in the Schedule is held liable for your acts or omissions arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to bodily injury or property damage occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or 2. That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as part of the same project. C. With respect to the insurance afforded to these additional insureds, this insurance also does not apply to bodily injury, property damage or personal and advertising injury arising out of the rendering of, or the failure to render, any professional architectural,engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. D. Primary and Noncontributory Insurance If so required by a written contract or written agreement, this insurance will be primary to, and will not seek contribution from, other insurance under which the additional insured is a named insured. But in all other instances,and notwithstanding anything to the contrary in the condition entitled Other Insurance, this insurance will be excess of any other insurance available to the additional insured. CNA97587XX(3-2022) Policy No: C6 985228251 Page 1 of 2 Endorsement No: Effective Date: 10/1.8/2024 Insured Name: FULL, SWING CONSTRUCTION INC Copyright CNA All Rights Reserved, includes copyrighted material of Insurance Services Office,Inc.used with permission. BEST CHOICE CONTRACTOR PROGRAM Blanket Additional Insured - Owners, Lessees or Contractors E. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended to add the following to the condition entitled Duties In The Event of Occurrence, Offense,Claim or Suit: Arty additional insured pursuant to this Coverage Part will,as soon as possible: 1. Give us written notice of any claim,or of any occurrence or offense that may result in a claim; 2. Send us copies of all legal papers received and otherwise cooperate with us in the investigation, defense or settlement of the claim; and 3. Make available any other insurance and tender the defense and indemnity of any claim to any other insurer or self-insurer whose policy or program applies to a loss that we cover under this Coverage Part. However, if the written contract requires this insurance to be primary and non-contributory,this paragraph 3.does not apply to insurance on which the additional insured is a named insured. F. Solely with respect to the insurance granted by this endorsement: 1. The words"you"and"your"refer to the Named Insured shown in the Declarations. 2. Your work means work or operations performed by you or on your behalf, and materials parts or equipment furnished in connection with such work or operations. G. Blanket Waiver of Subrogation We waive any right of recovery we may have against an entity that is an additional insured under the terms of this endorsement with respect to payments we make for injury or damage arising out of your work done under a written contract or written agreement with that person or organization, provided such contract or agreement; 1. Requires such a waiver of our rights; 2. Is currently in effect or becomes effective during the policy period;and 3. Was executed prior the bodily injury, property damage or personal and advertising injury that gave rise to the claim. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below,and expires concurrently with said Policy. CNA97587XX(3-2022) Policy No: C6985228251 Page 2 of 2 Endorsement No: Effective Date; 10/18/2024 Insured Name: FULL SWING CONSTRUCTION INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,inc,used with permission. POLICY NUMBER: C6985228251 COMMERCIAL GENERAL LIABILITY CG20370413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Blanket as required by written contract Blanker as required by�xilten contract. It is agreed that such Insurance as is afforded fy this policy for the benefit of the additional insured shown shall he primary Insurance,and any other insurance maintained by the addhional Insured(s)shall be cnccss and noncontributory as respects any claim,loss or liability allegedly Inking sill of the operations of the mined(limited,piuvidud huwwet that This limmmnue will nut ripply to my rininu Irns or liability vddcb is determined to besotely the result of Ilia nddhlonol insured's negligence or solely the additional I,smed's responsibitity City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage" caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations 1. Required by the contract or agreement; or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 1 ,WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 34 (Ed. 8-00) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-BLANKET We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us). The additional premium for this endorsement shall be 2 %of the total California Workers'Compensation premium otherwise due. Schedule Person or Organization Job Description ANY PERSON OR ORGANIZATION FOR • WHOM THE NAMED INSURED IS REQUIRED UNDER WRITTEN CONTRACT TO FURNISH THIS WAIVER. • This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 07/18/2024 Policy No.WSD 5072324 01 Endorsement No. Insured FULL SWING CONSTRUCTION, INC. Premium $ INCL. Insurance Company INSURANCE COMPANY OF THE WEST Countersigned By WC 99 06 34 (Ed. 8-00) INSURED BEST CHOICE CONTRACTOR PROGRAM General Aggregate Limit - Per Project Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: i. For each single construction or service project away from premises the Named Insured owns or rents, a separate Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: A. all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the"products-completed operations hazard;" and B. all medical expenses under Coverage C; that arise from "occurrences" or accidents which can be attributed solely to ongoing operations at that project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Project General Aggregate Limit applicable to any other project. IL All: A. damages under Coverage B, regardless of the number of locations or projects involved; B. damages under Coverage A, caused by "occurrences" which cannot be attributed solely to ongoing operations at a single project, except damages because of "bodily injury" or "property damage" included in the"products-completed operations hazard"; and C. medical expenses under Coverage C, caused by accidents which cannot be attributed solely to ongoing operations at a single project, will reduce the General Aggregate Limit shown in the Declarations. III. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations,depending on whether the"occurrence" can be attributed solely to ongoing operations at a particular project. IV. When coverage for liability arising out of the "products-completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard" will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. V. If a single construction or service project away from premises owned by or rented to the Named Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables,such project will still be deemed to be the same project. Vi. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated, All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy,unless another effective date is shown below,and expires concurrently with said Policy. CNA97898XX(4-2020) Policy No: C6985228251 Page 1 of 1 Endorsement No: Effective Date: 1D/18/2024 Insured Name: FULL SWING CONSTRUCTION INC Copyright CNA All Rights Reserved. Includes material copyrighted by Insurance Services Office,Inc.used with their permission. (EMPER Auto Kemper Auto Commercial 11700 Great Oaks Way, Suite 450 COMMERCIAL Alpharetta, GA 30022 Underwritten by: Infinity Select Insurance Company Customer Service:(800)722.3391 Claims Service:(800)353-6737 ADDITIONAL NAMED INSURED ENDORSEMENT Wrsi^Sv?'r.T_J£."^'� +,.'r'=�Za'o`+-y+ il�v�_� r:-' i- ?E:w'.'r vo-7S�u`'✓V�•_:2 _- '- 's'" �Ta'r'x - tha=.--.",�tt '�'•��`•TT,i--zr�r ? ro/' f? .4`y`�- • 3.�- �c -t�Syr 50002891801 02/02/2026 12:01 a.m. City of Huntington Beach,Its Officers, Elected S<Oz-e N W or appointed officials,employees,agents and r .; = volunteers Full Swing Construction,Inc. 2000 Main St This endorsement is attached to and forms a part of the listed policy. Huntington Beach,CA 02648 No changes will be effective prior to the time changes are requested. -n ta i-.`:n _...4;: _.:fi.:-•_.,.: -....-........ r.....s tr..r ..__.......:_._-..._.:.G•.i „_._ S7'�""_MilC _r- -. <''i• City of Huntington Beach, Its Officers, Elected or appointed officials,employees, agents and volunteers Part A-Liability Coverage, is changed as follows: The definition of insured is changed to Include the additional Insured named above. Adding an insured will not increase the limit of our liability.The insurance provided by this endorsement will be excess over any other valid and collectible insurance. All other parts of this Policy remain unchanged. ADDL INSURED COPY AMEND DATE:05/20/2025 50461AIS01 ENDORSEMENT:4-9 KEMPERKemper Auto Commercial Auto`u�o 11700 Great Oaks Way, Suite450 COMMERCIAL Alpharetta, GA 30022 Underwritten by: Infinity Select Insurance Company Customer Service:(800)722-3391 Claims Service:(800)353-6737 PRIMARY AND NONCONTRIBUTORY ENDORSEMENT 0-9 ,s•�w--,� x. 1 �� ���,==..tom-+`'^�_ ' sue-�c_"r�%'-;,�.��-, � •5• 0002891801 02/02/2026 12:01 a.m. City of Huntington Beach, Its Officers,Elected or appointed k= s• officials,employees,agents and volunteers M'— 2000 Main St Full Swing Construction,Inc. Huntington Beach,CA 92648 This endorsement is attached to and forms a part of the listed policy.The following endorsement applies only if Form Number 500PNCV01 appears on your Declarations Page. This endorsement modifies the insurance provided under your COMMERCIAL AUTO POLICY. PART A—LIABILITY COVERAGE OTHER INSURANCE—PART A ONLY The following is added to this section: The coverage afforded under your Commercial Auto Policy is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: a. You have agreed in writing in a contract or agreement that the coverage afforded under your Commercial Auto Policy would be primary and would not seek contribution from any other insurance available to such additional insured;and b. Such additional insured is a named insured under such other insurance, ALL OTHER TERMS,LIMITS,CONDITIONS,AND PROVISIONS OF THE POLICY REMAIN UNCHANGED. ADDL INSURED COPY AMEND DATE:05/20/2025 500PNCV01 ENDORSEMENT:4-9 KEMPERKemper Auto Commercial 11700 Great Oaks Way,Suite 450 COMMERCIAL Alpharetta, GA 30022 Underwritten by: Infinity Select Insurance Company Customer Service:(800)722-3391 Claims Service:(800)353-6737 WAIVER OF SUBROGATION 1 - _ � ' . , ._,'- :, cf....a:=: �?^"''< -,�r-! �� - -:'fix:_,_'��>- ' �� _ chi_..-.?-a�. 4 50002891801 02/02/2026 12:01 a.m. City of Huntington Beach Its Officers, Elected or, appointed official employees, agents and volunteers �=•��` �=������ ���=��� 2000 Main St Full Swing Construction, Inc. Huntington Beach, CA 92648 This endorsement is attached to and forms a part of the listed policy.No changes will be effective prior to the time changes are requested. In return for your premium payment shown below,we agree that our rights of subrogation or rights of recovery under the policy will not apply against the following person or organization: City of Huntington Beach,Its Officers, Elected or appointed officials, employees, agents and volunteers (name of person or organization) Additional premium in the amount of$125.00 will be retained by us regardless of any early termination of this endorsement or the policy. All other policy provisions remain unchanged. ADDL INSURED COPY AMEND DATE;05/20/2025 50461 SWF01 ENDORSEMENT:4-9 Af/i i iP/M This Bond was issued in two(2) Bond No. 101406683 identical counterparts Premium: $14,495.00 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WH REAS, City of Huntington Beach(hereafter referred to as"City") has, by written agreement dated )Uli �� , 20 2-5, entered into a contract with Full Swing Construction, Inc. dba Rapid Walls, 12771 Lewis Street, Garden Grove, CA 92840 (Contractor's Name and Address) (hereafter referred to as"Principal")for performance of the work described as follows: CC No. 1708 - Police Department Women's Locker Room Improvements (Project Title) WHEREAS, said contract, and all documents referenced therein (hereinafter collectively "Contract"), are incorporated herein by this reference made a part hereof as though set forth herein in full; and Said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt, full and faithful performance of said Contract, by a duly admitted surety insurer under the laws of the State of California(hereinafter referred to as"Surety'); and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitations as shown in said circular to provide bonds in the amount required by said Contract; and Surety has provided financial strength ratings from reputable companies, such as from A.M. Best, Moody's, or Standard & Poor's, to validate that Surety has positive ratings of being secure or stable; and Surety is registered and listed with the California Department of Insurance, NOW,THEREFORE, we, the undersigned, as Principal, and Merchants Bonding Company (Mutual), PO Box 14498, Des Moines, IA 50306 (Surety's Name and Address) as Surety, are held and firmly bound unto City in the penal sum of One Million Ninety Nine Thousand Four Hundred Seventy Seven and 00/100 Dollars ($ 1,099,477.00 ), this amount being not less than one hundred percent of the price set forth in the Contract, in lawful money of the United States, for the payment of which sum, well and truly to be made,we bind ourselves, our heirs, executors, administrators and successors,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Principal shall promptly, fully and faithfully perform each and all of the covenants, obligations and things to be done and performed by the Principal in strict accordance with the terms of the Contract as said contract may be altered, amended or modified from time to time; and if the Principal shall indemnify and save harmless City and all of City's officers, agents and employees(hereinafter collectively referred to as"Obligees") from any and all losses, liability and damages, claims, judgments, stop notices, fees and costs of every description, whether imposed by law or in equity, which may be incurred by the Obligees by reason of the failure or default on the part of the Principal in the performance of any or all of the terms or the obligations of the Contract, including all alterations, amendments and modifications thereto, and any warranties or guarantees required thereunder, then this obligation shall be void; otherwise, it shall be and shall remain in full force and effect. Surety stipulates and agrees, for value received, that no adjustment of the time or price in the Contract or any alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, shall in any way affect, limit, restrict, impair or release the obligations of the Surety under this Bond. Surety waives notice of any adjustment of contract or contract price, and any other alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, and agrees to automatically adjust the penal sum of this Bond to reflect such adjustments, alterations, changes, deletions, additions or other modifications. Surety agrees to provide written confirmation of such adjustments in the penal sum to City on not less than a quarterly basis. Surety also waives the provisions of Civil Code§§2845 and 2849. 15-4584/117174 Page 1 of 2 Bond No. 101406683 The obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which survive completion of the work. IN WITNESS WHEREOF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: May 28th, 2025 ATTEST Full Swing Construction, Inc., dba Rapid Walls [Corporate Seal] (Principal N By: Name: J U vin o.� Art Title: t-o ATTEST Merchants Bonding Company (Mutual) [Corporate Seal] (Surety Name) By: Name: erissa Ricciardi, Attorney-in-Fact (Signature of Attorney-in-Fact for Surety) 515-243-8171 (Attach Attorney-in-Fact Certificate) (Area Code&Telephone Number for Surety) APPROVED/,IS TO FORM BY: f �. Michael J. Vigliotta, City Attorney NOTES:This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. 15-4584/117174 Page 2 of 2 PERFORMANCE BOND 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 May a g, 2025 before me, Hanh Le, Notary Public (insert name and title of the officer) personally appeared Kerissa Ricciardi who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. H A N H L E U ec � COMM.#2450354 (71ola NOTARY PUBLIC•CALIFORNIA 17 s bc.4,7^ ORANGE COUNTY n COMM.EXPIRES JULY 14,2027 Signature (Seal) I ' MERCHANT BONDING COMPANY.. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the "Companies")do hereby make,constitute and appoint,individually, Charo J Rosemond;James Baldassare Jr;John F Surano;Kerissa Ricciardi;Krista A DiMezza;Lisa M Scavetta;Michael Castaneda;Michael Dugan;Sherryanne M DePirro their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and amended August 14,2015 and April 27,2024 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015 and amended on April 27,2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that,consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 2gth day of July • 2024 • ............. ., .• •. MERCHANTS BONDING COMPANY(MUTUAL) �.• •�1ONq�••.•• *0\NG• .CQ�A•• MERCHANTS NATIONAL BONDING,INC. •�� •'•• PO••' e •: •O • %P0 . d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY �y=coR R-YA' I ,y:C� A9yc v. 2003 ./.4) :.% 1933 :• c By ••J��••.. •••:• `. ••6�g.. .•`., President STATE OF IOWA •�'•..••.. .......•• •.• COUNTY OF DALLAS ss. 'On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. • �QikIA(S� Penni Miller O • v Commission Number 787952 z a7Sp r • .�•"n• • My Commission Expires IOWA January 20,2027 -^�Nottary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 28th day of May ,2025 . Qil•••gP!54Fi? 9q�`9y�•R►: a/6t>&•0(g6A-/ v : 2003 ;:12" •;1% 1933 :c Secretary •• ••••. •. POA 0018 (6/24) ..........� I . ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Orange County of ) On May 29th 2025 before me, Ariane N Endsley, Notary Public (insert name and title of the officer) personally appeared James D Endsley who proved to me on the basis of satisfactory evidence to be the personf,ir'lwhose name(s'f6/are subscribed to the within instrument and acknowledged to me that/spe/thsgexecuted the same in (i 'hor/tbertauthorized capacity(joer and that by6,0hef/th it signature on the instrument the person(,Kor the entity upon behalf of which the person(s5 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. 1 .''w' • ARIANE N.ENDSLEY .. Amin! _ . COMM. #2492490 ! Notary Public•California z OZ./pi3Orange County >`_Mx.Comm.Expires June 16,2028t Signature (Seal) This Bond was issued in two(2) Bond No. 101406683 identical counterparts PAYMENT BOND (LABOR AND MATERIAL) KNOW ALL PERSONS BY THESE PRESENTS: 1 WHEREAS, City of Huntington Beach (hereafter referred to as"City") has awarded to Full Swing Construction, Inc., dba Rapid Walls, 12771 Lewis Street, Garden Grove, CA 92840 (Contractor's Name and Address) (hereafter referred to as"Principal"), a contract("Contract")for the work described as follows: CC No. 1708 - Police Department Women's Locker Room Improvements (Project Title) WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to furnish a bond to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law, by a duly admitted surety insurer under the laws of the State of California (hereinafter referred to as"Surety"); and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitation, as shown in said circular to provide bonds in the amount required by said Contract; and Surety has provided financial strength ratings from reputable companies, such as from A.M. Best, Moody's or Standard & Poor's, to validate that Surety has positive ratings of being secure or stable; and Surety has provided financial strength ratings from reputable companies, such as from A.M. Best, Moody's, or Standard &Poor's, to validate that Surety has positive ratings of being secure or stable; and Surety is registered and listed with the California Department of Insurance, ' NOW,THEREFORE, we, the undersigned,as Principal, and Merchants Bonding Company (Mutual) PO Box 14498. Des Moines, IA 50306 (Surety's Name and Address) as Surety, are held and firmly bound unto City in the penal sum of One Million Ninety Nine Thousand Four Hundred Seventy Seven and 00/100 Dollars($ 1.099.477.00 ), 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. 15-4584/117357 Page 1 of 2 Surety stipulates and agrees, for value received, that no change, extension of time, alteration, addition or modification to the terms of the Contract, or any contract document or any work to be performed thereunder, whether made after notice or not, shall in any way affect, impair or release the obligations of Surety under this bond. Surety hereby waives notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract, the contract documents or the work thereunder. Surety also waives the provisions of California Civil Code§§ 2845 and 2849. IN WITNESS WHEREOF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: May 28th, 2025 ATTEST Full Swing Construction, Inc., dba Rapid Walls [Corporate Seal] (P alal Name By: Name: 7 Title: / L+`O ATTEST Merchants Bonding Company (Mutual) [Corporate Seal] Surety Name) By: Name: Kerissa Ricciardi, Attorney-in-Fact ' (Signature of Attorney-in-Fact for Surety) 515-243-8171 (Attach Attorney-in-Fact Certificate) (Area Code&Telephone Number for Surety) APPROVED AS TO FORM: By: Michael J. Vigliotta, City Attorney Note. This bond must be executed in duplicate and dated, all signatures must be notarized. and evidence of the authority of any person signing as attorney-in-fact must be attached. 1 5-4 584/11 7 3 57 Page 2 of 2 PAYMENT BOND ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On May 08, 2025 before me, Hanh Le, Notary Public (insert name and title of the officer) personally appeared Kerissa Ricciardi who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ° ti HANH LE WITNESS my hand and official seal. U 4 ; COMM.#2450354 (� 1411 NOTARY PUBLIC •CALIFORNIA Lo 2 '�w44,Y ORANGE COUNTY 0 +ay.wN. COMM.EXPIRES JULY 14,2027", Signature (Seal) w t MERCHANT`S BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the "Companies")do hereby make,constitute and appoint,individually, Charo J Rosemond;James Baldassare Jr;John F Surano;Kerissa Ricciardi;Krista A DiMezza;Lisa M Scavetta;Michael Castaneda;Michael Dugan;Sherryanne M DePirro their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and amended August 14,2015 and April 27,2024 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015 and amended on April 27,2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 29th day of July • 2024 • ...... .•�• •••. . MERCHANTS BONDING COMPANY(MUTUAL) •.••P• 1,0NAt...�� ���IiG• .CO�A A. MERCHANTS NATIONAL BONDING,INC. ;•y?��PORq•��•� ••40. •0(\P09••.9 • d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY :a E r(4, 2003 :;ez, ;y. 1933 :C: By 6. :.� • • .... , 1.•. ••� •u �..� President 'STATE OF IOWA '•.••••• 7��s•..• •• COUNTY OF DALLAS ss. On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. APAS Penni Miller o v Commission Number 787952 z p�5p r • •�•�is • My Commission Expires IOWA January 20,2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 28th day of May ,2025 . ........ 4.oQ,•�10Nq� • ;.••06.CO*••. y •O� P U 'O •• 2 2��POR4 �oL : 'GO '� 9yA -0- G. :ti: cskA -o- ••• _ 2003 :,� •a' 1933 'c Secretary Ltd• • C :y,•• Cb: .,...�,▪ ... ...;�•,.• • •• w *•: _• POA 0018 (6/24) • """'. 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 Orange County of ) On May 29th 2025 before me, Ariane N Endsley, Notary Public (insert name and title of the officer) personally appeared James D Endsley who proved to me on the basis of satisfactory evidence to be the personka'rwhose nameksl +tare i subscribed to the within instrument and acknowledged to me that Igistieittley executed the same in P IYi 'lam/tbetr authorized capacity(ies), and that by S° /her/their signature,Kon the instrument the person481, or the entity upon behalf of which the person.(s'jacted, 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. ' `• ARIANE N.ENDSIEY WITNESS my hand and official seal. COME. #2492490 z cc_., e" Notary Public•California c z Orange County Comm.Ex.ues June 16,2028 Signature G �'�' (Seal) Form W"9 Request for Taxpayer Give form to the (Rev.March 2024) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service Go to www.irs.gov/FormW9 for instructions and the latest information. Before you begin.For guidance related to the purpose of Form W-9,see Purpose of Form,below. 1 Name of entity/individual.An entry is required (For a sole proprietor or disregarded entity,enter the owner's name on line 1,and enter the business/disregarded entity's name on line 2.) Full Swing Construction Inc 2 Business name/disregarded entity name,if different from above. 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1.Check at 4 Exemptions(codes apply only to only one of the following seven boxes, certain entities,not individuals; a see instructions on page 3): ❑ Individual/sole proprietor ❑ C corporation 0 S corporation ❑ Partnership ❑ Trust/estate v, ❑ LLC Enter the tax classification(C=C corporation,S=S corporation,P=Partnership) . Exempt payee code(if any) ai c CI.. Note:Check the"LLC"box above and,in the entry space,enter the appropriate code(C,S,or P)for the tax classification of the LLC,unless it is a disregarded entity.A disregarded entity should instead check the appropriate Exemption from Foreign Account Tax `o b box for the tax classification of its owner. Compliance Act(FATCA)reporting i N ❑ Other(see instructions) code(if any) a 3b If on line 3a you checked"Partnership"or"Trust/estate."or checked"LLC"and entered"P"as its tax classification, 4 and you are providing this form to a partnership,trust,or estate in which you have an ownership interest,check (Applies to accounts maintained this box if you have any foreign partners,owners,or beneficiaries.See instructions ❑ outside the United States.) a) 5 Address(number,street.and apt.or suite no.).See instructions. Requester's name and address(optional) 12771 Lewis St 6 City,state,and ZIP code Garden Grove CA 92840 7 List account number(s)here(optional) IlMfra Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid Social security number backup withholding.For individuals,this is generally your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other - - entities,it is your employer identification number(EIN).If you do not have a number,see How to get a or TIN,later. Employer identification number Note:If the account is in more than one name,see the instructions for line 1. See also What Name and - Number To Give the Requester for guidelines on whose number to enter. 4 5 - 0 6 3 9 0 8 2 Part II Certification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.I am not subject to backup withholding because(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3.I am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid. acquisition or abandonment of secured property,cancellation otdebt;)contributions to an individual retirement arrangement(IRA),and,generally,payments other than interest and dividends,you are not'r quired t 'tfn the ci.rfifftrgion,but you must provide your correct TIN.See the instructions for Part II,later. Sign Signature of Here U.S.person `'—y'— Date (43/•Z General Instructions New line 3b has been added to this form.A flow-through entity is required to complete this line to indicate that it has direct or indirect Section references are to the Internal Revenue Code unless otherwise foreign partners,owners,or beneficiaries when it provides the Form W-9 noted. to another flow-through entity in which it has an ownership interest.This change is intended to provide a flow through entity with information Future developments.For the latest information about developments related to Form W-9 and its instructions,such as legislation enacted regarding the status of its indirect foreign partners,owners,or beneficiaries,so that it can satisfy any applicable reporting after they were published,go to www.irs.gov/FormW9. requirements. For example,a partnership that has any indirect foreign What's New partners may be required to complete Schedules K-2 and K-3.See the Partnership Instructions for Schedules K-2 and K-3(Form 1065). Line 3a has been modified to clarify how a disregarded entity completes this line.An LLC that is a disregarded entity should check the Purpose of Form appropriate box for the tax classification of its owner.Otherwise,it should check the"LLC"box and enter its appropriate tax classification. An individual or entity(Form W-9 requester)who is required to file an information return with the IRS is giving you this form because they Cat.No.10231X Form W-9(Rev.3-2024) . CITY OF HUNT INGION BEACH BUSINESS LICENSE t P.O. Box 190 I -err" Huntington Beach,CA 92648-2702 (714)536-5267 Robert Torre' Interim Chief Financial Officer moo HNY0409A 4000000408 403!1_ 1I1IlI111111111I1II111111111111TI1111I11111I111111I1111111111I1 mem FULL SWING CONSTRUCTION INC 12771 LEWIS ST rael GARDEN GROVE CA 92840-6205 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 A309913 FULL SWING CONSTRUCTION INC ,0411NGr4l y, Effective Date o� , 5/1/2025 Owner/Corporation _a s3 Expiration Date FULL SWING CONSTRUCTION INC f `-' r , S 4/30/2026 License Type Amount Paid CONTRACTOR $110.80 r $110.80 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. *HOME Q SEARCH- +NEW- In SCHEDULE- +REPORT A CODE ENFORCEMENT ISSUE IIDHELP Announcements' Register for an Account Login For the best experience with the 110 Permit Center Customer Portal we recommend using Cough Chrome.Please note that mobile devices and certain web browsers,such as Safari and Firefox.are not currently supported. 4., � � '"x• se. Home Building Planning Engineering Fire Urban Runoff Code Enforcement Buainese Licenses +n. • F e Q.Search Licenses Record Information A311423: Non-City Contractor . ... a_ - ' Record Status:Active ,...., Expiration Date:04/30/2026 Record Info- Record Details Business information: Penner Partitions.Inc. • 0 Oc1e1 Lollard City of Huntington Beach • Business License P.O. Box 190 (714) 536-5267 FAX(714) 536-5934 Huntington Beach, CA 92648-2702 it Robert Torrez Interim Chief Financial Officer ATM SPECIALTY SERVICES INC PO BOX 307 KERNVILLE, CA 93238 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 A321961 ATM SPECIALTY SERVICES INC z��"ram— Effective Date ~ 05/01/2025 I� .•,w77�aiFa F Owner/Corporation 1; Expiration Date ATM SPECIALTY SERVICES INC i; __% 04/30/2026 License Type •••, yp `ZGF ''�`��it Amount Paid CONTRACTOR `-';i/- $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. �� City of Huntington Beach sr Z`=" � Business License P.O. Box 190 % +r (714) 536-5267 FAX(714) 536-5934 Huntington Beach, CA 92648-2702 Robert Torrez Interim Chief Financial Officer HALO ELECTRIC COMPANY INC 129 S LOS TIMBRES ST ORANGE, CA 92869 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 A308639 HALO ELECTRIC COMPANY INC Effective Date 05/01/2025 Owner/Corporation <` y\i Expiration Date HALO ELECTRIC COMPANY INC "f - - I 04/30/2026 1 License Type Z :rFOQ�1 Amount Paid CONTRACTOR �� $110.80 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. J��- :` City of Huntington Beach ` { 11111 Business License P.O. Box 190 . - (714) 536-5267 FAX(714) 536-5934 Huntington Beach, CA 92648-2702 David Cain Interim Chief Financial Officer THE HILLER COMPANIES LLC 1601 West Orangewood Ave Orange, CA 92868 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 A320299 THE HILLER COMPANIES LLC Effective Date P 09/01/2024 ,tr' i Owner/Corporation a1,�rf 4;hZ� Expiration Date THE HILLER COMPANIES LLC +1"s --i 08/31/2025 License Type Z `��." Q, yp Amount Paid �,e �401 CONTRACTOR `:UN.nor���� $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. G 19City of Huntington Beach J,J. :��o��e,�rf•.,4•� :`- f s lC Business License P.O. Box 190 T '''. (714) 536-5267 FAX(714) 536-5934 Huntington Beach, CA 92648-2702 Robert Torrez Interim Chief Financial Officer JJJ FLOOR COVERING INC 4831-A PASSONS BLVD PICO RIVERA, CA 90660 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 A321904 JJJ FLOOR COVERING INC J � � Effective Date P40, �' 08/01/2025 Owner/Corporation t "t i'0` Expiration Date JJJ FLOOR COVERING INC ? 07/31/2026 • License Type ZZ t: : � 01 Amount Paid CONTRACTOR i $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. -` City of Huntington Beach 1� trt Zff T Business License P.O. Box 190 r => (714) 536-5267 FAX(714) 536-5934 Huntington Beach, CA 92648-2702 • Robert Torrez Interim Chief Financial Officer JNR 2 CONSTRUCTION INC 10716 S GREVILLEA AVE INGLEWOOD, CA 90304 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 A321842 JNR 2 CONSTRUCTION INC res!v� Effective Date • :a�4P; P,Fa :< 07/01/2025 Owner/Corporation 1 -,f t`,-.% Expiration Date JNR 2 CONSTRUCTION INC ;"Fi' 06/30/2026 License Type Zy `o��/ Amount Paid CONTRACTOR �; tiNT i/� $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. CITY OF HUNTINGTON BEACH BUSINESS LICENSE to. f: P.O.Box 190 ` 3 2025 Huntington Beach,CA 92648-2702 (714)536-5267 ' Robert Torrez Interim Chief Financial Officer HNY0501A 448 1 MB 0 622 UM! 7000000452 00.0002 0091 448/1 _. 111911111.1111111111119111111111111111111111111111111111111111111 immim y.. AMERICAN DECK SYSTEMS ii8686 PRODUCTION AVE SUITE A - SAN DIEGO CA 92121-2207 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 webpagq: 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. ity of Huntington Beach Business License License Number Business Name/Service Address POST IN PUBLIC VIEW A167620 AMERICAN DECK SYSTEMS Effective Date ✓� ,�tING? ii • u4 6/1/2025 Owner/Corporation `Y_ Expiration Date CURTIS T TYREE r '' 5/31/2026 License Type �Z?; ti �� , Amount Paid CONTRACTOR VDUNTY $110.80 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. R4 CITY OF HUNTINGTON BEACH �(11!]• BUSINESS LICENSE ' ' " P.O.Box 190 ,t Huntington Beach,CA 92648.2702 (714)536-5267 Sunny Han Chief Financial Officer HNY0617A 4000000263 258/1 �` illliliill"iilu'ItIitIII,IIIlillll'i"IIi'1N1i1,illiuJgililn ?' •I PACIFIC PLUMBING CO OF SANTA ANA P O BOX 1494 FLY-.IL SANTA ANA CA 92702 1494 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/consumerslgender_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 f Huntington Beach Business License License Number Business Name/Service Address POST IN PUBLIC ViEW A128456 PACIFIC PLUMBING CO OF SANTA ANA ,, 0' rvu r ' Effective Date Owner/Corporation `;;I ` �y 6/1/2024 Expiration Date PACIFIC PLUMBING CO OF SANTA ANA `' 5/31/2025 ra i r�r License Type -4rc e.. • .:` Amount Paid CONTRACTOR cP• $110.80 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. City of Huntington Beach Business License License Number Business Name/Service Address POST IN PUBLIC VIEW A316420 PAINT BLAST US 16491 SOMERSET LN Plate#: 7009Y2 HUNTINGTON BEACH CA Effective Date 40N71NGTp 3/1/2025 Owner/Corporation Expiration Date STENCIL BLAST US INC _ _.r 2/28/2026 7drJ Q)' License Type Amount Paid � CONTRACTOR oaU %; $118.80 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. ` City of Huntington Beach S_ 1 Business License P.O. Box 190 797! (714) 536-5267 FAX(714) 536-5934 Huntington Beach, CA 92648-2702 Robert Torrez Interim Chief Financial Officer RED DOOR AND HARDWARE LLC 1237 W 9TH ST UPLAND, CA 91786 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 A321838 RED DOOR AND HARDWARE LLC Effective Date V � 07/01/2025 Owner/Corporation r "'ti?'`� Expiration Date RED DOOR AND HARDWARE LLC "f _' 06/30/2026 License Type ��, •\''' Amount Paid . CONTRACTOR UNT`i 0'01 $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. te°,. ' City of Huntington Beach Z"F s Business License P.O. Box 190 (714) 536-5267 FAX(714) 536-5934 Huntington Beach, CA 92648-2702 Robert Torrez Interim Chief Financial Officer SAMPLE TILE AND STONE INC 1410 RICHARDSON ST SAN BERNARDINO, CA 92408- 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 A321836 SAMPLE TILE AND STONE INC Effective Date ti,\7 ; 06/01/2025 Owner/Corporation ,r E.v` Expiration Date SAMPLE TILE AND STONE INC `S - I` 05/31/2026 License Type y' _ o/ Yp c� ` Amount Paid CONTRACTOR `AUNT'+ ca�i� '� i $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. Bid Bond No. TS25-124 Document A310 TM — 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: - (Name,legal status and addrexm) (Name,legal status and principal place of businesti) • Full Swing Construction, Inc. The Ohio Casualty Insurance Company • dba Rapid Walls 175 Berkeley Street This document has important 12771 Lewis Street Boston, MA 02116 legal consequences.Consultation Garden Grove, CA 92840 with an attorney is encouraged with respect to its completion or OWNER: • modification. (Name,legal status and address) Any singular reference to City of Huntington Beach Contractor,Surety,Owner or • ty 9 other party shall be considered 2000 Main Street plural where applicable. Huntington Beach, CA 92648 BOND AMOUNT: $10%of Amount Bid PROJECT: CC No. 1708-Police Department Women's Locker Room.Improvements (Name.location or address and Project number,if aqt) • The Contractor and Surety arc bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with .the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perlim»the work covered by said bid,then this obligation shall be null and void,otherwise to remain in lull lbrce and effect.The • Surety hereby waives any notice ol'an agreement between the Owner and Contractor to extend the time in which the Owner may accept the . bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the lime li r acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent liar 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 Iiimished to comply with a statutory or other legal requirement in the location of the Project,any pmvision,in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conlbmming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be-construed . as a statutory bond and not as a common law bond. Signed and scaled this 10th day of March, 2025 . See Attached Certificate Full Swin Construction Inc. dba Ra id Walls (Principal) ea Witness) �� o') CEO Jawkes E- s 1 ey The Ohio Casualty Insurance Please see attached Notary Acknowledgment (S e4) X�l) (1Pitness) By: • (Title erissa icciardi, ttomey-in- S-0054/AS 8/10 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 March 1 , 2025 before me, Hanh Le, Notary Public � (insert name and title of the officer) personally appeared Kerissa Ricciardi who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. HANH LE • V . COMM.#2450354 WITNESS my hand and official seal. 0 ,=r.g NOTARY PUBLIC•CALIFORNIA 2 � ORANGE COUNTY 0 trt COMM.EXPIRES JULY 14,2027;r1 v v Signature _ (Seal) This Power of Attorney limits the acts of those named herein,and they have no authority to n bind the Company except in the manner and to the extent herein stated. y \.4'v Libert_y7 Liberty Mutual Insurance Company • Pi' ' Mu ua1® The Ohio Casualty Insurance Company Certificate No: 8212635-986376 . West American Insurance Company SURETY, POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that -Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Kerissa Ricciardi,Michael Castaneda • all of the city of Santa Ana state of CA each individually if there be more than one named,its true and lawful attomey-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 28th day of October , 2024 . Liberty Mutual Insurance Company P�INSU '�tY INSv , tNSU1 The Ohio Casualty Insurance Company �� °�OF4 p c ooaPOR,,�y t.:st PORa, !o West American Insurance Company J 3 � vn 5,* F° m iu � ? `0 1, 1912 0 o 1919 t, m£ZJ cri Y d.73 Zsw0 S 0 ab P-_ b'�a : : By: m us — Nathan J.Zangerle,Assistant Secretary c v to State of PENNSYLVANIA ss ED_ rn County of MONTGOMERY o , E .�o , On this 28th day of October , 2024 before me personally appeared Nathan J.Zangerle,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance <fQ,,2 as 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 ID> therein contained by signing on behalf of the corporations by himself as a duly authorized officer. > CL a)13 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. CU a0 C N Qi. Moew Sr'%. Commonwealth of Pennsylvania-Notary Seal °� (j < Teresa Pastella,Notary Public a).as a) o ~ 0 a 7 Montgomery County E_. OF My commission expires March 28,2025 By: Ltd& o E IP ` qc�,, �- Commission number 1126044 16 a) 2s PS1�L9P'-.� Member,Pennsylvania Association of Notaries eresa Pastella,Notary Public O o �Tv N 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 co o.5- Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: a 2 ARTICLE IV—OFFICERS:Section 12.Power of Attorney. `o co 42 E - 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 v o 2 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 g CD > 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 vs c`ai "5have 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 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 D al 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 a 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 10th day of March , 2025 . �-tNSU SY INsw xx INSU JP owP0 yo 5J d000q,�r �l .(7. olP°rtyryn 30 o� g m W r Fa rn i,..rec.....mar__ 19 12 cs1919� c 1991 c�cn By: do+�ds4ceus"„pL Zo,tiAMPs'l b 3' rs4No,AM►. .„e, Renee C.Llewellyn,Assistant Secretary 8j) * 1• tit * h M * 1` LMS-12873 LMIC OCIC WAIC Multi Co 02124 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 Orange County of ) On March 31st, 2025 before me, Ariane N Endsley, Notary Public (insert name and title of the officer) personally appeared James D Endsley who proved to me on the basis of satisfactory evidence to be the person(g)whose name;(.8)Qial:e- subscribed to the within instrument and acknowledged to me that Mahe/toy executed the same in tioherittuair authorized capacity(jsej, and that by daer/tiasfir signature(.*on the instrument the personcs);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. .° � ARIANE N.ENDSLEY COMM. #2492490 z WITNESS my hand and official seal. z . " Notary Public•California 72 �47:44� Orange County i4,1.T, M.Comm.Expires June 16,2028t • (Seal )nature 9 ( ) • OFFICIAL BID SECURITY— DO NOT OPEN Attention: Patrick Bannon Project Name: PD Women's Locker Room Improvements CC#: 1708 • Bid Opening Date: April 7, 2025 at 2 pm Puh" "'nrks Engineering / 1/3 l 'y 3N, 1-1(A)) wiA �, TIR... ,, CITY OF 11 o .nauea O//� HUNTINGTON BEACH �ounir+ ,,1' Lisa Lane Barnes I City Clerk June 19, 2025 Full Swing Construction Inc. Attn: James Endsley 12771 Lewis Street Garden Grove, CA 92840 Re: Police Department Women's Locker Room Improvements—CC-1708 The City Council awarded the bid to your company for the above referenced project. Enclosed is a copy of the executed contract with the City of Huntington Beach. A Certification of Compliance with Title VII of the Civil Rights Act, Certification of Compliance with Prevailing Wage Laws and Contractor's Certificate form must be returned to this office after the project is completed but prior to the release of retention funds. In addition, the following item must also be on file, with this office before the City can release any retention funds: A warranty bond guaranteeing the final amount of work and materials for one year. If your performance bond does not include specific wording for a one-year warranty,then a rider or separate bond must be submitted. Should,you have any questions or concerns regarding the enclosures or items that must be on file in this-office prior to release of retention funds, please call the Public Works Department at 714-536-5517: Sincerely, 0414:4I00°4416 4rPfr Lisa Lane Barnes City Clerk LLB:ds Enclosure • Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating (Date) A ea CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION 3-11 TO: City Treasurer FROM: City Clerk DATE: l%q/aS SUBJECT: Bond Acceptance I have received the bonds for Eal ( rid-f'u oci //t • (Company Name) f CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. /0/t/D ('1i'8`3 Payment Bond (Labor and Materials) Bond No. /O /14 D£Pt g'3 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 (Council Approval Date) CC No. I 1 Agenda Item No. 3/g J MSC No. City Clerk Vault No. &DI) . SO Other No. SIRE System ID No. g:/forms/bond transmittal to treasurer PROJECT LOCATION MAP Ellis Ave. in til in to a Garfield Ave. soy PROJECT LOCATION: Yorktown Ave. CIVIC CENTER i r .. (POLICE DEPT.) 2000 MAIN STREET ,s` in c m NORTH .\.ty�` Adams Ave. C. Et) CITY OF HUNTINGTON BEACH joik39 CALIFORNIA, 92648 IP \ 135 004.40,40.4p:401, /if VIN60 6 74,1 letabi, �� • s c oRPoR� .,% Police Department • --- 140, Women 's Locker Room __ _ , , "" ti / � / / f , ;r " __ ., ��/ �� --) Improvement _,....____ ......,,______ _ _ -- Project Overview :� `') ''`- June 17, 2025 fi _ . _• ,..•-4,44,--. -- ---- - ----b_. *1/4) .00. iN 1 Ie..° ..4 6 e; 1 7, 190 ibi 411,1-0*** ik."9 0 's•• vw 4 t,! j NTH ''1•M►II/1/ 136 BAC KG ROU N D • Existing women's locker room is located on main level of Civic Center Police Station • Current locker room is about 840 square feet, constructed .e ' in - 1975, has received minor upgrades over time. • Finishes are at end of life 11 and need replacement• Locker room renovation addresses increased staffing levels and ADA compliance ` 1,1 ili, \ttk �V . `k € ,t ram' 137 BAC KG RO U N D 4 by Records areaexpanded willlocker be roomdisplaced , ., need to be repositioned and renovated. E Vertical carousel storage „ ,,,1,41 42„,-.4.N,.e,',04,t'I'''''' system provides efficient use oManreuceofthefreduced stgecurrentora r000ffmices size sow consist of temporary partition ' a walls. W Plumbing fixtu , , ceilingPlumbi tiles, electricalres systemsflooring , HVAC, bathroom amenities and offices require modernization and ADA is.,,,,,,,74, compliance. 138 NEEDMIHY/BENEFITS • Project addresses increased staffing needs and ADA compliance • Update facility infrastructure that has exceeded its service life • Adjacent offices renovated with new technology and organizational systems o ' a�illi�ilY r rr__ � ,<•, a.it i•�s�•-�$� 'r 139 COMMUNITY OUTREACH • This project will not have an impact on the surrounding community during construction • PD , City Facility Maintenance, IT, stakeholders were engaged throughout the course of the project t TIN T �f q��;•••NpweonAfo �, s ''., yti\` ice \ OY iota" .F• �� a -ti�ry �UNT`I ,, ig 140 FUNDING/SCHEDULE FUNDING: SCHEDULE: • Construction Cost: • February 6, 2025 — Bid project $1 ,319,372 • April 7, 2025 — Open bids • June 17, 2025 — Award contract • Infrastructure Fund account: • Begin construction (Approx. Fall 2025) • 31440010 • Contingent on long lead items (lockers and vertical carousel) mTIN r I10 Q� 0 74;1•.. c)� _ r r> s_os ��0 w •., �OUNTY I 141 R Questions ? .„.4,:,..„.,,,,...„,,i4k,,,, , , 1 111 I 1,,, y '. -,,,,--,.._,,,,,7,„t: ___ .,.,-,„foa .""Ve*:' ' - . - - '- ',..,414-- 1-14,-- s- -,----, ,-, ,,,..7.__ cu, 11.r,.t.. :•::-;;:z.___ , '''..;:4 ",445.**Igt: :;. li -,ift1,4:,::.;,,.''':,,,.,",,:'''.:,., ' ' . 'b i 1'.4,f:_44!,:i,ti„.''. .,,-,,--. 74:,,,,t,-,(L''':'.": -.:,,,„,,7„,,,,44,* l'i. - _ -..,' ..,„. . ,... , .,,,,,,__ , , . , , ..,. , ,,,,a4 _, „ ,.... . . ,..1..,i ., ,,,,_. .,„,„ ‘,,, _.,,,. . .. . ... .. „7.,,,,„,..„:_..,,,...„, , :.,:zt,,,,,...,,, ,,,,_,, , , , ..,. ..ht7.--,r7I'-*:'''.:':*‘ ..,- •••;.>‘4:Pi'. f lYimi® �* :: 1 , `;"t. . _tea ',,, » h.. 142 7 2 C'alugr • .2/pc,pods- SECTION A pub. 3/Lo /aoas- 3/i3 /2o?3- NOTICE INVITING ELECTRONIC BIDS for the construction of Police Department Women's Locker Room Improvements for Civic Center Police Department C.C. No. 1708 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated project and will receive such bids prior to 2:00 PM on Monday,March 17,2025, on the City's PlanetBids System Vendor Portal, at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this project via the City's PlanetBids System Vendor Portal website at: https://planetbids.com/portal/portal.cfm?CompanyID=15340 Copies of bid documents,including instruction to bidders,bidder proposal form,and specifications may be downloaded free at: https://planetbids.com/portal/portal.cfm?CompanyID=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents, to be added to the prospective bidders list, and to receive addendum notifications when issued. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California, which are on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code, Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. A-1 No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashier's check, or bidder's bond made payable to the AGENCY for an amount no less than 10% of the amount bid. For electronic submittal of bids, the bid security must be received at the City of Huntington Beach Public Works Office, 2000 Main Street,no later than the bid opening time and date. The bid security must be submitted in a sealed envelope bearing the name and address of the bidder, and the outside of the envelope must read as follows: OFFICIAL BID SECURITY— DO NOT OPEN Project Name: PD WOMEN'S LOCKER ROOM IMPROVEMENTS CC #: 1708 Bid Opening Date: March 17, 2025 at 2 pm. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class B, at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: The existing locker room is approximately 840 square feet in size. The area of the HBPD Women's Locker.Room renovation project is to be approximately 1,995 square feet in size and is to expand into the two adjacent office areas and file storage room. The File Storage Room is to be separated by partition. There are (2) existing showers, which are to be increased to (3) showers. Restrooms and restroom fixtures are to be made accessible. Plumbing fixtures are to be replaced with newer models. Larger sized lockers are to be provided with a mix of single tall lockers and stacked lockers. New lighting is to be provided, and the mechanical system is to be reviewed for proper air flow and air change rates. The contract shall allow the Contractor ONE HUNDRED SIXTY(160)working days to complete the contract. All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the information provided in the Instructions to Bidders. Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBids system. The AGENCY reserves the right to reject any or all bids,to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 29th day of June 2020,by Resolution No. 2020-39. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH A-2 -' Column INTERIM AD DRAFT This is the proof of your ad scheduled to run in Huntington Beach Wave on the dates indicated below. If changes are needed, please contact us prior to deadline at (714) 796-2209. Notice ID: sd4KVh35hF8YwKHexVWI I Proof Updated: Feb.26,2025 at 02:58pm PST Notice Name: NIEB CC-1708 PD Women's Locker Room Imprvmnts FILER FILING FOR See Proof on Next Page Tania Moore Huntington Beach Wave tania.moore@surfcity-hb.org (714)536-5209 Columns Wide: 5 Ad Class: Legals 03/06/2025:City Notices 760.25 03/13/2025:City Notices 760.25 Subtotal $1520.50 Tax% 0 Total $1520.50 NIEB CC-1708 PD Women's Locker Room Imprvmnts - Page 1 of 3 SECTION A NOTICE INVITING ELECTRONIC BiDS for the construction of Police Department Women's Locker Room Improvements for Civic Center Police Department C.C.No.1708 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated prolect and will receive such bids prior to 2:00 PM on Monday,March 17,2025,on the City's PlanetBids System Vendor Portal,at which time or thereafter bids will be opened and made available online.Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this prolect via the City's PlanetBids System Vendor Portal website at: https://planetbids.corn/Aortal/porta I.cfm?Company I D=15340 Copies of bid documents, including instruction to bidders, bidder proposal form,and specifications may be downloaded free at: https://planetbids.com/portal/portal.cfm?CompanyID=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBlds system to view and download the Contract Documents,to be added to the prospective bidders list,and to receive addendum notifications when issued. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code.Pursuanttothe provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft,classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are on file at the Office of the Director of Public Works,2000 Main Street,Huntington Beach,CA 92648. The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code,Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashiers check, or bidders bond made payable to the AGENCY for an amount no less than 10%of the amount bid. For electronic submittal of bids,the bid security must be received at the City of Huntington Beach Public Works Office,2000 Main Street, no later than the bid opening time and date.The bid security must be submitted in a sealed envelope bearing the name and address of the bidder,and the outside of the envelope must read as follows: OFFICIAL BID SECURITY—DO NOT OPEN Project Name:PD WOMEN'S LOCKER ROOM IMPROVEMENTS CC#:1708 Bid Opening Date:March 17,2025 at 2 pm. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors License Class B, at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY.All extension of unit prices will be sublect to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description:The existing locker room is approximately 840 square feet in size. The area of the H BP D Women's Locker Room renovation prolect is to be approximately 1,995 square feet to size and is to expand into the two adiacent office areas and file storage room. The File Storage Room is to be separated by partition.There are (2) existing showers,which are to be increased to (3) showers. Restrooms and restrootn fixtures are to be made accessible. Plumbing fixtures are to be replaced with newer models. Larger sized lockers are to be provided with a mix of single tall lockers and stacked lockers. New lighting is to be provided, and the mechanical system is to be reviewed for proper air flow and air change rates. The contract shall allow the Contractor ONE HUNDRED SIXTY (160) working days to complete the contract. Ali questions related to this bid solicitation must be submitted through the City's PlanetBlds System Vendor Portal per the information provided in the Instructions to Bidders.Any other contact to City staff regarding this bid solicitation will be referred NIEB CC-1708 PD Women's Locker Room Imprvmnts Page 2 of 3 back to the PlanetBlds system. The AGENCY reserves the right to relect any or all bids,to waive any Irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY\ OF HUNTINGTON BEACH, CALIFORNIA,the 29th day of June 2020,by Resolution No.2020-39. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:3/6,3/13/25 NIEB CC-1708 PD Women's Locker Room Imprvmnts - Page 3 of 3 eINCLUDES THE FOUNTAIN VALLEY VIEW 1920 Main St. Suite 225, Irvine Irvine, California 92614 (714) 796-2209 legals@inlandnewspapers.com City of Huntington Beach-City Clerk's Office 2000 Main Street Huntington Beach, California 92648 Account Number: 5272431 Ad Order Number: 0011722194 Customer's Reference/PO Number: Publication: Huntington Beach Wave Publication Dates: 03/06/2025 and 03/13/2025 Total Amount: $1520.50 Payment Amount: $0.00 Amount Due: $1520.50 Notice ID: sd4KVh35hF8YwKHexVWI Invoice Text: SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Police Department Women's Locker Room Improvements for Civic Center Police Department C.C. No. 1708 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH,as AGENCY, invites electronic bids for the above stated project and will receive such bids prior to 2:00 PM on Monday, March 17, 2025,on the City's PlanetBids System Vendor Portal,at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this project via the City's PlanetBids System Vendor Portal website at: https://planetbids.com/portal/portal.cfm?CompanylD=15340 [https://planetbids.com/portal/portal.cfm?CompanylD=15340]Copies of bid documents, including instruction to bidders, bidder proposal form,and specifications may be downloaded free at: https://planetbids.com/portal/portal.cfm? CompanylD=15340[https://planetbids.com/portal/portal.cfm?CompanylD=15340]. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents,to be added to the prospective bidders list,and to receive addendum notifications when issued.Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft,classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are on file at the Office of the NIEB CC-1708 PD Women's Locker Room Imprvmnts - Page 1 of 3 See Proof on Next Page . 121 _'PINCLUDES THE FOUNTAIN -/ VAL LEY 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: 03/0612025,03/13/2025 I certify (or declare) under the penalty of perjury under the laws of the State of California that the foregoing is true and correct: Executed at Anaheim,Orange County, California, on Date: Mar 13, 2025. COMPel S ature NIEB CC-1708 PD Women's Locker Room Imprvmnts - Page 1 of 3 SECTION A NOTICE INVITING ELECTRONIC BiDS for the construction of Police Department Women's Locker Room Improvements for Civic Center Police Department C.C.No.1708 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated protect and will receive such bids prior to 2:00 PM on Monday,March 17,2025,on the City's PlanetBlds System Vendor Portal,at which time or thereafter bids will be opened and made available online.Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this protect via the City's PlanetBlds System Vendor Portal website at: https://planetbids.com/porta I/portal.cfm?Company 1 D=15340 Copies of bid documents, including instruction to bidders,bidder proposal form,and specifications may be downloaded,free at: https://planetbtds.com/portal/portal.cfm?CompanyID=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBlds system to view and download the Contract Documents,to be added to the prospective bidders list,and to receive addendum notifications when issued. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code.Pursuant to the provisions of the Labor Codeof the State of California, the minimum prevailing rate of per diem wages for each craft,classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are on file at the Office of the Director of Public Works,2000 Main Street,Huntington Beach,CA 92648. The AGENCY will deduct 5%retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code,Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion In any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashiers check, or bidders bond made payable to the AGENCY for an amount no less than 10%of the amount bid. For electronic submittal of bids,the bid security must be received at the City of Huntington Beach Public Works Office,2000 Main Street, no later than the bid opening time and date.The bid security must be submitted in a sealed envelope hearing the name and f address of the bidder,and the outside of the envelope must read as follows: OFFICIAL BID SECURITY-DO NOT OPEN Project Name:PD WOMEN'S LOCKER ROOM IMPROVEMENTS CC#:1708 Bid Opening Date:March 17,2025 at 2 pm. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors License Class B, at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY.All extension of unit prices will be sublect to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description:The existing locker room is approximately 840 square feet In size. The area of the H BP D Women's Locker Room renovation protect is to be approximately 1,995 square feet In size and is to expand into the two adlacent office areas and file storage room.The File Storage Room is to be separated by partition. There are (2) existing showers,which are to be increased to (3) showers. Restrooms and restrooln fixtures are to be made accessible. Plumbing fixtures are to be replaced with newer models. Larger sized lockers are to be provided with a mix of single tall lockers and stacked lockers. New lighting is to be provided, and the mechanical system is to be reviewed for proper air flow and air change rates. The contract shall allow the Contractor ONE HUNDRED SIXTY (160) working days to complete the contract. All questions related to this bid solicitation must be submitted through the City's PlanetBlds System Vendor Portal per the information provided in the Instructions to Bidders.Any other contact to City staff regarding this bid solicitation will be referred NIEB CC-1708 PD Women's Locker Room Imprvmnts - Page 2 of 3 back to the PlanetBlds system. ` The AGENCY reserves the right to relect any or all bids,to waive any Irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA,the 29th day of June 2020,by Resolution No.2020-39. Attest: /s/Llsa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:3/6,3/13/25 • NIEB CC-1708 PD Women's Locker Room Imprvmnts - Page 3 of 3 UNSUCCESSFUL BIDS CC No. 1708 Police Department Women' s Locker Room Improvements 7p2 CITY 0 F ( I ) HUNTINGTON BEACH ��CFCp�IVTY'CF''/'t Lisa Lane Barnes I City Clerk August 18, 2025 A2Z Construct, Inc. P.O. Box 80425 Rancho Santa Margarita, CA 92688 RE: Police Department Women's Locker Room Improvements—CC-1708 Enclosed please find your original bid bond for CC No. 1708. Sincerely, XV46416 Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov 42-Z-67'261)'/ret SECTION C PROPOSAL for the construction of POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS CC No. 1708 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 lQ working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. Itis agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. if at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that In the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void, Accompanying this proposal ()lipid, find Bidder's Bond for 10% In the amount of y 410e).c,p which said amount is not less`than 10%of the aggregate of the total bid price,as required by the Notice Invitl'ng Sealed OR ELECTRONIC Bids, payable to the AGENCY; (Please'incert 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:: cat . • 1 02/1 / g .. . 0 25-Re i �- 4: 3 02/25/25 03/.1Q/2 , 03/13/25 �FM ; z wM 6,7.8 03/17/25 >., 9 03/31/25 •• • 11 04/01/25 12 04/03/25 iy1 C-2 CITY OF HUNTINGTON BEACH HBPD —WOMEN'S LOCKER ROOM IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Ilem4 ' Description of Work !i li Quantity] Unit ; Unit Price i!item Total LS 45,000„00 .......45;000,00 ! 1 Mobilization _ ' :• 2 Demolition 1 30,000.004 30,000.00 3 Concrete --i ,4 LS i S $40000.00,.. 40000.00 „ I $LS i 'r 4 Acoustic Ceiling ,. 1 15,000.00 15,000.00 5 Metal Stud Framing 1 , LS' 'I 28,000.601- 2.13,066..66 I_ 6 •!Batt Insulation 1 i IS $ - -- -$: - 10,000.00 , 10..000.00 1 ' 7 Sealants i* I ' 'IS'' '3 000.(0 .3,000.00 8 'Hollow Metal Door Frames 1 IS $ 15 000.010 15 000 00 ' 9 'Doors : ' • l'S. ..,30,i000100.:i _.. 30.000'.01V !. Door Hardware :1 LS 1$'.. 20,000„0-e_. ..6,ctoo.00,, . , 11 Glazing &Hollow Metal Window Frames !, S ''. 5.000.0CA 5000.00 i . .„ i 2 !,flooring and Wall Base ; 1 LS' ;$ , 30X00.00 ‘i . 30;000.00 !, , . 13 Gypsum Board-Walls and Ceilings • 15,000,00 i 15,000.00 , , • 14 'Painting ' 1 ' LS 10 obb.00- io 000.00,_ . t 1 , 1 ! LS $ 15 Signage .:,„, : „, ' :. , 3,0bo.cor, 3.000.00 16 Interior Products i.e.( Mdrcerboards, Blinds 1 f.-5 1 20-000'00 20 000 00 •.. 1'7 Furniture (Material and Install-see Appenclixii:, i •,,,,,,,,,.. I- .„. LS 60,000.04I-60000.00; — . I 18 Fixed Furniture-ADA Benches and Lockers ; '.I ' LS 1220J;00.00! .220;000.001 ! • 19 Mechanical Systems (Including control and 1 LS 41- ' ,• 70,000.0 70,000.00{ 1 programming,see sheet mlpi, Notes 2 ond 19) i i , • •i - , '' LS $ 20 Plumbing & Plumbing Fixtures — i.' ...„„ .• 1),1•00,0011.00,4, .. 100,000:00'k 21 Fire Protection Systems f LS— -- • titit6C10 I littjtOti T' ' 22 •Electrical/Data/Technology (Including RGB system , 1 : LS $ 1-see Appendix J) i• 8o,boO.00 ! 80 000.00 il ,..., , . _ 23 Lighting Fixtures 1 LS 11 30;000.00' ',-,!---30,000.00 1) ••• 24 Interior Finishes-Tile Walls and Floors 1 • IS 1; . 50„000.00 50,000.00 j:,I • , • • Totallin Numbers $ 947,000.00 Total in Wordel •Niii&lifiiiiiiitd:fditii,i444.6?thiiiiiiiidiliiliiii ilia'iiiiii 6iii$ C-11 Note: Bidders must provide pricing for every bid item. The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. 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 Address of State `DIR-F', ?` ..:.:,'DDollar '%of Itern(s). Subcontractor ,:License,E :Amount " Contract . O�� _ ;i er _. ;.. Diamond Crete.Concrete 12 I Coatings, Inc. 1067348.;' :, 30,000.00; ,032% • :1000701616 f • f i I' i : .. IE• r V ; • : .I. { 1 i E By submission of this proposal, the Bidder certifies: l,, 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 • NONCOLLUS1ON AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed onO3/1 R/2.5 at Rancho Santa Margarita, CA Date City State Matthew Jafari , being first duly sworn, deposes and says that he or she is President of A2Z Construct Inc the party making the foregoing bid that the bid is not made in the interest of,or on the behalf of,any undisclosed person, partnership, company, association, organization,or corporation; that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired,connived, or agreed with any bidder or anyone else to put in a sham bid,or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly,sought by agreement,communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation,partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. A2Z Construct Inc/Matthew Jafari Name of Bidder • Signature Bidder PO Box 80425 Rancho Santa Margarita, CA 92688 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL. CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS, (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. A2Z Construct Inc Contractor Matthew Jafari" By President Title Date: 03/18/25 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete,under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes 'No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion ofthe 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. A2Z Construct Inc Contractor Matthew Jafari By President Title • Date: 03/18/25 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct ;A z conifrudtiho. Bidder Name PO Box 80425 Business Address Rancho Santa Margarita CA 92688 City, State Zip ( 949 )283-5179' a2zconstructinc2@aol.com Telephone Number Email Address 739539 A,B State Contractor's License No. and Class 08/20/1997 Original Date Issued 03/31/27 Expiration Date The work site was inspected by Matthew Jafari of our office on March 3 , 2025 The following are persons, firms, and corporations having a principal interest in this proposal: Matthew Jafari 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. A2Z Construct:. " _ „..,, . Company Name Signature ofs:;:.:d'dery V.V - Matthew Jafari Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this! 9-1.*da of f\NOJN.JA , 2025. y _ _... A notary public or other officer completing this certificate verifies only the identity of the '1 individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of (Jai i 4(flicx ). „ County of ( raPC\12. ) .-- On 0 1 Ill 20 1)-5 before me„.\A*, , (66- ',i Of Ida, N.61641.q '' ' . tii at . Month,Day,and Year .-- Insert Name alf4-.-itleof Notary . personally appeared?,_ _tYka-*Ir ' " ' Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(i) whose name(a)65/are sull.7,sc,ribed to the withinrinstrument and acknowledp ed to me that&she/they executed the same in Wher/their authorized capacity(ieg), and that by is?er/their signature( Jon the instrument the personc),or the entity upon behalf of which the perso i)acted,executed the instrument. t ). I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. :,,, ,.71PAit:, LISA CAROLE BAGGERLY WITNESS my hand and official seal. r,,,..,4*Sle,:- Notary Public-California 4,-.614, r, Orange County I ,. -,...r,i1 r''. Commission#2434360 „ 1 ' -1. 4'My Comm.Expires Jan 15,2027 ' • ;:•••,. ,,/,' „ " , ,„ „ . i ',, i'• ' Signa ' iii Signature a ' '.'-, • • etc '(PLACE NOTARY SEAL ABOVE) $ • X-9 : ' , Bidder's Project History For the purposes of this project the contractor and subcontractor must have, in the last five years, constructed at least five (5) projects of similar work. Describe specific work and experience necessary for project, for example,;"Eofisfi utf oit3'of or-,ttenant=fmprovements on 416E:civic facilities." Bidders are encouraged to submit supplemental relevant project history in addition to-the projects listed herein. The following list of projects meet the requirements of above: 1. Name and Address of Reference Name and Telephone No. of Owner: City of Newport Beach, Tom Sandefur 949-644-3327 $181,378.00 Interior/Exterior Cliff'Drive Clubhouse May 2022 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Demo$:flooririi new,..tiles;,toilet5partitionsJ:ilumbiri .fixtures;:.copper awniti€t liairrt. • 2. Name and Address of Reference Name and Telephone No. of Owner: City of Placentia, Kevin Koura'714-920-7604 $.45.7,000.00 . ....... ..._ _ADA..Restr..00m....lrr►proveme.nt...................................._.........................t �au: 1x16:_...:.... Contract Amount Type of Work Date Completed". Provide additional project description to show similar work: t enovat on stroomst of roes.°arid'breakr o r. irtferiar a terror;iuilding wor lr.,.._..:... ,H1 Adr:PtttmEairt atlif t4dtitati. ...... 3. Name and Address of Reference Name and Telephone No. of Owner: City of Newport Beach, Tom Sandefur 949-644-3327 $100 000 w drartHov atiO k r ept._2022 Contract::..iriount .:..::::....:..:.:. Type..o Work' ._................._:......:........._......_........................Date Comp e red' Provide additional project description to show similar work: �,rro man �rri�ffal°t'rirle'f=iaa` �rar �' arfd. `fi"}�rti�iiittg�fl�t � . r>r'����arid t�,�errimen�morns, ADA signage, re-level existing floor, and new tile • • C-10 Name and Address of Reference Name and Telephone No. of Owner: City of Huntington Beach, John Griffin 714-536-5431 $11.74.600.00 antra Libracy`Lower.'L; teI....Reittbarn'ACAl ira fell* 44n.2028. Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Renovation of men's and women's restroom, converting into a family style ADA restroom. Wall finishes, stalls, fixtures, plumbing, HVAC and acoustic ceiling system 5. Name and Address of Reference Name and Telephone No. of Owner: Coast Community College District 714-438-4600 $430,000.00 _.'Golden West College Restroom Renovation:Project, iVov..2023 Contract Amount Type of Work Date Completed - Provide'additional project description to show similar work: Renovation of 10 restrooms to include demo, toilet partitions, flooring and wall" - patching, painting, lighting, toilet accessories, concrete sealer and finish -C-11 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Name of proposed Project Manager Matthew Jafari (949)283-5179 Telephone No. of proposed Project Manager Golden West College`,Restroom Renovation Project (See Above) Nov 2023 Project Name &Contract Amount Type of Work Date Completed Central Library Lower Level Restroom ADA Improvements (See above) Jan 2025 = . Project Name& Contract Amount Type of Work Date Completed Stanton Family Resource Center Renovation Interior Work 'Feb 2024 Project Name& Contract Amount Type of Work Date Completed 2. .Name of proposed Superintendent Saloman Romero 323-501-4020 Telephone No. of proposed Superintendent Golden West College Restroom Renovation Project (See Above) Nov 2023 Project Name&Contract Amount Type of Work Date Completed Central Library Lower Level Restroom ADA Improvements (See above) Jan 2025 Project Name &Contract Amount Type of Work Date Completed' Stanton Family Resource Center Renovation interior Work Feb 2024 Project Name &Contract Amount Type of Work Date Completed C-12 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20,2014, established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and'performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $300.Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database; https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: • "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined'in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a . - violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code,provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. A2Z Construct Inc - Contractor )Matthew Jafari By a2zconstructinc2@aol.com Email President Title Date: 03/18/2025 PWC Registration#: 1000012937 C-13 THE Eth TRAY SURETY The Gray Insurance Company The Gray Casualty&Surety Company Bid Bond Know all men by these presents: THAT A2Z CONTRUCT,INC. Of P.O.BOX 80425,RANCHO SANTA MARGARITA,CA 92688 ___ _ hereinafter called the Principal, and The Gray Casualty&Surety Company of Metairie,Louisiana, a corporation duly organized under the laws of the State of Louisiana, as Surety, hereinafter called the Surety, are held firmly bound unto THE CITY OF HUNTINGTON BEACH as Obligee, hereinafter called the Obligee, in the sum of 10% for the payment of which sum and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid: Job Number: CC-1708 Project Description: POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS CC-170B Project Location: HUNTINGTON BEACH,CA NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specialized in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void, otherwise to remain in full force and effect. Signed this 7TH day of MARCH , 2025 , by: Principal: A2Z CONTRUCT,INC. Witness: Signature: Signature and Title: R___r/idee-6 THE GRAY CASUALTY&SUR COMPANY Surety: Witness: Attorney-in-Fact: SANDRA FIGUE A,ATTORNEY-IN-FACT Signature: 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 1 County of SAN DIEGO Jr On MARCH 7, 2025 before me, MICHELE KIRSTEN GIESING, NOTARY PUBLIC , Date Here Insert Name rind Title of the Officer personally appeared SANDRA FIGUEROA Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons}whose names)Is/asubscribed to the within instrument and acknowledged to me that he/she/they executed the same in#:ifs/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. rti MICHELE KIRSTEN GIESING I certify under PENALTY OF PERJURY under the a .. Notary Public•California laws of the State of California that the foregoing . i 7 San Diego County g paragraph is true and correct ,-•-• WF Commission#2434345 My Comm.Expires Jan 15,2027 WITNESS my hand and official seal. Signature Place Notary Seal and/or Stamp Above ign re of Notary Public OPTIONAL Completing this information can deter alteration o e docu ent 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: .SANDRA FIGUEROA Signer's Name: ❑ Corporate Officer—Title(s): 0 Corporate Officer—Title(s): Cl Partner— 0 Limited 0 General 0 Partner— 0 Limited ❑ General ❑ Individual iIi Attorney in Fact 0 Individual 0 Attorney in Fact ❑ Trustee 0 Guardian of Conservator ❑ Trustee ❑ Guardian of Conservator ❑ Other: 0 Other: Signer is Representing: Signer is Representing: ©2017 National Notary Association • . Helen Maloney&Associates Insurance Servi( 03/07/2025 10:28 1198512013071 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY&SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number: Principal:A2Z CONSTRUCT,INC. - Project: POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS CC-1708 KNOW ALL BY THESE PRESENTS,THAT The Gray Insurance Company and The Gray Casualty&Surety Company,corporations duly organized and existing under the laws of Louisiana,and having their principal offices in Metairie,Louisiana,do hereby make,constitute,and appoint:John G.Maloney,Helen Maloney,Sandra Figueroa,Tracy Lynn Rodriguez,and Mark D.Iatarola of Escondido,California jointly and severally on behalf of each of the Companies named above its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver, for and on its behalf and as its deed,bonds,or other writings obligatory in the nature of a bond,as surety,contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 26th day of June,2003. "RESOLVED,that the President,Executive Vice President,any Vice President,or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings,and all contracts of surety,and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney,and to attach the seal of the Company;and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond,undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF,The Gray Insurance Company and The Gray Casualty&Surety Company have caused their official seals to be hereinto affixed,and these presents to be signed by their authorized officers this 4'h day ofNovember,2022. ,e,E404, r 7 yo.�,:t8 v< �! By Michael T.Gray Cullen S.Piske gi SEAL SEAL t° President President �l y The Gray Insurance Company The Gray Casualty&Surety Company �y State of Louisiana ss: Parish of Jefferson On this 4'h day of November,2022,before me,a Notary Public,personally appeared Michael T.Gray,President of The Gray Insurance Company,and Cullen S.Piske,President of The Gray Casualty&Surety Company,personally known to me,being duly sworn,acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of,and acknowledged said instrument to be the voluntary act and deed,of their companies. Leigh Anne Henican Z1 �,G Notary Public g Lei h Anne Henican ,m yw; g Notary ID No.92653 Notary Public,Parish of Orleans State of Louisiana Orleans Parish,Louisiana My Commission is for Life I,Mark S.Manguno,Secretary of The Gray Insurance Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and• affixed the seals of the Company this 7TH day of MARCH , 2026 0124A4 401 IP*" I,Leigh Anne Henican,Secretary of The Gray Casualty&Surety Company,do hereby certify that the above and forgoing is a true and conect copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Company pthis � 7TH day of MARCH , 2026 ok SEAL 'I 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 March 12, 2025 before me, Lisa Carole Baggerly, Notary Public (insert name and title of the officer) personally appeared Matthew.Jafari who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 5t� ;•, LISACAROLE BAGGERLY �•.' Notary Public-California ;.� Orange County :. ^";$ Commission#2434360 o" My Comm.Expires Jan 15,2027 Signatur (Seal) a-tfr-e/te,Zed 49td S. hn, C • Scalp cL ►-L F 'PD I I.C.� �ec� {��f�n e t-,� W o Vy,e h lS Lo(icey cc. - nog Public Works y:::a_ ::g p», Hi7/as tip' ei p0AT I NET- CITY OF — _— HUNTINGTON BEACH s, `CF�OUNTV \;;•• Lisa Lane Barnes I City Clerk August 18, 2025 ACC & Engineering, Inc. 1130 N. Kramer Blvd#1 Anaheim, CA 92806 RE: Police Department Women's Locker Room Improvements —CC-1708 Enclosed please find your original bid bond for CC No. 1708. 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 f M7G/ %'LG�iC�O� SECTION C PROPOSAL for the construction of POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS CC No. 1708 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 160 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. Itis agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes,royalties, _ fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract,the undersigned agrees that in the event of the BIDDER'S default in executing the.required contract and filing the necestiazy 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. BID BOND Accompanying this proposal of bid,find in the amount of 10% which said amount is not less than 10%of the aggregate of the total bid price,as required by the Notice Inviting Sealed OR ELECTRONIC Bids,payable to the AGENCY. (Please insert the words"Cash","Certified check",or"Bidder's Bond forY0 ",as the case may be)Any standard Surety Bid Bond form isacceptable. Bidder shall signify receipt of all Addenda here,..if any: Pk "IT ramigh ::: I 02/10/2025 v- Air 2 02121/2025 3 02/25/2025 4 03P10/2025 5 6 03/17/2025 7 03/17/2025 8 03/17/2025 9 03/31/202 10 03131/ 11 04101/2025 12 .04/03/2025 • , C-2 CITY OF HUNTINGTON BEACH HBPD - WOMEN'S LOCKER ROOM IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Item # Description of Work Quantity Unit Unit Price Item Total 1 Mobilization 1 LS $. $ 2 Demolition 1 LS $ $ 3 Concrete 1 LS $ $ 4 Acoustic Ceiling 1 LS $ $ 5 Metal Stud Framing 1 LS $ $ 6 Batt Insulation 1 LS $ $ 7 Sealants 1 LS $ $ 8 Hollow Metal Door Frames 1 LS $ $ 9 Doors 1 LS $ $ 10 Door Hardware 1 LS $ $ 11 Glazing & Hollow Metal Window Frames 1 LS $ $ 12 Flooring and Wall Base 1 LS $ $ 13 Gypsum Board-Walls and Ceilings 1 LS $ $ 14 Painting 1 LS $ $ 15 Signage 1 LS $ $ 16 Interior Products (i.e. Markerboards, Blinds) 1 LS $ $ 17 Furniture (Material and Install-see Appendix I) 1 LS $ $ 18 Fixed Furniture-ADA Benches and Lockers 1 LS $ $ 19 Mechanical Systems (Including control and 1 LS $ $ programming, see sheet M 101, Notes 2 and 10) 20 Plumbing & Plumbing Fixtures 1 LS $ $ 21 Fire Protection Systems 1 LS $ $ 22 Electrical/Data/Technology (Including RGB system 1 LS $ $ . -see Appendix J) 23 Lighting Fixtures 1 LS $ $ 24 Interior Finishes-Tile Walls and Floors 1 LS $ $ Total in Numbers $ Total in Words: Note: Bidders must provide pricing for every bid item. The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. ACKNOWLEDGMENT A notary public Or other officer completing:this. l 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 7, 2025 before me;. .Camden Gray Alchanati,Notary Public (insert name and title of the officer.) personally appeared. Air Hamad (Ben:Flamed) who proved to me on the basis of satisfactory evidence to be the • on(s):whose.name(; `ere s cubed to the within instrument and-acknowledged:to mettle he/they executed the same in tyther/their authorized.capacity(ies),and that byher/their signature(s:on the;i .) nstrumentthe person(s),or the entity upon behalf of which the person(S)acted, executed the instrUrnent f"certify under.PENALTY.OF PERJURY under the laws of the State of.California:that the foregoing. paragraph is true and correct 'DEN GRAY Rt. !{ � TNESS my hand and: official:seal. mycommcosnrcecFsc 'o,,,,y`� Wi Signature (Seal) 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. Sid Name-and Address of State Class DIR PWC Dollar %of Item(s) Subcontractor License Registration#"`,,,Amount aunt Contract Number" All American Building Services 921499 C10 1000790148 $85,000 9.29% 22 , 23 PO Box 802586 electrical Santa Clarita, CA 91380 Air Bal- Hartmanaire 101771 C61/D62 $1,800 0.20% ante/Air 12 GardeniaLake 3 Moving 1000046902 cy.ste,,,s Forest, CA 92630 Penner Partitions,Lnc 924223 C61/D34 a 18 35601 E.La Palma Ave. $12,80 1.40/o Anaheim 92806 4 1000004040 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 NONCOLLU:SION AFFIDAVIT TO BE EXECUTED BY BIDDER,AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State,of California that the foregoing,is true and correct and that this declaration is executed On a 4/07 at AnaheimCA Date Ci State Ben Hamed(Alarm Hamed). ,being,first duly sworn, deposes and says that he or he is CEO a Principal Engineer of ACC & Engineering 1,14*o 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 hid,and has not directly or indirectly colluded,conspired;connived,or agreed with any bidder or anyone else to put in a Shambid,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 ript:psylep to any corporation,:partnership,company association,organization,bid depository,or to any member or agent thereof to effectuate a collusive or sham bid.: Name of Bidder ACC & Engineering LLC Ben Harried, A.M.,ASc Amr HamedL, • der 113,0: N Kraertier Blvd # i , Anaheim CA, 928,06 Address of Bidder C-4 ACKNOWLEDGMENT A notary:publiC orother officer'completing this certificate verifies only the identity of the individual who signed:the document to whichthis certificate it attached, and not the truthfulness,accuracy, or valid,. of that document • State of Calitmia ORANGE County of On APr11 71 2025 befote me, Camden Gray Alchatiali, Notary Public ' insert name and title Of the officer) personally:appeared Arnr Harried:(Be. rt Named) Who proved tome on the basis of satisfactory evidence to be the •n(s),whose,hartle(scribed to the within Instrument and ackriowl:-- =d to me.th-ar-he/they executed the sari*in er/their authorized capecity(ies), and that b 67'er/their signature(s)on the ihitrumentthe •= on(s), or the.entity upon behalf of which the person(s)actedi execUtedihetstrumeht I certify under PENALTY OF PERJURY under the laWS Of the State of California that the foregoing • paragraph.is true and correct eAmpENGRAccvo'Vl commissionoanza WITNESS my hand and official seal. fkftyPok.gailiinia g LOSMPFLES Cctantv MY CC Ms Expres SEPT 2025 04\ Signature (Seal) UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HITNTINGTON BEACHi CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work-specified in the contract, known as the POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS; (1)(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,Cal'farina Administrative Code,Section270.0;as follows: "Qualified Person: person who, by reason of experience or instruction, is familiar with.the operation to be pe,fOrmed arid the haiards 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 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: ACC 4 Engineering LLC Contractor Ben Earned, A. (Arnr flamed) CEO & Princ.ipaI Engineer Title • " Date: 04/07/2025 C-5 ACKNOWLEDGMENT A notary public orother 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 ORANGE County of On .April7, 5 before me, Caniden Gray Alchanati; Not ,Public (insert name and title of the officer) Personally appeared Amr Hamed (Ben HMO) who provedto me on the basis of satisfactory evidence to be the -•n(s),whose narnecs re 44cribed to the within instrument and acknowle ed to me -.174 She/they executed the same in, ( /iher/their authorized capacity(les),and that b erltheir Signature(a)on the instrument the persdn(s), or the entity upon behalf of which the person(s)actect,executed the instruinent I certify under PENALTY OF PERJURY under the laws of the State of California that:the foregoing paragraph is true and correct „ eoffulipion#23u3s t,t1:1.1 Notary Pot*-Caktonto LosANGELEscounkaa WITNESS my hand and official seal. CASignature (Seal) 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 EI No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant toSection 1861 of the State Labor Code,each contractor to whorn a public wotts 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 perfonnance of the work of this-contract. ACC & Engineering LLC Contractor 13 A (Artir By CEO & Engineering Title Date: 04/0.7/2025 C-7 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the,individuat 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 .7/ 204 before me; Camden Gray Akhanati, Notary Public (Insertnarne.and&lea Of the Offi' Per) Ameramed (Ben flamed) who appeared who proved to me on the basis of satisfactory evidence to be the,peqqn(s).whose,name(s)-are • •- to the within instrument andaCknOwle s_.ed tome 01- he/they executed the same in er/their authorized capacity(ies),and thatb er/their signature(s)On the instrument the !erson(s),or the entity upon behalf of which the person(s)acted;axe . -the instruMent I certik under PENALTY.OF PERJURY under the laws of the State of California that the foregoing paragraph is trueand correct 144, CAMDEN WALCIV111, ZnIstthictiric= g WITNESS my hand and official seal LOSAN9ELESCatOy Com.Expfres SEAT 2,,2025 . Signature. (Seal) BIDDER'S INFORMATION BIDDER certifies'that the following information is true and correct ACC Engineering LI,C Bidder Name 1130 N Kraemer BlVc1 Business.Addiess Anaheim CA 9260.6 City, State Zip ( 714) 644-2140 office@accandengineering-opta Telephone Number Email.Address 107380.7 - A.B,C20,C36 . State Contractor's License No.andClas$ 0.3/05/2021 Original Date Issued 03/31/20.27 Expiration Date The work site was inspected by N/A ofout office on ,20 The following:are,persons,firms;and-corporations having a.principal interest in this proposal: Ben Flamed,. AIA„. (Amr 'Flamed). ACC, & Engineering :LLC. The undersigned is prepared to latisfy the.Council of the City of Huntington Beach of its ability,. financially or otherwise, to perform the contract for the proposed work and improverdents in accordance with the plans and specifications set forth., . , ACC & Engineeting LLC. • Company Name: SignatureofBidder Ben }lamed, .A..M.ASCE, AIA, (Amr Halted) .Printed Or Typed.Signatute C4 eforemths ' day•of a'bedandswom.to b ei,, aSu . . . . • •; -. A n public•or'other officer completing this certificate, +enfi o iy th+e'ide y < of•the^ mdi .signed•th ', who a`to`-`which.'this':r��ficate`:°is. e::doc�tneit;;. or, ' . di 'of that document:.. • • State ofi #' '1`.61" M1 ,, , ,< '.Coon :of _ ..� „ a: f<Y',l t:' ., u•y.... ...ter. a• ..r,,J,.. ., < .>. v 1. .,. . :•'..> •aVI 'D .`.and°'Year�'�• ., • onth, : 0'.. Tide t? am ��1lS6it� t,4 < n, (l\ 4 . . 4,-:--•,,,,,::.•... ...-,..-....,-;:::•,...::. .. .....•:.......,::.:.,-...- -.-.;:: ,:' -- :::•‘ ;.:.... .....i ...:..: . . per YAP <, h..v k i.' ,:,WhO V$d<3to°Tile a p e(s,,! .11e f the bass_of Satzs�dctoi;y�evidence to he th 0 S STB:.. ' :`.. :, SubScrl'bed.tO the;Withsn'-mstrainen OWle elthey ea se nam t and'ackn., <dged;tm me.that lielsh� edited the same ". .`: �•�..:; ..^,,k:• a,city{ies},:andetlat:bY �m lli,;fhea�lthelr authon�cap „ . . . <. ^�, . his/her 's, • r ,. };on,tt�e,• ,.. .eat - � or f winch.the a so' s executed the instrument . ._. .person(s�,. .t�he:entitgupon'he }:`tatted, _ p y I uncle ITNAALTY-,O ':PERJURY under 1he la�►s°af the State of•Califoiz;ia tliat:the.. ; h: true and.correct.` m ss aragrap;foregt� gP "AiPAIA R Ca +Or► 043�6 Nw'. 3S� haritl�aad� Coal , � . oiaia a ' x Pu�c=CaSd ;i.,••:.'-'':.• ''.:.''''':':::,,"';') ',,.A::'''..:';.'",: '.': '`-'-',.'41:.!..?."... -..'-:-.;::.::::1',,•,':',''''''':,',:*: ,':..,,... .,--:-;:i'; '::::;..i..':3",•. ',".: ',!,:..:,,,,,:',..,......,.....,,..i,;,-.;...',s;.',:',,:.::.,,i.,..... ..,.. . .:, I,...: ,.," ,. : ; ,...,. .,,,,:,,,,,..:,- ..„ ,:?,2,.:[..,.. r Ccari o H 4 rrs . : r'r Si , `7;: Si ofNo• :Public`�' (PLACENOTARYSEALABO „ „ a. fix. _ ' • a • • • • A�a. • , r • 'w a' ''f , n v ^ r:nx "u .. �.,: `.. ..., is•� : ^ -. `y.,' k' < " M., t'''' '':;. ...:,;;-.n:f::;!:.:;‘,''.'‘2,.::.::..1.:,::,'1,'::',,'':,,,.:';';':•.;',;,.;',":1,":?:' .7:::':'.'i---t--•,47,:.,. ' r as .-eS M'>r^U R -,e¢Tn#a x:,� - i»s .>w.•:r..ww.^.«..e.,—`^............ ..e<......... . .. .. - _o �� .PX �{'i' }RE�':tt'R: .ri,f�'l-fl� Bidder's Project History For the purposes of this project the contractor and subcontractor must have, in the last five years, constructed at least five (5) projects of similar work. Describe specific work and experience necessary for project, for example, "Construction of or tenant improvements on existing civic facilities."Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. The following list of projects meet the requirements of above: City Of Newport Beach Newport Beach Utili- 1. Name and Address of Reference ties Locker Room Maintenance 9501-1 Name and Telephone No. of Owner: Ellis Petersen, P.E. 949-644-3014 Tenant Improvements on Ex- $250, 000 isting Civic Facilities 04/08/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: *General construction including remodeling, demolition of Newport Beach Utility Department Men's $hnwar/I nrkar Pnnm County of Riverside-District Attorney New offices&Existing offices Ren- 2. nvatinn in Multiple Fin-re 1960 f)rang St,Riverside,CA 9'S01 Name and Address of Reference County of Riverside-Facilities Management Michael Buckley Name and Telephone No. of Owner: (951).955.2869 Tenant Improvements on Exist— $238, 000 inc Civic Facilities 02/28/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: *Renovated multiple district attorney offices with new walls, drywall, and acoustic ceilings. * Installed electrical systems,ADA-compliant upgrades, and access-controlled doors. *Enhanced interiors with modern flooring, lighting, and data cabling. 3. Name and Address of Reference Norwalk-La Mirada Unified School District Name and Telephone No. of Owner: 562-868-9014 $900,000 Norwalk Adult School 01/2020 Upgrade Project/T.I Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Tenant improvements at Norwalk Adult School included upgrades to electrical and plumbing systems, installation of a new fire alarm system, and other interior improve- ments to enhance functionality and code compliance. C-10 4. Edison Community Center Improvements-21377 Magnolia St Huntington Beach, CA 92646 Name and Address of Reference • Name and Telephone No. of Owner: Danny Kaye 310 351 0138 $ 915,048 Tenant Improvements 02/2021 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Please see space below for Details 5. Name and Address of Reference Anaheim City Market 521 S Brookhurst St, Anaheim, CA 92804 Name and Telephone No. of Owner: Ziad Morra (562) 353-9432 $762,320 Tenant Improvements 10/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: The oroiect consisted of tenant improvements for a grocery and butchery, including the combination of Units A and B into a single unified tenant space. The scope included the installation of a new HVAC system, replacement of the existing interior lighting, and a full interior remodel. Work also involved new electrical systems, construction of new interior walls, plumbing upgrades, and the installation of a new fire alarm system. 4. Additional Project Description -Edison Community Center Improvements Tenant improvement project that included structural modifications to support a new layout, installation of a new storefront, and the construction of new wall systems and partitions. The scope also involved underground plumbing for re- strooms and utilities, building out new restrooms and a break room, and in- stalling new flooring throughout. A brand-new HVAC system with duct work and controls was added, along with a complete electrical upgrade and new en-ergy-efficient lighting. We also installed a new ceiling system with acoustic tiles and completed all interior finishes. This project is similar in scope and complex- ity to the one we are currently bidding, demonstrating our experience and ca- pability to deliver high-quality tenant improvements. C-1 l Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project.Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Name of proposed Project Manager Ben Hamed, A.M.ASCE, AIA, (Amr Hamed) (951) 903-2284 Telephone No. of proposed Project Manager Norwalk Adult School Upgrade Project Norwalk Adult School $900,000 Tenant Improvements 01/2020 Project Name&Contract Amount Type of Work Date Completed Edison Community Center Improvements $915,048 02/2021 Tenant Upgrades Project Name& Contract Amount Type of Work Date Completed Anaheim City Market $762,320 Tenant Improvments 10/2024 Project Name& Contract Amount Type of Wprk Date Completed 2. _Name of proposed Superintendent Magdy Re z k (714) 844-2140 Telephone No. of proposed Superintendent Norwalk Adult School Upgrade Project $900,000 Tenant Improvments 01/2020 Project Name&Contract Amount Type of Work Date Completed Edison Community Center Improvements $915,048 Tenant Improvments 02/2021 Project Name &Contract Amount Type of Work Date Completed Anaheim City Market $762,320 Tenant Improvments 10/2024 Project Name&Contract Amount Type of Work Date Completed C-12 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS(DIR) CERHACATE Pursuant to.SB 854(citing Labor Code Section In Li OA passed by the California State Senate on June 20,2014, established a new public works Contractor RegistrationProgram,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with, the California Department of Industrial Relations(DIR).Currently:the annual non-refundable registration feefor Contractors is$300.Each contractor to whom apnblic works contract has been awarded shall sign the folloWing.certificate. DIR FACT SHEET on SR 854 httpiliwwwlir.ca.gov/DLSE/PubliCWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor RegistratiOn Link=Call(844)522-6734, https://efiling.dirca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm Dfrs Contractor Registration searchable datlbase: https://efiling.dir.ca.goy/PWCR/Searckaction 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 1725,51 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 ofthe 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 D1R as the primary contractor, as well as for ALL subcontractors at the titie.of submitting the bid., ACC & Engineering L.LC Contractor AIA, (Amr' 'Ranted) By office@accandengineering.com Email CEO & Principal Engineer Title 04/07/2025 pvve Registration 4: 10008,01097 C-Is ACKNOWLEDGMENT A notery public or other officer completingthis certificate verifies only the identity of the individual who signed the document to which this certificate it • attacheck and:not thetruthfulness,accuracy, or validity of that decument. State of California County of ORANGE On AP111 71 2025 before me, mden Gray Alchanatif Notary Public (insert name andtitleof Ca personally appeared Amt Hamed (Ban Kamed) who proved to me on the basis Of satisfactory evidence to be thegon®whose nanie(Oar, e 944cribed to the within instrument and acknowledged to me tha heithey executed the settle in piper/their authorized capacity(ies),and that by(011er/their signature(s)on the instrument the person(t), or the entity upon behalf of which the person®acted,executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct v*41.4b7.-IL.'""i3-47A41.0;A-1 :(17-1,64/ .er #231;045 Afar),PubAr-Caffonva WITNESS,my hand and official seal. Akterirep,Mr CA\ 42°25 Signature (Seal) BID BOND FORM 00430 BID BOND BIDDER(Name and Address): ACC&Engineering LLC 1130 N Kraemer Blvd#I Anaheim,CA 92806 SURETY(Name and Address): Merchants Bonding Company(Mutual) P.O.Box 14498,Des Moines.IA 50306-3498 OWNER(Name and Address): City of Huntington Beach 2000 Main St Huntington Beach,CA 92648 BID BID DUE DATE: March 14,2025 PROJECT(Brief Description Including Location): CC No 1708 POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS BOND BOND NUMBER:492147 DATE (Not later than Bid due date):March 14,2025 PENAL SUM:Ten Percent of Bid Amount : ., :,. .,.:;;:;; 10% (Words) (Figures) IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent, or representative. BIDDER SURETY • ...alR (Seal) Merch nts Bond'ng Company(Mutual) (Seal) Bidde'- :ir d Corporate Seal Surety' _ • Corporate -al nl 1� _ • Signature and Title "gnature and Title (Attach Power of Attorney) _ Valerie Aber Attorney-in-Fact Attest: Attest: _ ignature and Title Signet a and Title Note: (1) Above addresses are to be used for giving required notice. (2) Any singular reference to Bidder, Surety, OWNER or other party shall be considered plural where applicable. 00430-1 • CON 0690(8/18) Bid Bond Form 1. Bidder `and Surety, jointly and severally, bind themselves, their heirs, executors, administrators,successors and assigns to pay to OWNER upon default of Bidder the penal sum set forth on the face of this Bond. 2. Default Hof Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents and any performance and payment Bonds required by the Bidding Documents. 3. This obligation shall be null and void if: 3.1. OWNER accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents and any performance and payment Bonds required by the Bidding Documents, or 3.2. All Bids are rejected by OWNER, or 3.3. OWNER fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable,consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 Calendar Days after receipt by Bidder and Surety of written notice of default from OWNER, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety Waives notice of and any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by OWNER and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed;120 days from Bid due date without Surety's written consent. 6. No suitor action shall be commenced under this Bond prior to 30 Calendar Days after the notice of default required in paragraph 4 abbve is received by Bidder and Surety and in no case later than one year after Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery,commercial courier or by United States Registered or Certified Mail, return receipt requested,postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety.'shall cause to be attached to this Bond a current and effective Power or Attorney evidencing the authority of the officer, agent or representative who executed this Boyd on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. ?° 11. The term "Bid" as used herein includes a Bid, offer or proposal as applicable. 00430-2 CON 0690(8/18) Bond#:492147 • W • MERCHANT BONDING COMPANY. • POWER OF ATTORNEY • Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the;State of Iowa,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the "Companies")do hereby make,constitute and appoint,individually, • Valerie Aber their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written `instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and amended August 14,2015 and April 27,2024 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015 and amended on April 27,2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and • authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature:and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations•in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond.4 In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given - to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 14th day of March ,2025 ............... 0 . .\�• MERCHANTS BONDING COMPANY(MUTUAL) ' P�1P0'q��•_, pa0.•....!11,p•• MERCHANTS NATIONAL BONDING,INC. �g Gp Rq• Oy :.�,;�pP 4 ...9• d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY tn' y' • • —▪ 2003 ;.�e : : 1933 ;c; • • ti• By X' `••..�� ;�,..••� •• President STATE OF IOWA 1 COUNTY OF DALLAS ss. >' On this 14th day of r March , 2025 • , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing,,instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. Rt. Penni Miller ni„e$ commission Number 787952 • •7•�ii. • My Commission Expires IOW! January 20,2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and hassnot been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 14th day of March , 2025 . ...�O .••• '• N • .•.- -•. 09 .................... :�o?otiiPogq��l°9•. _0_ a:v_: -o- rnt •a' 1933 ••C Secretary QAzt4&i' - 2003 �- :y• :ti. • • 4• POA 0018 (6/24) ...z........ 3 4 r • ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ORANGE ) On April 7, 2025 before me, Camden Gray Alchanati, Notary Public (insert name and title of the officer) personally appeared Amr Hamed (Ben Hamed) who proved to me on the basis of satisfactory evidence to be the ,,•��,�. on(s) whose name(•11h.re - 'scribed to the within instrument and acknowle•sed to me tha WA-he/they executed the same in er/their authorized capacity(ies), and that by IP' er/their signature(s) on the instrument the •erson(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. �``WYATI m �l � WITNESS myhand and official seal. °mod NotaryPuComission��_Caliio2i„13mia � LDSANGELES County f My Comm.Expires SEPT t.2025 rn Signature (Seal) • .,. 7,..!_.„..,.4i:,_:. _:::...,--,:47-,,t,',-:,,4, 14.1. vs...745•,... ;,-_,::',4.7.-,,t.,.:77;_?-,..--..-f`%.,,;;;;°47:-.,-,,,,t-.:-:.._:::'-4.,r;,17...,0-.4.•;:,,,,..--44,,,,,• 4---F':':7,:f'^',;-44;t''..*Aki7::,4:''''::".A"'-‘ 1•5..P.°;"k`°:3;‘`...'1.'.''' ''.7`.'*.1.7''''...Y"'h.444. 11-'-14.,:-ai . F.'-''.::-.. -,,P,4,;.'4K :.,-4.•-.,--!`''41:.''77'' ,,,1., ,i,,,i43,vic-4iWitii.d."044.43011050"4166''' ''''''O'V'tNW4,4*V^.VM''''"-Li , ,-'-'.:-' ''':,`...Y.:',WI', ,k, '1',.*' •' : ..47'.74V4S:,..1':( ail„,:','..:'.'.›71..,*;,t..t.kt.,,,, '',YZ...,,,,...'',''.,?'4:-hz- 14-4;4,:'. .1:*',.. -;;" i...—,.,-,,::..70:,2 -!t-,,,Att_4,;,.•„...--;:`-;.,;„,>.4.,--4,.;',_.--4-VA -...,'-",;-7..-:,,,,,A7-.1:;6;-;_;;;-- .',,,,,,_.-'.—'-;-,, -4440-si ...,;1':"kf.:::' ' -;:':,-..1:5--1-?,,,;;`,1,' ":1fV.,'',-:-n.'•e:-t:.1.,,Ztr,r*-1'4.‘2Z'''-1'_:;-,;:';',D.-Ir..t..--r`4.',.*;,:,";-;.'.,..-7..1-t,,.'1'-!*:;:;-',..-171.,::: --6,,,.....,..,,,.,-.., ,.--,-;,,,..:, , , ,,-,,-.,,,,,,--:';›,':°10, p'"`:''-'--1.;:i:',;,,:-;;,-i ,:--;44,e_.:," tz,, -I' ,=,'.4,'0.1 r"-, 1.'7-3'f=t,;:r,:„77;ei: __,-,'..,, ,:s::::.-•,',':;-. -,.,, .; ,:-.-:, ;;;,,,:n;',6?'"nt,e4 .•,,,, ,',,,u,-1"5:, :':,,4A,:0:61VA,,,, V.. i.i':`._,,,,,:-:LJ.,k::'.7:(';ii...4R-4:•Y:;•', ..•:,,' ':' '''''' ,t,',:otyv, ;„4,,,7,41. ,.,:,a-,!,,,,,,,, ,,,,,-,_::,,,,,,,,n7.::,,:,4,,,,,,,,,,,,,,,,,:,,,. d , , , ,,.. _,,,..,,;,,,,,,,:,,,,,::.::„„,,,y,„:„..,,,,,,, io, , ::,,,_:::,-„,,;:-.._::::,,,,,,,,,,,:„.,„:„„ce,„A„,40,,,,,,,,,_,,..-,.-„,:,,,,,,,:„.,,,,,,,,,'„e:.:-: Aokk- ,-'--,i - Y7-:::::.-.. " ,,-.,: ,,:,,:!,:, :.':-.,',.f-,:,--:::-;7: Qdai „,..__:', ,,,,_,,,:,-;,-,:,: --.' ,.. ._,. ,:,.... ., u ...), v„.N.,, -,-....41., gotn( on - , avy‘e 1. b \I‘) meD n Is Locker V...pow_ I vA rn f(0q eWel04-1 (C* : I 4°a g(d 0?,v‘if4j_ bas-t'. P1/4,oer6k SI 1 2.01 '5 Public Works Engineering Lt.(-112C9.-t- 12'.r(r7/31`n q.GROrti' - - - - - ,0(1',00I NG7-0 CITY OF • _ _ HUNTINGTON BEACH FCUUNTY�P ��•I Lisa Lane Barnes I City Clerk August 18, 2025 Ambit Construction & Design, Inc. P.O. Box 812033 Los Angeles, CA 90081-0018 RE: Police Department Women's Locker Room Improvements—CC-1708 Enclosed please find your original bid bond for CC No. 1708. Sincerely, 0/14-;(16/116AKA4K Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 { www.huntingtonbeachca.gov /)41- ,cif/ _ SECTION C U PROPOSAL for the construction of POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS CC No. 1708 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 160 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. Itis agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract,the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bid Bond in the amount of 10% which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Sealed OR ELECTRONIC Bids,payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or"Bidder's Bond for% ", as the case may be)Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. -;.: ;::.Date Received. , ,Bidder's Signature." 1 Feb 10, 2025 Nag ENA/M/V/ 2 Feb 21, 2025 4latiR 8ff MANI 3 Feb 25, 2025 4/E4R Ef f4M,4N/ 4 Mar 10,2025 Nag 'M4M>4N/ 5 Mar 13, 2025 >41af rR Sff>4MANI 6 Mar 17,2025 A/t ,4 C Eff,01,4Nl A 7 Mar 17, 2025 Nag EN NI 8 Mar 17,2025 Nag'IEFffIM,NI 9 Mar 31,2025 41$;;EN/144N I 10 Mar 31, 2025 N�g,4ie Et-mMN/ 11 Apr 01,2025 Nag gf744/144N/ 12 Apr 03,2025 Nag$ff>4MANI C-2 CITY OF HUNTINGTON BEACH HBPD—WOMEN'S LOCKER ROOM IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Item# Description of Work Quantity Unit Unit Price Item Total 1 Mobilization 1 LS $ 95,355 $ 95,355 2 Demolition 1 ` LS $ 63294 $ 63294 3 Concrete 1 LS $ 9024 $ 9024 4 Acoustic Ceiling 1 LS $ 22868 $ 22868 5 Metal Stud Framing 1 LS $ 21227 $ 21227 6 Batt Insulation 1 LS $ 10784 $ 10784 7 Sealants 1 LS $ 2595 $ 2595 8 Hollow Metal Door Frames 1 LS $ 6487 $ 6487 9 Doors 1 LS $ 12794 $ 12794 10 Door Hardware 1 LS $ 12051 $ 12051 11 Glazing &Hollow Metal Window Frames 1 LS $ 12974 $ 12974 12 Flooring and Wall Base 1 LS $ 60976 $ 60976 • 13 Gypsum Board-Walls and Ceilings 1 LS $ 12821 $ 12821 14 Painting 1 LS $ 11540 $ 11540 15 Signage 1 LS $ 1979 $ 1979 16 Interior Products (i.e. Markerboards, Blinds) 1 LS $ 31138 $ 31138 17 Furniture (Material and Install-see Appendix I) 1 LS $ 38923 $ 38923 18 Fixed Furniture-ADA Benches and Lockers 1 LS $ 236242 $ 236242 19 Mechanical Systems (Including control and 1 LS $ 46689 $ 46689 programming,see sheet M101, Notes 2 and 10) 20 Plumbing & Plumbing Fixtures 1 LS $ 59803 $ 89803 21 Fire Protection Systems 1 LS $ 47356 $ 47356 22 Electrical/Data/Technology (Including RGB system 1 LS $ 96984 $ 96984 -see Appendix J) 23 Lighting Fixtures 1 LS $ 61194 $ 61194 24 Interior Finishes-Tile Walls and Floors 1 LS $ 66471 $ 66471 Total in Numbers $ 1071569 Total in Words: one million seventy-one thousand five hundred sixty-nine only C-2.1 Note: Bidders must provide pricing for every bid item. The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. 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. Addiess State Class 13IR PWC Dollar. 14,of Items): Subcontractor License; ; ;; 1 egistra :_"Amount .Contr.act u ifttJeJ` Cruz Electric Inc.,1 4824 Santa 1077166 C-10 1001095232 $97000 9% Anita Ave, Unit 14, El Monte, CA 9173 RADIX FIRE PROTECTION INC 2 1769 E 23RD STREET 823302 C16 1000004258 $47000 4.5% LOS ANGELES,CA 90058 By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on , at Date City State , being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of,or on the behalf of,any undisclosed person, partnership, company, association, organization,or corporation; that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid,or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement,communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed - contract; that all statements contained in the bid are true; and, further,that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation,partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder Signature of Bidder Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS, (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. AMBIT CONSTRUCTION & DESIGN, INC. Contractor Akbar Bhamani 4fE4 'BtMMt4Nl By Administration Title Date:4/7/25 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes 0 No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. AMBIT CONSTRUCTION & DESIGN, INC. Contractor Akbar Bhamani /4/CEi4R'tMAri,4N/By Administration Title Date:4/7/25 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name Business Address City, State Zip ( ) Telephone Number Email Address State Contractor's License No. and Class Original Date Issued Expiration Date The work site was inspected by of our office on , 20 . The following are persons, firms, and corporations having a principal interest in this proposal: The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Company Name Signature of Bidder Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this day of , 202_. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of ) County of ) On before me, Month, Day,and Year Insert Name and Title of Notary personally appeared Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-9 Bidder's Project History For the purposes of this project the contractor and subcontractor must have, in the last five years, constructed at least five (5) projects of similar work. Describe specific work and experience necessary for project, for example, "Construction of or tenant improvements on existing civic facilities."Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. The following list of projects meet the requirements of above: Gardena Transportation, 1700 W. 162nd Street Gardena, CA, 1. _Name and Address of Reference City of Gardena 90247-3778 Name and Telephone No. of Owner: Rachel Yoo 310 965-8803 $528,905.00 GTRANS DIPATCH REMODEL 5/15/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Remodel of Control Office 2. Name and Address of Reference City of Rancho Palos Verdes, 31501 Palos Verdes Drive West, Department of Public Works Rancho Palos.Verdes, CA,90275 Name and Telephone No. of Owner: David Copp 310 544-5335 $430,417.32 Restroom Improvements 7/22/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3. 1936 Lake drive Name and Address of Reference Roof Replacement Beverly Hills, CA, 90210 Name and Telephone No. of Owner: Shelly Brower 805 418-3169 $135,000 Roof Replacement 1/20/24 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-10 4. Name and Address of Reference Roof Replacement Name and Telephone No. of Owner:Shelly Brower 805 418-3169 $124,500 Roof Replacement 3/25/24 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 5. Name and Address of Reference Seven Eleven Stores 1422 South 10th Ave. Arcadia, CA 91006 Name and Telephone No. of Owner: Bhullar 626-602-6298 440000 Interior, Exterior Remodel and TI 2/27/2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-11 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. _Name of proposed Project Manager ZAIN BHAMANI (818) 261-0711 Telephone No. of proposed Project Manager GTRANS DIPATCH REMODEL $528,905.00 Remodel of Control Office 5/15/2024 Project Name&Contract Amount Type of Work Date Completed CONSTRUCTION OF PVIC RESTROOM IMPROVEMENT $430,417.32 Restroom Improvements 7/22/2024 Project Name& Contract Amount Type of Work Date Completed Restroom Improvements at WHITTIER HIGH SCHOOL $ 130000 Restroom Improvements 4/29/2024 Project Name& Contract Amount Type of Work Date Completed - 2. _Name of proposed Superintendent ALY BHAMANI (510)-676-2154 Telephone No. of proposed Superintendent GTRANS DIPATCH REMODEL • $528,905.00 Remodel of Control Office 5/15/2024 Project Name&Contract Amount Type of Work Date Completed CONSTRUCTION OF PVIC RESTROOM IMPROVEMENT $430,417.32 Restroom Improvements 7/22/2024 Project Name&Contract Amount Type of Work Date Completed Restroom Improvements at WHITTIER HIGH SCHOOL $ 130000 Restroom Improvements 4/29/2024 Project Name &Contract Amount Type of Work Date Completed C-12 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20,2014, established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $300.Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, - subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code,provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. AMBIT CONSTRUCTION & DESIGN, INC. Contractor Akbar Bhamani ,}/C$ R$h1,4l14,4Nf By akbar@ambitcd.com Email Administration Title Date:4/7/25 PWC Registration#: 1000698806 C-13 ' - : BLDDER'S INFORMATION. , , . BIDDER certifies:that the following'information is:true•.and correct:. - : • AMBI.T,CONSTRUCTI'ON & DESIG1' ', INC.. : Bidder Name R. O. Box 81,2033 : , . • . •' " - , , Business,Address. ' . I " Los Angeles- ; ' '''CA. 90081 .- - . • City, . - : ,,State : ,.tit," 323' )' 786=80.01 alib caembitotf: t3m ' Telephone Number ..,,_ • , :Ei rail Address '• ' ' ' • i ` . 955934.and-bless.B< - ' .. . I: ` • State Contractor's. License No:andClass .. ",. • M I 1;2123/201:0- ' : Original Date:Issued , ' - ° '' ''' ' : - . 12131/2020 - Expiration Date • • - ' The work site:was inspected byMaysam-Narrizifard of our office'On'Mar6tv 3 ::.a:: ,2025 . ". ' .. ,'rlie following are persons,firms;and corporations having,a priiicipal•interestin ttis:proposal:: AMAN BNAMANI;PRESIDENT,SECRETARY , : . 1 'The undersigned;is''preparer to saw:the:Council Of the;City;of. Iuntingtori•Beach!of-its abil'ity, - ' I financially,or otherwise, to perform the contract for the,propos•ed.work,and.,impmuements in - i accordance with,the plans and,specifications set fortis. ' ' AMBIT,CQNSTR CT1ON &DESIGN',.,INC.,. ;., . ' . .. . Company Nam Signature of B_idde , Printed.or Typed:Signature • NOTARY:CERTIF`ICATE, '. Subscribed and'sworn to before me this.I day of' ,1 , 2O2 , ' .A notary public 'et ether:of'ficer;completing this certificate verifies orily 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„• •f ' - ,).. , • . County Of L,JI V :,On N,O 1€�',, ' before me, pp,, of e. „ . Month,'Da ,and Year insert Named Title cif Na - 'personally appeared . . . l'V1./t t/1. .. . . Name(s);of Signer(s) '.. .. - ,who proved:to-Mean,the'basis,of satisfactory evidence'to be the.person(s) whose name(s) is/are.. . `' subscribed. to the" within.instrument:and acknowledged to that he/She/they!."executed:the.same - '. _ in his/her/their authorzzedea' aci ies ;..and that b.,,:his/her/their si tore;s-:on:the instrument the: P- tY( ) Y � } person(s),or the.entity uponrtbehalf of which the.person(s)acted,executed die instrument: - .., ' I certify under PENAL T OF•PAY underthe`laws of the State of California that the - - ' foregoing;paragraph is true and`correct, , . ` . • ' '• -, . - WITNESS my hand and official seal. _ : - _ 4 c'' a.,NotaryPubiic=StateofNevada ' :A P PT::-N O:14-14803=1 j,�j,/,r '"-4, My'Appt:.Eicpires 08-05-2026' Signature.,' 4 `t • - ' ' Signature ofNotary Public (PLACE NOTARY SEAL,ABOVE), `_ Et (e . • NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID � s I declare under penalty of perjury under the laws of the State of California that the foregoing is true and d•correct and that this declaration is executed on 4l7125. at Las Vegas NV Date City Slate Akbar 8hainani ,being first duly sworn,deposes and says:_that he or she is Administration of AMBIT CONSTRUCTION&DESIGN INC. the party'making the foregoing bid that the bid is not made in the interest of,or on the behalf of;any undisclosed person,. partnership, company, association, organization,or corporation;that the bid is'genuine and not collusive or sham,that the bidder has not directly or indirectly induced or solicited any other bidder to,put in a false or sham bid, and has not directly or indirectly colluded,,conspired,connived,or agreed with any bidder.oranyone..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 datarelative 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 sharnbid, sd�.aa�wr.,00ungra.ca.a AMBIT CONSTRUCTION.4 DESIGN,, INC. kliwirairdesilww.is t,n I. Nam "rider A r 13h�=m,l,Lri c NA..'MURPHrY` Notary Public-Stair of Nevada. Signs o e APPT.NO.1'4 T48034 My:Appt.Expires 08-05-2028 . P. G..Box:812033 Los Angeles CA.90081. Address of Bidder C-4� Bid Bond CONTRACTOR.: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) Ambit Construction&Design,Inc. P.O.Box 812033 Merchants Bonding Company This document has important legal Los Angeles CA 90081-0018 P.O BOX 14498 consequences.Consultation with DES MOINES,IA 50306-3498 an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor,Surety,Owner or other party shall be considered ' plural where applicable. OWNER (Name,legal status and address) City of Huntington Beach 2000 Main Street Huntington Beach CA 92648 BOND AMOUNT: Ten Percent(10%)of The Bid Amount PROJECT: (Name,location or address,and Project number,if any) Police Dept Women's Locker Room Improvements Huntington Beach CA Project Number,if any: The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. 1 By arrangement with the American Institute of Architects,the National Association of Surety Bond Producers (NASBP) (www.nasbp.org) makes this form document available to its members, affiliates, and associates in Microsoft Word format for use in the regular course of surety business. NASBP NASBP vouches that the original text of this document conforms exactly to the text in AIA Document A310-2010, Bid Bond. Subsequent modifications may be made to the original text of this document by users, so careful review of its wording and consultation with an attorney are encouraged before its completion,execution or acceptance. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 28th day of March 2025 Ambit Construction&Design,Inc. (Pnncpal) (Seal) (Witness) (Title) Merchants Bonding Company (Surely) (Seal) (W Hess) 'c atlaga Atomey-in-F t • • .,o�t Pp • .�• •• v c' • 1933 ter. • • By arrangement with the American Institute of Architects,the National Association of Surety Bond Producers (NASBP) (www.nasbp.ora) makes this form document available to its members, affiliates, and associates in Microsoft Word format for use in the regular course of surety business. N AS B P NASBP vouches that the original text of this document conforms exactly to the text in AIA Document A310-2010, Bid Bond. Subsequent modifications may be made to the original text of this document by users, so careful review of its wording and consultation with an attorney are encouraged before its completion,execution or acceptance. MERCHANT` BONDING COMPANY.. • POWER OF ATTORNEY ' Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the "Companies")do hereby make,constitute and appoint,individually, Eric Matlaga their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship o bligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 16th day of May ,2023 • •�""""•. ••' •• MERCHANTS BONDING COMPANY(MUTUAL) �• P .. •. • \NG. •-•P.O . MERCHANTS NATIONAL BONDING,INC. ••� ▪RPOQ` �0L •4o;O •EtP09 .q . d!bla MERCHANTS NATIONAL INDEMNITY COMPANY :aft -0.. v:°: •► : -o- ": :ZC •z: :3 s_: 1933 .�. 2003 •;•�•• ;yJ ;�y ey •'.aV�▪ • 77.4_ ...........•:�4�:• •••.b.� •\.\d: President STATE OF IOWA •., .• • • COUNTY OF DALLAS ss. •�"""'`�• On this 16th day of May 2023 , before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. Wan Lee o si Commission Number702737 `�- 1. '. My Ca unis i%n Expees &IL/ kr,,lr. Apn114,2024 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which-is still in full .force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 28th day'of March , 2025 /4,i-cp• .IL •• 4:0.• 0 00/ 0.004 z' 2003 ;h 1 .y 1933 i s Secretary' POA 0018 (10/22) " " BONDS htree Rd Suite B 30341 567 OFFAc.1AL 5%0 SEck)(14"t — Do NoT 017E14 PiezQ NkME: Pn. %.0oMEJN‘S 1 g. R-000 Wtto ck,MLNZS CC- V706i, 7� o2SttT ZPM 5%0 Orr +N(9 0 � �E , 2 BondsLLC.com /i.r":7-4,,Co'''''\'N., -.§ , ;: ,,1- ,z. ...',, , '4, '' ' - - - - ',4 _ / A.L. , /.;z4-.'.-4fi•-..e.1,,40Z•, 4: .tilf.-'*. . 4"A:c '.:) • . 1t1:-, - ::).?' 46.:.1.h'clo-e :'. i ,./ <c,; -,'-;- '24. :;i,. ,.:, ,, ,,,, ''45 :' ,:.''°';'''-,"`/- • ,- z-• - ;Z‘. .,'5r-1',;,-:z:' */ • , •,---,:r:-,'',".:,"i `:.-. ,2d?,Z,': 1:: /' -,Y::.:,e 1 s., , • 1 , 1 . , • .\L 0 :: ,I." • NY OV NY '..' II 1 ar 4... " ,, , ,.. 1....., ., 1 . ' ORIGIN ID:MGEA (678)492-6690 SHIP DATE 04APR25 ERIC MATLAGA ACTWGT:0.01 LB SURETY BONDS,LLC , CAD:253964894/INET4535 5342 PEACHTREE RD. SUITE B BILL THIRD PARTY CHAMBLEE,GA 30341 UNITED STATES US 1, - . I. TO PATRICK BANNON II JOSEPH PINEL PUBLIC WORKS OFFICE CITY OF HB - .- 2000 MAIN STREET! • 4 , 1 i• .,q 1 . . , . : . HUNTINGTON BEACH CA 92648 (818)371-9263 1 '• 42 '. INV: PO: DEPT: n 1 III M111111111111111111111111110111111111111111 11111 .III • . '• 0.. I • II . :•.'te. ' • E1 _ :-.5. . 11 a, • .,1i'l ;.;,.. i.t,,. # ,i. 4 •• •?. . .1. , . I-. . MON - .07 APR 10 :30A , -,. '. ! lall 8803 1875 6131 PRIORITY OVERNIGHT . . ,.. • 73 AI XW A pvA ....• . O 9 2 6 4 8 , . CA US SNA i . • . , rl• t . . . .. • O A:li 11 1 I I 1 — .. . . ta 1 O ' ril• M. . ID . .. .1 ., i . . . ,1 , i., . „• . . 1 . . . . , , 4 . • . Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) Ambit Construction&Design,Inc. P.O.Box 812033 Merchants Bonding Company This document has important legal P.O BOX 14498 Los Angeles CA 90081-0018 DES MOINES,IA 50306 3498 consequences.Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor,Surety,Owner or other party shall be considered plural where applicable. OWNER: (Name,legal status and address) City of Huntington Beach 2000 Main Street Huntington Beach CA 92648 BOND AMOUNT: Ten Percent(10%)of The Bid Amount PROJECT: (Name,location or address,and Project number,if any) Police Dept Women's Locker Room Improvements Huntington Beach CA Project Number,if any: The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for • acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. 1 By arrangement with the American Institute of Architects,the National Association of Surety Bond Producers (NASBP) (www.nashp.orv) makes this form document available to its members, affiliates, and associates in Microsoft Word format for use in the regular course of surety business. NASBP NASBP vouches that the original text of this document conforms exactly to the text in AIA Document A310-2010, Bid Bond. Subsequent modifications may be made to the original text of this document by users, so careful review of its wording and consultation with an attorney are encouraged before its completion,execution or acceptance. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a'statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 28th day of March 2025 Ambit Co 'on&Design,Inc. (pnnci (Seal) (Wiliness) -_ (Title) Pmr.'u J LSc ttna&)• Merchants Bonding Company (Surety) (Seal) (Witness) 111401,610., (Title) Eric Matlaga Atorney-in-Fact .•••••• See Attached Certificate c 4G et •, sato • .40 . to. • Z;? -o- :• 1933ci, • c. •• •..••. • By arrangement with the American Institute of Architects,the National Association of Surety Bond Producers (NASBP) (www.nashp.org) makes this form document available to its members, affiliates, and associates in Microsoft Word format for use in the regular course of surety business. NASBP NASBP vouches that the original text of this document conforms exactly to the text in AIA Document A310-2010, Bid Bond. Subsequent modifications may be made to the original text of this document by users, so careful review of its wording and consultation with an attorney are encouraged before its completion,execution or acceptance. MERCFIANT1-7 BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the "Companies")do hereby make,constitute and appoint,individually, • Eric Matlaga • their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board .of Directors of Merchants Bonding Company (Mutual) on April 23, 2011'and amended August 14, 2015 and adopted by the Board of Directors of • Merchants National Bonding,Inc.,on October 16,2015. • "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the • • Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. -In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 16th day of May ,2023 • .. ., - MERCHANTS BONDING COMPANY(MUTUAL) �,••'P'(.0 NAB '��N..,�0�,'•:• MERCHANTS NATIONAL BONDING,INC. y ▪' RP OR,9"o' ; S ', f. dlb/a MERCHANTS NATIONAL INDEMNITY COMPANY iv2003 0 .a 1933 •e, By ;•• ••••. /vPr-it .. ...-� .• ''`1•. President . •STATE OF IOWA '•..,,,..Z�,�,,,.••• •• • COUNTY OF DALLAS ss. On this 16th day of May 2023 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL)and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. tukt Kim Lee • o A^ • Commission.Nionier 702737 •§:fyn &L.) . .�•� '' My Commission Expires R April 14,2024 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 28th day of March , 2025 • co...0S o •40••ca, te/ozdo.z.e.„.7. Q: :_: •a' 1933 3' Secretary • 2003 :,p :S POA 0018 (10/22) •••• •- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE §1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the • document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County� of Los f\hccr I e �-� Onl"Ipp4VCh 2g'1 LG25 before me, All tt V ) OUtfu1I I Not Public Date Here Insert Name and Title of tihe Officer Personally appeared A kha r B h of m ari Name(/)of Signer(j) 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)onthe instrumentthe person(s),orthe entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY underthe laws of the State of California that the foregoing paragraph is true and correct. • WITNESS my hand and off al seal. �., ALLIYAH OUTTEN Signature ti Notary Public•California Sig ure of Notary Public gLos Angeles County Y< a r Commission#2427594 7•0"''. My Comm,Expires Nov 21,2026 Place Notary Seal Above OPTIONAL _-_--_— Though this section is optional,completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Q[����� Title or Type of Document �I d UUhd Document Date Number of Pages Signers)Oth Than Named Above Capacity(ies) C imed by Sig r(s) Signer's Nam Signer's Name Corpor a Officer—T e(s) 0 Corporat fficer—Title(s) Part r 0 Li • ted 0 General ©Partne 0 Limited % eneral In • idual Q torney in Fact 0 Indiv ual Q Attorney in 'act ustee Yi Guardian or Cons vator 87tee 0 Guardian 'rConservator er Signer Is R-.resenting gner Is Representing `"i'�vF��*.0"k''.<(tdy3:a`6'Stetcdtta£i' v�'�'f'.[�+��tC5�*�z^k•'J ©2014National NotaryAssociation • www.NationalNotary.org•1-800-US NOTARY(1-800-876-682 ) Item#5907 I f 3`f�lylGTlf�_ Pj f. 'boil - ���':�. - . . ... .. . .. - 8 ' I' ' _ 9 • rr � 1 OPP1 toSQL — 1soT kri'I 9Pri Ci c.� P�A�AI1 .°Ai ?Wear: 1�'D �OM� loin °bM I MPoVe r�TS GG# l��p fy�� n�: MAcec•N '�Is�, z.ou1i • - .---... , .••a•'.-'•-- . /.....z •, - -= :4.,,..... ,1.;;41;.. ..,..,'"''""."-Z-T."'''-'1''''.• .-,I.V4HOI?4:- ...'pt,„,orj,47--:-.;-_-, 417.74.,.,...;.-...; ,...,--;.,,..-1,.7,.,v.i......,2ti.:2w..,f.,,..i,..,-;_... .;..14,44,, , -,3.0.....,.. X„.., . ,,,-*,,,,trAL_,,,...,.1.4 ,,,,,r,,,,,,„ ,.„ ,.t:„,,,.,,• „..,14-..,-;•,,,,,,A.;4,- .7„54)'••-.`...!.4I4I)-:r.:••' 1--,•''',-;,.....)o.:-.)",,,...er ,•r•tel,a,,,..Z.-••,k-,t,k1.-,1;'-' .Q.**-?4,1;/t, e4-.-I•A•leal„„r-,.3.,'.F;Ii,..tI,4:1=T--44.-;--7,7:i',.:7&_-_.4.c,--q-4-1t^-4,-)O•2/..2-*-)..dt.".V.i:-..e1,0,172-...:0.,,,I-I:t4.4•*-4..--.-..,,,,-4....), a., •-' '.-- • . . . . • . . •.. . Do not ship liquids,blood,or clinical specimensin this packaging. • ---•. __, ---,---7--.---- . ,.....,..--,,::\ ! 8181.6359 7440 PRIORITY OVERNIGHT . . . ,....---a 92648 - 02/12/25 11:39 \ ' CA-US SNA• This envelope is only for FedEx E .You can help us get your package s • items securely.Need help?Go to fe 1 . _ _ ______- , ------------Ljn in• &dbl. Packag.e ,•. , ...,., 41091341 281.2025 VIVA 5810/5077/5M .., , EjTneSS USAIrbill wp,,,,----./tati 6-159 7440 1 - -.',' - I From ExpressPatkegeServIce .......,....... ', :41i1,-.4rti • Date . . riecipienrs pit* Zna:''' ''' . , —,:-.. ' . , - • • --—• -..- -;,...-„•!:-.:::f,;:-.. P44.49eeop to IPOIP4'- \--, ...•••••,..,....„.„,.,.. . - ..• ,, _ ,. . ... --:•7' INC,• i,..,/ 1116203:Mannillig ......./...ou••• .^ i - r,i,,, c , • • ., . , , .,,,..,, ,.,„ ,-_., F, , •, 13 ad,f,11,1719,,,,,, ,t 11197ftraDminem ••-,..,••••AJ i•..,1„..• /...„,„.%71•„0....--0.-erj,,,,..,„Ir Ej atitity,,,,.. I t ri • . . ........)7‘...044. ai C.2 Addres,, - ‘.. '-I , ',•••,I )0 FVfziF.4.1ozitx0xelp14. i'ke- Ul , .... • - --rt..,../4.7.74,7, 4,4e. 0 td.E.:Z/ .- i C• r- 0 o ‘ • , r-, e.,RefEyStandardOwn ry .T .- • ' i‘r.,t,-i.,_ -; ' ;" :. cev,„„.,,,,...e. I--.I t • .- •. ..---- - — ,t _ _ swe ,-0,•\• ,.. •-',u.0,. , • ..00.),O........ . . .atifl,ELPITSaver - - ,...-. ; _ , 2 rourIntemal131111ngReferente '''' . '•'---- - S-PeckagIng ...,...,, '''''''''''''''''''''' 1,.._; ; ,_• _ _; ,,_,-,*__.,•..2.2.E_n.ot-too : ,-•.-.3cA p d.ao.dcTc.morh.-oem-,s, ;...• 1i."'I i.• •-0.,,-.-.'4bH..0a..,.i 4d.401.m2M.0,..-;010o.1001..41d.1.e.b°s1.. '..••,``• r..[,°,.A-qD-.-"-..)45.b'e4."-."0,-.,4...nA'2'4,"R‘o'o3'pe"t'm.i,,Z.-,t-a---tIn g.'nt;a,,t-,ur0rDe.,,arDirgy7l,,E„F." .'rr.,I].'I"-I0d7n4-dz47i r-ef..Ee-ta-.7,.S..•t''4 l:-a1o7„r:'e4-p,1,4-,:t,.--t 4Ly8g,E1i Ri nir f-,1-.-:),•--- ,•.• ii 1 — 1 i ,1 . .. • Rm. , 1::t:1:7:::::"'c I::,11 :,.....ht'en1:!111,,...::::;-----'::;::.' '''''' a Recip* hPlgt;f2-.0 :1,Th.. L 111111111101111111. . "..„,.:7,,`,:-' L , ..k._. 8180 6359 7440 ' "" t------=-0,....,,,,.„...---___,..... Ito. ,;'''',.::•••••,?:'•ri: .. _ Zdte.z.zre.... ”......,............t . i ' • . . . .- ...i . . ..-_—_Z-L..._11:_-_..-____-....: ..........-.....-...----,...,-,-._,—........-__._... ......._____..,...._____ � OATINGT- CITY OF HUNTINGTON BEACH :Qf N. ``?CFCUUhiri io�ff Lisa Lane Barnes J City Clerk August 18, 2025 Deeb Construction, Inc. 954 Reed Drive Claremont, CA 91711 RE: Police Department Women's Locker Room Improvements—CC-1708 Enclosed please find your original bid bond for CC No. 1708. Sincerely, 014-1-416416Aft'IK Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov BID BOND (Percentage) Bond Numher. 72717229 KNOW ALL PERSONS BY THESE PRESENTS, That we Deeb Construction, Inc. of 954 Reed Drive, Claremont, CA 91711 , hereinafter referred to as the Principal, and Western Surety Company as Surety, are held and firmly bound unto city of Huntington Beach Of 2000 Main Street, Huntington Beach, CA 92648 Ten Percent of the hereinafter referred to as the Obligee, in the sum of Amount Bid ( 10 %) percent of the greatest amount bid, for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for Police Department Women's Locker Room Improvements- CC No. 1708 NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED, SEALED AND DATED this 17th day of March 2025 Deeb Construction, Inc. 4,4,, (Prin al) By Q, (Seal) Wes -rn u - ••- •- ,'I —.401 5`1RFIY�.,-.. 4,2//a,. 111190„.. e' S,:RY MI _ t Attorney In Fact aVTH Form F58768-2022 G`��, U 6 I,�/'!/lh//N rtk, v • • Western SuretyCompany POWER OF ATTORNEY-CERTIFIED COPY Bond No-7271722 9 • Know All Men By These Presents.,that WESTERN SURETY COMPANY, a corporation duly organized and existing under the • laws of the State of South Dakota,and having its principal office in Sioux Falls,South Dakota,(the"Company"),does by these presents make;constitute and appoint NOWEL SABRY MILIK • its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred,to execute, acknowledge and deliver for and on its behalf as Surety,bonds:for: Principal:Deeb Construction, Inc. • • •• Obligee•: City of Huntington Beach Amount: $3.,0 00.,00 0.00 • and to bind the Company thereby as fiYlly and to the same extent as if such bonds,were signed by the Vice President,,sealed with the • corporate•seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said attorneys)-in- • • fact uiay do within the above stated limitations. Said appointment is made urider•and by authority of'the following bylaw of Western. Surety.Company which remains in full force and effect. • "Section 7. All bonds,policies,undertakings, Powers of Attorney or other obligations of the corporation shall be executed in•the - corporate.name of the Company by the President, Secretary, any Assistant Secretary,Treasurer,or any Vice President or•by such other,officers as the Board of Directors may authorize. The President,any Vice President, Secretary,any Assistant Secretary, or the - Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies, or undertakings in the name of the.Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other -- obligations of the.corporation. The signature of any such officer and the corporate seal may be printed by facsimile." . - This Power of Attorney may he signed by digital signature and sealed by a digital or otherwise electronic-formatted corporate Seal under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27th day of April,2022: "RESOLVED:That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and confirm the use.of a digital or otherwise electronic-formatted corporate seal,each to be considered the - act and deed of the Company.". If Bond No.7 2•71722 9 isnotissued on or before midnight of June 17 th, 2025 ,all authority conferred in this.Power of Attorney shall expire and terminate. • • In Witness'Whereof,Western.Surety Company has caused these presents to be signed by its Vice President,Larry Kasten, and its corporate eelte+:?he.affixed this. 17th day of March 2'025 . ' WES N SURE COMPANY -° -- w Larry Kasten, Sr 4�S�TJ '1dD © �1 Vice President • n :. _ �:. �ss CV OOri"•OF Iyi n.11. 1x$ti ' -�� On t i r:;c:•a i day of March ,in the•year 2025 ,_before me,a notary public,personally appeared Paul T.Bruflat, who being•to me duly'sworn, acknowledged that he signed the.above Power.of Attorney as,the aforesaid officer of WESTERN SURETY COMPANY arid acknowledged said instrument to be the voluntary a and deed of said corporation. • �-��LSZiW�M S. GREEN SE t NOTARY PUBLIC Notary Public-South Dakota • SOUTH OAKOTA My Commission Expires February 12, 2027 I the undersigned officer of Western.Surety Company,a stock corporation.of the State of South Dakota,do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable,and furthermore,'that Section 7 of the bylaws of the Company .as•set forth in the Power of Attorney is now in force. In testimony whereof,Ihave hereunto set my hand and seal of Western.Surety Company this 17th day of March , 2025 WE N StJR COMPANY • LarryKasten,Vice President To validate bond authenticity,go to www.cnasurety.com >Owner/Obligee Services>Validate Bond Coverage. Form F5306-6-2923 .if, ny s,: .i.45h j« Deeb Construction Inc. k; 954 Reed Dr., Claremont, CA 91711 909-527-5597 TY 1 4( ap i '4 '` Official Bid Security- DO NOT OPEN ' .1 Attention: Patrick Bannon ,: .1* '.° Project Name: PD Women's Locker Room 'r7d�k,';s. Improvements CC #: 1708 ;4.' E ; Bid Opening Date: March 31, 2025, at 2 pm. Q'i y� ps, ' 40 tTty���, Mks Engnetang F s4"' 0ll 1't5 12'tip' 17 t, r S , . PF'j'F �ya s.,Y�+f" N3 f ,,n , , k.. '4 Y..). f. '. e, e;if., 1 fier t t , ( 4i • .4 *' .5 . .Y 4 t" aT'' or(iloNT I NGTp CITY O F W ` ypPPO r,'�,tfy2� :: ..-'_ HUNTINGTON BEACH , _ cp� ;;i� Lisa Lane Barnes I City Clerk August 18, 2025 Elegant Construction, Inc. 15375 Barranca Parkway, Suite J-103 Irvine, CA 92618 RE: Police Department Women's Locker Room Improvements—CC-1708 Enclosed please find your original bid bond for CC No. 1708. Sincerely, Xlif:(16416 Lisa Lane Barnes City Clerk LLB:ds Enclosure • Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov Etccc.x SECTION C PROPOSAL for the construction of POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS CC No. 1708 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, Q working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. Itis agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract,the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid,find in the amount of_ which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Sealed OR ELECTRONIC Bids,payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or"Bidder's Bond for% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No... ;;Date:Received." ;`.: ;..:..:.::" ;, , . Bidder's Signature 1 Feb 10, 2025 2 Feb 21, 2025Q�, , 3 Feb 25, 2025 4 Mar 10, 2025 5 Mar 13, 2025 6 Mar 17, 2025 7 Mar 17, 2025 8 Mar 17, 2025 g Mar 31, 2025 10 Mar 31, 2025 - x` -'- 11 Apr 01, 2025 12 Apr 03, 2025 C-2 CITY OF HUNTINGTON BEACH HBPD -WOMEN'S LOCKER ROOM IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Item# Description of Work Quantity Unit Unit Price Item Total 1 Mobilization 1 LS $ $ 2 Demolition 1 LS $ $ 3 Concrete 1 LS $ $ 4 Acoustic Ceiling 1 LS $ $ 5 Metal Stud Framing 1 LS $ $ 6 Batt Insulation 1 LS $ $ 7 Sealants 1 LS $ $ 8 Hollow Metal Door Frames 1 LS $ $ 9 Doors 1 LS $ $ 10 Door Hardware 1 LS $ $ 11 Glazing &Hollow Metal Window Frames 1 LS $ $ 12 Flooring and Wall Base 1 LS $ $ 13 Gypsum Board-Walls and Ceilings 1 LS $ $ 14 Painting 1 LS $ $ 15 Signage 1 LS $ $ 16 Interior Products (i.e. Markerboards, Blinds) 1 LS $ $ 17 Furniture (Material and Install-see Appendix I) 1 LS $ $ 18 Fixed Furniture-ADA Benches and Lockers 1 LS $ $ 19 Mechanical Systems (Including control and 1 LS $ $ programming,see sheet M101, Notes 2 and 10) 20 Plumbing &Plumbing Fixtures 1 LS $ $ 21 Fire Protection Systems 1 LS $ $ 22 Electrical/Data/Technology (Including RGB system 1 LS $ $ -see Appendix J) 23 Lighting Fixtures 1 LS $ $ 24 Interior Finishes-Tile Walls and Floors 1 LS $ $ Total in Numbers $ Total in Words: C-2.1 Note: Bidders must provide pricing for every bid item. The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. 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. Btd " :Nwne and Address of State Class"'", DIR PWC Dollar. ; %of Items :: Subcontractor. License Registration# Amount ,: Contract Nurither 2 T3 contractors Inc 867365 C22 1000002965 34,327 Partial 17130 VAN BUREN BLVD#53 3% RIVERSIDE, CA 92504 18 ATM SPECIALTY SERVICES 915341 C61/ 1000007807 $40,600 3.5% Partial P O BOX 307 D24 KERNVILLE, CA 93238 19 HJ R Contracting 1041548 C-20 1000064631 $65,000 5 8% 557 CAMERON CREST DR DIAMOND BAR, CA 91765 22 MIKE'S ELECTRIC 518691 C-10 1000027143 80,000 9% 7437 GAVIOTA AVE VAN NUYS, CA 91406 Hiller Fire 1105955 c-16 1000064631 $19,220 1.7% 1601 W Orangewood Ave Orange, CA 92868 By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 1 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 03/31/2025,at Irvine ,California Date City State Hazem Almassry , being first duly sworn, deposes and says tha he or she is Vice President of Elegant Construction Inc the party m mg 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. Elegant Construction Inc Name of Bidder Signature of Bidder 15375 Barranca Parkway suite J-103 Irvine CA92618 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS, (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. . Elegant Construction Inc Contractor Hazem Almassry By Vice President Title Date:03/31/2025 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. N/A Note: This questionnaire constitutes a part of the Proposal, and a signature portion ofthe Proposal shall constitute signature of this questionnaire. C-6 �a 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. Elegant Construction Inc Contractor Hazem Almassry By Vice President Title Date:03/31/2025 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Elegant Construction Inc Bidder Name 15375 Barranca Parkway suite J-103 Business Address Irvine CA92618 City, State Zip ( 949)444-5161 Bidding@elegantcon.com Telephone Number Email Address #1053447 CLASSIFICATION: A, B, C8, C12, C13, C36, C54 State Contractor's License No. and Class Issue Date 05/13/2019 Original Date Issued Expire Date 05/31/2025 Expiration Date The work site was inspected by of our office on , 20 . The following are persons, firms, and corporations having a princi al interest in this proposal: Samer Al Hakim / President Hazem Almassry/Vice President The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Elegant Construction Inc Company Name Signature of Bidder Hazem Almassry Printed or Typed Signature C-8 NOTARY CERTIFICATE See attacehd Subscribed and sworn to before me this day of , 202_. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of ) County of ) On before me, Month,Day,and Year Insert Name and Title of Notary personally appeared Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-9 Bidder's Project History For the purposes of this project the contractor and subcontractor must have, in the last five years, constructed at least five (5) projects of similar work. Describe specific work and experience necessary for project, for example, "Construction of or tenant improvements on existing civic facilities." Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. The following list of projects meet the requirements of above: 1. Name and Address of Reference North Orange County Community College District Anaheim Campus, Building A, 1830 W. Romneya Dr.,Anaheim, CA 92801 Name and Telephone No. of Owner: Jenney Ho/ 714-808-4776 $148,000.00 Remodeling of Room 907 October 2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Work of this Contract comprises general construction including remodeling of Room 907. 2. Name and Address of Reference City Of Redlands/ 1690 Garden St, Redlands, CA 92373 Name and Telephone No. of Owner: Jawad Nader/909-798-7584 2,251,986.13 Redlands Fire Station NO.262 Remodel Feb 2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: The scope of work comprises general construction including remodeling, demolition. and all related site improvements of Fire Station 262 3. Name and Address of Reference Newport-Mesa Unified School District 2985 BEAR STREET, COSTA MESA, CA 92626 Name and Telephone No. of Owner:Joshua Rochelle 714-490-4000 $950,000.00 NMUSD Renovation of District Warehouse May-2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: relocation of warehouse offices. new power, data, lighting, ventilation system, finishes&furniture. existing restrooms to be altered to make them gender neutral &accessible with new plumbing fixtures, acr.PssnriP finishes and lighting Relocation of workstations and accommodation for power/data&ventilation ( commercial ceiling fan); new LED suspended lighting above all storage racks, new motorized roll-up doors.& miscellaneous mechanical, electrical upgrades. new free standing metal mezzanine storage system provided above existing stationary storage. demolition of existing offices and structural modification C-10 4, South Orange County Community Collage District Name and Address of Reference 5500 Irvine Center Dr Irvine, CA 92618 Name and Telephone No. of Owner:Anna Petrossian 949-451-5708 $755,426.76 IVC- Irvine Valley college Shade Structure May - 2024 Contract Amount Type of Work ' Date Completed Provide additional project description to show similar work: "new custom shade structure and new PC-Approved Shade Structure(DSA Pre- Approved Structure) (Additive Alternate Bid Item). Site demolition, removals and replacement/repairing to accomplis to shade structure for theatrical lighting bar and controls. Owner-Furnished. Contractor-Installed (OFCI) USB port/light pedestals; extend conduits to new pedestals as 5. required.Associated electrical data and power cabling and connections. IYiterlor Work: ondui�athway, cabli��, appurtenances, and connections through existing conduits to existing IDF Room." NameAddress o e ence City of Huntington Beach 2000 MAIN ST.HUNTINGTON BEACH,CA 92648 Name and Telephone No. of Owner: John Martin /714-375-5011 $1,680,000.00 Police Department Communication Center Renovation Project CC-1677 July 2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: This project consists of the renovation of the existing communications center and adjacent office spaces in the lower level of the Huntington tieacn Noitce Department. vvorK Includes, but is not limited to demolition of existing facilities and installation of carpeting dry wall. doors mechanical electrical,technology systems such as TV screens and video-wall processors, and data network systems, as well as new furniture, fixtures, and equipment. C-11 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. .Name of proposed Project Manager Ray Alkhateeb 714-333-7065 Telephone No. of proposed Project Manager Huntington Beach Police Dept. Renovation 4/7/2025 Project Name &Contract Amount Type of Work Date Completed Redlands Fire Station No. 262 Remodel Remodeling 3/27/25 • Project Name &Contract Amount Type of Work Date Completed El Toro HS Remodeling Remodeling 7/16/2023 Project Name &Contract Amount Type of Work Date Completed 2. _Name of proposed Superintendent Majed Alnabhan 201-639-1208 Telephone No. of proposed Superintendent Huntington Beach Police Dept. Renovation 4/7/2025 V Project Name&Contract Amount Type of Work Date Completed El Toro HS Remodeling Remodeling 4/7/2025 _ Project Name &Contract Amount Type of Work Date Completed • OCTA Bus Chargers installation 11/26/2023 Project Name &Contract Amount Type of Work Date Completed C-12 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE • Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20,2014, established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration feefor Contractors is$300.Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 • http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/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. Elegant Construction Inc Contractor Hazem Almassry By Bidding@elegantcon.com Email Vice President Title Date:03/25/2024 PWC Registration#: 1000406720 C-13 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate attached,and not the truthfulness;accuracy,or validity of that document. S tate of California County of Otange On ,MAR 3 1 2025 ,before me, Christina Rogers. . Notary Public, personally appeared •Zyanya Hernandez who proved to the 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(i),or the entity upon,behalf Of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of State of California that the foregoing Patigraph is true and comet - CHRISTINA ROGERS , Notary Public-California WITNESS my hand and official seal.Orange County r Commission*2463205 NV Comm-4Pires Sep 14.2027 SIGNA PLACE NOTARY SEAL ABOVE Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document'. Description of attached document Title or type of document: • Document Date:. Number of Pages: Signer(s)Other,than Named Above: G• AIA Document A31OTM - 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place Elegant Construction, Inc. of business) 15375 Barranca Parkway,Suite J-103 The Gray Casualty&Surety Company Irvine, CA 92618 P.O. Box 6202 This document has important legal Metairie, LA 70009-6202 consequences.Consultation with OWNER: art attorney is encouraged with (Name, legal status and address) respect to its completion or City of Huntington Beach modification. 200 Main Street, Any singular reference to Huntington Beach, CA 92648 Contractor,Surety,Owner or BOND AMOUNT: Ten Percent of the Total Amount Bid(10%) other party shall be considered plural where applicable. PROJECT: (Name, location or address, and Project number, if any) Police Department Women's Locker Room Improvements Project Number,if any: CC No. 1708 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for - acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. - Signed and sealed this 31st day of March,2025. Elegant Constructio nc. a 1� a P_ VA tx 5 T' (Principal) 3 (Seal) (Witness) 'V Ce_ P(eS`G€l/C1- (Title) • The Gray Casualty&Surety Company vim. . (Sure ��;:' (cam '.&\ fitness) ` SEAL ` Vanessa Ramirez (Title) y nya H andez,Attorney-in-Fact ,opt. ' •C' sir Init. AIA Document A310,0—2010.Copyright©1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This4 ]4 s Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIAe Document,or any portion of It,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was created on 01/27/2012 07:23:12 under the terms of AIA Documents-on-Demand^"order no. 2008397483,and is not for resale.This document is licensed by The American Institute of Architects for one-time use only,and may not be reproduced prior to its completion.oo»mo • CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State.of California County of Orange On MAR 3 1 2025 ,before me, Christina Rogers , Notary Public., personally appeared Zyanya Hernandez who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of State of California that the foregoing paragraph is true and correct. +,,a:Or)y CHRISTINA ROGERS Notary Public.California �y -� m WITNESS my hand and official seal. Z ,Y Orange County Commission#2463205 jjoMYComm.ExpMSep14 ,2027 SIGNATURkc PLACE NOTARY SEAL ABOVE Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of attached document Title or type of document: Document Date: Number of Pages: Signer(s) Other than Named Above: Performance Bonding • 12/20/2024 10:50 507180(157262 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY&SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number: N/A-Bid Bond Principal: Elegant Construction, Inc. Project: Police Department Women's Locker Room Improvements, CC No. 1708 •KNOW ALL BY THESE PRESENTS,THAT The Gray Insurance Company and The Gray Casualty&Surety Company,corporations duly organized and existing under the laws of Louisiana,and having their principal offices in Metairie,Louisiana,do hereby make,constitute,and appoint:Melissa Lopez,Vanessa Ramirez,Jonathan Batin,Zyanya Hernandez,Jennifer Anaya,Joaquin Perez,Albert Melendez,Chrisina Rogers,Frederic M.Archerd,Jr.,Mary Martha Langley,Martha Barreras,Yu Cheng Chiang,and Erik Johansson of Tustin,California jointly and severally on behalf of each of the Companies named above its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver, for and on its behalf and as its deed,bonds,or other writings obligatory in the nature of a bond,as surety,contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty& Surety Company at meetings duly called and held on the 26th day of June,2003. "RESOLVED,that the President,Executive Vice President,any Vice President,or the Secretary be and each or any of them hereby is authorized to • execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings,and all contracts of surety,and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney,and to attach the seal of the Company;and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond,undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF,The Gray Insurance Company and The Gray Casualty&Surety Company have caused their official seals to be hereinto affixed and these presents to be signed by their authorized officers this 4'h day of November,2022. 7:4 ala c4' :<( SEAL `�. cikSEAL BFt, y: •�� . Michael T.Gray Cullen S.Piske President President y1 '` ` The Gray Insurance Company The Gray Casualty&Surety Company State of Louisiana ss: Parish of Jefferson On this 4th day of November,2022,before me,a Notary Public,personally appeared Michael T.Gray,President of The Gray Insurance Company,and Cullen S.Piske,President of The Gray Casualty&Surety Company,personally known to me,being duly sworn,acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of,and acknowledged said instrument to be the voluntary act and deed,of their companies. ,t.)(f_>V( lJb\ 'WA C111/1— • Leigh Anne Henican Notary Public *M' "y'"� Notary ID No.9253 Leigh Anne Henican Orlea Parish,Lo6i 3 Notary Public,Parish of Orleans State of Louisiana My Commission is for Life . I,Mark S.Manguno,Secretary of The Gray Insurance Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Company this 31 st day of March , 2025 . 7/424.4 44$410.4"46 I,Leigh Anne Henican,Secretary of The Gray Casualty&Surety Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Company this 31st day of March , 2025 Moi SEAL igt SEAL g THE Etimi IRAY SURETY The Gray Insurance Company The Gray Casualty&Surety Company Telephone:504-780-7440 P.O. Box 6202 info@graysurety.com Metairie, LA 70009 Surety Bond Seal Addendum In response to the logistical issues associated with the Covid-19 pandemic,The Gray Insurance Company and The Gray Casualty&Surety Company, (individually,the "Company" and collectively,the "Companies") have authorized the Attorneys-in-Fact named on the Power of Attorney attached hereto and incorporated herein by reference to affix the Companies' seal to any bond executed on behalf of the Companies by any such Attorney-in-Fact by attaching this Addendum to said bond. - To the extent this Addendum is attached to a bond that is executed on behalf of any of the Companies by such Attorney-in-Fact, each Company hereby agrees that the seal below shall be deemed affixed to said bond to the same extent as if its raised corporate seal was physically affixed to the face of the bond. Dated this 1st Day of January 2021 gURANq lTY 6 ' f: 'oi —— RF� +;€ SEAL 3� tcl SEAL Lc- • :ice a yfy-- b By: Y Cullen S. Piske President,The Gray Casualty&Surety Company Attorney-in-Fact,The Gray Insurance Company 1'^�,.-.� tv-" ad r y-♦'� tw ry{`sue• S['. C^ 7r'�;.rk !;�' . ':.r3 �` • 2 '*,r.Vi i A�.F� ! � ; Ali �h ",�}� 1\ �%.�6 ,{+ 'p�. f Y? — �s -:4 '• y - ..-y:'r ro- ,,,sue`.-f.A' t s'x a"" nx �..y ';`1. .� ! f' t ;%; s ', $ .i' '� _ ^--^tN' J�" '�r�y�,' 'Y ></j �, �'yG' ��•,�. f.lt:fru Y i' St . ,y' � '.'y '�y�.'. P'�- ..� id' �l��,Jt .i''''.' � , gr.fi J',:.yid•.,t -:r Y -i: .tom :w'^ $ y.-. k t :Fy _ _ .i Y. ,;.i, _ #x. F'S;7 ..w �{ • �•..,,. ,.*'1� ' �'�� =f.-s[' � + _u.,.,. b - 9, 'i."' 4 �,+ ,'.'v' .a, `r. 7 .� . :mtr �t.. b,�__, r+'q. 1ram. i t s :'. ^' ' • "'. .,', .,;'- -_-it..;;""' -kes- t ..n,':3 ,'w T '"' s _ .c .. i. »s i .3"«s''-T:: *d,. 'ttp': i a'k;ikn94't-,:}• •.k. r.s.. .�-w m r 4 -. '}^ .o ;a r - ,o-. .a�.k,j :ice+. .t!:. ,`i •:t ,�;`� r'�' ,*� ,:t�t�fr�,��,,e sr�'Yt`tc+.Y 4:... w ..;r j r . i '# , • T a�{1t�t� rh�S..e Tr,.;�'�+�I'� 'y�,M� _. =•y 7,[ 'z..+:.tA 041:i`• :r,t" L` ,^_r f. • 1 " • _ �,'. t„ - •sr,, 'v s I. Y.• Xt Tif i,Nr ' :. , , 'ts} '4"z.2F.4" ..r'" *':"•.t a..-Z., ,L. r - _ ••- t 'k . ''.^l r d pf.� "r � �� "f�� + r - ' ,fig ,., 3 . *x}' ff,fi R x T S,d` {{'7��.7-'1"lit mod.* .1, .�, z $ • - . "y i ,�, '3}z�VA A:, i,4 t- . -, i9h•i+, _._-1JLN:: .7..�.— . _ ,-. i,.—.--•+,__ .. -4__. .r_'S'�+�._!'. f- ..."7�.._} _'. . a .� _.�. .-.i.. 1 ri �" PP- -iF ruk� ��..... C Ear# �`lk i Elegant Construction Inc. - - ' it ' �� �€ "i }Kr r. ' 15375 Barranca Parkway Suite J-103 ,�e,, j. Irvine, CA 92618 ` • Y s "'4 ,. ELEGANT * ` � CONSTRUCTION INC. =? .- �a ° �{ CSLB : 1053447 ? ., E ;r . ' x'- Classes: A, B, C8, C12, C13, C36, C54 bidding@elegantcon.comx } * 'Y el tkA i ;` DIR: 1000406720 Tel 949-771-5136 R✓ weft ' OFFICIAL BID SECURITY-DO NOT OPEN t;,.� „; , ..4 7 r - Attention: PATRICK BANNON � '� Project Name: PD WOMEN'S LOCKER ROOM IMPROVEMENTS CC #: 17084. Bid Opening Date: April 0.7, 2025 at 2 pm. 1 ` CITY OF HUNTINGTON BEACH ' f tE, 2000 MAIN STREET °`u ;,,, HUNTINGTON BEACH, CALIFORNIA 92648 ''x .1 `, s5 .. ttr c Public Works Engineering 4 l7/zs \ TIN6T�- CITY OF `1dl frN,cuFr°"a<ett:. 6, kfs j- - .:_; HUNTINGTON BEACH """"Y p Io ----`0UNT Lisa Lane Barnes I City Clerk . i� August 18, 2025 Empire Design & Build, LLC 475 Duranzo Aisle Irvine, CA 92606 RE: Police Department Women's Locker Room Improvements —CC-1708 Enclosed please find your original bid bond for CC No. 1708. Sincerely, ipy-titt4i6Arho Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov ,1 SECTION_ ,,• ibr the on$ttUCt1Ofl of 14:0AVDEPARtiONT: *. *),004inOtt08140.N, O !CCM Vitt 3#1:0i6 io:t*;octootoorogok- Its HONORABLE; layoff Tam*** ,Of ITT tovRAPTh *40:042.- 14!000.i*g*i*itfOI,i)otilOiti#gtl:gOK9T4400:;*eijji4'e--tisiV'Ag.4hgiOj,OcOsP;6$and, *g ees lco,rxtotmrttojo*vioi*oioijt4:,4i-oioo,:gi4*p4:ifi..wostabti.4:,.iigt.-ottit.;'-r0..40i*tieht4gojiEtck*::, iii.iiggiff;p0;pry,:tic144-0,;,i&a0Ptditg,g*IiktA,0:044-24.040,04ifiggicw•POPOilitht,Pttce. f* the City 1044';'0.4tir'Hiii100.002).4010.;;IT40*fida'Atil4A0r ***ifOiffi the work therein to the satisfaction of 4444hddeiti0Ovq***040:1*E#giii0kot*Oit$fOffinkfil,_ 000k040,loi,..0**;#44.*osttfatsflit following prices.The undersigned agrees to complete tl : W60:604004071904,4014Q#40.4fito:Aik*go,0*20000-itoPEO04. 66 itt6 pgmEwc1061**'40.. 01.F.,*#.00,01::it based 4P00 careful examination . pIans specifications.Instructions to Bidders and all other contract 4C.1.4*.ti"fsLiPhi'%12FPPP4 is accepted f4*0,**411;„tpriEft 40.0.**04k:iit4*:0:60ttitt***141NPY;, ,1at the unit and/or lump sum price . set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contraCt in the 04.00. and time prescribed will result inforfeiture to AGENCYOf 04 ,0.*oAtY.. accompanying this , , " 0:11Vtg:04400440144:')*',0iiti$::p414ittd for the entire work, 010s§tr1004:*****set forth Mootoottito-#0,4*final compensation under the contract will be based upon 4**04410,00.0., twork satisfactorily completed.THE 40#$:OY;''..kri$r**tl,'•:-**000r-r:rOvgtL:.- ro,Xsty,:.Tit agreed that the unit and/or lump sum prices bid include all Ott+t*:***00*.54;', .4*0.?'tCFYOj4OSfees, etc , and will be guaranteed for a period of sixty days from the bid opening 4 date.. 1t:4010.4. ‘two4:4*,; AGENCY will reject all bids and will readvertise Ae;Ot6fe& In tWog,*.ot.44,04400,14:'*6100040b4k0-4*000.*:**g***00":;oP0.0.040011.0 .:*4.4f9P4**01.**0*Of AO* . , :O.A4.*C„.„:9P. tra- ill utd4' tsi'ittidgrgotAtit.iii4ii:040-0010 010",'07,60:':AG:Wc.rsitio.(10*Ot:4,Wara.04,04.0:f(*.gie the \GENCY an&thi bid and the 'nnyrng this bid shall becarflg the property o,f ;:lige41****-:t*4-Ot46Y:'S:PPtirmi,* wInch said llUOUflt not less than • • 14.4%.4‘e !10:4*:•00:*grog44:th *itbkd pnce as required ca may be)Any standard Surety BidBond form is acceptable. Bidder shall 'igmfy receipt of altA44040**0.*01*: Addenda Ne :. DUe Reewet I. . , . . , , "• ; , • • • • J'... „ . . . . . . ,„_, . :*40 :.• • „ . 4I49.:A .„ •.• • . . • C4, • CITY 60*.tiWitt4010,1;40: .... , . ROOM IMPROVEMENTS iiii0019.':****LOCKER! . - '•-• -•• • ..._. .... :ROS ;ECTVt C. CNtti4C TC SHA il ITEMVE 6; 4#. 4A N.---9-1.-..4 4'._•S.-.C.. ,t644,,4.;t'„7 * 0, 0 04;1 O c* 0400it.. U..-,,,,. U,..n, t.-..:P.l•i,-ce i.„tIr t„.! i,-,-i,-a,.„..., . .... . . ts..--5 litf. .• ir'.. .. 14,4,-,t(40,4:." ••,. .. • „., .. ,,,,... — . -•• ,„. ,.. ....•... ....„ " — . •:,.it!eik •,. • • ,:ire° ..;..;,,,i4 li .;t0601,10t10 . -',,. ' .., ,.- 2.: :','`..,- :.:: .:•-• ''''77•.-ri i. -, 10 ''i ::;:,,'.:''Rion' _.. - ...-....,,— --- • ,- -----.. • • .:' -4 , t.,s :,g';*':4:4:01;'.4#:'.4.*,14),.:Sii,.-- • ' Concrete .- , , ' -- ,...-,.4„: - kCokisi :q0141; .,. _ .. .... - ... - - . - , • A. '-.I .%. , i.i -1-,r-4#7,,-.'''-,-1:1.-"4.3.:.0.'ec'k,,,-,'-,'-• LS.'''S' '-ge-iiii-ii . ;..:'...-5 — i4i00511.10:Ftrt-Ogi . .-- --:- ' --• :-; . ' I ' 'LS' .1 ..'oititO'k- igit';'':?;"'. '.: . ,,. , .., , ! , . .. ,,,, . ..., ,„,.lei 6 Ott tritOctti00, - z..-:'.. .., ' ' -: 'i. - -,B -$;!iiTto, "- *7, 1,1'797,P•:',-!-:%., '!'_.::.t..........*9010W----.-.- --- ---;- - . - - 1:1 'iLS, 71: '',...e.iigiit) - 1:i. ., --- - • • , „ ...„ ..„ „..„....-..., -,....,- ...,,,_,........ ., f3 H000;1004199PF.P . .-- • . ... . - - .1: 4ct ..„,. .,, ::.:.,_,...,._...,i.,....:.:..f.*.,.,..... -..,.......,,-1, _ .-, - .• -1. s .'.$:4L: 42,•..,.,'',' ,..• .:.,I!'..:i..;,i-:i"•i.::0 14 P00( 4**4° . I1ij'eonz . 4i IT cpopo:4H0,0*:N,tt.iindbw,oratis i i94t,!i7 .•I.-;.7 ti;,iOfiiA....i 4,..A .....,.;,,,,-• - . 1, . , .t.,5 .. .,. ....,„ ...._.,,,.. . ..,.... .. ... •• • ., .,,,. • . • OA- 2 ACYdriit ad Wall iiateHii,i4- 1.... .1.3-...: ,'..: $1';10,*'im.,.._.,-$'-. r . ..._ ....,...• , :.....:,c4,... , • - , c 40i ''.. .y.i .**00,"40,-;).1',01.*'•9,,,...,-..,,,,,--• ' . . .. ... ... . -:- i„ - •.-,..t,s- '$ ,,i4:,...017; ':., 114.0,-.4. •,t,------ - 14 :Pqinting .• • _. :.. .. - .•:. — ''''' --1.„-...- ***;1-:'' ii . ...,. ... •'4:,.• •. '• '." •" Wit':- '4 icitiv. • , I. f5; §00(40 k4,' . .,. , "-- . 1.; 1 ',14,. $" :/..4Y:204Pt',:.„: ..; ft..04ii:ar,pio.64*:00..iy**.4**;,,,01.001.... -', . . i. --- its'' !it.`,...::••••-ir.. :-: 44?', • '.. • --- 7iiitijilie4,A150e4,094: ,L -,: i . L,,. ---cit'..OP--7'ysi,: il: .f4iifiliti*.el140F.191P90 I ,,' ' , :. -" "2.. '. ' -'. - i, . ...,u,......$.-,:04:• -::'--- .-' ' - . • ' ' —" -. "Benches tieldLockeits, .. .... .. . „.. . . ., ••••-. — ---- ' ::, . : ,1-00,.. is Axitl. :E*4016-ACW, . - • ' ' '._ '• •-•.:-,: -.--.: - i. —Ls. V 4.'It :*la iia.' '' • 1,19;', ktiecfiTatii.0- -41 114I*1111-HilOtti•Orf). 9r.,.9.r...1.62 ?..nd- '::-;z:;.-.. 1 ' :'''' :" ''''. .' 41:31'4451!. . . :: /-,S,'...7 ... •T:.:,:,,,,,::::.,',..,--:.•441;,tiieMitt:pffilp:ata4Q:tig$F•Z,ClnCP,,,W1 -•. , ,,-... - C Plumbing ..r.n..,....„-.*.,....,....1,„:*.,‘.Y....I,',.I'...r-'.'„-'g.-„''-- f.-:i itk. e.-...,....-..'.••.. -•. ,-.••.•-. .-- '• - - " •- . 11-- •: ,P ..,,r.4. 0..•:,--,0-;••4 ii PiefOtoct199Wrk 34 & ,-.•-A,O•,• 4,..„11..0,`r.1l/'0;,t i1,,l i7i.4e..?.,".r,...l.:',','- ,'.• - •..'.....i.:2*I.-.-.:.- ._-,,.-.-...:1_.,,/.r,,... ......,.t0_.'.a,, .:_c-._ti..•.i•.•...b.,-. po,-.. o•t-i,.i.:ih,--d 7-..„ro.,.-..d...- --iih••-••o•''RGB stem•'- ''•I.: ,.....- _'...a..- •,•••-,:-•-9•:,8 -,t.,-',...(:i00i--i6'i..--o--. x 4seeAtoo xm 34d0*4F004' - 'MIS $leir 24 j1060rFIKOW- *4°/s_andFlo 1 4 01 ‘ ,.-.'1-,,,,'„ . .. . _.. flO.C$i0".t.44#11P0s:.. ;t„..Jgrai--;''-'44'0'.-- ., ,... , . ....... . .,.. . ,, .,..... . ,.4.;i,, , . , , , 77 (soa ,., ,,,zej,At _,,—,,..„..,.:.•,•.. _, _, ae,. , , . • •,-„, i,wilito.w,ott*:We:4140.4r '. 7-'• .''' : . .. ': -..: ' • • - -• . . •- .'•- • • '••••••''••- • • - .. .. ' - -- •,.... • •- , • •. , .. . • . .. . „ . WI•••••••••••.1..10101.0111111.41,1•1101......, , t4A ..........„ .*......,....-............. , . • f0c 010:10iTiOlfmtj'vettOopt*,,m00.i.,,,i Qt exceed ar-iflet4.fa; ,..,. ... :kr.'..P:rtip!,n,s,Oti.prvf09.011:40**5.rvotlrwilicql.V.J0.61140.40660:1*#0,15- Itiaa ••-Oft k5bot 'tolook: .f9,: OitfOleti:.**i46it to grade nd drnensons shoWrin titOltios:i0r:90,41/1 itif*fc't There sho1 be no compensation ecept for the tiict*1-1.5.f.spfgo.000;:71,The ProposaL The Ers.,4,,,4f*iwt;f0. eThOr .0.44Uttiol*:and r.i,q 6-oOtiotioi!:oiotil:#'ii;oi.0;.6:i4di;-ioto':::d0"oiit'ot.8'itieitiettti:. • "' . ••.. • LIST'OF3$ �"CO1".�:�'RACl s S n': ccn,4 nc ":v �t xam Cam; ern 4.'. ,t e giBidii,,iixttr;iiiio.o'.1,'1.,e1:51tel'f'asserita. - te4,' ,na...;;71, w .:H;` 'fir,.:...: .... ,�,....... ...,.....,.. i der-:o d= n. xn^a t amount u :e s of:one,�aiif of`s percent of tfie:' bxd i. or$l t. r whichever is greats; moil t he:"r,oruon i the work t b 3 one i `<. �1 Y 1.< •. « _ - , _ S , Item(s), , u, rosb7acttxr: > chile �` - Kumber: r `` F ''''''''''''''''' .' ''''. '. 1 — .' ic 'Ave 4 . ' ''-' - ,..4 a , i y a TI V# yy v� +�#� . , " x,a, M. a . ' G'Kr - 7> a= �:n<'x ,. ; :�.,�b W<'�►±�.,tt , i�r�► 11115_ s+��}j .A�:O� u�+:�?i';� • y.: :r- ,< , �rzr Y: (,.#i...*. E a�V.1R�r : - r i f� --, > e' w t « ris. ..,. , . , ; ,? { 3 . .: �: , . , m � a'rc • , '`- $ 4 ! '. n_ , , this ate• ht I. Tha,:1104 :;ble toy dL;;a�14, • er f of :••'•". . ,_ , .= v ..., s:nQ cc z? ... e':ab �re;scinttiislisting' ... .:.. ..:.. ^ ` misted.Copies:o subCoflt ...:01 d•ilito and , C 3;- soNcomvsxoNAiiin- AvIt TO BE fdecLaie under penalty Of péjUry uidet the laws of th Satcpt Calfonua that the --704ks 4rti:64 . Oildiligfilttlitily4*.iO4,40w4:aritt.,40:01*(bcor *** ;14111q4517 ,43t ;471,6' 04404 Mat „ the party makffig the m,w,411.4.00:044:106541. 41414tii;tieediftibatiollveorsham that thebidder has ii&dfrecty or Indutetly induced or solicited ny other bidder .*: to put fas or i4:**044:**0.0000::ii-iliMiiietfittittikto44.„:000irn,AROWOoki;* :Of* ,44***01461.4:0*14iL: ,Oilhat'il**04410-00**01L402• • .11411R***04 ,;ig4:;:r0e:*#44ireOgYi:$04iiit WAVO*0.040,9011,1.714M01.911;;* or 00t*;rOw:-YiW#P',y.00:-t0.,;rt*#100,4'oji**H;o-fio4i':ei(-*;-]tittiie,tidt*,4:'Ort secure any 4004,&S#0i0:**000*110Y._ contract 41,,,t#4,4*w04:OPAO:410,44*.*:04,*.IA:A‘Nittlekttiatiheit$4**.,4,*Pf*. 4414c0,:pir):#4tigg*.0*#10;04:9e***04*44, 44iftheittitiorgi*Ontellt5 stliqg:Pf;PrANgt:g:etinformation or data relauv theret ,or aid, did will not pq fee toany go4]..05.000P004.10#0'.40.010.0.4g90:409!.k9rg**0*. lifi.4000t-*-Ofio'44*6*0-0 ArekfiXI' , . 04- trilatTAO,REENOM • :000:004***00.040:01ITOVNP. known a the POUCI DEPARTMENT -*OM W* .LOCKER vkr,KOVEtvtgtwP$40o.00 will empioy and utthze only 44404 persons, as; hereinafter defined, to work in proxlmkty to any e1ccti4ca1 so,00046- or ansmiioa facilities The isAitineitioliii0,:t41$50444Wnitnikkt*vg,g00, 4000:014:27410-4461*5; T*.:r0i4 40,0****1.* 44.0140,0100.0141:11,104 -0.04H tviat*HH The. 4044.00.4.*#,P0?0$04.,L444:',:**0*41,•:040 #00,,$4,014*#00thrtioxi iicacoor444' with.Aft:appmiibit:-.06•tifigai utilityzoitpanytiril‘liomezioi Pubhc Utility Comnussio1 orders, 00:0:10fc*l0-:4ic494,484*******. aliettiOtiotedifurthe,titotiaeAtd.- "ifigt. .410,064igioo,6erzifkiati#:!**4..**:01#.40.11t, i40,0##0001401*''§040.0*. thoc4i4*.0004;:,, dndk.iii4,ihei,:undergitx04:`!-0141V.tak assure. 4000.440.0 .0*04.r4PS;4404*#("4.000.sWitli3O*****ieiitg.:...doiloiiiteitheteiti.... any said Ofirei - ..•conit4cior "" , • at , . • 4-1 ay. • .„. . Tigo #00t1AUVIOAllti$:QMTIONNAM Itielliffiditi„c4P0.14.****0#!1'61' MVO 14 topn ary, 010,0004 any: iffiOrtit110 010det:0ratirprnikqqe;sitiheiBiitil*ii,:" interest in the:Bidder iVei'biidf disqualified,tethoiiiithjebtherwice-,tirt*etit-011:rcim.lajdchogiog,...pk: Or)of law or a safety • al;t0P,Z t;I:Yar: " • 001*.***1,01*.Y.e.*t.r:.:44.tiii.640,4*.P#10,:*,C*10,41;i040400'00-*144' - . • . . •• • ' • " , , .; • „.. „„, „ „ . , ., . - • .• : . _ - "" • • . • .•. _ . • •.7. • • • _. • _, . • • - • -• • - • „ . . „ , „,,, , • " . . _ • .. • • • - • . . " ••••• „ .„., . ,„ . • . , , • .• • • this:questionnaire constitutes 047of 00;;K:000iii4;1104,44igiiiitiii*Ttitittiowitii* -- :CONPV*1. SATIONINMIt1,0"' '',' :Tetr.c.ERTIfIcOgi: ifti#..tittiittoSedio*Oapfthe,g*LiborOp444dlioriirilgtortgiWW0:14PiihligwPitts:0041.4* 3.;'-'411iftikiie•Off:** 1400.1''13,($e004,4P;': 700:',1pr the 14iitio;:',o0-4 :.okio.4*40fie*e#i *ti0.kiydel&h :!fo*:*f.4ofit$k,ft40il:j'Op,w!*r*:.cgOP* ****"*:iftO't4kel'elf':' " Witid - "‘ Inguraitcfrefacc'biicfniio,,w. . 4 „1.5: comply ,such al iIat .0.7ea &kV/.1141/iLe . • •• • - • • silmOig'.iiivoitmxri041, • • - - ,••- Riddçr Name Business MdreS. 110pD4110itislbethdAltb*Iilginfonnatio' „ . • „•• •. • , 'rrtvi;et•-: CA , . . Tolostio4o;m=0.0.- Email Adikss • • • State 0000404.!1';-0.0.04i No 040C*: Original Date Issued • .04 • •• . .4044'001i. 00**:;40***440.040tiy: f1 'skaI fà It of our office on 3 • followingThe gr#,pe*****Ict 0040040*'116ing4,-ptiociOati***00#*WOOPOOL: Ayg 40:71.tkei; _ . •.... . . .• •.. .„ „.• „ , •... . .. 4• • • „ • „ • ".• . , „ . • .• ... „ -..a . •,4.a • „ ' •• .. • . „....• • „. . • • , „, -- • .•• „ • . •• „ ••• „• -„ •.• „ „ • „ • • . •..... • , „• ••••.., , . • .„ ..• „ • a, a„ . „ . • „ " • . . At14#.4 041.3,0000:.c4...*14fyilliel..e6toyi1ottlit.01041140600:130*.ii,Ofits;..ibuity::; • , 014#00y4it.. di/100i% to4;•'poitii*: the contract for the ovostti work atict:linprcivOmett§ in ;.• • . 1*. •.,T00 .4eitggoit.ji . „ s• Signa of Bidder; "•-• " - .„ .„....... . . . „ tri00.444100$41.*** •:08.i.••• • 1.. '." W6 Itit.iii` -$, ***4:04,0:tft.ittil0,0000.0e,t,14 4Y; f. :1 ':: '' ' s ' •••,' ,. „ .. ..:., - ---, " -- - ' : ,•-•• - ..... _ „ „.„ .. . . ... .. ... ..„.„_.. A:*Cgal'Y public q'S.Aiiifigr,ottiiiii‘o*iiii6iiiit ihii;4ieittiticatt;:,VefitiovOy thoE,0000ty of tho.. Cndiyidia Aiiio,,gliiriea. The LtioaLiant014, V :#iititgli this i.certificate: ,i...* attached,• .anct. ;!,!#,' the ''.##tiff4100,g.0040:0;)or validity of ... ... . .. . .,.„„. .... ,.,:,,, ,,„.•, . . . tolititiit , ,... On ., 0 /3, , r. ,ink, 47.. er.ifWvi-• L'11... ,.0,7,,.,,iiii—" 7,61` ,-.41V/7 ,,,,.,,,„iff7....ii.,,,.- !gar, .?.:,Y.':.:,,,:,4. (e..?,„e,,,,.. rtit before Month,Da , ',‘:itt(Y.0,4i- ... :::Jitsoii144*0,:#001104414:0411 ....,, .00:040.01Y:400:4.t4, r'''''..kt,4-1'J.''' 4,liv:,,t:' 1'—fief,,,,:,: ltT.S':(1,---.11„.:„ •.:,:liginie(s)ttfS:ignei"W' •••••,••••• , - , • - . : _ . „, „ .... ..., „ , . . , , .. . •:, :, . . _ - -, vf.4194,Pr9,44ip:PP.PR,4**OkOf**444400‘01..i#00**lie thePoitot,*.itOIP.401:;00?K.40 *i.o$ iitf*Eto the within instrument and that 1-110,010ttxettitdit 7t40,-..$4 ' ii?.ti0,11000i040#00:suoitiooityooyi'*iifffiat$ifiiiitietldiek,-',4'grkitorg:(gt*;•*0::;,44#We4.:*e Per**4)4).4r.iih :..eilii4la4p90,-oitiOf4,*;:to**0040.0:4YitoPeit,,;e0twAtiliiitAromolit . - - ,„ • ..... ... ,....•. , „ . t,certify.40,0304/rf'pp pgippgr.0040:tht,IAWs710the,StatcW...0:1004.44#107. fWg0iiigtiaiVtatitt.,kItilt:apii,c9ir** WrOSSI my 4.00004"404i , , ,,.. _ , -..,,,.,:-. •t:,_ th, . , • ••, IMAM RIOS' ' .: ik.• -111-- "1. 'ti.4:*41*::-/::' t. .1;_flite:;:it4?Tnotn''..',_:.•071::_;±):_II?:.:7144....• Signature , - ': '-- -- -:• --,— - , - • - . .. . ..• • ... ., ..:,,. , ,,.. .,. ..... ...,,,...,..„: .. „ •. , •••.:: .• . •. . •, , • .„: :;.$ign* .:04:0,P41,* ;, gt.:8040;47.AltP4441.03.0.7V:0 • „ . 04 I 0.1.40es 017.41i4flitittity Pt* t theconOttot itidifitkoptit40( must ' the of imt1ar waett 114rOppia*.thOotihtfrequiremont,t of it**.eNamt, .; :, _ ,itrIrevitetri44',00 #04'1*.4.400.0i0 ;i9f •- • -• . „...- R.:0104'.801:0* • • p*.p.0,0p10,t0 **-t-4.0:0044*,04044040014410**004*00 .. .... .„.„... . . Name and 4;14 As*f; • ri,*0•i*P4 jA.47.0,i';.•44t Contract Amount INOJ5fWeiik •• E140.0**4 Pplwoglitiotpoi07040s:toot,..toohoi,.:sitoutfott .40,;(0,45i ,t;e4,4 iflew.,i lloole:*14;:,.:AW*AsilitIttotorgoc zeit*s..4. Nanican4;t4iitione'YMI.,(irovineiTContract Amount •Acik ..Typd:ocwojki- :7P**P*1**4 *t..0:44-..A4c4:**1-10,1***10454 to000.t.40010::**:J !piditatt..Atie41,111-444, , . . . •:. . . ... • • , . . . . . _ Name and Ad4Cs of Reference C/ 44aTt4ixtf,ffrctit ftiSS**;f*Otariq Nànie and TIephone No of Owner ( 2Q3' • „., - •• . ,..... T,4,*0,:04:m0000:gooteiio 44V 4 Cy.#04.*.4 1433.,s:.*:(.(4:! 4;.irqw,I ':)i 14itnecand*giAione:Novaft*n,er; ,.........., ,„ . ::041.:(P#A1P9Of TYP0f.3.1r,4* ----o •cootetr# . • koo'd4strititf*.o,:st).0witoillgr.,wc*: • . It*; est' ;L'411"7.ii • . .:.„ ;,- BddsC*4tica1 Staff its 0.01.00.0,100440.4:61;441ii 40pg.rmtendent For ea of these cntica pa nins pIeaie Kst gocAst,ItIrwp#400':fibibAtitk the cntical staff h417.04f9gtiail01421117-1,149Fic:11404044:41;7ffifey.t :ith.-W, projects do itiVe;,*bt under fileempipppqpt,ottibi$(0)-4er44007,444:Efweit,00,0000rogf4$00 g#01tilio.tita:t014*.A040100',Iitatoty iita'ologm,FAO*Rra**!Pi*herein I. „:3sra#0;,alim*.is mgotof kr ,31:44f307;44040'.L., P4ect Name&Contract Amount 1r041tiiii0.4*(0*444.. ig:0**0*; ,Thifoo** ' 04.* 0451o0.4 lOtto.*1,1 I.0414.1 ,P0101,*0)4,CPP.ittAkii.kType of WaP:40'040000 01):1414:e104# • Dáte Completed -0.**001.Vtia00..$4000#000,i( 244;45: . *.ofeciWAtoorSti.:41:44*040' 47-$0:**.b.if.0 • 04',4,0::c".:040.04:000.144.4004'Tt*,04.31t8Voik • T.)4;t0C-4 MOO't-e4 1alt*ti#r*a lekii.j.04$.**40.***An:,.**: •:-.1:**7)3fP. 1I4er6.4tetie ,„ .• :eotilltACTOR•RECISTRATION'INMICALtFORNIA•bEPAROOIN, OF INDUSTRIAL AttAtitikSIDitt)•,CERTIFICATg puiont,t6,S0 oiyJiiie 20,20t4 iiblished a new public woi Contractor Registratian Program which requires F2,*!...49: Ie14er 00 an annual t!asic(eaclr July ' through June 20 state fi4ca1 year) with I•fic;',,Oti;r9f,f4,2# Mii„.:44!**44)44044:$00411w,*(1):Itk).tPrroi0i0ie,•41.1!itiit ii0i3;46:Nigiibluf62ett*I6tti*Or. • 06iit*fors:4fpoo.,:gaetixort. :sign the M1owingcerticate I:lig:F80"•40.00:04$4.141.4: to'hii**.44-04040-ti'..04ifitWOrle4/$18-$0.*41;*L040:0,04t. •• tittti;',(;;-.00404selti*O' 41.104-4•AOk- 44-‘144:4' -•144.00*.i441.04P4,1*t`R2400iiSiiiiiO4*fiiistif4P7.00.0%.** Ixt.' .-1$1.?.:x(ostid-iitt.K40#44-0.40*.64:010440:4*,.: 44:00WP?:/$iii.itfrOifosti I am aware and will,..comply with• •the provisions,. .,• •Labor ,Code Section• „ •• , •• ,, .• • WOiiiiiir''Oe;i000000.04-**11'4021i0r#0,11404.0.111ii0,;:04fik**4 j44:t.41#00444 44ite0J0;',t!**it:14*0.0:':„0";5:00,04.4,41tij4 0(the:P441k0,440#.04*Of'070$02;#(01.0, perfbrmance of any contract toepii)k)"*oil4;*!define.d:***•4**„.igoto registered 040iiifrot*00iftwoi public work pursuant toSectzon 1725 5 It is not a violation of this seeñoa for an urnegitered contractor to sUbmit a bid that is authonze1,by Public Contract worI *$00(i, . . .„ rpbfàf Oirt0:00040f;b1:144ithO'f•0•44..-41,Y-:::•041.**4-"tt6ft •:::*'*11;*:.*,-A4*..00:400**14.***0,0ts*-0.00*btdi ope4 •• .; ••••• - conti*40.4cyn lis'21 . .--...-.. " • .• • By esiiitA #4.-gleity".44ift Eizoot: . itlã . P. • fint. 'a:1,11341 , * * * * Conforms with The American Institute of Architects, * ( * A.I.A. Document A310 (2010 Edition) * * * * * Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place Empire Design & Build LLC of business) 475 Duranzo Aisle Old Republic Surety Company This document has important legal Irvine, CA 92606 18500 W Corporate Drive Suite 170 consequences.Consultation with OWNER: Brookfield, WI 53045 an attorney is encouraged with (Name,legal status and address) respect to its completion or modification. City of Huntington Beach Any singular reference to 2000 Main St, Huntington Beach CA, 92648 Contractor,Surety,Owner or BONDother party shall be considered AMOUNT: 10% Of Bid Amount plural where applicable. . PROJECT: (Name, location or address, and Project number, if any) HB Police Department Main Lobby-2000 Main St. Huntington Beach, CA 92648 The Contractor and Surety arc bound to thc Owner in the amount set forth above,for the payment of which the Contractor and Surcty 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 thc time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(I)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted _ in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to 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 slatuloty or legal requirement shall be deemed deleted hcrcfrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 3/A day of /i.04 202 5 ripie De ee Butt d All Olghl----- (Conn.actor as Principal) (Seal) (Witness) Farshad Farahani Managing Member (Title) , rie 1��\esu!,H°Rw% nIdm"°''`n o€ 'j`740.0----.4-724 (.Surety @ sBAL OVI (Witness) Jos ph Van Dyke Agent 11 °° ('Title) Conforms with The American Institute of Architects,ALA.Documents ORSC 21328(5/11) • *,**,* .OLD REPUBLIC SURETY COMPANY ***** POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That OLD REPUBLIC SURETY COMPANY,a Wisconsin stock insurance corporation,does make,constitute and appoint: Joseph M VanDyke of Lake Forest,CA its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds),as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company to bonds,undertakings,recognizances,and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,that any bond,undertaking,recognizance,or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president,any vice president or assistant vice president,and attested and sealed(if a seal be required)by any secretary or assistant secretary;or (ii) when signed by the president,any vice president or assistant vice president,secretary or assistant secretary,and countersigned and sealed (if a seal be • required)by a duly authorized attorney-in-fact or agent;or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority . - evidenced by the Power of Attorney issued by the company to such person or persons. _RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the company;and such signature and seal when so used shall have the same force and effect as though manually affixed. -IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer,and its corporate seal to be affixed this 16th day of November 2022 "12thaw4, OLD REPUBLIC SURETY COMPANY :`?WJ/co•rantt�o�% SEAL _ jG� _ ,„, btiGl�c Assi.,,ant Secrete. ',� �"*"'•'� o` President STATE OF WISCONSIN,COUNTY OF WAUKESHA-SS On this 16th day of November 2022 ,personally came before me, Alan Pavlic and Karen J Haffner ,to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same,and being by me duly sworn,did severally depose and say:that they are the said officers of the corporation aforesaid,and that the seal affixed to the above instrument is the seal of the corporation,and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. J' egoram--er.�j • , ;;°Qs►�� Notary Public ' My Commission Expires: September 28,2026 CERTIFICATE (Expiration of notary's commission does not invalidate this instrument) I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY,a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney,are now in force. G seosMu41////k, ° e W ooeroeM 31st March 2025 ri\O g 70 0044 g; SEAL!?= Signed and sealed at the City of Brookfield,WI this day of o\ tan-; ORSC 22262(3-06) •m ,un 41 Assls:..nl Secrete r Tailored Insurance Services . i EMPIRE ! ; y:• Design&Build • 475 Duranzo Aisle Irvine,CA92606 (949)426-5026 farshadcempire-db.com C I 10 t #0-1,4,2 Pros-F- mr e3 louce gyp. wor�ens'(� aeer rvoen 3 ""T 3i 1 /-lime: 3-3 r-.25 0 .2.00 a7 zcor• %fly G 6'I Son d rytch&e�. �.� Public Works EngineeringI 11)02 r�. zT c'� CITY OF TOn fr) .� HUNTINGTON BEACH \ �l Lisa Lane Barnes I City Clerk August 18, 2025 Fasone Construction, Inc. 8644 Norwalk Blvd. Whittier, CA 90606 RE: Police Department Women's Locker Room Improvements —CC-1708 Enclosed please find your original bid bond for CC No. 1708. Sincerely, 1arur Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov J ii 6y7 SECTION C PROPOSAL for the construction of POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS CC No. 1708 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 Le working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. Itis agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract,the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal ofbid,find Bid Bond in the amount of 10% which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Sealed OR ELECTRONIC Bids,payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or"Bidder's Bond for% ", as the case may be)Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received,""".--:;:: "::." .." :-.":'Bidder's Signature., 1 2/10/2025 • . ' •ir P-42411242, 2 2/21/2025 V, , , •r P . 3 2/25/2025 >, , •o fadoW41., 4 3/10/2025 , •r PCadertd. 5 3/13/2025 , ' ' •r ���yy� 6 3/17/2025 4• , •' 7 3/17/2025 fart 8 3/17/2025 4 , , •• Pp4.6.4 9 3/31/2025 �� •r �oa.�rt� 10 3/31/2025 (, / air �c 11 04/01/2025 , •i Pattdlt2 12 04/03/2025qm, , , •rert2 C-2 CITY OF HUNTINGTON BEACH HBPD-WOMEN'S LOCKER ROOM IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Item# Description of Work Quantity Unit Unit Price Item Total 1 Mobilization 1 LS $23,486.56 $23,486.56 2 Demolition 1 LS $47,181.52 $47,181.52 3 Concrete 1 LS $18,920.65 $18,920.65 4 Acoustic Ceiling 1 LS $35,233.61 $35,233.61 5 Metal Stud Framing 1 LS $14,688.58 $14,688.58 6 Batt Insulation 1 LS $7,425.49 $7,425.49 7 Sealants 1 LS $9,545.40 $9,545.40 8 Hollow Metal Door Frames 1 LS $8,300.35 $8,300.35 9 Doors 1 LS $26,962.31 $26,962.31 10 Door Hardware 1 LS $5,533.57 $5,533.57 11 Glazing &Hollow Metal Window Frames 1 LS $20,335.86 $20,335.86 12 Flooring and Wall Base 1 LS $44,738.89 $44,738.89 13 Gypsum Board-Walls and Ceilings 1 LS $87,448.62 $87,448.62 14 Painting 1 LS $10,681.17 $10,681.17 15 Signage 1 LS $5,012.03 $5,012.03 16 Interior Products (i.e. Markerboards, Blinds) . 1 LS $4,150.18 $4,150.18 17 Furniture (Material and Install-see Appendix I) 1 LS $42,575.27 $42,575.27 18 Fixed Furniture-ADA Benches and Lockers 1 LS $278,417.28 $278,417.28 19 Mechanical Systems (Including control and 1 LS $93,378.95 $93,378.95 programming,see sheet M101, Notes 2 and 10) 20 Plumbing &Plumbing Fixtures 1 LS $90,774.02 $90,774.02 21 Fire Protection Systems 1 LS $45,346.20 $45,346.20 22 Electrical/Data/Technology (Including RGB system 1 LS $157,153.31 $157,153.31 -see Appendix J) 23 Lighting Fixtures 1 LS $35,835.73 $35,835.73 24 Interior Finishes-Tile Walls and Floors 1 LS $85,103.50 $85,103.50 Total in Numbers $ 1,198,229.05 Total in Words: One Million One Hundred Ninety-Eight Thousand Two Hundred Twenty-Nine and Five Cents C-2.1 Note: Bidders must provide pricing for every bid item. The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. 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 acid Address of State ;;Gloss DIR PWC Dollar %.of :, r 'Re"'stration# '. Item(s) ; '.`,` Subcvntractvr:: "; License � <,Amount : Contract Num her Tikal Acoustic, Inc. 4 19145 Parthenia St, Suite E 903499 C-2 1000735927 $29,581.00 2.47% Northridge, CA 91324 Innovative Door Solutions, Inc. 8,9,10 11642 Knott St. Suite 8 624500 /D28 1000014939 $29,490.00 2.46% Garden Grove, CA 92841 Red Doors and Hardware 11 6321 Citrine St. 1022295 C17 1000832069 $14,700.00 1.23% Alta Loma, CA 91701 Diamond Crete Concrete 12 Coatings, Inc. 1067348 C15 1000701616 $26,340.00 2.20% 671 E. Cooley Dr. Suite 117, Colton, CA 92324 Penner Partitions, Inc. C-61 17 3501 E. La Palma Avenue 924223 /D34 1000004040 $22,460.00 1.87% Anaheim, CA 92806 ATM Specialty Services, Inc. 18 PO Box 307 915341 D24/ 1000007807 $40,600.00 3.39% Kernville, CA 93238 Pacific West Air Conditioning 19 1912 W Business Center Dr 792079 C20 100002299 $57,500.00 5.63% Orange, CA 92867 O'Connor Plumbing Company, 20 9757 Highland Rd. Oak Hills, 1072345 C36 1000727956 $65,617.00 5.48% CA 92344 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 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid " : ,. :Name:and Address"of State; Cass" DIR PWC Dollar " %of `.Item(s) I Subcontractor License Registration#- Amount Contract Number CamMer Electric, Inc. 21 117 S Pennsylvania Ave#B 1103398 C-10 1001035239 $18,675.00 1.56% Glendora, CA 91741 COSCO Fire Protection C-16/ 21 1075 W. Lambert Rd. Bldg D. 577621 C-10 1000002305 $14,104.00 1.18% Brea, CA 92821 Sample Tile and Stone, Inc 24 1410 Richardson St. 1037929 C54 1000058655 $61,518.00 5.13% San Bernardino, CA 92408 By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 NONCOLLUSION AFFIDAVIT TO BE ExEcuTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjuly under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on. 03/17 at Whittier _,,CA Date City State Jeanette Fasone being first duly sworn,deposes and says that he or she is President of Fasone Construction, Inc. the party making the foregoing bid that the bid is not male in the interest at;or on the behalf at any undisclosed person, partnership,company,,association,organization,or corporation;that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid,and has not directly or indirectly colluded,conspired,connived,or agreed with any bidder or anyone else to put in a sham bid,orthat anyone chill refrain from bidding; that the bidder has not in any manner,directly or indirectly,sought by agreement,communication, or conference with anyone to fix the bid price,or that of any other bidder,or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;that all statements contained in the bid are true;and,further,that the bidder has not, directly or indirectly,submitted his or her bid price or any breakdown thereof,or the contents thereof,or divulged information or data relative thereto,or paid,and will not pay fee to any corporation,partnership,company association,organization,bid depository,or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder- Fasone Construction Jeanette Fasone-P esident Si ature of Bidder 8644 Norwalk Blvd. Whittier,, CA 90606 Address of Bidder C-4 UTILITY AGREEMENT RONORABLE MAYOR AND CITY COUNCIL CITY OF I GTON BEACH,CALIFORNIA Gentlemen The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS, (l)(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"t 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 perfomied'in accordance with all applicable electrical utility company's.requirements, Public Utility Commission orders, and State of California Cal-OSHA,requirements. The tmdersigned ftirther 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 requitement contained herein. Fasone Construction, Inc, Contractor Jeanette Fasone IB President Title Date:03/l 7/2025 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 ErNo If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion ofthe Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CER'llitiCATE Pursuant to Section I 861 ofthe State LaborCode,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the perfomiance ofthe work of this contract. Fasone Construction, Inc. Contractor (7 jorp_c_ Jeanette Fasone By President Title •. Date:03/17/2025 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information,is true and coma: Fasone Construction, Inc. Bidder Name 8644 Norwalk Blvd. Business Address Whittier CA 90606. . City, State Zip ( 562 )948-3349 Jeanette@fasonegbacorn Telephone Number Email Address i749538 B, C-8, C.CI3 0 State Contractor's License No,and Ciass 05/06/2024 Original,Date Issued 05/06/2025 Expiration Date The work site was inspected by of our office on ,20 The following are persons,firms,and corporations having a principal interest in this proposal: Xon The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perfonn the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Fasone Construction, Inc. Com anyName Si tue of Bidder Jeanette Fasone Printed or Typed Signature C-,8 NOTARY CERTIFICATE Subscribed and sworn to before me this /3 day of 4afrek,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 truthfuhtess,accuracy, or validity of that document State o ) County of on/Pad/ /3,,a0S" before me,ALIA. ddrer4 Month,Day,and Year Insert Name and Title of Notary personally appeared d Namecif of Signer( • • who proved to me on the basis of satisfactory evidence to be the person(4 whose name(s)is/we subscribed to the within instrument and acknowledged to tile thatkte/sheitiael executed the same inlifiher/their authorized capacity(ies), and that by his/her/tbeifsignature‘iron the instrument the perS040,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. 751 it rd effiu=laltrn 1;;;12..,;1_ Los Angotes County A UreC;- '• Commission if_248658 4 1S1 7 / 1 MyCoEpre may7,20 2_3 SigatI 4 Signature ofNotaty Public (PLACE NOTARY SEALABOVE) C-9 Bidder's Project History For the purposes of this project the contractor and subcontractor must have, in the last five years, constructed at least five (5) projects of similar work. Describe specific work and experience necessary for project, for example, "Construction of or tenant improvements on existing civic facilities." Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. The following list of projects meet the requirements of above: 1. Name and Address of Reference-Big Bear Discovery Center-40971 North Shore Drive Big Bear,CA 92333 Name and Telephone No. of Owner: Jeremy Bedner (707)562-8756 $3,497,154.00 Building Renovation 06/29/2021 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 14,000 SF USDA and Forest Service renovation: full interior demolition, new offices, restrooms, ceilings, MEP systems, finishes, and high-density storage. Exterior work included KV parking, tree clearing, asphalt repairs, fencing, signage, a shade structure, 2. and fiber optic installation. Name and Address of Reference-Roybal Federal Building Security Screen Upgrades Name and Telephone No. of Owner: Fang Vilaylak (213)894-0314 $1,293,338.00 Building Renovation 09/27/2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Project included replacing screening stations with ballistic-protected units, modifying walls and granite panels, adding gun locker rooms with enhanced security, installing optical turnstiles, adjusting CCTV, and upgrading power and data connections. 3. Name and Address of Reference-Dormitory,Kitchen and Bathroom Improvements at Vernon Fire Station No.76 Name and Telephone No. of Owner: Tom Brown (213)220-1796 $570,402.65 Building Renovation 02/06/2021 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Project included renovating the dormitory. kitchen. and bathrooms. Converted 4 double rooms into 1 double and 6 single rooms, split a large restroom into two single-occupancy units, added apparatus bay storage, and redesigned the kitchen tor better functionality. C-10 4. Name and Address of Reference-DS LAFO Satellite Office Name and Telephone No. of Owner: Mahmoud Saheli (818)261-0266 $659,764.33 Building Renovation 10/01/2021 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Design-build of a 1.697 SF office with private offices. a conference room. and an IT storage room. Work included finishes, power, data, and mechanical systems. Overcame telecom challenges, selt-pertormed framing, finishes, and electrical work, ensuring 5. high-quality results. Name and Address of Reference-US Attorney's Office Tenant Improvement Name and Telephone No. of Owner: Mahmoud Saheli (818)261-0266 $592,111.00 Building Renovation 02/09/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Tenant improvement project including flooring demo. carpet installation. HVAC. electrical. and data outlets. Converted storage into offices with AC, power, and data. Conducted air balance and electrical load tests, plus hazardous material assessment and abatement per safety regulations. C-11 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. .Name of proposed Project Manager Guillermo Villegas Telephone No. of proposed Project Manager Schwartz Central Plaza Replacement of $3,287,690 waterproofing membrane 11/16/2024 Project Name&Contract Amount Type of Work Date Completed Child Care Center Security Upgrades Security upgrades to $558,700 child care center 01/15/2025 Project Name &Contract Amount Type of Work Date Completed Grand Canyon Library Replace foundation and $1,838,444 roof 03/11/2025 Project Name &Contract Amount Type of Work Date Completed 2. .Name of proposed Superintendent Jaime Rodriguez Telephone No. of proposed Superintendent Schwartz Central Plaza Replacement of $3,287,690 waterproofing membrane 11/16/2024 Project Name&Contract Amount Type of Work Date Completed Child Care Center Security Upgrades Security upgrades to $558,700 child care center 01/15/2025 Project Name&Contract Amount Type of Work Date Completed Grand Canyon Library Replace foundation and $1,838,444 roof 03/11/2025 Project Name&Contract Amount Type of Work Date Completed C-12 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20,2014, established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration feefor Contractors is$300.Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 httpsJ/efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of.Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code,provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Fasone Construction, Inc. Contractor Jeanette Fasone By Jeanette@fasonegbc.corn Email President Title Date: 03/17/2025 PWC Registration#: 1000037030 C-13 Document A310TM — 2010 Conforms with The American Institute of Architects MA Document 310 . Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) FASONE CONSTRUCTION, INC. Nationwide Mutual Insurance Company 8644 NORWALK BLVD 500 N. Brand Blvd. Ste 2000 WHITTIER CA 90606 Glendale, CA 91203 This document has important legal consequences.Consultation Mailing Address for Notices with an attorney is encouraged 500 N. Brand Blvd. Ste 2000 with respect to its completion or OWNER: Glendale, CA 91203 modification. (Name,legal status and address) Any singular reference to City of Huntington Beach Contractor,Surety,Owner or 2000 Main St. other party shall be considered Huntington Beach, CA 92648 plural where applicable. BOND AMOUNT: $Ten Percent of Bid(10%) PROJECT: (Name,location or address,and Project number, if any) POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS Huntington Beach, CA The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 11th day of March, 2025 Fasone Construction, Inc. rincipal) (Seal) (Witness) �St�Pr1� (Title) Nationwide Mutual Insurance Company (Surety) (Sea) (Witness) (Title) Emmanuel B I ela, Attorney-In-Fact S-0054/AS 8/10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT "A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document." State of: California County of Ventura On JAI before me, Jodie Lee Doner, Notary Public, personally appeared Emmanuel Brizuela who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies) and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I Certify under PENALTY OF PERJURY under the laws of The State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ".r , rNotaPuk. tUornIa JODIE LEE DDNER Ventura County g Commissions ec l2,b — v` +�[ � My Comm.Expires Dec 12,2027 �'�l1iORM� Signature of lic OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑INDIVIDUAL ❑CORPORATE OFFICER TITLES(S) TITLE OR TYPE OF DOCUMENT ❑PARTNERS ❑LIMITED ❑GENERAL NUMBER OF PAGES ®ATTORNEY-IN-FACT DTRUSTEE(S) ❑GUARDIAN/CONSERVATOR ❑OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE Power of Attorney • KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company,an Ohio corporation hereinafter referred to severally as the"Company"and collectively as"the Companies"does hereby make,constitute and appoint: AARON FOSBURG; EMMANUEL BRIZUELA; JODIE LEE DONER; KEVIN P REED; each in their individual capacity,its true and lawful attorney-in-fact,with full power,and authority to sign,seal,and execute on its behalf any and all bonds and undertakings,and other obligatory instruments of similar nature,in penalties not exceeding the sum of UNLIMT I'ED and to bind the Company thereby,as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company;and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED,that the president,or any vice president be,and each hereby is,authorized and empowered to appoint attorneys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds,forms,applications,memorandums,undertakings, recognizances,transfers,contracts of indemnity,policies,contracts guaranteeing the fidelity of persons holding positions of public or private trust,and other .writings obligatory in nature that the business of the Company may require;and to modify or revoke,with or without cause,any such appointment or authority;provided,however,that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER,that such attorneys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them,and to affix the seal of the Company thereto;provided,however,that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments.Any vice president,any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents,instruments,contracts,or other papers in connection with the operation of the business of the company in addition to the chairman of the board,the chief executive officer,president,treasurer or secretary;provided,however,the signature of any of them may be printed,engraved,or -stamped on any approved document,contract,instrument,or other papers of the Company. • IN WITNESS WHEREOF,the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 1st day of April,2024. 147° Antonio C.Albanese,Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT '411 4110Posiu►tlxtu,�y, STATE OF NEW YORK COUNTY OF KINGS:ss �7 On this 1st day of April,2024,before me came the above-named officer for the Company aforesaid,to me personally known to be the officer described in and who executed the preceding instrument,and he acknowledged the execution of the same,and being by me duly AFEttNECALP ' sworn,deposes and says,that he is the officer of the Company aforesaid,that the seal affixed �1uiliitis . hereto is the corporate seal of said Company,and the said corporate seal and his signature V111311.101' were duly affixed and subscribed to said instrument by the authority and direction of said Company. Sharon Laburda Notary Public,State of New York _ No.01LA6427697 Qualified in Kings County Notary Public Commission Expires January 3,2026 My Commission Expires January 3,2026 CERTIFICATE I,Lezlie F.Chimienti,Assistant Secretary of the Company,do hereby certify that the foregoing is a full,true and correct copy of the original power of attorney issued by the Company;that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner;that said Antonio C.Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company,and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors;and the foregoing power of attorney is still in full force and effect. - IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary,and affixed the corporate seal of said Company this 11th day of March , 2025 Assistant Secretary BDJ 1(04-24)00 F0.5o YThe_ �r�S�ruc�;Or1 $�4y Nor ?\id. hJ\v 44i erg CA '1060( CS(c. )gy$-33y 9 Pt3 Ce. DeA?co 'viers}" 6JOM2n'S 12m=on„t CC . LO. Vfo%% C i aF 1-�wni i r� 4o+1 -se Jack., cub\+c. w Or r-s c*c,t2 Zorn Paa:r‘ S'rreeA- 11.ar�+:rt�ior. eoC\rx.CPv c261-`l5 ,i11,,\ T I NG jO CITY OF 1`II OTC '` PP,OR �..6)�\ ,�` =-t --=_-1 _'� HUNTINGTON BEACH \\�2cFCp' ''��''TY� ,\.11 �1` Lisa Lane Barnes I City Clerk N � August 18, 2025 Fidelity Builders, Inc. 1824 Oakwood Ave. Glendale, CA 91208 RE: Police Department Women's Locker Room Improvements—CC-1708 Enclosed please find your original bid bond for CC No. 1708. 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 'C ^. � __--____-__ -- -__- ' ' �*�M -- COUNCIL '-OF 1AW NO MA - ONBRACH~ thdvidId ate -- - --^ - --- ----'' -- / ji ' in the-,,mamer and wiK'result in fbificltaie.16 ,.bfAhd, p=^P"oe===° - Soo loom -did bid, eni0i rom In -- g~`~�~ ~ ~-^ '~---~o--'-^~`^ �--�words----gg�=--', .-= -`- ` � ~ 110,vardeittlieZantractilia:undersigned agrees4.1iaiii3ilie;tventottheiTIEDDEICSiletmilt: 11:1etat0114 0*.required tiaittatt and ifits-g,t1i6t10.01#:ylielith*idiasurance..certificates vithfri:1.#working 4ayaatardiei.dato;tfdie;:4604r$iaciike:gtzawatitOotittliditoitie BIDDER,the proceedsafthe security accompanyhigThicbid chll be 01.„444.44'01*.y4 the,,A6Etqclithittliftbd and the acctance hereof niay,„:.;at:tho.AGENCY'S opfion.be id ±ednUU and void. Accompmiggithis proVosal Ofbi4 find.t.itt:e1.1:S` Ee4, hi the amoupt,cifIELA which said amount is Mitle.sothait.I014;of the aggaggivorthe titallAdlt*kaarepfre4 :Ore..11AMONt Bids pityibie it*.dit,,,A,OENO, 0194.§q,*g#Tjfig,,w0,.*-'",P0.b.%::Tortifi40.401c1,,or"V Bond.tor% the jdSjBid iktiiiittottitit daititalge4. Pi.***0.11 OtOtkmc9ipt.9.41:1444104:44374,,e&POY:',,, AmIzNa. bate hceived _ -signoure . — • -• - ••• : S J'3(Z7- - . 1 3/1712157 -1: • - . •; • • • 31:3412,,s - • 10 1V./ • ••• . . „. ,xf." ,.„. ••••.••-: - ,•• • „..• „.. , " I 1. C;72 CITTOF HUNTINGTOKBEACH ROO--'WOMEN'S LOCKER ReotittlOOROVEMENT4- . 00.w.moottoplottott. . . PROSPtCTIVE„CONTUCTO.k.SHMILrremizEimUlltiZINg!THMACHEM4 , . .;....,...„., .. ..,..„, .., Item I•. TA petal:410n of Worfi : Quantity Unit ,'Milt Nee :thitritOkit ...........„...., ...„ „ ...,.. .....,................_. ....„.., .:.„.. „.:...„. ....._ ..... .... 1 ,Ntottfititibii I I.: . •14, $. •''. `'Ac;4?' $':5cOt2- . ! • .. . . . . 1 0:0111014.1b1); ' •L. : $''1104t: .$''' ' .9,16:9 i $.-„_,..:coct.q0e, „. „„ _ „.... .1.„..., „ _ .. ... .. :, 1. , IS '."4*6,-:4*P. :$'' . ---.••-, • -_- ...... -... ,...... „...L........ .„ .. 4- AtOOstic:Ce-kg i ' !LI:.......,...•.......-••• • -... •—...-. .. ..... ... ...,.. ..... .• .• .• ...„. . . I.. .. „„, , , , •. ..,•• . . ....,4..,I„....,"''' .••:: • ..,:i$.'. Meld Stud 0 '4.00tok.. ....,. .... .. :... . 15 /.1.0i.;,4,0 . .. ... . . . . . . , . -,.. * :'P t dtf:insjlotfort: ' 1 .'.1:5 $.4774,..0 :..1; .. . .,_..,,._ ... .., ... ...„„.....,. .._____,_... 7 Sealant .4 g $,tfir4P. 8', Horov;(*to potptttrie4 • •• 5,i 'f Doors : 1 IA . .....-....„„.. ... ...._ . ....,, ... „.„..,. ...„ ..,„„. ... .. - - ---- .,,--- ,. •-•:.7-, . .._ - . .... ................_ .,. . s i POO,KOrti*o re. Li : ',LS .$;4-,12lb .,$., 6:7a ..,.. „.... .:, .. .. „..,..._ ..., . . .„ .... „. , ; : ifo dlirtay*..4646w;MOcil Andqw Flames . il -':, :IS S''61,42 '' lt:/.74,7,„,. ..,.: • ••,• .•••._ -,,,.,,,.....,.. ,•.•,,,. . ..•,. T. tt. .:..0forr44i1.0*.1.40!;4•0 ;''.6-"57 :;fi.- . '''f4,.,EV* : .: '' tiii,4f-citts izind606,0,, ± :i: ts. ',.'34,, 0) 14, ',9SfPs*rt,f39.,. ._ .. .—--- r, -.-14,''i, Faii414-..",'"-- - "--- --' "- ' • • ..-."-- • ... 1-S..: .-01A,..5=0 1,5: 510.1#40", ;.;;.. -.' : 1. .4., . ,,:•57,,,4 ., . 14' OTOTIOP1-00.00.1$(10:Aldii."C6t1PCIrds 01*$1 Li 444 '''.7.441.00' ,..,,:- !'20:47P.,., ,. ..! . ii . :-: kiiiiituit*$.4riat 401i.lir,c10;; a.4Apppno;&,* : 4 : . .14 .113fSlie47.;' ''',. 11.,,Aet. ...,.„., .,..,„ -, ...„.„... _. ....„..... .. . ...,. .. . , .............„ .. IS $':- .", . -at'5.7.,,o,i'6to" TO rixof4(6tIllipt:o ....4,i8:4-00,4,or4...14 1'.-' -. - i•,.%9ST,i. • ...,,.), ' -- ,..- i••..: , .. . . . .....,; :.. 14i ,.i4ii4iCifit444-Orfilitild0Orld.control and , 4 IS : : . . ..„..: -,-, tiiiritio,: ffio!...theet.rMIOL 14-01itt: ..aria fa :',. , • A „ ;:;;;;;_: ;;; , . 7.-,,.:,..!:. ;•2Q :.:Pturnimog.8,Tlyrpkig rpckg.o., : .• • :, LS V1;11:40. it0;,';',00. : ,,.,...•. ..,_•.••• • •••• ...".: ......... ,•• ...•.. . •. ..•••_ . • :• ... ... . . . ...,.., . .. . .. ..... ..,. ... ..... ..... ....... . .„. ...................._.. . 21 ':Fe ptotwipgN$torto*.., „ -31,, 14. *'... .,4.t.es-0 ' 31), $-: i. ti‘L74iiiii*citt :iitcii(0'044k0:4pz.itviTt '1- ' IS $'-vi '-:•;;gtei ::, . ....... j' , teO:.A400:11..00(4 ... . .... . . . ; , . . . .,,,. „.. .... .,.., ..,........ . . . ... „ . „ .... „ ...„. .. .. . ..„.: ..„„„.......„ „. • , :RA..'Lighting Fixtures' 4- -':- LI 'S %4:f4i ': -.4,,qi.' it:S"`" 1*. iiiteilgr:giiiitiet,411 Walls aidflooit ' '' .1'. ' '' IS ;$'14g71410 ' -.171.°0. ., - I. Ttztatin,Niiiitert 4- - --:/,- -•- -',*-' -... .- . - • . totaWordst„rif, „•..:1,, .,4... ..f:;*77: . .1i,: : „,:c.14d. . . •*--.:. .c•ftr"''' 17'1. ,../;;Ai:7;i:;1•;,, ,etrr,44, 1,, ite;k10,,,,, .4.41-44 sitA4141'-irsi.$ . , IC.,*.1 Note: Of.c0prs:must provide,pricing fc).(0ye4-f:bid;ri?e70. 'The:lump'sum amount for Mobilization shalt not exceed fire percent (5%t, of the fotcti-s:u11001 of the bid, unfess'the bid locurr►erit:i..Jcpte otherwise: compensatlon:for.,items of wvork not specifically-,ides tfied in these bid sf all:include all labor, mafenciis,: tools..,equrpments safety measures, and, supervion required`o ;;complete the,work to:graddes and din1ensions::shown on the:Plans,ofstoked'n'the,.Rotd There,shall-be r10 compensation..except for`the bid items specifiedih tf a Proposot;Ttie cost;of Olt work.shown in the Plans and Speciticationas;:but not:specifically;ideritifted Ott' bid item.or described withieutt bid:'ite n:shall be included in.:rel rted:bid items,:and no additional compensation t.becomexi e 1 Se:Coritractcr.. ,. . .14.1$,r0.0$1:!BCONTRACTORS. iti OtOtit'atiOd.:VitittO*Stin.,;tht:tiide'St4ksi 41.04d,hp'Brcider Shalt setiR14-ilie 0.04. :oot..boanoio.addr.08.1.0tewiStibOtitittOttried.4iltliOifoleiii Wiitk.bi,fOitcreiSerii00,114pg bidder on said gmixact: it axtAmoonCiit excess of mio,taif of to*portattottlit•„:taiibid or $10.A.90, •w,1*1143i.gr. IA:.gregk and'.03...0..'1)Ckii,M of the *0*:fo; be Atiite,by .Alott '‘,11g'i"-',,,,`,.:-.:Wili:14:404.Ait4i3Osi:-.0,. ':. 'Stale -: '4:71.1 .]:: 00.1.:PWC-:: ,;';',04110.,„' l':f 'l)4Rj7: : '-11-14(s)" 1 - .:::,,i$4.0:PP.#0.91..4.*r; • -License:'". :: ',R40:1#0-004t#,!: :Aifte00*,'•,'Contract '. . , . ,•. ,......, . „ .... , .* : Montle, ' , '' ' ; • ,' ' ' ' v• ' . 1 ..;, „,,, • 2 A1013, . : 10;40819 ' 'CZt 10.011)954'30'; ' $84 000 j; ''''y':/7-:•:; 0.4.111',1101.-WbOd,,'CA. ' ' ' • ' - '" .:., i.! - - .., , . ..„ ...........„..,..... ., .:. .,.. : . . : ' MR2'ConStitiWkri , :: • trgrewc.P.0,;.0A .084023 Iv : 1.000.055264.' . $58,908 ',:: 5 ''',7'4. • ,,. . , ...... . .. , „ .. . ,/ ., ..„. .. ...., . ... . , , . .. „ , „ . , ... . , , ':. toiliog Ekpeitss;hit, ' ,-- --- .--,--,, --- ----- - 17:' '' ''''' ''' '------- - ,i: ',917629 tz ' lova:063w $30,000 . -.., ii'l T",e‘ 8.P.9)740111f..40',SA: . ._„..... ...„.., ,..- f, ri, VismAri(honr brazing . ;,,. . „., , . . ..........„. .. .„.„..,,.. .._,... ..,„. _. . . , . . . .. .., . . 8,9;10,11,:: taitiattiikkie., :.I ,589469 ',C,47! 1000000398 934806 ,?2,i rik; . . 3 .,.,,„ :. . , , 'e• , .0, 1 ra:SV-‘10..7*A47.C':°‘Idittioill110 ..: 1 '10209 ; '00: ' 1000902299 -‘ . .., • 6 4 : .‘: -orgrigiesA. $67,500 . „ . " 'COSS FitOPittedttitirt .i -- ,' — , • • , '-' ' , ,-• ,I.t-i: 'i - :'-ii : - -:, .- ' ' • • ' - 1.904507. - -015 ', 190088.104S ;$19,775 1-:-t. f.. '- • '-ca.ciY004,04.0.4%PA •! • • • • : • - '‘, • ' :'' ,:A,---:;,' ; . ... ..,. ...„„.„ ...... .., . ... ..... ............ .. . . .„ ...„' . „..... - ..,.... ........, .... ... .,,...... ;...... , .......,,„.„ ........_ ,, , . ,. • , itt1461:1111.8,.:', : tit „ fiibilit5442.'i 41:V0i: t VI • ', , , , otridora,,ic4 ..., . „ laiggrOl'Elo** ., :?,..?,g;! E,ItitiOSiiiidi.,;:ti..*- ., :,9,76099i ,; CIO ,, to.o.ocoas.o71 ,-•:.0311'40.2* ',lit-4 . , Glendale,CA „. . . ..„ . . . .. , .. . PS.k.*!11,404,4„9t01400179.***P•,-Pickkr: That lie 14,alii:4,*44)4iviOpot.foortib,-0:bilait000t.4114.0ikobitift.1,:sitit04.*.trtit .-„147thg•;00:9Yt subcontractors listing 74• ''..rbatthq AGENCY will be fwnigli eil'oppiks,of aitsubcorrirgois,Atfortifitio4tid .:'•bonds,tiniiih4EfFsubcopira.. dor for..thtiprOjo4 .., '1'.. ,... LIST Or`.5 :C0l,11VAC OR5 1ii.'40+ai ice:*h1 + overument' ;ade$ee ian x0, the B ddOr•slialI=se*fit the.ua e and busmess:address of each subcontractor who will pqfdrp w*—.d.prender ser; icoo.1he, bidder on`;said con raci;fit an:amount:in:a cess of'onie-half-of o ie pe cent o tie totat bid or ikooO, whichever';is 'g ter,,:and :#tie:goition o the irl 'to' lone -:such, sul5corti'actor� . Btd :7Narrre*4 Aa "res. .:o, ;;State. ; Itenx(s, Subcontractor" Licenses fmowu' . . ?lV • • • C ' 1.b8 `1J3: $98,400 Cw ver T goo -1 t .;s.. * Q .cow Cse. e. 46,41 144. : , ,- o. �^ Z2 :r'it :CZ, rP �� `�° t� ': �, '!`.ota;�:� moo: By ubiz�issron`ofthys;praposai tbie T iiide rti s. e:is a to and411p. wo i c" iTnot.covered ;m�.tiie`al�a�e�suUc+ait�a�tflrs.Iisti��. , 'Oa the_.AelENCY vQill b `funusleed copies of at1 subcontracts..entered.into and : 004,1 fiimished by:s iticcuitractat tT isfiediect. :NONCOLVIUSIONAFF3DAW1 TO Ot EXEttTED ItrliMiAtt AND:gLIB I Di 0:WITII,BID) tkilact WiderHp&iiiityttpetiiityUnder tliOtOktif c*Otiii***,:krOgOi.Og true and correct and that this declaration'i', Wettiitocion3pgy.*47, :St.-cito• ae4A 044 ffiio.e „. .first:thartwoot,,depowa44.vo or of,k,;.oei.,:7-7v party making the:, fiiregomgbidthatthebidis totitiazteirftheliitott of,.ijr ii)iihe,bilialtOtiriiYutt&tiO$-tdpotbii7 partnership,company,association,0.gagi4410114-X:P0.040.0.;that the bid is genuine and not collusive or sham,that the has not directly pfsindikectlijihdi4ceit or solicited ggycitlieg*** to put in a false or sham bid,and has not directly or indirectly colluded,conspired,cooivet4 or, agreed with any bidder oranyone else to putm a sham bid,orthat anyone shall refrain from bidding; that the bidder has not in any manner,directly or indirectly, or conference with anyone to fixlho'bid price,or that of !Adder;or to secure any 46400 ,g410st.th0.0bIlq:•IIP6 awarding the contract of'ow*,interested in the proposed contract,that all statements contained in the bid are.truc,anott,:fintlier,:diat the bidder has not, directly or indirectly,submitted his or her bid or any breakdown theteo4ot the contents thereof,or divulged information or data relative thero;or'paid;and will oP(po'f40,fo:Aoy P;nora#914;-PgrOagrOP';0117134XWA140.04004'Prg.40#000:;144 depository,PPOARYOWthf?P;. T' 46:if,tliethereetto AfEdtakitOe Na C.4 W.47 rtie,Of Bidiki. p4,Axti5 -; - of Bidder • ,• • eZif :(),11-AStwit Ave. fr. 4i74, Addit*ottaiddite UTILITY AGREEMENT HONORABLEMAYORANWCITY;COMM .crrycwguisrrwc.T...cmppwwq“.47,9 grIx8 tiontletheit: Thothifgrsigtokhoteby promises and agrees tIlatin the poiffiuthatto-,of the work specified in the contract, 4.40:,w4 as the.; POLICE ..1)000.1010 VOLON,'S ..LOCKER 004:04: IIVIPROMIENTS, (I)(st7e)(4) will employ and utili only qualified persons, as hereinafter defined, to work m proximity to any electrical secondary or transmission facilities The Toot "QOarigedPersateis de6ne4 &CaliforniaMmis;i0Ore feltelys nqualligetiTet:$06,i, Aposioetwkpi by reason ofevoloa-gositormoliot isfamiltarwiatho V:teratiotto::.b e pericientg 00*hcizigi*':**g..4* The undersigned also promised doi$agrees that all,such WO&Atit be performed ir„.accordance with all applicable electrical 440 Odopatii.ki.*witethetits,'Public 0414 Commission orders, aodiState,oftalifornikealrO$Ifik-twiiretwots:. The undersigned further promises and agrees thattheiptevi64ong'hettio shall be at.4:40,bipd14; upon any subcontractor or subcontractors that,may.he retained,or employed by the undersigned, and that the ootiers.tgood shall. take steps;,as.are necessary to assure compliance by said '1ihcptitT4OtPr.,9r IfigIgquirexPg*orttaig04. rotitiiietoti • • • • ..: • . . :/1/00 • :irot - " • .^r .(64. bate: . DISQUALITICATIONQUESTIOVIAIREY blaCcordance With Govenunent;Code Section 10167;tbe,Bidder alialtconinjeteoutder penaitt perjury;:tliCktllOviiintrquestionnaire. QUE. $.1719NN.:180.kr, kfas the'Bidden. any'Officer°film 8idder oraily opitsjoy,4.q:prAg;.11ikider who itas propri;,etary interest in the Bidder ever been disqualified;removed or otherwise preventecLriorn bidding on Or completing a Federal, State or local government project because of a violation of or a-sal 41, 1:11efi If the answeris yes,explain the eireuu4Shthees in the space P.r0.1.4404.' . „ Nate:: This questionnaire constitutes a partofthe,Pnvosal;anausitiatureVortica'sifthe Proposal sbáff consittutesignature:ofthis9estiormaire: .COMPENSATION INSURANCE:CERTIFICATE 14.41,:01110*q1,09...CC940i:.*.#9.4**9#9:.WIIM.APANON(414.9*40 s-Rbeeri avi...at't*.1,, t...Ogrtt4efcPg.twj.Og-*Ogc* aware,'-Of the provisions tif:18geitiott.3700.:••of Lator--,C04.10*h require!dy0y employer to be insured against liability for worker's compensation:or to undertake seW 4.1404cq in accordance with the provisions of that code Agc.t.1 will comply with such, :,•••,; i• , tthitioadt . . . . „ „. .. ... ..„ „. ..„ . ......... „ .„ de/LH' 17* ".? .Date.31" '741,447—c, • 10:00,0$ OIT/DEO..00-rtiaes.thattligIO.110,*jOg inftm tion iiiiead OrxelOt RA 7 ..,gi4.1del c. Bitictetisiaid ./ 64004 „ Binessddress :6Witate: „ :4#0,f 'Suite; fif I474.4.0571 . „ „ ',4itereltitot.A4 Ve'5:, Tiooiv*, Telephone Number Email Address stat&totitiactoe 'deems--e',No.,ajCth Orcginal hate issued The,w9ik sitt wastavedted by ofOur theeón 10 • -The.t0110544g ge:perpvtsyfirgq,:gd,2-coTpo*ion.l.h4yiqggipeipgl,7:mtst,4"trsl,pTppo*; . . Krek. . . _ . . .„ „... veto undersigned is prepared to satisfy the Councd of the of 7:040440.).;tfoti4 of its ability, ffinancially or otherwise,,to perform the contract for the proposed work and.improvemelifs in *tbst400ovith‘tho plAtdAtidIptatoadowstitttsrtil. ;:oers "'hit. toiopyei$ta , — • . .„ ,„441,r0:01,0k140 • AIArer .#4,44,67iet T7p0::$.00:tos ISTOTARYCEItunCATE, Snbscribed and sworn-An be*eine-007.411 2(4,57. .„ ,„ . • „, _ „ , • ,A 40411'.13061iP or Viter•offfitsT completing eettificnte,vetifies,only the identity of the individual who signed the document, this certificate is attached, and trtithinbieStetnittyorAinadipinfiliaddetithent Stetgofctti.,t'4r 14: :Cenntynaf.:t •44,1.-e teHS: ) On:kat-kat .4e; 'Lots': bereta>moSiikiiiii:Viiiik4014810,4,..kav*.tplok Mott.6, *i§c#N*9-an4..Ti*ofNofary • - Atte* Ye,' tItit.411. - tietionelVatpearect • titSj.gnitt(t4 . „....„..,. who proved to me on the basis of gatisfattOty evidence to be the per,oXi0ae pamy;(<rs/ gr' subscribed to the witbirt;inatnnngntnnd acknowledged to me that het ' Mfgentect,the seine: in niSifigiiilli.'ainbotizecfeapeditYCK,..aila 6,1701 the instrument the _person g or entity oporixbailf of vi6i'cb_te:pqt4Q..n(Kacltg4i'giRcvtg4S..thi0.trqr.acilt certify under PIIST.A..LTY:OF';PERJURY.under the.laws OftheState ditalifOtiiiiathat the tategningpogopli trióandeOrtect. wrTN-g4- 1.43e-4pn4i.ancirbificial seal, cifh4surrsoaammiA:Eoksram ,Napyy,-Publicliforniw XasAtiggits Cauchy cOi.lifsiT4:2,!t8;91,1, „ „ . . ccir,1171-excHr,eA Flfr25;.242t Witten , 6 Biddeet Propallistary For the purpow.oftkpro.i$th.g;contraLcior y$ub.coaigtoor-must.......... last fri:0400, czp$09.*d., least: p,Tpictis work., Describe specific.:ica* and experience ilecesS4rIftkik:finiltektifit example,"Construction of or tenant on:existhur civic facilities"&dders are g1.044.0.4 to submit 4001.011:1004.relevant project hfstoylit..4441iioitto the • ikoketslist4h9Nli.14: 1.110;foliowitio:listiatotije.c.totita,thitokottent :sitatiti.w..: .f ‹ t4 ' 41 fr4'4C Name and AddressAddress of RiApenco Iii Name 067•040*... • • Etw -Typeofiltibik: DatiCarnii1Ofed. ''014:400*.gPro.1044c5.009.4.19'04,9W OhAlarY1.9*.Name and Address of Reference 1,ti.,,,..,:tdolihotidR(i.ofbtonot. etnitiad.Aitiount tyiiieWork DAte.Corilpietad Prqi4d044tiOnatyPieci descriptiontc.shave ;6•74t.' s . N'aote.A4Addroso.d.gorfocoo Naknonna.Ta1etfhoiteli&=.6f.Oiviiet: ::24g47*66I-Ak' W.0*, lAt.0ctotiPLOW1- talpri?jootitokrtijiktit Attic*,!.SWil'or*fork:. . ..... .... Nalt&and Address ofIlefeiencefJ(5cø : . 33,41,-i"A „ Name and Telephone No efQwPer;Ogrt•-'es 24itsz:41A-- 000365. 6444 At.,‘$-Pc;00q- ficKY " :T.3i.p00704*: - IlgtgOMPlete-4 Provide ddditinfial*nteetdesaiptiniii*ahowl'Omilar'4Qrk: :4 .7‘47.ri kz!f. 14-able—:iatittikitiiiit.ot ketitendt: Name and TeleOhoneNtx:ofOwnerkirt - ( ) 3$, 44 .,.;7•M'' „ „ tontinfAinonnf TThfWrk ttitetaMgeted Pinyide additional prnjenfdestriptioainsttow ginidaryinik: r -;041 :$1:440escrItical Rat. tist46010T41**'114P§:9f*444.0..§:,propp§c4.V.9.4§14Ntign Project*..Pogg.%and Superintendent.For each ofthese 6ritidd006itionsi please la at*aitthrgeppi4#4*304 the critical staff 11001?-ettOnnedssit,iiitat.WOrkVithiiiIh4iist five yebit:11* *4#9*&iib:tot, have to jic.,44,0*:4*.p.mgoymot of the bidder of this prcii00 Bidders are submit supplemental teieVahlibleet hiqoryy in additionV:44 ,projecti listed herein , _,NaixtoofOtopowall'ioj.eotig:0 Ny 0 4t.K. '1f7N'j!er'N (11:g)168 -7/bo T*Phpol90,:cfPrPOP.$0.PrOOM0/....14W 044,0tlitplotg.4 ./11t :0444 :17-440o0a--;:. . „ q:10A7 „ ojectNpn*: Captr4ci Ain9114' 717*Of*Wpric' P4.*C.9,00.100, 6*1 /.0fifit ,.17 1112:4 Project Name&Contract Amount" Typo:of Work Date Completed Name Of'prpposed:Suprintendeilt, Alara' (gig) gV( . . gk*tie$,0;.,pfixopos4dSupetinto4eo , rtliq1Nc9040PPmt: TypgofWgit , 2 4/: •,6477, „ , ProjedNatat&,ContractAmdtmt Type:of\MOr:k. lte Con pkt* Fipitalqiime4t CbuiriztAtrioiini, "T:$76.-01Voik: 15afetiimfitefed t-12, CONTRACTORTiEGISTRATRWWillit.0.,4171.0046.1)EPOMPTT CE IND_V:STRIAL:RUATIONS:ORE4t.EicoriCATt, Putstiotws'0154.(pift:1,44.9r:c90 S.f40S'17710,(4)) f445P4I$,Y1twOalifOrt44:$(.00:$6WO, ,ortbite:107 2014,established dneW:oviilie:works CbittacttieRigiSteitiOnitogtatnt;:whiehregttkes all contractors and subcontractors And performing work on 1)01A10 Works Projects to register on an annual basis -July 1 through June, 30 state*cal year) with the California Department of Industrial duttowilie:,,ailtilighOrktaiiidabie;tetfstitibir:feetbr Contractors. ::10.,.$,$04 Each contractor to whom'ApthliqrwhittS4Onttaetlitts:heen awarded shall:"Sign . 'the f011owing wit**. :DIRFACT SHEET:on:SR 8'54 :littr/MWAIdli.dit4OV/DLSE/PitblieWotkAtSB84FabtSiteet 036..14.0t DIR'S,:ContraOtor Regiiiritihn Link Call(844)521034 1.44t11,4)ingdi,i.0440,v/PWCIVA41065:0y1474etiln$PWC*00.4.04ontotai. DlirS-COntinettit 1000ion searchable database: latip.sillajiogiciir;o40018M.Soitiuctiot . ,. . 'ilittawarelin.4.041toOtntikWith the proilskins-Of ati4ft,stitot:, :contractor or subcontractor Shalt Of be qualified to bid,on,be listed in n,:bidprnpnsal, subject to 'requitethents.tif Section 4104 of the Public Contract Code,or engage in the performance of a.ny contract for public w*:as defined hi this chapter, unless v„„ottnify, registered and:qualified to,pertban publie.vork:pwsnant to pActinn 1725 5 It is:not yi012100Wet61$::$0*tb)4I'',Or an nntoglogii14,000nnotnttn.,-$0,fititilit ki4tttila is authorized by Section 7029.1 of the Business j..)t•OfesSionscodepti:hy"geption Ic11.04,t020,014 ofthe Public Contract Code,provided the contractor is fe:giSteted to,tieifonn public work,pursuant • to Sftglott17/5:54t thetitnoheontrattls aWatdee trnr-thethiOrd will comply by providing proof ofregistration wft,11,•01R,as-the primary contractor,, a.41:Wtito.'tfor ALLSiibeditnitetotS4t the titne:ht stb --etting—lhe bid. .44464 cIeI/77 • Cotittadb# • , „ • ,.,• " ' Y r.F t; k rPikateiTcre giptaihtei-s : .'.. . • Date: PWC Registration ik :/a011,5-7—*.t4. c4.1 A ,1ll,:: A Document A310 TM - 2010 Bid Bond • CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place Fidelity Builders, Inc. of business) . 1824 Oakwood Ave. Developers Surety and Indemnity Company Glendale, CA 91208 800 Superior Avenue E., 21st Floor This document has important legal Cleveland, OH 44114 consequences.Consultation with OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or City of Huntington Beach modification. 200 Main St. Any singular reference to • Huntington Beach, California 92648 Contractor,Surety,Owner or BOND AMOUNT: 0 TEN PERCENT(10%) of the Total Amount Bid other party shall be considered plural where applicable. PROJECT: Police Department Women's Locker Room Improvements (Name, location or address, and Project number, if any) 2000 Main St Huntington Beach, CA 92648 Project Number,if any: CC-1708 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall - be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 13th day of March , 2025 . Fidelity Builders, Inc. (Principal) (Seal) (rim 114 7 4:,14v, Ke re o.r4,0 f w 74-.1,c-SS e) A . .,-V Developers Surety and Indemnity Company ''�`� �,� (Surety) (Seal) (Witness) Oariy Matlock,Witness (Title) Edward N.Hackett ,Attorney in Fact AIA Document A310TM— 10.Copyright 0 1963,1970 and 2010 by The American Institute of Architects.All rights reserved. -Se 'N (Alt1d/r eiC16A�ttr (cdJMe ' -COS.►%4'7 S c dt1 tla," ' (qj�`�1 Nrtf'�� p 4 I( CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT ACwO'MCD4uF177110.104/AOM NOVIU 4ANIAC.xOWLf0.1,nACrxOwIED..1.w0WIED IMACwOwLE04x[x1ACMOWIEL...(I OWLF0..EEnACAx V.C. 111.10.1 u 17110W4MxlenACKNOW LIANTACaxOwEtO4u[MACxxO'ME04u[xMCWOMFDWANTACrxOWILIK.W4CKMMED4MfMACwOWLI04.4.NNOwlEU4utM 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. 2 State of California ) County of Dr-an c, ) s g Y S _ • On MAR 1 3 2025 before me, C �j 4"P. Ma Q -F4N evbl;c 5 e(here insert nam and title oft officer) Y E I personally appeared "Few ar-al N). --+ac,k-l- i 3 , 1 Y i who proved to me on the basis of satisfactory evidence to be the person{5}whose name{s)-is/are subscribed to • the within instrument and acknowledged to me that hekt-ic/they.executed the same in histker4air..., authorized capacity4e53, and that by his/hcr/thcir signature(}-on the instrument the persort(c,,,.or the entity 1 i upon behalf of which the person(s)-acted,executed the instrument. 3 I I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. _ _ _ i 1 � :0, 1 � ..,.,. CARLY P. HAYCOCK � p R 4 E aAz COMM. #2423661 z = 1 ce io f ' Notary Public-California o 1 WITNESS my hand and official seal. Z „:„ ,l Orange County '. - 1 .., My Comm.Expires Oct.27,2026! s Signature 1 I (Seal) a R !Ix3wO01w.WgrIMwD03MAOxUrIMwDO)wOxAJrIx3w0O3MAOr0'JrIx3nO0fwoxpvuAw'JD3vnOxrJVIx3n9031MOM>vlx3w00lw9MJrlx3wx3LwOMJnMn903utO.uJrIx3n90lw.OMJv1x3n903lMOMJVIx3903tmoxrJVM3n90)wOxrJVlx3np03UWxrJrIMn903vADMp'/Ix3mA3M.Ox+>rIMn�D3lwoxvJv1x3n903tmDMJrlxinJD3 Wotn>/� Optional Information Although the information in this section is not required by law,it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document -AdjditiiinalInformation4Tr.'!. i.A,;:-:; The preceding Certificate of Acknowledgment is attached to a document Method of Signer Identification Proved to me on the basis of satisfactory evidence: titled/for the purpose of -Rcltli4-1 3u;IdGcs/Ir, c. 1 0 form(s)of identification 0 credible witness(es) C3id SonA Notarial event is detailed in notary journal on: containing 2 pages, and dated MAR 1 3 2025 • Page# Entry# The signer(s) capacity or authority is/are as: Notary contact: ❑ Individual(s) Other ® Attorney-in-Fact ❑ Additional Signer(s) ❑ Signer(s)Thumbprint(s) ❑ Corporate Officer(s) ❑ Title(s) ❑ Guardian/Conservator ❑ Partner-Limited/General ❑Trustee(s) ❑ Other: representing: Name(s)of Person(s)or Entity(ies)Signer is Representing 0 Copyright 2007-2021 Notary Rotary,PO Box 41400,Des Moines,IA 50311-0507. All Rights Reserved. Item Number 101772. Please contact your Authorized Reseller to purchase copies of this form. POWER OF ATTORNEY FOR COREPOINTE INSURANCE COMPANY DEVELOPERS SURETY AND INDEMNITY COMPANY 59 Maiden Lane,43rd Floor,New York,NY 10038 (212)220-7120 KNOW ALL BY THESE PRESENTS that,except as expressly limited herein,COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND • . INDEMNITY COMPANY,do hereby make,constitute and appoint: Brendan Hackett and Edward Hackett of Laguna Beach,CA as its true and lawful Attorney-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said companies,as sureties,bonds,undertakings and contracts of suretyship giving and granting unto said Attorney-in-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said company could do,but reserving to each of said company full power of substitution and revocation,and all of the acts of said Attorney-in-Fact,pursuant to these presents,are hereby ratified and confirmed. This Power of Attorney is effective September20,2024 and shall expire on December 31,2025. This Power of Attorney is granted and is signed under and by authority of the following resolutions adopted by the Board of Directors ofCOREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY(collectively,"Company")on February 10,2023. • RESOLVED,that Sam Zaza,President,Surety Underwriting,James Bell,Vice President,Surety Underwriting,and Craig Dawson.Executive Underwriter Surety,each an employee of AmTrust North America,Inc.,an affiliate of the Company(the"Authorized Signors"),are hereby authorized to execute a Power of Attorney, qualifying attomey(s)-in-fact named in the Power of Attorney to execute, on behalf of the Company, bonds, undertakings and contracts of suretyship,or other suretyship obligations;and that the Secretary or any Assistant Secretary of the Company be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney. RESOLVED,that the signature of any one of the Authorized Signors and the Secretary or any Assistant Secretary of the Company,and the seal of the Company must be affixed to any such Power of Attorney,and any such signature or seal may be affixed by facsimile,and such Power of Attorney shall be valid and binding upon the Company when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF,COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY have caused these presents to be signed by the Authorized Signor and attested by their Secretary or Assistant Secretary this March 27,2023 .0 \tJSURA ,'•. �..•� ,,.( AND/ °0*, By: 5-7 `G•ockPoR1T. J.•GORFoRgr V Printed Nai . Sam Zaza •• G F'••O FO'••2 Title: President,Surety Underwriting :•SEAL = = a. 1936 .' n %OJ•••�FCAWP,F••Y I:O>��'cq�/FOFLC��P,ab�: ACKNOWLEDGEMENT: •, • •'• , ''••••''�� : A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. • STATE OF California COUNTY OF Orange On this 27 day of March 20 23 , before me, Hoang-Quyen Phu Pham , personally appeared Sam Zaza who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to within the instrument and acknowledged to me that they executed the same in their authorized capacity,and that by the signature on the instrument the entities upon behalf which the person acted,executed this instrument. I certify,under penalty of perjury,under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. HOANCrQUYEN P.SHAM Notary Public-California Orange County Signature �+';t /` Commission 8 2432970 • My Comm.Expires Dec 31,202i CORPORATE CERTIFICATION The undersigned,the Secretary or Assistant Secretary of COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY,does hereby certify that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in this Power of Attorney are in force as of the date of this Certification. This Certification is executed in the City of Cleveland,Ohio,this March 19,2023. IM DocuSigneedE by: n, - BY: Cf 7aYVt.! W Sf-S Barry W.Moses,Assistant Secretary POA No. N/A 6a6415E7ADE546C... • DocuSignEnvelopelD:3352BFD6-5E9D-4796-837E-C1 E455E6530F Ed.0323 Signed and sealed this 13th day of March, 2025 . • No. 4606-0 - STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY that,pursuant to the Insurance Code of the State of California, Developers Surety and Indemnity Company • of California, organized under the laws of California, subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire,Marine,Surety,Disability,Plate Glass,Liability,Workers'Compensation, • Common Carrier Liability,Boiler and Machinery,Burglary,Credit, Sprinkler,1Team and Vehicle,Automobile,Aircraft,Legal,and Miscellaneous • as such classes are now or may hereafter be defined in the Insurance Laws of the State of California . = THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation ofany,of the applicable laws and lawful requirements made under authority of the laws of the State of CalVornia as long as such laws or requirements are in effect and applicable,and as such laws and requirements now are,or may hereafter be changed or amended. IN WITNESS WHEREOF,effective as of the 1'day of November, - - 2017,I have set my hand and caused my official seal to be affixed this 1:'day of November,2017. Dave Jones Laurance Commissioner \40,4.123- By Valerie Sarfaty for Joel Laucher Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Insurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. i CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE §1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Los Angeles } • On M 4(CA 2b*� ZO 2 before me, Cassidy Siddhartha Easton, Notary Public , Date Here Insert Nam and Title of the Officer personally appeared Nlt �/< < K 1 e' 414 K PR I a kb I;ai,i Name(o of Signer(sr who proved to me on the basis of satisfactory evidence to bete personerwhose names/a ubscribed to the within instrument and acknowledged to me that he/ e/tintsy executed the same in his/Ve itf li! authorized capacity' s), and that by�kiis/ty ltixtr signature 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 tt,°,, CASSIDY SIDDHARTHA EASTON paragraph is true and correct. •to Notary Public•California `-.ti ,,:'�'`" Los Angeles County WITNESS my hand and official seal. W � :‘,T j.R{? Commission it 2462944 i;i6.0` My Comm.Expires Feb 25,2028 C-- Signatu Place Notary Seal and/or Stamp Above Signature of tary P 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: lit 0 4Aa 'Document Date:,/Z'/ 20 Is- Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Lei —Title( 0 CbTp>3fhte -ffi ________ ❑ Partner— 0General �rtner ❑ Limited ❑ r ral ❑. • f Y n e++�rnPy in aFia—" ue stee El d —. _ • of Conservator Other: - • ❑ Signer is Representing: ©2017 National Notary Association '"ki+ y`:y x� 7i o. —..i' 'f�T'•'a "'' _ii"r „X�,.„t. .:� .� _ , ' %� E a' . 1 .tw.",r r 4�;,,rw •t � 1I•�k �3;•r. - - + e +. �;_�.. t.�1`.3r tfuv.ej.+*:>:r.x...�,b:f�....A. ...±'.e-* 7 b'r_t•s,;+.r. �- -._ ..._ _. ,-2..... .,_ � ..,•.v,+_.__ �...�.."s:.,,..,. .. . r....tY. ._s.....:.#.�.i -- .. Fidelity Builders, Inc. 5 �[ Narek Halablian- VP •.,k (818)679-8059 { � F OFFICIAL BID SECURITY- DO NOT OPEN ATTENTION: PATRICK BANNON PROJECT NAME: PD WOMEN'S LOCKER ROOM IMPROVEMENTS CC #:1708 BID OPENING DATE: MARCH 31, 2025 AT 2PM yyyi iii3OA1.1 Al T�= CITY O F ff =arusat•. HUNTINGTON BEACH o��f�1` _cF�UUfVTV CP�\ f Lisa Lane Barnes I City Clerk August 18, 2025 JR Universal Construction, Inc. 1029 North Mansfield Avenue Los Angeles, CA 90038 RE: Police Department Women's Locker Room Improvements—CC-1708 Enclosed please find your original bid bond for CC No. 1708. Sincerely, 091/A4416 AKAIK Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach,CA 92648 I www.huntingtonbeachca.gov as id SECTION C PROPOSAL for the construction of POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS CC No. 1708 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 jai working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. Itis agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract,the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option,be considered null and void. Accompanying this proposal ofbid,find Bid.Bond. . - in the amount of 10% which said amount is not less than 10%of the aggregate of the total bid price,as required by the Notice Inviting Sealed OR ELECTRONIC Bids,payable to the AGENCY. (Please insert the words "Cash", "Certified Check",or"Bidder's Bond for%",as the case may be)Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here,if any: Addendallo:." Date RecepeP 1d;�er`s signature 2/10/2025 2 21/25 3 2/25/25 4 r. 3/10/25 5 5/13/25. 6 3/17/25 7 3/17/25 8 3/17/27 9 3/31/25 10 3/31/25 „• =" 11 4/1/25 ¢` 12 4/3/25 ;{4.x i r S�` ZZ¢ ,Air ` FAT >•} C-2 CITY OF HUNTINGTON BEACH HBPD -WOMEN'S LOCKER ROOM IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Item# Description of Work Quantity Unit Unit Price Item Total 1 Mobilization 1 LS $ 10,879.75 $ 10,879.75 2 Demolition 1 LS $122,010 $ 122,010 3 Concrete 1 LS $ 36,690 $ 36,690 4 Acoustic Ceiling 1 LS $ 19,807 $ 19,807 5 Metal Stud Framing 1 LS $ 96,587 $ 96,587 6 Batt Insulation 1 LS $ $ 7 Sealants 1 LS $ $ 8 Hollow Metal Door Frames 1 LS $ $ 9 Doors 1 LS $ 29,743 $ 29,743 10 Door Hardware 1 LS $ $ 11 Glazing &Hollow Metal Window Frames 1 LS $ 9,076 $ 9,076 12 Flooring and Wall Base 1 LS $ 33,780.25 $ 33,780.25 13 Gypsum Board-Walls and Ceilings 1 LS $ $ . 14 Painting 1 LS $ 11,486 $ 11,486 15 Signage 1 LS $ 6,225 $ 6,225 16 Interior Products (i.e. Markerboards, Blinds) , 1 LS $ $ 17 Furniture (Material and Install-see Appendix I) 1 LS $ 65,486 $ 65,486 18 Fixed Furniture-ADA Benches and Lockers 1 LS $ 226,468 $ 226,468 19 Mechanical Systems (Including control and 1 LS $ $74,700 programming,see sheet M101, Notes 2 and 10) 74,700 20 Plumbing &Plumbing Fixtures 1 LS $ 106,275 $ 106,275 21 Fire Protection Systems 1 LS $ 39,844 $ 39,844 22 Electrical/Data/Technology (Including RGB system 1 LS $ $ 103,459 103,459 -see Appendix J) 23 Lighting Fixtures 1 LS $ 47,310 $ 47,310 24 Interior Finishes-Tile Walls and Floors 1 LS $ 70,118 $ 70,118 Total in Numbers $ 1,109,944 Total in Words: one million one hundred nine thousand nine hundred forty-four C-2.1 • Note: Bidders must provide pricing for every bid item. The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. 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 Ad"dress of:` State Class DER PWC Dollar. ; °%of Item(s) Subcontractor License Registrati?i Amount " Contract Number. . "" PACIFIC PLUMBING COMPANY C36 OF SANTA ANA C42 1000009561 106,238.34 20 P O BOX 1494 266807 9.5 SANTA ANA,CA 92702 C-4 COSCO FIRE PROTECTION INC dba SCO FIRE PROTECTION 21 292220RANCHO VIEJO RD STE 205 577621 C16 1000002305 17,559.48 1.5 SAN JUAN CAPISTRANO,CA 92675 THE HILLER COMPANIES LLC 2 2120 CAPITAL DR 1105955 C16 1001133333 23,928.90 21 WILMINGTON, NC 28405 ATM SPECIALTY SERVICES INC C61/ P O Box 307 915341 1000007807 50,547 4.5 18 KERNVILLE, CA 93238 D24 J J J FLOOR COVERING INC 12 4831-A PASSONS BLVD 327775 C15 1000003812 7,306.91 .65 PICO RIVERA, CA 90660 ALPHA FIRST TILE COMPANY INC 24 10925 FRACAR AVENUE . 1043747 C54 2000004235 70,006.35 6.3 LYNWOOD, CA 91204 BERTRAM PAINTING INC 1717 WEST ORANGEWOOD UNIT F 1022991 C33 1000050348 11,486.37 1 14 ORANGE,CA 92868 P P C AIR CONDITIONING INC C-4 19 5950 LAKESHORE DRIVE 662165 C20 1000003789 74,685.06 6.7 CYPRESS, CA 90630 C36 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 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class;- DIR;PWC.: Dollar %of Items) Subcontractor License # ` Amount F Contract Registration 1Vamber ALHAMBRA GLASS COMPANY INC 11 2904 WEST VALLEY BLVD 322524 C17 ALHAMBRA,CA 91803 1000021129 9,076.93 .81 SCHOFIELD ELECTRICAL SYSTEMS 9 VIA ONAGRO 1089085 C1 1001010828 150,769.50 22 RANCHO SANTA MARGARITA,CA 92688 13.5 BIG 0 FLOORING INC 12 7435 BOXWOOD AVE 1093946 C 61/ 1000953947 26,456.25 2.3 FONTANA, CA 92336 D12 ANYTIME DRYWALL 4, 5 8655 SHEEP CREEK RD 968059 C-9 1000031337 123,416.85 11 PHELAN, CA 92371 CIMA WEST 17 4961 SANTA ANITA AVE UNIT K 1046943 C-6 1000062389 20,169 1.8 TEMPLE CITY, CA 91780 THOMAS PARTITIONS&SPECIALTIES INC C-61/ 17 ALTADENA,CA 91001 613974 D34 1000008781 26,642.71 2.4 KINDNESS GLOBAL NE GENERAL CONTRACTORS LLC C-8 3 6461CYPRESS,CA 90630 IVE 780044 C21 1000000174 36,690.15 3.5 EAGLE CONTRACTING INC 2 8204 GARFIELD AVE 970089 C21 1000001143 122,010 11 BELL GARDENS, CA 90201 C22 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 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 ar�d Address of State Cla DO.'R:PWC:. Dollar %of Item(s) Subcontractor'" License Regist�ra- Amount ;:Contract N " her 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 WITfl BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 3/31/25 ,4tIos Angeles Date City State California being first duly,sworn, deposes and says that he or she is Vice President afJ R Univeisal:ço . fln 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 shambid. JR Universal Construction, Inc. / Kevin Chavez Name of Bidder tar.to; 10'n Signature of Bidder "Y4 iozs N.Mansfield Aye..1-gs N1913.les,CA 90038 Address of Bidder C-4 UTILITY AGREEMENT' HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS, (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 Wnt all`applicable ekctncaF utihty company"i°regiiiieinents Public'Utility Corinmissiori orders;f 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. J R Universal Construction Inc ;�,i."' } " ,,,i Contractor r� r. ,�¢ x ,Kevin :; :.;.:/,ems dz ,�, ..,. s1, t i; ..,,,e, 0 Vice President Title Date:3/31/25 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety _. regulation? ❑ Yes ®No If the answer is yes, explain the circumstances in the space provided. • Note: This questionnaire constitutes a part of the Proposal, and a signature portion ofthe Proposal shall constitute signature of this questionnaire. C-6 COtVrPENSATION 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. J R Universal Construction Inc Contractor Kevin Chavez - - By Vice President Title • e t;f1,0,i9J F, Date:3/31/25 :i4041:6' C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: R_Universal Construction Inc _ 'Bidder Name 1029 N. Mansfield Ave.Business Address J-Qs.MgOes, . CA 90038 City, State Zip 323) 461-9659 Kevin@jruniversal.com Telephone Number Email Address 843861 B and C-9 State Contractor's License No.andClass 8/2/2004 " '"" 'Original:Date Issued 8/31/2026 Expiration Date The work site was inspected his Alvaro Cervantes of our office on March 3rd ,2025 The following are persons, firms,and corporations having a principal interest in this proposal: Sergjo Chavez _ _ _ Jose Ariel Ramos Melida Ramos James Sweeney Kevin Chavez 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. J R Universal Construction Inc Company • "4* „ „, • 4,7,.1,1t,t4f1' Signature of Bidder (t. s vez IcOn-Cha Printed or Typed Signature r; C-8 ;$ NOTARY CERTIFICATE € 1 Mara, Subscribed and sworn to before me this� day of ;;202% • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the 4> truthfulness,accuracy, or validity of that document. State of CalifO".16" ....,a' 1... before me, �ca„6el.... ..Cob/Afro...:ti:H P�.....1i( .:...,...... . .. and Title 1Mo4 lreati;:attd a i!" o Y Insert Name i e of N personallyatp#e kQV CL6 rrZ � Name(s)of 3igner(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MICHAEL CABALLERO WITNESS my hand and official seal. - ;' NataryPubnc•Ct W1& • ; Los AnEda Courtly Commission A 1410454 71*;4114.4.).>" My Comm.Expire Jan 24,2021; . Signature ............_ .. . " ` .. Signature ofNotaryPublic (PLACE NOTARY SEAL ABOVE) C-9 Bidder's Project History For the purposes of this project the contractor and subcontractor must have, in the last five years, constructed at least five (5) projects of similar work. Describe specific work and experience necessary for project, for example, "Construction of or tenant improvements on existing civic icilities." Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. The following list of projects meet the requirements of above: 1. Name and Address of Reference Fountain Valley Police Department TI &Locker 10200 Slater Ave, Fountain Valley, CA 92708 Name and Telephone No. of Owner:Tyrone Chesanek 949-285-5529 $3,546,539.59 Tenant Improvement 1/17/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Interior remodel of men and women's restroom and locker facilities. Interior remodel of training room/gym. Interior remodel of laboratory. Exterior improvements. 2. Name and Address of Reference Pasadena City College-Building C TI and restroom Modifications 1570 E. Colorado Blvd, Pasadena, CA 91106 Name and Telephone No. of Owner:David Larios-626-585-3122 $1,598,397.00 Tenant Improvement 12/16/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Review Attachment 3. Name and Address of Reference El Segundo,Unified School District 641 Sheldon Street, El Segundo, CA 90245 Name and Telephone No. of Owner:Elmer Gomez $2,379,370.00 Tenant Improvement 5/14/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Science Lab Classroom-Alteration of Existing PE classroom and fitness center into a sciense lab classroom alteration of existing officeand staff room. and provision of HVAC into the science lab classroom. Band and MPR room-Alteration of band room, addition of wall create lobby area, alterations of existing restroom. MPR theatrical/Stage lighting. C-10 4. Name and Address of Reference City of Bellflower-Public Work Office Renovation 16600 Civic CenterDrive, Bellflower, CA 90706 Name and Telephone No. of Owner: Len Gorecki 626-422-7175 $2,007,711.00 Tenant Improvement 8/16/2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Remodeling of existing maintenance bays and lockerroom into office, reception and ADA complaint employee room. shower and bathroom.400 SO addition receptionist area and waiting room. 5. Name and Address of Reference UCI Claire Trevor School of Arts instructional Spaces 131 Innovation, Suite 250, Irvine, CA, 92617 Name and Telephone No. of Owner:Teresite Hegarty 949-824-5041 $1,018,765.00 Tenant Improvement 1/31/2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Provide all labor, materials, equipment,tools, transportation, Insurace, andervices to constuct Instuctional space. Improvement at 5 buidings.Building 720.722.726.58 and 59. C-11 Description of Project No.2: PCC Building"C"Tenant Improvement and Restroom Remodels Restroom Modifications&Plumbing Work: -Renovation of first and second floor restrooms in Building"C"to comply with current ADA requirements for clearances,heights, accessories,&signage. -Construction of new single occupancy restrooms and Men's restroom at first floor to include new plumbing fixtures,toilet partitions, toilet accessories&finishes. -Plumbing for new first floor restrooms,as well as installation of new plumbing fixtures for restrooms and bottle filler drinking fountains. -Installation of new lavatory and faucet at break areas. -Extension of equipment condensate lines. Tenant Improvement Work: -For Office Suites C137,C150 and C221:demolition of existing interior systems,construction of new non-bearing walls and finishes, and construction of new ceiling systems. -Installation of new cabinetry, new wall, ceiling,and floor finishes, new doors,new frames,and new hardware. -Installation of new ADA parking structure signage and accessible directional signage. -Patching,reparation,preparation,and painting of all interior walls and surfaces affected by new construction. Structural Work: -New reinforced concrete sabs in new plumbing areas. -Bracing and anchoring of equipment to structure, bracing of plumbing fixtures and equipment to walls,and bracing of all interior partitions. Mechanical Work: -Replacement of existing HVAC equipment,ducting,and distribution and return grills. -Recalculation and reinforcement of structural framing members in Office Suites C137,C150 and C221. -Furnish and install connections to HVAC equipment and replace existing exhaust fans in current restrooms. Electrical Work: -Expansion of existing electrical systems to accommodate the renovation of interior spaces. -Furnish and install interior and exterior lighting,controls,power,and signal devices. -Install and test fire alarm system. Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent.For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Name of proposed Project Manager Sergio Chavez 714-240-2421 Telephone No. of proposed Project Manager Fountain Valley Police department TI & Locker$3,546,539.59 Tenant Improvement 1/17/2025 Project Name &Contract Amount Type of Work Date Completed Pasadena City College- Building C TI $ 1,598,397.00 Tenat Improvement 12/16/2024 Project Name & Contract Amount Type of Work Date Completed UCI Student Excellence Center$2,876,400.00 Tenant Improvement 8/1/2021 Project Name & Contract Amount Type of Work Date Completed 2. .Name of proposed Superintendent Alvaro Cervantes 714-863-4699 Telephone No. of proposed Superintendent Fountain Valley Police department TI & Locker $3,546,539,59 Tenant improvement 1/17/2025 Project Name&Contract Amount Type of Work Date Completed El Segundo Unified School District $2,379,370.00 Tenant Improvement 5/14/2024 Project Name&Contract Amount Type of Work Date Completed Glendale City College San Gabriel Alteration $1,161,516.57 Tenant Improvement 5/17/2022 Project Name &Contract Amount Type of Work Date Completed C-12 • • CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT' OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854(citing Labor Code Section 1771.1(a)),passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations(DIR). Currently the annual non-refundable registration feefor Contractors is$300.Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call(844) 522-6734 https://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationFonn DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov WC Sears 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. J.:R..Universal._Construction..._Inc. ... -- 041:sb.`/d> Contractor Pit �,�i0.�,t��t�+(y.E t-.,Y�,�Y,`�`�♦ice' _ 41 Kevin Chavez :•° .` }• y�i 3 xfi.iK Vim'.`r B t27- • : zf• ; +s c▪ _., Kevin@jruniversal.com P•`°P��..a`far^iSV ' :".„�' Email Vice President TKO Date:.3/31/2025 PWC Registration#:. ,,,1000000579 C-13 MAR EL BID BOND KNOW ALL MEN BY THESE PRESENTS,that we JR Universal Construction, Inc as principal, hereinafter called the"Principal,"and SURETEC INSURANCE COMPANY, incorporated in Texas, as surety, hereinafter called the"Surety,"are held and firmly bound unto City of Huntington Beach as obligee, hereinafter called the Obligee, in the sum of ten Percent (10%) of the Amount Bid by Principal for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for Huntington Beach Police Department Women's Locker Room Improvements. NOW,THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated this 5th day of March, 2025. Principal: JR:Universal By: �� Construction, Inc ignature Name: Y27 !v e Title: [ ( •O SureTec Insurance Company By: Signature Name: Amanda Harvey Attorney-in-Fact The Rider(s)Attached Hereto Is/Are Incorporated in the Bond and Contains Important Coverage Information and Limitations SIC OS Bid Uncapped rev 10_2021 Page 1 of 1 n• POA# 510863 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That SureTec Insurance Company,a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris,Texas and Markel Insurance Company(the"Company"),a corporation duly organized and existing under the laws of the state of Illinois,and having its principal administrative office in Glen Allen,Virginia,does by these presents make,constitute and appoint: Gloria S.Becerra, Dave B. Roalkvam, David Melman,Amanda Harvey, Evan M. DeBow, Eric Taylor, Maria Melendez, Rene Brandt, Deanna Fonseca,Albert Espino, Sergio Rynard, Ruth Alonso Their true and lawful agent(s)and attorney(s)-in-fact,each in their separate capacity if more than one is named above,to make,execute,seal and deliver for and on their own behalf,individually as a surety or jointly,as co-sureties,and as their act and deed any and all bonds and other undertaking in suretyship provided,however, •.that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifty Million and 00/100 Dollars($50,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED,That the President,any Senior Vice President,Vice President,Assistant Vice President,Secretary,Assistant Secretary,Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney,and such authority can be executed by use of facsimile signature,which may be attested or acknowledged by any officer or attorney,of the company,qualifying the attorney or attorneys named in the given power of attorney,to execute in behalf of,and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company,as the case may be,all bond undertakings and contracts of suretyship,and to affix the corporate seal thereto." IN WITNESS WHEREOF,Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 6th day of January , 2025 . • SureTec Insurance Company SVRAN� Market I s rance Co ny i to 31 SEAL •-1 By: V- 1 c2 .`y'••$t 'T By: Michael C.Keimig,. esident \ `-•• � '�,,,,„r, `�,,.`�� n yJennin , ice President State of Texas County of Harris: On this stn day of January 2025 A.D.,before me,a Notary Public of the State of Texas,in and for the County of Harris,duly commissioned and qualified, -• came THE ABOVE OFFICERS OF THE COMPANIES,to me personally known to be the individuals and officers described in,who executed the preceding instrument,and they acknowledged the execution of same,and being by me duly sworn,disposed and said that they are the officers of the said companies aforesaid,and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies,and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies,and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF,I have hereunto set my hand,and affixed my Offici0Seai3ELAe rimy fif Barris,the day and year first above written. • : Aten•' • Utz /4\ 4 Chelsea Turner,Notary Public ▪ qrE •;• My commission expires 7/6/2028 - p OF •Z* We,the undersigned Officers of SureTec Insurance Company and Markel Ina4Co1d ►d;t,Jr b,r.certify that the original POWER OF ATTORNEY of which the foregoing is a full,true and correct copy is still in full force and effect and has rfeipe r ri e0g ft,�` IN WITNESS WHEREOF,we have hereunto set our hands,and affixed the Seals of said Companies,on the 5th day of March , 2025 . SureTec Insurance Company Markel Insurance Company B_y. By: M.Bren Beaty,Assistant Secretary drew Marquis,Assists ecretary Any Instrument Issued in excess of the penalty stated above Is totally void and without any validity. For verification of the authority of this Power you may call(713)812-0800 on any business day between 8:30 AM and 5:00 PM CST. " • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document,to which this certificate is attached,and not the truthfulness, accuracy,or validity of that document. State of California County of San Diegp On March 5,2025 before me, S.Rynard , Notary Public personally appeared Amanda Harvey who proved to me on the basis of satisfactory evidence to be the persons)whose name() is{ e subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ics), 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. �'°�•:�. S.RYNARD r;x COMM.k2483oDo m WITNESS my hand and official seal. i "fflf •- NOTARY RUBLIC•CALIFOBNIA r. m A � MY CoraSAN l GOC EU TA e_,February 27,282�8� r A//5yC O Signature of Notary OPTIONAL Though the data below is not required by law,it may prove valuable to persons relying on the document and could prevent .fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL El CORPORATE OFFICER Title or Type of Document ❑ PARTNER(S) Number of Pages •❑ MEMBER of LLC ATTORNEY-IN-FACT ❑ TRUSTEE(S) ' .❑ GUARDIAN/CONSERVATOR Date of Document OTHER: SIGNER IS REPRESENTING: Signer(s)other than named above NAME OF PERSON(S)OR ENTITY(IES) SureTec Insurance Company Inc. 3.," a> - X '� -+i-.. .. - � ," tructio , a4�,, : .a: -.:e- . ;** JR universalCons n ,,. . .'-r .-". ,>< Y _ .'•. .�;: �t . M 29 North Mansfield Avenue �, W '" . �t .. w p.. k Los Angeles,CA • S ,g-k ', ;.!. '4 _ ^"'- ,:,, fi ' : �' .s —tom s. i `s�` : tat i y�.-�z. fra a ,y,,yt*1 l.,i '.�:, J: 7 w-z Y" -R 4 ' �.' ,...M 4 a'Yl.: l ., ^ kY. :,a,..., '_ ". ♦:� ..!t Xi+Tu'ai._ cySrin .oC"aY ;'k '�N. -"� {„ q z9i 'S s" s A• .y`Y -�� t ,F: ih�t �'�`'�"�+tl� ,��+-r�i ���. , Y"1 _ .",.��,�-,P 1 ,�,q � e .s ertg`'-'•“ .,4 ; ,, ?- ..,... - sa".�l, ''t.,7"- a`e '•Q^ `,--ar :ui',""'N.-o '+ , 't" ,rr=y w,.JM-,c S��-'b .,-- ,-"i4 >..1+t--+� a, ti`�f A,,.,.. ,,,.f,. . _c., '' •:;,„ ,c,:,,. ;Self Jt. e1p9' ; i r;R 'T-"ig.41,r' - '"' _"' .?r.'—:.- e': a:'1Z-J,t-`, �*--;»r : ''' - - "' its, - s �=", i • • € x _ -is r ^t4.'" ...1•. y;�,= ''". 'A,4' .-, . ' - +may i�.* . am _ ;-r• r e �• .5 -' :Y • "s i, 4-;c , t alv't y"� r,-., .„,,ez'w.5 ,S f+. ..:. w,j9- ''9 y u - - - r'" iyyyf` *'.--...-r , -,y+T mow,, : - x '� a a ryf- Y. t i - . . - " ' 3)// a5 . • . ___ ___ _____ _ ______ _ ____________ _____ ______ ___ _ _ __ _ _ OFFICIAL BID SECURITY-DO NOT OPEN O Attention: PATRICK BANNON e . LOCKER ROOM IMPROVEMENTS CC#: 1708 Project Name: PD WOMEN'S 1 Bid Opening Date: March 17,2025 at 2 pm. c ',+ City of Huntington Beach Public Works Office, 2000 Main Street, Huntington Beach, CA •,� ncro ?r��FPOF.> nn'' CITY OF ' G fI OGC l.'v�l� � \CI HUNTINGTON BEACH --ZOUf ;1�`�� Lisa Lane Barnes I City Clerk August 18, 2025 Loengreen, Inc. 2837 James M. Wood Blvd. Los Angeles, CA 90006 RE: Police Department Women's Locker Room Improvements—CC-1708 Enclosed please find your original bid bond for CC No. 1708. Sincerely, AKAiK Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov LoorytArc,,,i SECTION C PROPOSAL for the construction of POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS CC No. 1708 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 ljQ working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. Itis agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, -- and words shall govern over figures. C-1 If awarded the Contract,the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal ofbid, find Bid Bond in the amount of 10% of Bid amount which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Sealed OR ELECTRONIC Bids,payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for% ", as the case may be)Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: •,.Addenda No. Date Received: idder's.Signature. 1 2/10/2025 / 2 2/21/2025 3 2/25/2025 4/ 4 3/10/2025 5 3/13/2025 6 3/17/2025 7 3/17/2025 8 3/17/2025 9 3/31/2025 444a 10 3/31/2025 44?, 11 4/1/2025 12 4/3/2025 C-2 CITY OF HUNTINGTON BEACH HBPD -WOMEN'S LOCKER ROOM IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Item# Description of Work Quantity Unit Unit Price Item Total 1 Mobilization 1 LS $26,621.00 $26,621.00 2 Demolition 1 LS $32,564.00 $32,564.00 3 Concrete 1 LS $32,512.00 $32,512.00 4 Acoustic Ceiling 1 LS $52,045.00 $52,045.00 5 Metal Stud Framing 1 LS $28,514.00 $28,514.00 6 Batt Insulation 1 LS $7,574.00 $7,574.00 7 Sealants 1 LS $4,585.00 $1.,585.00 8 Hollow Metal Door Frames 1 LS $11,089.00 $11,089.00 9 Doors 1 LS $12,458.00 $12,458.00 10 Door Hardware 1 LS $27,563.00 $27,563.00 11 Glazing &Hollow Metal Window Frames 1 LS $16,330.00 $16,330.00 12 Flooring and Wall Base 1 LS $36,367.00 $36,367.00 13 Gypsum Board-Walls and Ceilings 1 LS $69,954.00 $69,954.00 14 Painting 1 LS $12,974.00 $12,974.00 15 Signage 1 LS $1,460.00 $1,460.00 16 Interior Products (i.e. Markerboards, Blinds) 1 LS $6,010.00 $6,010.00 17 Furniture (Material and Install-see Appendix I) 1 LS $62,099.00 $62,099.00 18 Fixed Furniture-ADA Benches and Lockers 1 LS $218,264.00 $218,264.00 19 Mechanical Systems (Including control and 1 LS $53,919.00 $ 53,919.00 programming,see sheet M101, Notes 2 and 10) 20 Plumbing & Plumbing Fixtures 1 LS $55,702.00 $55,702.00 21 Fire Protection Systems 1 LS $51,518.00 $51,518.00 22 Electrical/Data/Technology (Including RGB system 1 LS $81,515.00 $81,515.00 -see Appendix J) 23 Lighting Fixtures 1 LS $61,136.00 $61,136.00 24 Interior Finishes-Tile Walls and Floors 1 LS $108,711.00 $108,711.00 Total in Numbers $1,071,484.00 Total in Words: One million seventy one thousand four hundred eighty four dollars and zero cent C-2.1 Note: Bidders must provide pricing for every bid item. The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. C-2.2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class . D.1�R::P C ; . }. wdXar o of .S �QY..., =Item s : Subcontractor: License: : - . Regis ..Amount Contract Number 12 Magnesite Specialites, Inc 397738 C15 1000006683 $18,500 1.73% C54 B 22, 23 Ainos Electric Inc 1061430 C10 2000005241 $105,000 9.80% 21 The Hiller Companies 1105955 C7, 1001133333 $37,000 3.45% C10, C16 12 Dream Floor Covering Inc 1081978 C15 1000860129 $6,417.96 0.60% 19 Atara Mechanical Inc 1126598 C20 2000008700 $39,687.65 3.70% 20 Julios Economy Plumbing, Inc 631945 C36 1000580251 $38,000 3.55% 17 Retail Display Manufactureing Inc 1018811 C6 1000051455 $18,130.00 1.69% 17 Choice Builder Solutions 1032593 A,B 1000060248 $22,500 2.10% 14 Stencil Blast US Inc 1084260 C33 1000853906 $9,550.00 0.89% 24 Sample Tile and Stone Inc 1037929 C54 1000058655 $63,768.00 5.95% By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project - C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 03/31/2025 , at Los Angeles ,California Date City State Jeong Won Hong , being first duly sworn, deposes and says that he or she is President of LOENGREEN INC the party making the foregoing bid that the bid is not made in the interest of,or on the behalf of,any undisclosed person, partnership, company, association, organization,or corporation;that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid,or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly,sought by agreement,communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation,partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. LOENGREEN INC Name of Bidder Signs re of Bidder 2837 James M Wood Blvd, Los Angeles, CA 90006 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS, (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. LOENGREEN INC Contractor Jeong Won Hong By President Title Date:03/31/2025 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? r CI Yes LN No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion ofthe Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 ofthe State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. LOENGREEN INC Contractor Jeong Won Hong By President Title Date:03/31/2025 C-7 iltiVtItcoititesb0,411:fiiiiginfOrmatigii.:Titutalikogg4 1:40400.00,,t$6 130101itina, ;:7t.374rij_is;K*5*tkm1:4. _ 140,14.04Acklii* ,!•Lici-o*tigetes „ *00. Zitt kb& is0..4$408 Slit**10,14404000. TelephoneNumber :gipattAoliw ',10$4*00.60:0:A*4.000.0*0 Stiter-iiiiiratibrigbili01%.**10* . 1:4172012048, :.00:010.1:40**444:i „ V*-*s**-tc*t4v4tta*4eotwofr'll4Ott •of autatite on 7.1.2025 IlitAtictAoigeie_fsPfisfii*Arilt:40,004044004,040.: 10.**-10,111,1012:01**$ 0.Kint . , t*4*i*t*4't*':Ijk4*F:4:C**tt'44e,,..0)orick9tihoiOiot*o*g*4o*:,4'O.t.*ili*; nencialy or otherwise, fo,y,p0OW4ipiott#4,170 CQmpan„tottkditEFJONO:Via* 4:00.0.010.44104 c41 NtYritietj.MtWiark igatiscsbed ,.:,bet*** *70 this certificate Otthe:1'.; 616.464 who signed the-&,cument, to is attached, and not4he tnithflulness Tced*i4iff:itifiik*;teM0000t, e , : • „.. • " stitiot 00: On beibren4 ,6,0% 4itsteA ifktlit4 . : Uoit*ottyoioveai li**Namottiotroo;ork:cdoty: :persinianyHttoated710457.: otw, 14666,, '00;40,0fAkpie4#1.:' •.41:0;;olotoo:§*o'766.14:100:**kif;#tlif:::: *14* :i0'be the person(s)whose nam— misscitio**e'vrifilifinsii4Mentaxg'04*: ti;i2.1*111400001. executed the*01 Aiittgiiiiiii0PdttiliehattifWhiAilt01000*#.fitte401#4114-**1.0e#1*-- I.(viol,wi4iiits4ttyoti Joatuuityinat tho. that_ foregoing 04k40:401kki**.likt-i**OV &CHOI *irgtStfrkt4atAitticl'a:triail*li • 7,1 -3!"°, -doxy, 4.1,4aitc ratfornia !.:0?osi0000tii tn#2e47Z • •'.0*40rili: • WU.MA,. •:;f(PLACE: ;04 Bidder's Project History For the purposes of this project the contractor and subcontractor must have, in the last five years, constructed at least five (5) projects of similar work. Describe specific work and experience necessary for project, for example, "Construction of or tenant improvements on existing civic facilities." Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. The following list of projects meet the requirements of above: 1. _Name and Address of Reference Name and Telephone No. of Owner:City of Pomona/909-620-3652 $378,000 Renovation 07/31/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Interior demolition, abatement remidiation, partition wall, glazing, doors and hardware, drywall, painting LVT flooring, base 2. Name and Address of Reference Name and Telephone No. of Owner:City of Placentia/714-993-8132 $1,714,000 Tenant improvement 04/26/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Metal stud framing, GYP board assemblies, tiling, painting, metal works,wood milwork, countertop casework, concrete polishing, door and hardware, glazing, MEP 3. Name and Address of Reference Name and Telephone No. of Owner:City of Santa Ana/7141-647-5636 $918,000 Renovation 2/18/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Demo,framing, Gypsum board assemblies, MEP, tiling, door and hardware,Acoustic ceiling, LVT flooring Painting. railing.fire protection C-10 4. Name and Address of Reference Name and Telephone No. of Owner:Lee's Discount Liquor $3,430,000 New building 11/18/2022 Contract Amount Type of Work Date Completed Provide additional project description to show similar'work: Grading, site improvement, concrete, paving,landscaping, CMU, framing, roofing,tiling, door and hardware, MEP, Gypsum board. painting. casework.fire priotection 5. Name and Address of Reference Name and Telephone No. of Owner: Lee's Discount Liquor 1,547,000 Addition and renovation 09/15/2021 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Demo, grading, concrete, paving, site improvements, framing, Gypsum assemblies, painting, MEP CMU. tiling concrete polishing. casework. fire protection. roofing C-11 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project.Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Name of proposed Project Manager Peter Kim/818-648-0104 Telephone No. of proposed Project Manager Placentia Public Safety Center Butler Tenant Improvement/$1,714,000 TI 04/26/2024 Project Name&Contract Amount Type of Work Date Completed Council Chamber Restroom & Translator Booth/ $918,000 Renovation 02/18/2025 Project Name& Contract Amount Type of Work Date Completed 813 N Genesee $1,800,000 New building 09/18/2024 Project Name & Contract Amount Type of Work Date Completed 2. .Name of proposed Superintendent Simon Jeong/918-968-5868 Telephone No. of proposed Superintendent Council Chamber Restroom &Translator Booth $918,000 Renovation 02/18/2025 Project Name &Contract Amount Type of Work Date Completed 813 N Genesee $1,800,000 New building 09/18/2024 Project Name&Contract Amount Type of Work Date Completed Kastuyama $750,000 TI 11/14/2023 Project Name &Contract Amount Type of Work Date Completed C-12 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration feefor Contractors is$300.Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/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. LOENGREEN INC Contractor By james.h@Ig-enc.com Email President Title Date:03/31J2025 PWC Registration#: 1000526947 C-13 161 UNITED FIRE & CASUALTY COMPANY 118 Second Avenue SE, PO Box 73909 Cedar Rapids, Iowa 52407-3909 319-399-5700 (A Stock Company) BID BOND KNOW ALL BY THESE PRESENTS,that we Loengreen, Inc. as Principal, hereinafter called the Principal, and the UNITED FIRE&CASUALTY COMPANY, a corporation duly organized under the laws of the State of IOWA, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Bid Dollars ($ 10% of Bid ),for the payment of which sum well and truly to be made, the said principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond,or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 12th day of March ,20 25 . Loen reen, Inc. //�,_�-__ By 3gm (��O",.097 � (Seal) (PRINCIP (WITNESS) (TITLE) UNITED FIRE &CASUALTY COMPANY (Seal) (SURE ) By (WITNESS) Emmanuel Brizuela, R Y-IN-FACT) CONT 0001 0899 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT "A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document." State of: California County of Ventura On 13' --/a-c2Oc2 before me, Jodie Lee Doner, Notary Public, personally appeared Emmanuel Brizuela who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies) and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I Certify under PENALTY OF PERJURY under the laws of The State of California that the foregoing paragraph is true and correct. WITNESS my ha d and official seal. `Of.> JDDIE LEE DDNER 1 Nota Public•California ►Y yr .e Ventura County Commission X 2476148 - v, ' Ja 'tn°•"` My Comm.Expires Dec 12,2027 Signature of Notary Public OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT EINDIVIDUAL ECORPORATE OFFICER TITLES(S) TITLE OR TYPE OF DOCUMENT ❑PARTNERS ELIMITED ❑GENERAL NUMBER OF PAGES ®ATTORNEY-IN-FACT ❑TRUSTEE(S) ❑GUARDIAN/CONSERVATOR ❑OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE ` UNI1'El)FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Inquiries: Surety Department IITgs UNITED FIRE&INDEMNITY COMPANY,WEBSTER,TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY,LOS ANGELES,CA Cedar•Rapids,IA 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company—See Certification) KNOW ALL PERSONS BY THESE PRESENTS,That United Fire&Casualty Company,a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company,a corporation duly organized and existing under the laws of the State of California(herein collectively called the Companies),and having their corporate headquarters in Cedar Rapids,State of Iowa,does make,constitute and appoint KEVIN P. REED, JESSICA GARCIA, AARON FOSBURG, JODIE LEE DONER, EMMANUEL BRIZUELA, EACH INDIVIDUALLY their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $50,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney,pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall expire the 1st day of April, 2026 unless sooner revoked by United Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. - This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. "Article VI—Surety Bonds an Undertakings" Section 2,Appointment of Attorney-in-Fact. "The President or any Vice President,or any other officer of the Companies may,from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance,bonds,undertaldngs and other obligatory instruments of like nature. - The signature of any officer authorized hereby,and the Corporate seal,may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,when so used,being adopted by the Companies as the original signature of such officer and the original seal of the Companies,to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys-in-fact,subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President,the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney-in-fact. IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its 00.11111110UIR11g1„ „�.a�DINSU�° �, ,a�u t,S. ``,tOtillE„M;r}; ``.,oG�F� ... ... vice president and its corporate seal to be hereto affixed this 1st day of April , 2024 q/ '` "` Q"••' PPO` '',-A= UNITED FIRE&CASUALTY COMPANY `f CORPORATE F,' t F CORPORATE g2 Q;S 0,24 Fo o= sp —.— 4' , —*— _= < f9EE :`(€ UNI1ED FIRE&INDEMNITY COMPANY 1. SEAL esr SEAL ;s•.,0,r ��,:• , FINANCIAL PACIFIC INSURANCE COMPANY I.� D '.h �e �:"' •.,</FOP..:'<�: '''',, llepiD`,\' '%e4411.t:o." "�/44., nnW,,,o f ano BY: ibt.s,--/f4/ .State of Iowa,County of Linn,ss: Vice President On 1st day of April , 2024, before me personally came Kyanna M. Saylor to me lmown,who being by me duly sworn,did depose and say;that she resides in Cedar Rapids,State of Iowa;that she is a Vice President of United Fire& Casualty Company,a Vice President of United Fire&Indenmity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that she lmows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. ����� sa.r PattiN Waddell p, / ''C2e��" o : : Iowa Notarial Seal W L Commission number 713274 1 Notary Public own; My Commission Expires 10/26/2025 My commission expires: 10/26/2025 I,Mary A.Bertsch,Assistant Secretary of United Fire&Casualty Company and Assistant Secretary of United Fire&Indemnity Company,and Assistant Secretary of Financial Pacific Insurance Company,do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney,with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS,and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 12th day of March ,20 25 . `\\olctis lryll¢i,, `\d\41NDGb��%��� �`��,oc tas44/.:. ER CORPORATE bp L CORPORATE ?^ ( ,oLY :i c By: `-� 7T CLis'J SEAL SEAL LP` i •'.,C+ r;2� o ��`,c a _� , •.ziFOP��:l Assistant Secretary :.'""moo- , ,,�4fi ui ,,V %9,n, ...... �s`` UF&C&OF&I&FPIC BP•A0045 122017 '...,I-.... } .♦ vF'ii-v ',re {. TI �e .:+ ,` y .- OFFICIAL BID SECURITY DO NOT OPEN F, a } ATTENTION: : PATRICK BANNON °�tom_ Project Name: PD WOMEN'S LOCKER ROOM IMPROVEMENTS e,^�. CC #: 1708 ,,. e1 F . Bid Opening Date: April 7, 2025 at 2 pm =._ •;: n.R`a 4 Public Works Engineering JTh5 ,,t : j Flail)nr‘ld •. ."r ♦ 6,p 'F ,00W.INGT� CITY OF -_l HUNTINGTON BEACH :mac`•. . o �F�UUfVTV GP��i� I Lisa Lane Barnes I City Clerk August 18, 2025 LuMar Corporation 11420 Santa Monica Blvd., Unit 252233 Los Angeles, CA 90025 RE: Police Department Women's Locker Room Improvements—CC-1708 Enclosed please find your original bid bond for CC No. 1708. Sincerely, • 094:41101,e.AKatr. 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 00 04 10 BID BOND KNOW ALL PERSONS BY THESE PRESENTS: That we, LuMar Corporation 11420 Santa Monica Blvd unit 252233, Los Angeles, CA 90025 (Bidder and Address) as Principal and Great Midwest Insurance Company 800 Gessner Rd. Ste 600, Houston, TX 77024 (Surety and Address) as Surety, as held and firmly bound unto the County of Los Angeles, hereinafter called the County, in the penal sum of ten percent (10%) of the total amount of the bid of the Principal above named, submitted by said Principal to the County, for the work described below, for the payment of which sum in lawful money of the United States, 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 of such that: WHEREAS, the Principal has submitted the above-mentioned Bid to the County, for certain construction specifically described as follows, for which bids are to be opened on 03/17/2025 for HBPD Women's Locker room Improvements (date of bid opening) (description of work,including location,project name, and project ID as it appears on the bid) 2000 Main St Huntington Beach CA 92648 Now, THEREFORE, if the aforesaid Principal is awarded the contract and, within the time and manner required under the bidding or contract documents, after prescribed forms are presented to him for signature, enters into written contract, in the prescribed form, in accordance with the bids, and files the two bonds with the County, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by the law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. In the event suit is brought upon this bond by the County and judgment is recovered, the Surety shall pay all costs incurred by the County in such suit, including a reasonable attorney's fee to be fixed by the court. IN WITNESS WHEREOF, we have hereunto set our hands and seals on this 6th day of March , 20 25 Lu Mar Corporation . Principal _ (SEAL) rR • Signature and Title (SEAL) Great Midwest Insurance Company Surety Signat and Tit a Edward N. Hackett,Attorney-in-Fact Bid Bond Specs. No. 7823R1 00 04 10-1 CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT • nCRNOWIEDOu[MKRNOvnEWA[M3KMOMEWAINIACRNOw3[DLA..17 RNOM[OLN[N[COMIL[oLN3N1ACwOWI[WAIN[KM01ttf000EMAMOWIIOCAN1MxOWLMIAMACRNONM1[OOUEMAOwOYMOGUEMK.C.FOGMEN1ACKNO.WUENIKRNOwIEINAMMA[RNOwI[O.EN1KRxOM IXIAIN1KwMvlEOGu[NIKRNONLLOLUDIMIXOwl30LM MI,. §. S i' A notary public or other officer completing this certificate verifies only the identity of ; Y - the individual who signed the document to which this certificate is attached,and not 5 • the truthfulness,accuracy,or validity of that document. 1 i g . State of California ) 5 g g County of Oron � • ) 3 5 • a • On MAR 0 s 2025 before me, Cofly P. Ma4(0ck 0otary PhbliG , (here insert name end title of the o cer) 1 .:personally appeared FAwar-� N - 44ac,kQ-f 3 3 Y , 3 g .who proved to me on the basis of satisfactory evidence to be the persons)whose named is/,ae subscribed to i :the within instrument and acknowledged to me that he/shc/thcy executed the same in his/leir g i authorized capacity(test and that by his/her 14eir signaturcfs) on the instrument the person{ -or the entity g upon behalf of which the person(s)-acted,executed the instrument. 1 I certify under PENALTY OF PERJURY under the laws of the P 1 State of California that the foregoing paragraph is true and correct. .t CARLY P.HAYCOCK I a �`= COMM. #2423661 z N`•, f Eli! Notary Public- California o 1 _ WITNESS my hand and official seal. z " Orange County 2 Y - 9 Mr Comm.Expires Oct.27,2026 t . . "g Signature Carad,t1 ,erck (Seal) 1 kOMODAIONOVINMODMO.T/1x3wO03W.Ox1.11R1JO3tixONOV110.3)..041V V.IIIMONOVII.9031NOMOVIN3w9031MOWDVINWO03,10101 6101.9030.010.11 903v0101.0,19031MOnJvlNlw0031.10.x3nW31MOx.TL,31v9031/.10140MO3w0100.IIDODMONIJv1N3w901.0111.1 003VnWOri1110.0)1.111 Y Optional:Information Although the information in this section is not required by law,it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document _ - -.1:4id ntipnal,9nfurmatipn%y ; . x:,;; The preceding Certificate of Acknowledgment is attached to a document Method of Signer Identification titled/for the purpose of L,,,.,►-1 at- Cor-po ra.-i-io n Proved to me on the basis of satisfactory evidence: 0 form(s)of identification 0 credible witness(es) P;id 6on4 Notarial event is detailed in notary journal on: containing d.. pages,and dated MAR 0 6 2025 Page# Entry# The signer(s) capacity or authority is/are as: Notary contact: ❑ Individual(s) Other 4 Attorney-in-Fact ❑ Additional Signer(s) ❑ Signer(s)Thumbprint(s) ❑ Corporate Officer(s) Title(s) ❑ ❑ Guardian/Conservator ❑ Partner-Limited/General ❑Trustee(s) ❑ Other: representing: Name(s)of Person(s)or Entity(les)Signer is Representing • 0 Copyright 2007-2021 Notary Rotary,PO Box 41400,Des Moines,IA 50311-0507. All Rights Reserved. Item Number 101772. Please contact your Authorized Reseller to purchase copies of this form. POWER OF ATTORNEY Great Midwest Insurance Company KNOW ALL MEN BY THESE PRESENTS,that GREAT MIDWEST INSURANCE COMPANY,a Texas Corporation,with its principal office in Houston, TX,does hereby constitute and appoint Edward N. Hackett, Christine Maestas its true and lawful Attomey(s)-In-Fact to make, execute, seal and deliver for, and on its behalf as surety, any and all bonds, undertakings or other writings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of GREAT MIDWEST INSURANCE COMPANY, on the 1st day of October,2018 as follows: Resolved,that the President, or any officer, be and hereby is, authorized to appoint and empower any representative of the Company or other person or persons as Attorney-In-Fact to execute on behalf of the Company any bonds, undertakings,policies,contracts of indemnity or other writings obligatory in nature of a bond not to exceed Twenty-Five Million dollars ($25,000,000.00), which the Company might execute through its duly elected officers, and affix the seal of the Company thereto. Any said execution of such documents by an Attorney-In-Fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company.Any Attorney-In-Fact,so appointed, may be removed in the Company's sole discretion and the authority so granted may be revoked as specified in the Power of Attorney. Resolved,that the signature of the President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary, and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company.Any such power so executed and sealed and certificate so executed and sealed shall,with respect to any bond of undertaking to which it is attached,continue to be valid and binding on the Company. IN WITNESS THEREOF, GREAT MIDWEST INSURANCE COMPANY, has caused this instrument to be signed by its President, and its Corporate Seal to be affixed this 11th day of February,2021. (ORA iNsw ,� GREAT MIDWEST INSURANCE COMPANY �) 1t ' TE SEAL BY Mark W. Haushill o� President ORPOR*� ACKNOWLEDGEMENT On this 11th day of February, 2021, before me, personally came Mark W. Haushill to me known, who being duly sworn, did depose and say that he is the President of GREAT MIDWEST INSURANCE COMPANY,the corporation described in and which executed the above instrument; that he executed said instrument on behalf of the corporation by authority of his office under the By-laws of said corporation. r uu, �P 4, CHRISTINA BISHOP s®INotary PubHo,State Texee BY Comm.Expires oa-tofo-2o26 Christina Bishop 410r, Notary ID 131090488 Notary Public CERTIFICATE I,the undersigned, Secretary of GREAT MIDWEST INSURANCE COMPANY,A Texas Insurance Company, DO HEREBY CERTIFY that the original Power of Attorney of which the foregoing is a true and correct copy,is in full force and effect and has not been revoked and the resolutions as set forth are now in force. Signed and Sealed at Houston,TX this 6th Day of March 20 25 /SZ INSUIttv o t7jfrA') g CORPORATE SEAL BY Leslie K Shaunty Secretary �OORPOR�� "WARNING:Any person who knowingly and with intent to defraud any insurance company or other person,files and application for insurance of claim containing any materially false informatidn, or conceals for the purpose of misleading, information concerning any fact material thereto, commits a fraudulent insurance act,which is a crime and su6jecfs'such person to criminal and civil penalties. No. 5780-2 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended . Certificate of Authority THIS IS TO CERTIFY,That,pursuant to the Insurance Code of the State of California, Great Midwest Insurance Company of Texas, organized under the laws of Texas,subject to its Articles of Incorporation or other fundamental organizational documents,is hereby authorized to transact within this State,subject to all provisions ofthis Certificate, the following classes of insurance: Fire,Marine,Surety,Disability,Plate Glass,Liability, Workers'Compensation,Common Carrier Liability,Boiler and Machinery, Burglary,Credit,Sprinkler,Team and Vehicle,Automobile,and Aircraft as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any,of the applicable laws and lawful requirements made under authority of the laws of the State ofCalifornia as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended IN WITNESS WHEREOF,effective as of the 4t day ofAugust,2015, I have hereunto set my hand and caused my official seal to be affixed this 4i"day of August,2015. • = Dave Jones Insurance Commissioner • ,, - '441tE By Valerie Sarfaty for Nettie Hoge Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority.Failure to do so will be a violation of Insurance Code section 70l and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. CALIFORNIA ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Los Angeles On March 13,2025 before me, Maria Norlinda San Miguel Ramirez-Notary Public Date Here Insert Name and Title of the Officer personally appeared Babak Nehoray Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing MARIA NORUNDA paragraph is true and correct. k,,/g1.it:„ SAN MIGUEL RAMIREZ Notary Public—California WITNESS my hand and official seal. Los Angeles County g �► Corhmission M 2480059 Yana- My Comm.Expires Jan 22,2021 Signature Place Notary Seal and/or Stamp Above Sig ature of otary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: March 6,2025 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer—Title(s): 0 Corporate Officer— Title(s): ❑ Partner— ❑ Limited 0 General 0 Partner— 0 Limited ❑ General ❑ Individual 0 Attorney in Fact 0 Individual 0 Attorney in Fact ❑ Trustee 0 Guardian or Conservator 0 Trustee 0 Guardian or Conservator ❑ Other: 0 Other: Signer is Representing: Signer is Representing: ©2019 National Notary Association l',.,.....-:'1:.:',:::::,.:7'.',..-...f,..'"2::,'-',,.:.:.,.:,.:',F:,'.'-'f4"--,44;:il,t4-1.tK,i,,: V4'11,iefi-gkot ,,,,-;,1,;.i;:, '.:44;:,::'.',...-;-,:•,','.-.-ii.fi.,.',,:. . wt C @pg. i2--:i.� n." -S.-x -.1- `� n L}�'IhyMV41" ':.-§,x it _ �� 4V ri,°., :.� r pt t:ta i C� r � •i, d Ct' a{`... . ..!.' — R �y t fin, ^ P ,k`i .4 �L �Mr •Y3'' -� 'S.Y,,%It''k ppidi f {2t ,it`, - ak.'F'oFS`,Yt.i,.. }. S OFFICIAL BID SECURITY-DO NOT OPEN ,:.: • 'i; _ fit_. " cj ATTENTION:PATRICK BANNON ` -'''�F ect name: tr, ^}: �, Proj PD Women's locker Room s` '�,i - -h'' .;y,„r'�,," r�;s 3.- Improvements I. .,'�'� . -*f'.w :,. r _ "€.,�xy CCP:1708 ;`r" , ` 7: i' .a= Bid Opening .;.>' r_' p mg Date:March 17;2025 at 2PM � .• - .r. ,r; .'"i?'.her; •J' , 4e,V.J.,,,k::t f';':. '•,� .t �Y§,yo d �f. ., ` S's MM `•h9 y . ..may, A .. }t',,. i i�t X' Y4 ,ctd r fix'' li.) ,G,��s .' P r 5 i r1 r r x r :A iii''�1 k# {,. W 4` s -r + y k_ J� �i ,: -S 4 .u� ,. r •y6 9, . t x :,1 BIDDER:LuMar Corporation 4 £ ti a." ti,�, x } 11420 Santa Monica Blvd ':' ,.: ,, o 'r, Unit 252233 ' ' W ' tN H Los Angeles,CA 90025 ra ui'+ds c r' * LrY w a'aWk . rt era, _s �, +� f�+ `- \ TINUi� CITY OF HUNTINGTON BEACH c�DUNTY \i�•I Lisa Lane Barnes J City Clerk August 18, 2025 MLC Constructors, Inc. 710 Rimpau Ave., Suite 208 Corona, CA 92879 RE: Police Department Women's Locker Room Improvements—CC-1708 Enclosed please find your original bid bond for CC No. 1708. Sincerely, 091441641e, Y - Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov dotrine.76KC SECTION C PROPOSAL for the construction of POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS CC No.1708 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 ad 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 le 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 PROM THE CONTRACT.It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees, etc.,and will be guaranteed for a period of sixty days from the bid opening date.If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts, and words shall govern over figures. 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 IC)working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal ofbid,find Bid Bond in the amount of which said amount is not less than 10%of the aggregate of the total bid price,as required by the Notice Inviting Sealed OR ELECTRONIC Bids,payable to the AGENCY. (Please insert the wards"Cash", "Certified Check',or"Bidder's Bond for% ",as the case may be)Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here,if any:. •Addenda No. •• Datelfeeeived ••, Bidder's Simiture • firr-calle40, 21=1012s— X 211 5 t2i2.5— x Are ta isIDS '31,)--112s- s 1 11 C sis. /41 • 1$1 ,011 • C-2. , . . ; . . CITY OF HUNTINGTON BEACH HBPD—WOMEN'S LOCKER ROOM IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTORSHALL ITEMIZE BIDLITILIZING THIS SCHEDULE Item# DescrigitiOn of Work ] Quantity Unit Una Pike Item Total . 1 Mobilization 1 1 ' LS $85i200.00.,• $85,200:00 2 Demolition 1 : IS $149,500.00 $149,500.99 .. .. 3 ;Concrete f LS • $$9,800.00 $39;80000 . • 4 Acoustic Ceiling 1 LS - $13,650.00, $13,65040 . :tyletal Stud Framing 1 LS $122,850.00 $122,850.00 6 ;Batt Insulation 1 . L. $7;80001) $7,800;00 • . , 7 Sealants 1 : LS $5,000109 $5,0a0.00. 8 iHollow Metal Door Frames 1 LS - $10,55040 $10;950.,00 9 IDoors 1 1-$ stieriamoo !Olt:Goma . i . d H Door10 arware ;. , $20;00040 $20;000.00 Glazing&Hollow MetatWindOw frames 1 LS ;‘ ' • g;750:0a t$,7.50.00 ..' 12 !FlOoring and Wall Base 1 LS : $3.20,410.00 $120,410.00 : 13 Gypsum Board-Walls and Ceilings 1:: L 6 $53,50110S ' $53580.0 14 :Painting 1 LS $.51,925.90 $51„925Ate 15 Signage 1 LS $2,600;00 $2;60000 16 .Interior Products (Le.Markerboarcls,Blincisi :1 LS $15,00,0.00 , $15400.00 !: 17 Furniture(Material.cind install-see Apictericik II 1 45 $2z900.00 $12,000310 !: is ! Fixed Furniture-ADA Benches arid Lockers 1, IS $356,200.00 $356,200.00 - 19 Mechanical Systems:Oncluding control and I. LS programming,see sheet MI‘d 1;Notes;2.and lq !$97,500.00. $97,500.40 , 20 : Plumbing.&Plumbing'Fixtures 1 LS $87,600,00 $97 600.00 21 Fire Protection Systems 3. LS ' • $38,275.00 $38,215.00 22 ! eetitiozi/DOtatTP"ctinclogy(1nduciin9 RGI3 system: 1 LS -see Appendix)1 . $114,205.00. $114;205.00: • 23 Lighting 1ixtures , 1 ' LS $99,...560:00 S9 ,560.O0 .24 Interior Finishes:-llie Walls and Floors -, 1 LSi.aiiitootc) $101,400.00 Total in Number $ 1,704,755...00 Total InNorcis: one million seven hundred*Our thousand seven hundred fitty4Ve:dollars . . C-2:,1; - - Note: Bidders must provide pricing for every bid item.The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid. Unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field There shall be no compensation except for the bid items specified in the Proposal.The cost of all work shown in the Plant and Specifications but not specifically identified OS a bid item or described within a bid item shall be included in related bid items, and no additional compensation.shall become due the Contrdctor. 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 S104000,. whichever is greater, and the portion of the 'work to be done by such subcontractor. ;' ',::'i:;/!rom4rtitylii:ifrOs of State C1ass X0IVWC. p04#-: of --. 14, -,eE! -[4*tdoit',-eqt#04, Number AbateTent Gama Contracting 8ervices 780316 uzi„ i 000000934 42P4130 2% 1.835 Flaradele Ave S El Monte,CA 91733 Fire Sprinkler . Cosco Fire:Protection me. 577621 go 06 1 000002305 t2:5.000 z, 29222 Rancho Viejo Rd$205 San Juan Capienano.CA 92675 • By subrrtission of this proposal,the Bidder certifies: 1. That he is able to and will perforni the balance of all work which is not covered in the above subcontractors Z That the AGENCY will be:furnished copies of all subcontracts entered into and: bonds furnished by subcontractor for this project C-3 NONCOLLUSION AFFIDAVIT TO BE.EXECUTED BY BIDDER AND SUBMITTED WITH BID I.declare under penalty of perjury under the laws of the State of California that the foregoing is , true and correct and that this declaration is executed on 3/13/25 et Corona CA Date City Ski& James McCoy ,being first duly sworn, deposes and says that he or she is President, of ri4LC CONSTRUCTORS.INC. the patty making the foregoing bid that the bid is not made in the interest of,.or on the behalf at 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 shambid. Name of Bidder g4t re ,)f Bid der 710 Rimpau Ave.Ste.208.Corona, CA 92879 Address of Bidder c-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORMA,, Gentlemen: The Undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS, (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 foilOws:. "Qualified Person: A person who, by reason of experience or instruction, isianziliar withthe 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 requiretnents, The undersigned further promises.a.nd agrees that the provisions herein shall be and are binding upon any subcontractor Or subcontractors that may be retained or emploci,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:, MLC CONSTRUCTORS, INC, Contractor :54: 8, • President Title Date:ail 3/25 C-5 , DISQUALIFICATION QUESTIONNAIRE In accordance with'Government Code Section 10162,the Bidder shall complete,Under penalty of • perjury,the following questionnaire. QUESTIO1'MAIRE: • 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 'ZINO If the answer Is yes,explain the circumstants in.the space provided. • . . . . ........ . . - • . . . . . . • No:te This questionnaire constitutes apart of the Proposal,and a signature portion.ofthe Proposal shall constitute Sigriattire:of this qtieStiotinaire. . . COMPENSATION INSURANCE CERELFICATE Pursuantto Section 1861 of the StateLabor 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 wodcerts 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. MLC CONSTRUCTORS, INC. Contractor President Title Date:343/25 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct; MLC CONSTRUCTORS, INC. Bidder Name 710 Rimpau Ave.Ste. 208 Business Address Corona, CA 92879 City, State Zip ( 9643934781 estimating@rnIcconetructors.com Telephone Number Email Address 1088632 State Contractor's License No.and Class 9/9/2020 Original Date Issued 09/30/2026 Expiration Date The work site was inspected by rid*rtlethaeirbvti of our office on ,20 The following are persons,firms,and corporations having a principal interest in this proposal: MLC CONSTRUCTORS, INC. James McCoy-President/Treasurer Thomas Luby Vice President/Secretary 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. MLC CONSTRUCTORS,INC. Company e tur oi3dder James McCoy Printed or Typed Signature C-8 CALIFORNIA JURAT GOVERNMENT CODE.§8202 A notary oublit:or other officer conigileting this certikate verifies only the identity of the individual Who signed the document to which this certffidate is attached,:and riot the truthfulness,accuracy,or validity of that document State of California county of jiiihAririp. Subscribed and sworn to(or affirmed)before me on: this 26th day of March ,20 25 ,by Dote Month Year m;James McCoy , oava wicARINAftjiiittc:caufarroa . Riversiiie;Oztinty 64 ":42_,L;*_tAy_CoM_M.,:et'Llfries_totaY_102Q17/ 01Id(2) ), Nome(s)of SignerN proved to me on the bas:',- df satisfactory eViderKeth. be the persor0)vv .efore me. Signature Place NotarySeal and/or Stamp Above Sign. re of Notaly Public OPTIONAL. Completing this InforrnatiOn can deter afterotiOn Of the dOcament or atent reattachment of fortn to an anintendea docu Description of Attached Docuine Title or Type.of Document- (Revinfil , Document Date: • Number es: Signe er Than Named Above: : • : : : :• 0/018 National Notary AssOciation NOTARY CERTIFICATE Subscribed and sworn to before me this day of ,202_- notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness,accUracy,or validity of that document. State of County of ) On before me, Month,.Day,and Year Insert Name and Title of Notary personally appeared Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose uame(s) is/axe subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies)„and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official.seal. Signature Signature ofNotary Public (PLACE NOTARY SEAL ABOVE). 0-9 • Bidder's Project History For the purposes of this project the contractor and subcontractor must halte, in the last five years, constructed at least five :(5) projects of similar Work. Describe specific work and experience necessary for project, for example,:"Construction of or tenant improvements on existing civic facilities.'Bidders are encouraged to submit supplemental relevant project history in.addition to the project,listed herein., The following list ofprojects meet the requirements of above: 1. Name and Address of Reference A Jove:Realtor 502-208,85,'41 1111 a.Artesia Snict.Ceniaton,CA 90221 Name and'Telephone No.of Owner:•Compton Community-CoilepeCtstdot Address&phone number ans same as.aPove $2,529;644,01) Tenant iMproVements "f2i3.1/2024 Contract At1101111t Type of Work tiatetompleted Provide additional project description to show similar'work: . . Interior Renovation of approximately 50,26 SF an 1st Floor with less than 10.%,ekisting sheer Wail length: being affected., Demolitioriand Renovation of RestroomS,Office Partitions,Ceilings,Finishes,Licht Fbdures, Power,Data,Fire•Alarm.,and Mechanical Ductwork,and Registers. ReConfiguration,of Accessible Parking St:Ala-and PaMtirttic At-raRcihla Path nrrrawat 2. Name and;Address of'Reference .Aten Romero '909.01.5,8005 8501 Durfee Ava El Monte,DA;61282 Name and Telephone No.of Owner:Mmintalh Vret*S611°°1Distrit't Address.&phone number are same as above $654,282.50 Underground Unit*Repiacernern OSA:Site:wit 8,24r24: Contract Amount Type.of Work Date completed Provide additional project description to show similarwork; Remove and replace aff underground utilities InciUdino.but not iiinited to.Storrri.Water.and ElectricatiLowAltage(Fire Alarm,Phone;Data,:Clock,PA,Sells,.Security., Site Trenching,BackfM:anct miscelleivo"sg.adir,g • " "•"" Name and Address of Reference Arsepst Gongs/04s 213406-8425 2658 Supply Street.Rettione,CA 81767 Name and Telephone No.of Owner.so4herAcor-bm4REgional130&aft.* Acia.rePq,&PborleaoMber are:same as above S641282.60 Thoantiropitwernentifieemodei 7/1/24 Contract Amount Type of Work Date Completed• Provide additional project description to show similar work: ADA Upgrades to fiestMentri/OffioaAddalon and Nursery Room, • • C-1 0 4. Name and Address of Reference ,.Juan Romero sog,eo 5-8005 r,A,tvggied'ran'stbrrilg.Th1781.7,:itZtttratoliocia 9i733v. Name and Telephone No. of Owner:Mountain View District Addr tOhonarturtiberarezamalcs etrave Vt. Concrete t Portables 13/17/24 :Contract Amount Type of Work Date!Completed Provide additional,project description to show similar work:. New Concrete:Foundation for the installation:of(1)1 .)4o.Portable Restroom on Concrete Foundation, AC AC Paving/concrete Paving,UG Utilities&related Trenching. Fire:Alarm connection•to'existing Fire Alarm SVatem. 5. Name and Address of Reference Clnot acts:mita 951-738-2$164 736 public Safety Way,Ste 201,Corona,CA Name and Telephone No,of Owner:City of Corona Address&phone ritribber are same,as above S101,344.00 „ Tenant improvements . 9/10ejS • contract Amount Type of Work bate Completed Provide additional project description to show similar work: 'Converting existing dorm room into new men's:restrcom&office tenant improvement. • Bidder's Critical Staff Listed below are the names of the biddersproposed Construction Project Manager,and Superintendent For each of these critical positions,please list at least three projects for which thecritical staff hasperformed similar Work within the last fiVeyears.These projects do not have to be under the:employment ofthe bidder of this project.Bidders are encouraged submit supplemental relevant project history in addition tb the projects listed herein.. 1. Name.of proposed Project Manager Tharras.Luby 95,-1-3ea-o7.a1 Teleplicine No.;ofproposed Project Manager .Adminietration!RenoVation Re-Bid 12,5:29,6410 Tenant FOIMOvements i2/31/2024 Project Name&Contract Amonnt Type of Work DateCompleted MONTE Vt4114ANOMIRMACIAZ POrfrAfila RESTROCUS oarAwaloN PORTAIMPA AT. ;1,431,783.22 ;AMIE VISTA&.1RALCNTE 81241Z4 „ESi7ORMOUNTAINYTEINGCJA:151.1kirRICT Project Name& Contract Amount Type of Work Date Completed Reftobtai7ment Matr.aptlicVpclOons, Cbriter ReAtfoRMS AUpwedes10 Re4tipanstOffice Ackelon ari4 NiusetyfOom 14.4•1:98216 7/1/24 Projeet Notto& Contract Amount Type of Work Date Completed 2. _Name of proposed Superintendent James McCoy Telephone No.of proposed Superintendent Mministtatien Renovation Re-Bid 644A Tenant IMMOvernant$ 12/3112+ 12,529, Project Name&Contract Amount Type of Work Date Completed MoNrgsrAmoMIROMOMT4 PORTABLE MUM:19MS .INSTAtLATION:OR PORTABLETAT ii,441;71i0:23 MONTE VISTA IRAMONTE 8/24/24 e s:FOR MOUNtAIN VIEW SC11001,osrsmr • Project Name&Contract Amount. Type of Work DateCompleted Rditistiment MatrankOperaifors Center Restrpaqra Acii.Wpgfactes tn RestroosnstOfilaa AddltrOn ind Mirecisygoom 7/.1124 .5841,982.0a Project Name&Contract Amount Type of Work DateCompleted C-12, CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS.(DIR) CERTIFICATE Pursuant to'SB 854 (citing Labor Code.Section 1771.1(a)), passed by the California State Senate on June 20,201.4,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 Tune 30 state fiscal year) with the California Department Of Industrial Relations(D112),Currently the annual non-refimdable registration feefor Contractors is$300.Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf D1R's.Contractor Registration Link—Call(844)522-6734 litt /efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database', https://effling.dir.caqov/PWCR/Search.action lam,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 ofthis section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 ofthe 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. MI.0 CONSTRUCTORS, INC. Contractor estimating@micconstruttors.tom Email. Ptesident Title Date..:3/1 3/2025 PWC Registration#:DIR 10Cr0667976 C-13 '3/13/25,227 PM •ml-P qoPstrucAorsOnC: . , . ei.,,••,... . • ... IDIN:-.......= eCIMPlita1leed3 0:** Pub3c1043 Suppai • . .Calsadars - Paitu.n . . lie;./..aissadaciMk•'),..wec.0.4....•5e. I,P414tar*ctbsSikr- ii '1 dusiomer•Accaunttoi6kup 544am . . .:... :. _ • '• - ...-.. . . Ili..t&.4.isust*in.loc... . . . „ .-- .' ........., . . . . .., 111siernerd,e0aank - t. . . . ... . t 61404ce....4...k... . . . • . 1, Iris . tttotasor - 1 1 . ;Websitq 1 ii.W.001 't....."....1 i t Plet . . .... ..........—....-,•.........,............*. . 1' ...... .. , 'i ilniallpallANIttib2Ctit ' . . .. Addre0.2 1 ? .. -- - ' ... . .. -••-‘ . . .• ,,.4 /Criv I . .. . . CORM. 1 ' • .... . . ., 1 • . . . . . . . . „ . . . . ... .. . . . . , . i 1 .i'Orttgeb1rStall4 I . , . .. 1 TO014A0orgoed '' . . , . . r, , 1 C51.11 . . .. „ • ----- I 10,101132 ' i - " , j [adingost.tw• • . . . . ... . . . _. " . ... . ... I -*A.- — . . . . . 1 0513930731 ' • ... .. 1 1- . . . . ... ... .. . ...,,.,,,,. . .... ,..„,, , .. , ... , .. ' •I , . . IPnxident 1 1 AnvrtAceay -11 . i pWC11 i• . . , . •,9.01c66776. .. J.[ . , . . ...... .. ... •". •:... . ..' .. . . , . .. ., ....... •.R.3100.Sian,..0.ur 1 f., ...... . ' .. . «r .. . i,quistrationfma.tbote, r. ...............-.,t ." .... ... . . - I:Cleft • t . ... , ,..., . •I' , ;1'.tt7.:C44;1"tr .:44;18.i.lt:i:66.'""'"-:$.3iim67,^0.!;.0.;.!37 ''.. , • , . 1 '' . , . . .„.. . ..•, • , ..-vjugto.thnoila . _ : ' . .. . .., . .' ... . 11 tmcv.RptOintkr*Pirath.n .. Ritated Lists i . .. 1 nirtatratikihazissizmaC) „.. . 1 --'''-- - ------—--„-: tittpqt//0.r.ViCe .dtr.ca.goVigsgGid=.dir_publid forrratable=x pci012.csak_portat pustomer accomnt Iciakuta&sys_id=113.849fe.,91bd302503710ebeeticcf.. 1/2: „ . . .. . . . • ; 1 1 . 1 MC Constr,,etors,Inc. Corporate Resolution of Signing AuthoriV WEEREAS,the Corp&ation is determined to grant signing and authority to certain person(s) described hereunder. ! RESOLVED,that the Board of Directors is hereby authorized and approved . I to authorize and empower the following individual to make, execute, endorse and deliver in the name of and on behalf of the corporation, but shall not be ' limited to, any and all written instruments, agreements, documents, execution of deeds,powers of attorney,transfers, assignraents, contracts, obligations, certificates and other instruments of whatever nature entered into by this Corporation. Name: James McCoy Position/Title:President Telephone Number: 95I-393-0781. k 1 Email Address.jim@mlcconstructors.com 17, i Signature: , 1 F- The undersigned certifies that he/she is the properly elected and qualified Secretary of the books, records and seal of MLC Constructors,Inc.,,a 1 t t corporation duly conformed pursuant to the laws of the state of California, 1 and that said meeting was held in accordance with state law and with the 1 Bylaws of the above-named corporation. i This resolution has been approved by the Board of Directors of MLC Constructors,Inc. on March 4,2021. I I, as authorized by the Company,hereby certify and attest that all the information above is true and correct -. -----...F.--------- .-- - i Thomas Luby 1 1 .1 Secretary ; 1 1 i 1 MARKEL' BID BOND KNOW ALL MEN BY THESE PRESENTS, that we MLC Constructors, Inc. as principal, hereinafter called the"Principal,"and MARKEL INSURANCE COMPANY, , as surety, hereinafter called the "Surety,"are held and firmly bound unto City of Huntington Beach as obligee, hereinafter called the Obligee, in the sum of Ten Percent The Amount Bid In Dollars Percent (10%) of the Amount Bid by Principal for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our _heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for Locker Room Improvements, CC No. 1708. NOW,THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty . hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish_evidence of financing in a manner and form acceptable to Principal 'and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated this 25th day of March, 2025. Principal: MLC Constructors, Inc. By:,( Q,e Signature Name: larneb MGCJ>� Title: Prec,id- n t- Markel Insurance Company By: ern Signature Name: Emily Preciado Attorney-in-Fact • MIC AS Bid rev 10_2021 Page 1 of 1 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE §1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Riverside On March 26, 2025 before me, Karina Jasmin Chavez. Notary Public , Date Here Insert Name and Title of the Officer personally appeared James McCoy Name(x)of Signer(x) who proved to me on the basis of satisfactory evidence to be the person(a()whose name(a) is are subscribed to the within instrument and acknowledged to me that he shetiey executed the same in CB herlitheif authorized capacity(i)lis),and that by®her/thcir signatures on the instrument the person(a'j, or the entity upon behalf of which the persons acted,executed the instrument. I certify under PENALTY OF PERJURY under the Lo,,. KARINAJASMIN CHAVEZ laws of the State of California that the foregoing ,:7 ; Notary Public-California =� Riverside County paragraph is true and correct. ° Commission#2444064 4L,4?��r •My Comm.Expires May 10,2027 WITNESS my hand .rid o" �rseal. Signature Place Notary Seal and/or Stamp Above Si,Illrre of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of A hed Document Title or Type of Docume • Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signe ame: ❑Corporate Officer—Title(s): 0 Corporate t, icer—Title(s): ❑ Partner— 0 Limited 0 G- -ral 0 Partner— ❑ Li • -d 0 General ❑ Individual Attorney in Fact 0 Individual c a ttorney in Fact ❑ Trustee 0 Guardian or Conservator ❑ Trustee ❑ Gu. :'.n or Conservator ❑ Other: 0 Other: Sign ' Representing: Signer is Representing: ©2018 National Notary Association 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 3L5—/d9S` before me, E.A. Garibay, Notary Public (insert name and title of the officer) personally appeared Emily Preciado who proved to me on the basis of satisfactory evidence to be the persor(srwhose name( isfe • subscribed to the within instrument and acknowledged to me that)/she/t executed The same in Sherkteirauthorized capacityf�7; and that by ' /he it signature on the instrument the person, or the entity upon behalf of which the eerrson1 ) 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. rr T •;v E. A. GARIBAY d '` COMM. #2408744 z �' WITNESS my hand 2!ffi6415ea1. w_� Notary Public- California o z` .,`v • Orange County Yac V v `My Comm.Expires June 22,2026t Signature. (Seal) • POA# 510092 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That SureTec Insurance Company,a Corporation duly organized and existing under the laws of the State of Texas and having its . principal office in the County of Harris,Texas and Markel Insurance Company(the"Company"),a corporation duly organized and existing under the laws of the state of Illinois,and having its principal administrative office in Glen Allen,Virginia,does by these presents make,constitute and appoint: Edith Garibay, Kim E. Heredia, Emily Preciado,Adriana Valenzuela Their true and lawful agent(s)and attorney(s)-in-fact,each in their separate capacity if more than one is named above,to make,execute,seal and deliver for and on their own behalf,individually as a surety or jointly,as co-sureties,and as their act and deed any and all bonds and other undertaking in suretyship provided,however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: • Five Million and 00/100 Dollars($5,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED,That the President,any Senior Vice President,Vice President,Assistant Vice President,Secretary,Assistant Secretary,Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney,and such authority can be executed by use of facsimile signature,which may be attested or acknowledged by any officer or attorney,of the company,qualifying the attorney or attorneys named in the given power of attorney,to execute in behalf of,and ' acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company,as the case may be,all bond undertakings and contracts of suretyship,and to affix the corporate seal thereto." . IN WITNESS WHEREOF,Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 19th day of March , 2025 • SureTec Insurance Company SUFJ,NpF ```5oRANc,, Markel I s rance Co ny w�W``)v _V. SEAL t_ BY 7,. ,15Jg , By: Michael C.Keimi esident 1— '. � �`� g, , ,�� n yJennin Ice President .*..Y mass State of Texas County of Harris: On this 19th day of March , 2025 A.D.,before me,a Notary Public of the State of Texas,in and for the County of Harris,duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES,to me personally known to be the individuals and officers described in,who executed the preceding instrument,and they acknowledged the execution of same,and being by me duly sworn,disposed and said that they are the officers of the said companies aforesaid,and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies,and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies,and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. ,`,,11111,I.,,,, IN TESTIMONY WHEREOF,I have hereunto set my hand,and affixed my OfficialSea a ritirykyttfotlarris,the day and year first above written. C.)`r PRY PV6` ,9 .ZO ' iC�•. • I A'N 4 _ Chelsea Turner,Notary Public foe E OF �?; My commission expires 7/6/2028 2. Q We,the undersigned Officers of SureTec Insurance Company and Markel In�y C d.-I bkftcertify that the original POWER OF ATTORNEY of which the foregoing is a full,true and correct copy is still in full force and effect and has del;pe8N • IN WITNESS WHEREOF,we have hereunto set our hands,and affixed the Seals of said Companies,on the 25th day of March , 2025 . SureTec Insurance Company Markel Insurance Company By. By: M.Bren Beaty,Assistant Secretary drew Marquis,Assists ecretary Any Instrument Issued In excess of the penalty stated above Is totally void and without any validity. 510092 For verification of the authority of this Power you may call(713)812-0800 on any business day between 8:30 AM and 5:00 PM CST. Inc. .ttL£:�5..:•.•..,,.".'.c(1i,.JtuLV+w+Wmww.ua•vuuo.wuaw.wrwmm+x .T�.—,.v...—._._� OFFICIAL BID SECURITY - DO NOT OPEN ATTENTION: PATRICK BANNON Project Name: PD WOMEN'S LOCKER ROOM IMPROVEMENTS CC #: 1708 Bid Opening Date: March 17, 2025 at 2 pm • . 7 , • • ;.•ahay.luauu / •m•oP I • • • '5uiddiys Pasul ► i ti • mn.vl u _ y I. IL'' :.a a CU.v C• O1• ` ..u•• • ORIGIN OM UBY NTA (951)393 0781 SHi• r-1, C t 710ML IMPAUCONS AVECTDRS�INC. ACIP TINGT 0 50 LB �+ •f0 •^' 7 �' 710 RIMPAU A I' C Cli.• C :'V �' SUITE 208 CAD:252922898/INET4820 N Y UN CORONA, STAT CA 8 US E u 879 BILL SENDER E N . ai.CD. � TO PUBLIC WORKS OFFICE-PATRICK ® CO o:o E CITY OF HUNTINGTON BEACH BANNON �, 2,. E u 2000 MAIN STREET U • • o ,a. �w$H oNsINGTON BEACH CA 92648 ij in.W �.. �- P0: REF: lir .hc � t IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII . (7 1l1.. J DEPI Q`ci IIIIIIIIIIIIIIIIIIIII ' Ill ,, iiii Fe pi i : - u r III II1'I t� ' E7g7f2SS i �i lu Ir .... . ...in -13 5 i'liiii '1 i IN i" i Elr I. ji• in m. MON - 31 MAR 10:30A • . '- •• LER TRK# 88012560 2120 MORNING 2DAY • • i ` 92648 t • Z AAPVA CA-US sNA ij • 1j • i 2 0:LZ09gZ ...t088 •--. -- :ooi:XX,.ds boHJy3aNmr. • . I1 ' < .c";ZcT°q CITY OF - , HUNTINGTON BEACH Lisa Lane Barnes I City Clerk August 18, 2025 Newman Midland Corp. 1355 Redondo Ave., Suite 12 Long Beach, CA 90804 RE: Police Department Women's Locker Room Improvements—CC-1708 Enclosed please find your original bid bond for CC No. 1708. Sincerely, 0#446-41tY Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov I if iii7&/COU-lip. SECII:ON , ~,f:(4f:O*0:1:* 4i0 0. .„„ 3. POLICELIVPARTMENT 'WOMMISUCAtraWOM lisittUOVONIC.NU ,!, j., . F... cc No.vos . , t ip:tko , ;7. ".4tri.e.',O,P. il 400.0:4010.N.,00.i.10.4 . :. . , i v ,. . „ ,.„ _ • ,.. • . ....".......... ,... ...,., „TO 'TM *00004 li0-X.00 :::-4410..::. „.14tV130$ KO.,' ,7-,..W OW,t1NorciN.104.4.0k. . , liLeotppriane4iffitlici*.Nfiyv:itfog.0pgiglifc,0400411.40tsigggaholoby,pmpoolio.114.4gto0$ to#0.3Mitit iliiiit4.801ktiittet6.desdibd and to furnish411,1aho;material,equkTlier&a*dinqident iPalAtatIP4^1tggfesIarYltOtg*t fiilt,-.ogco*titoAilihiki.-ostifo-$and vo:-.4ikakkaokifikliv#ofila,...0 the city Engineer,Ofthe'Citr,91Fluntipeprr*Ohf:Trje:4pferoig4q4 AgT53 to speTt**,:',4*Iy9f.k i it4pfAtotho,44ti*tiottp:k04*.lotti10.0.4010**Of the City EngineerV•ftho city of Huntington 0040k aocrtcvq4010s a c0:4404tti*01.00406924,iT4etni0o..*04 agrees to the work vi,1*41:,_4-:,:*otf0:4 44`64,*Oat from the date of the Notice 1 ,, BIDDER declares,that ithis'Aproposal is haSO4.*porT,*42t41 the:e**0#4*.=0!..-e k* site, plans,' specifications.Tilarop6o014.Oid.dort'404,#ti 0410‘.0.6**04otoopoit74ii#:proposal is accepted A for award,Ofitill›,)g'AgtP",tqAtigiPV,agtItittaqwitttAONO:kirtfloi,oliitAifettortvolp,sum prices 1 wtoiiii.lit the following Bid Schedule. BIDDER undersnds that failure to enter into[a contract in the manner *11d time prescribed will wolf in forfeiture to, AGENCY :•of iti guaranty accompanying thr4 ptogotaL, i . i KitiOat 1.iiii40,§044.*#a)*4 js,rgivir0 for the,witiip,.work, that the e$titrAigd,cip'tiiii*.s:,Ft . rottkittitio',,gi.4**-44i#ore;010yroffxlit#wo040.000404.$4#4 that final WO the 06444cf,will be 43044Pci*6.040.441.44011300.*oNeOc.,400144orilY 0474`pkto:4T4..g.i, RESERVESKastx THE RIGHT 1017,007E ANY ITFAit.M0:4"7170EONTRA: .:'Ti iiii.$ *gtgOtte4 the unit 0.0200',400:*itri0so bid include 011 AO***expenses, taxes.oyiitio4 tk6.4i..otg,,,,014Asiiil:be gogati001* Itler10 of sixty days from the NO.,011041w#4.4. if at 'time the contract is ildfAivatcted,„114,::Aggxt*will reject bids and and will -.‘a$iittittiii.etti;prttga, Im'the''cawor discrepancies iA`,S4C:4;11:944:4 ig4',,-::-44:it pifofo,shallgovern oi.:or Px.-.4*•4 4110000t4 PO words shall pxo.#4',odifigoteA, i i 1. LC:4 i It.#***.titiKtttit.*It,;WO titiiii040*.0:004.11A1***,44:tWalt.0.04$:40ftlt: i.it'eX0:00iftg,therequired cot* .404.',A140.401 -0.00000y*.00:00'*0ootiPT withintcr*oikirq.,days 4,..A.000 iikkaf the Aa*Q47.5:nOtio.of award apoijitaa'tt:i :" .; OP?Eit the proceeds Ot;440c.iitibt$40#41,414:itfg this.bid shall -peril Oio;A:OWtY tti4:thk4.4failia kaptitte'tt.liarataq:, ,if the•A"OtNCAT'S agile* ]cTIO.4ge."4.11.4040,Y014, Aqp.'sgilp-mit$This propiogit dbill.,fifid, Bid'Bend, .... . in the itififititit 'wE'eltiaid amount ii .g0 k§141-00,,I cot'a or#*,gggrog4,: ,of:*0:total hiapriclowitoo. 4)1'..0101.044t0iii4T$00:011ipg,:aKeygowcwakyay4410 to the:,fka:NCY., (Please i..0$0.0*0*40''.'044!i':!:i'V.,:otirt4.010.0110i 0e'Ai-4460 00.#4:'6FN't!i *:* ,014.10405:'*)144r§tali4r;:4 Suit Bid font isacceptable. 440,'Slia. II Arlif— fy- 0,;!cp,Ipt cirall.Akiddnda— IiereAtabyt i . 1 '44:00tiltrO, --00.41.4011,0"::' : :711:612,5 ' r_;-.-,, -Ar -,--.. -- -- - - ! • ' ' ....r.„ . rziR5r. -- - ...„ , ,fLii,„; ... . : __...... , , 4 2f2 / 5. • • • ',':It 1. .: . .......„. , -. - . - - - •-r--- - - -1 --;:' - - . 4 ! ,, . A :zippi:24, ' ,::: -- ---..-,,..:, • P.. 414.3i2 f'-'-' ::)'4,_ ' '1 , . . . i , „ . , .. . . , . • . - - : :. : , 1040211.40- 410-' 0.403.#4*th01:1640.$1,g.:44*.i4kih4ltitithe.F..eVqnt'OttielgritiatH'$:. tiefauft infekeduting410,:tei10,*.„4,:-.0,Ont0q,04;:ifitint*.e.,neee004:bon0a,:ai0iii,it:i0i0.0ttiti4*0,1 i:#1:tb,4`14ivorkit:ig44),1:Aa4er:the datd:b0fio::A.0:gts4'.0t.,S#040*.-‘,404-r,#,:otao.:tot;11.:* )1§4000§i 60...:02.t.90r$ofiaig,-sottiay'Atoitioiap'ylOgliii. .60.444il h440iii*I4e1S.t$04'a' :the AGENCY•and this hid:and:the acceptance beteiemayidat.fho,,:80-040.s-i.**fori5 be.-..-cont:i.i4p4.4 pitiO ma yo.i4,. - - 58:440.110$41 thi$'P-A). 4.6tfaAz ft*. .... Sid;Bond in the amount 0'10. :, 1,34*11..--441440:9go:147.got lwili44 10'..%4f-ritti44*44,-oflo'wtii ais.fM44*001t1 4 j; fh-0-.1.,iw,ti-o:t.!iitiorot$0-41tdowaigotgoictio latido4o4kto-to ft*'4804:N.qY,, 01oo:Jo*4i0*oi.',.4'!:.0.44.4.,:ii;...toatiaoi'0*e dt,R044.0.: :'004}:t.0.- 7,i4, f1* '.. :,ea:a0:4t*f.beY.,Any:.stanctaK.d: tit*y:.:Drialion'a farm ioccojitolik,, 14idd0,04.0s04010. oto44p.k,...or410,ii.:itt4# 40,,.,ti" , . .. ..„__ ..„.. 444e#444.11*-, .,.',,,Derm,Reoe*od,.:FT.-.,:',.-:-:: '-.', 'Bil4.10''''':igifigif-M. ... . . 0, 4411.4$ :,": ',.1-2_ _... . . ..: .. .... ..._ ,... . , . ... :......,...,... .. .. „...... ... .. . ... . .. .. . ; t 3e17725: ;t:-. . . . ......._. , .,. 11„ .. ''-'0. •: --,4.11..':41441 9'. .:,Iiii2 -: , .. ..„ ,.. ........, " „....„:„.„. ........,:, ..., . ... ..,... ....._..„,. „„ . . : '.. •i,41.: .0.t..42-5..! . . , . . . . . . , . ,•„„.„„„„„.....„ „„,:„. „,„, . . . . ., „ .. . ) 1 . , . . :OA . ' . . .„ . , . . • ../ 46. 44'1,1k4.6. 01 0.-040;.rS' 04- 0.$Aat hi?the;00.-.4e0040:1:010?,Eft7.$Aefaiak 010,,#quitecl,POntradt ari.4.,0100 go*noco§$4tyloii*4tia:-:..floir40-00.&0"titiolo, wtthhr tO*0004$.day$after the date of the iiO.,,g$0#$..,.,;#00,0,0-04.3mAta.-0.*inttOttci.,-. : ti..6:',AdENC'Y.Tand thi bid and the 4.00.00.4.0*r-g:OP•PlitY.;,,42.*the A.:.0.$NCYt$opi,Fe gottg.for-g4mitt*4w:a .)34 Bond in the amount offi3O%,,, 14.*11J.%414 4P(1qW is not W-4otArk.10%of..,T110.vve70; total 47,4,1v&A. , $06.*V.Catt;EOWNt0,04%i-V.43/,40:10.to tie AGEIJCY *oit4o. :04000,tri.,"0f444.Bond fôr%" as the standard Su dnd*rn 4..4.40041.0 twdot.o4.44 signify reit of all AcW:044*.b.04,if any . ........ Af.kieloaim44. eieL .41112,5' .„.... =41=5 • •• • . „ • „ . „ . . •• • . , . • •. , „.„. , „ •••„ ••• . • . „ ,• , .„ . „ .• • ... „ „ i . , :ciiy ci..F.mqpilpTp.0 Heo.-..-4,womEto LOCKER ROOM , . :*40:0tio,::#moutg .• ok0808011 ;c::04:..tkkoro1&Sloa:JfEiiKoto: Ot1Ott:40'.*04.00,Ro14.. . .. . ... fiiir...•:.4! • :ittii*#4640o441eotk • • .0441.401 -*if ',.iliiit Fr1e it4iiitaitie' 'T 1:00iiii*cittori • 1 1.S', $229'100 $ a! ..2 :tlamolition .1, , IS-§58130""^"-'.' . ". T.' .... , 1 3 :COriCre'te 11 :_4.$i 46 44) 4 :Acoustic',Cetitryg, 1 A $18460 '$ . . . . . . .. .. .. :Met.(40,14' PrOf7r)frig-. - ' -- .".. -' • - •' • i -..,........., •1,51::,,,, 60,81.; -,, $ _.4...., ,g5006$0006 S. .1.....54 , 3;500 ,$- ‘-.........., „,;. ..,. ... .... ..:::- 4. • .. .-.... -. . 7 'S4d1ttfiti ' I 14:: ''. 2,400 •• $ ! ' • ' ', '4 •Hollow tk44t41; .0.7:Fr.cia.:0 ' • - ••• • 1; . • stO r • 9600 • ',$. • • - ' • i' ! ......... ..,. ..,. .... . ...... .. . .. . . I ! 'ES; $12,000 JO POOtlictitkii.Or I , !CS: $15600 !.. .., ., . _ . .:........ ... ..„... „.. . .. _ ,.. .., . .. . .........13...... progoo&MoJIãw Mefct'Wrndbw Eroms i ;E.s,, ,525,200 ... .... ..... .. .... . , _ ._... . _. .. . ' .. 4 ,64104M000:Wdit P*04:0. .1: It ,i 24,220 ._ 10 Oyp,.5:51( (4(40 •-'0:6gjig„'se.,:plit$00:04go'i_..„.. . ,..,,, , :t, ! 1.',4..;,,, 61,070 $ :. .44 Fainting1, 1 it.S:1'.i ;;;.io ... . _. 14 :Srg,..tiOOP ' - - . ' -1 ----,1, - -- - it-.5. " -4264 -- --• ri --' -- 'c : 14 10000r;6:04P*#*!..N.VP*6:0*0?Blind ) 111: ' .1'...':!4ii ,:.-6.1.-•,-- 8-7:.--$.-IF ' - • - ! • - :•: 11 Futiiitut014dteliii arid' AppendixFteisiii.--...40.e. ..' 1..y. I ,t t$,...-$,,--.1,000 - --- ' '$". *r' • . .'. ... ...... ... ... .., ... .. . . ... , Fized FUrriiturekbAlterid*.pr4(pekpr:.% 1 X i :.44‘ ..:i 215,000 --, 0: 1# Mectionicar4Sternstrtithicang coritt14(':-904 X 15 ,$ OiOdibmaitivisQe4levtit4f0; 'Idiesff.andi 11 •1 81,000 . .. !:Z' i1urtii5filg,,k0Auteeib1rig 01. i' g .,' 3.,..: ! .0 ,.. 90,000 5 ' ' 1 Fir .. PrP*119f1:40qql,P. • n•"•--- "-••"-•-•-•"- :' 1,1:•—•••- 14 35, 00 * 'PIO-- 1.4iii (j0;rtitOi6)7.0: 000Y 008rt f:'.0B."',-:,§:010.ffi 1,. 0 P. 192,900 ':* ---,...-• '.Or°,#00044.'.;11 .. ,. . .,.,.....„,, . , . .... . .. . .. 1.116firid 0440 0.,. $.1 36000 1., 0 . , .. .. . . . • .-, . . 24 '10t416rieft610*-4.11:0*0-4.deft40613'. i ii- 0 .S 56260 • '''S -:: • . . !, 1,350,831 14416.001i*,:00 totafte,vtr ..ONE MILLION THREE FIFTYTHOUSAND EIGHT THIRTY ONE • .. ., - .. . .• . . ,. . - ..., .. „ .. ..- :. - . _ .- - „. • .... ....... „ • ) . . f.titi 1 . . •.1 . i 1 . . . ..„ .. „... .. .., .. „ . . . . . . . . . . .. tAltY.O.,"0.k$Yrde'.16ffciiA bi it.%111100tnp',Airtf 00-10(401j01 ; "ma not t*00"..0:4 ffve prcert Wicl the total amount of the inOkt unless 460 or:4i:: torriPensrifteriq ,111.0:0. v.,0400c.).t.4400.490110,110011#04 0141t0f# 46* all lobsx- matenols, to04., 4,1010c1100(::'.*Ptqf:Y .measures,j, arid APPPN.,,i§iPrY , ebriiptefelhem.otic ta;gradevond drMehg tg,..000'Or:#4041 in he tiekt ; 'There shatibe nocorrperisatibh excepHar the 00:items,4g0:(cl%crfi Al*F,TOO.Att:*The edith',,dt.all work:shown;in ithefiltimonct-4)e0tqdtjp'Iti,but no 40p-Omdfly td6rilifigo as a bid item or described Within z;11:;14 tfprry:shall be inc1udd T, related bid items brittAo c*Iittdrldt ep.mpeh,sottoh-,ihipli tiespip:ed40 01 :„q0t1t1POOt.;, • - • ;. - „ . • %) • LIST OF:SUBCONTRACTORS livattOrdAte' c" liditii.600- OilittOt..tWiiii.**04. iiit tWei:Aiii.iet fdith the itini#e i I 40'00;siii400e: '.0-ofigooi; $014,4pttttio0J.e*Ii.oFmiigVg#00170:0*0-04.0igt-s01840:f0 the g ki40*oi,$4,i4,0:40Aptiiii.,fg6;::awiatit in : •g'.. 6§.ofiiti.041.il6f-ttiie..:pent etrie16.01-iiia 0:IMPOO.:‘,,'whichever is greater,, and the T9#19,n: of the AY*'ig, be 4011g:'1* $413:goottvtor.:, Name eindAddiv&-br:.'..: . State , , -Om'! ' ',11:110,WCI :,Dalrete.. ',f4-iit, ;y tieril(1) ,•- ! , Siiko 7 0 00.iir .040*, -`„'" -, ':5 ...gffgtfIlkk:', :‘,.410010 ' 'aiiitaost 4 3 Number . .. ..:; -: .i:-,'.;_'• ...1:. '.:;--`'.''.:::: ', 1:,',,',:.::. : ':,..-.. ". GLAZING MARC ANTHONY GLAZING CONTRACTOR 589450 ;C17 ;1000009398 i:i34,300 ' 2.5 : . . . • — •• , .. , . . . . . . . . , , —i 1•' • •• • • 'k: • DRYWALL& BLUE WAVE CONTRACTING ;1132658 !%3 PENDING 75,I 1 .•• ACOUSTICAL i ..•' , 1 • ; "-:. • . .•• ' 1..• . ... . . l'1 . • .• . , . 5' LOCKERS& STEELE SOLUTIONS !''915341 i C61/D24 : 1000007807 ' 181,902 ;i 13 5 RENCHFS . . .•• : • .. 11 . ' . .., . ,. ... . . .. . • TILE&EPDXY PRECISION FLOOR COVERING 572475 :1 C15,C54 ' 1000026395 ' 36,884 ! :2.7 .: . , , 1 . . ..• . e , f' •1 ..) , , , , g : 1 •R . .... . .. • . . . . „ . „ , !. , . :1 LOW VOLTAGE : UNLIMITED TELECOM INC ':,1006851 ',',C7 1000883626 12,000 • i i . , . . . . . • i : ..„1. . . .•• i. 1 . . 4 • . . .. 1 ' .....,,. ..,. • '1 . . i HVAC PACIFIC WEST 792079 ;i C20 ;•1000002299 67,500 5 ' . , . •. , .•• ..• 1 i . , , f, . . , . • 'i . :. , . 1.., ., . • , . , ,`., . , „— . , . , , , ., ••- • ,. . ._ . . .t 'c ' TOILET ; YTI ENTERPRISES i:930286 ' B !' 100000575017,5001 SPECIAI TIES , ! 1.3 1 , 1! : . : . .,., . . . . , ,,.• , . , 1-FIRE : 1 .' ' 'SPRINKLERS i TITAN FIRE PROTECTION :1989280 I 1 016 1000016631 16.000 ! 1.2 ' .. , : , • . ,.••• . .• .•. •..•. • ...• .. . . . .....,...., „. .... . . .., „ ......... ..•-... . .. .. .. , ., I . % .,, . .., .., ,.„•• i .14(40.0.1,igi0,04f.th40.0464.7;'Ah4,Biddtir` OtifleS:, , , I , . . I 1,, 014t he 10,..,415k,10,40*,i11.4).-Ottin,111.0.bdUheetif'ailvea which iprot.e0.00 'i 1 . .. i'tth0-::46%tN&':aeOt .4ttdiiitt,ifiiig, .'21. 'ThAt the A:684.C .3,5-iilf be,fiiiiicShed copies dean liketititthets.efiteeedifitd'aftil: *.0.41*7gs.h.04:tikl.0.14.110IttrattPrfotthi4rctiOA %C4 1 . 1 . k . . . , .. . . ., .., .. .„ • ,. . . .. . . . . .. . . „ .. .. . . .., . .. . - . . . • . . . . .i • N•.• . .ii ',.-toyof$1-Jscon.RA;cToR5 .q ,..: ..._ ., .. • ,.„.„... .„. .........,....,......, _ ,.. . . . . -f• Itt.A0s0t41.1 with',0:OV.Oti*tit:':,040$e*C0.41:t4,:the'Ojeda shall set forth th4 name '..0 `4:1i44iitis4,a04rog-§, if*ii'stibootittadi0,i,91W0*ii•401701*Ok::.,t0.#.404-4\004.141OW '.o:10.40';-p.o.$41.4.'.0.oritt.44;14:44.066iiitiU excess one tittairii otitit.,fotitifid &5-1041)0(k'whichever is greaieN and the-4P9Fam'0 the work ,tg''*'40P.'T;Ty•§.014: i! I1$Asitoog*tor- .......... .. .. . .... .. . .... . . .. .... .. ... ............. .. ... . .... . ., A0: :: . . Nanii41-4-440,,i-'-of':' .:. Stare „can, tork:pwc-,,,,,Ailiti..tt S mit.,,:, firof ..,lietri(4.- •: ',..- '. ithconinic.ME License -,.' I'. i' ee- ', '',';.: g•M#11,4044 i.1''•CtitittOre.t' , ,1 . ,-;.. , •.. . - ', • ' '. -.. -3-; -": - ,.• .':.;",;Nii*Of i -, '':1'• .- r'' '''.-.-'' ' ,,:'::,‘.''.1. -.''. !',:, : ...%: -, ii i . . ELECTRICAL ' DELTA ELECTRIC 581045 'C10 : 1000595279 156,432 :I ;• 11.6 III . . . . ., ' . .. ... . . .. , . " ',i; ' ' . .. • . , PLUMBING BETTER WAY .I•095703 • C36 '1000034492 75000 . . , " ! !' _._ , 'N i < ': :I •'4' . I I • . . f. : • . . : . , •. . •I' . . . . I , . ..- . . • . , : • 1. . : ., . - ' :•Ii , s ..• „ , ! . , ........ •. . 4 • . .< 1 t : • . , . . . . . ... . . . ,•: ..• .: .• : . - : „.•,:. , ..., ' . ... . ! , - •.. AL • . , • . 1 i . A , .• J 1. ...• . 1 . , - •Z . .„ . . ,,,• ..,„„ .. .. , .,.... .... •••.... .. ...• ,....„.,...„.,..„ .. „ 1 4 ' . . • i. - ,..,....... ... ... ... , : .. „-„ ,„.. . .. .........-.. „. „_ '• .......„ ... ..., •.. . .. • .. . ..., ..,. „... , . • . , •• . •• • . . t, , • • . .. . : , . . .'. . . . . , . : , :F • . . , . .• . : . .• x 1 . , . ,, ,,. .. „. . ... , . •,. ..• .•„„ ..., .. •„....,....”,„•:•••..... ,::',..:•'••",'7::::' • ,, ..,,...•:..,....,... . .,,, . . • ,,„„ • , i . • • 1 . .• i.i, .• , .. . . :. . i' •4.•.•.-."•..--... •••,. ,. -...,••......„ ' ..,„-....... ..... . .. ....... ....- ,. 4 .,Y;:slibtfaS.tkeitif&I.§Oftitiikthe<Bitiderceitifies: 1.., That he i*I4t*IffP.404.*.ilt,potf.apti..0id;i4lAiti .0•01:***WO 0..,410.,g00.4 i :ttio..00.8:17P: 0600044:740ofill'Offig,, '"-2, That the AGENCY*ill be...furnished copies#to;ifj:000tittaas:**-04:,1004to .i . ciarittAotfst for : . . - ,e4 , . •. . . . " • . .. . . . .. , , . . .. . • ",., . , .,' ..• "', . ', : ' ' • .,. ., ... , ._ ... .. ....,- ... . . IA . IA. !.1 . . IA' , . ;I:. - , il:616,1Wiliiii4j,:.:1153.#414.0.40.:-.4erpOipt,ii.t.t.00.4 gug;41)3y1:'-011; s) #4:1010"tfig0 W 110'00144C11;11*;;;',4NR.9.V.91.41.1.%11, Z 1)4 -14144j*„.01,i:v.4,4004T.4.0.:40140.,.'6-.41.4 05*A.i3P401.01 TM-.$.11-40-440-1.0..00kcii ot0444i.hipw ttivo4.011,01-01.*Itit el 4 . '321J...4.Pa;z0.PPIECPROPV4:044:21104.0.40j#1.04its/C i .. „ . , .. .. . . . . .. . ...... ...... .........„ ........., .....„. ... . ., ,.., , i ii i ••1 ; •. . , !-•': 3 ! , • ..• •1 . . • . . ,. ,. ,• . . . . . „... .... ,, . . .,... . . ,.... . ,...„ . , ...„................„...„....-:, • - . . • 1 , i .. . . : •"• '.k , : .:•.. .: •. . . . . . .. .. , . . • ;: " , , : . • . • . • . •• . . . . . . , • , , . ; .„... . .. , ... .. .... .:.. . , .,.. ... ..-.. ..: ......- - - , • - , .. . . , . • ,.. :• 1 . . . . , . . . . ••• , • 7 . ... . ! . •• • .:! n •. • • . . , . . . • . •. .. , - -••••• • ; ,...._. ...,......,..,..... .. .. . . . ..... .. . - . • . i . • . . . : , .. . I • , „ . • , • I , : • . : i • • . . . .. , , i',. , ':•- • • '""" - . ...... - t.• ; i•. . . , :,1 i • , ; • .„ , .... .,...... „ ,.. j „. . . . .. ._ -- - - •„ - ------ ----. ---•. . . i . . .,. . •. . : ! ,. , . . ,. , . ., . . : ; • .i,.....„......-„ „.;,' _ . . , .. , .. .,. . •• 1Y, •... ., . .. . .. . ... .. ... ,...,,.,,,. ., .,.......,., .. . „„ ?: . .. , ' :• • • : . A , • , i • • ,, 1: .. ... • ., .' 1..•1 ''-:',-..:','7.::: 1.." '," .,1-:, '. ',: "' .:':',,..: !-,1-: '. ''1;-::'.„4.49,WIN: ' '' ;.' , 1..;..:' ',.:'... :•.:,.,:'--:- ' ., -.'''...7: :'':.' '' '.' ,':. ';). 1! P410.':#1e,IffY: ', li 11(.144404i- .:. ';''',..:0*r0--:, 3,2‘ '',,„ .'' '' 46004:1:00k. - ,, '.01#01.r: •.:, Ai*% °1Pq• ' .: :Atta A .t0...e0:00kigiv' s.::. :olg'. .: : : :I .... ..,., .... .. ..,,....... ..„ . .. , .. 1.01i.o. 44-:, otoo .44.,M‘446/ii. 6.-to Jom titlorsd iito ptilI.11.7tFaigH.. ,1-3,?ApploN l000ts: w PII Te1.01 N14.PM.M.P.4.013*q4P,;41r‘F940:49,0.P2.:010.,4.140-014#.40..41 0.0.446.0;',..p,Op.tio..10pa 4;010,t4.04001,0.46,-*16*.W.q00 ,i:p.w.O.tioN.VP.*44P0AOS:00,10.0.4#0:*04$1.14;07.k ;,011'.:0(.1r11040;;W:41#40:40151;t1 00-$014fr:00:0§'01).65-.00;i;t4...0,S106.Vi*,;45iitit40-.*41; ; 4 $.*.1041N.:.21.0 '*1.,10 1.0.7 . , . :.. . . . : . ., . N ti&et)tt:VRQri':AFFIDAVIT , "TO.At.V.W.M0).OT)11.001ft,:81$1)'.$0011Arrkii.8V-t170', * 1 1 „..,: &cfarclinderTePO*otc.Priwpoiorlfg.:4*.s-o'fikia km tif:CAltrettitaltint tlieforekoing•is .VWit100titteatid:',thattins declaration isexeen,t4c0V.Cr2P2.6:,ai..47.04.1%ik0 , r ,CA., 440— ,AderriNasiy.,_. ,,beineirst„tini,x,Fwent 40,44,go$;014110 07 stie44.,:ttiiiKesideiii: 71 ::..:.:.,:„1: ,.. (5t.qPivrilarlikii1001:10:drPk the party i*ingtho To0:001)4000*-.1j44i0.Iii*:0040414.f4cipf000;4::?.`r'Oil*t..0444.tfigtii,.00:4ttfi:laet.Op't 1001.g.01.p.1,;t0,401.tN 400:60170*otk*itgttoitv:ot-q*.piP: te46.044,*0.iii0 i*t010.10:*I, ..4plil oiji4avegrpOigilii ijiat*O0letlii44.00K Oitop**indireeth s.:444604*,,,0400 4diogoel tp.:ti4,iti.i*A.4.10 00114t#`04*04-,1141 NtAXe....qWS'''41.4710-01Y,1444.4040*..104i POPP*k4:0' . i agreed 1,411i,40'1,4414.400*iy0t0**0:1triii:01101t4:001M000 .0001:telbittrtgrilfcldOg i that the bidder has not in apy,Timnmtgrogtf7.Of:ii.10iWtY,001,14fit by.'..4p.0.01:044.CViiiiiiiiiliti:iii* • • 1 .L, Pro..400000 with 4.tiyoatti if• )i..:the•.,bid,;priee;:erthat;fef any ether bidder, to sggio,apy -r-.. 4041414g!,'4g4iXOtl*Pt6110;i1i0aikveairOgr.flitittto.taliYoli&ihtereked in the pre00 1 1 .6iitia04,that all statements contained litifiibikE ar true;and,flitifio4:th4.tif*Tbfdeo it4,J164.. i 040Piry2brittatteetty,submitted his or her bidiptize orarty*eikdown there4t,oriwt.,.mom thereof;or 41y4.1g0 10.404*.NA-tit Oatk.f.0401(011.00t4,or- .114i4ij#togA00porft'o Evg ,. 1 04404.j*Vitlitt*r4q0:4P4474.0)(70000406.04-organization,hiiii.10.P0.5,..0-1 0::0104),'..:!-::kibot of 440.4(*40,010:gtrOk*kr0014:§:iizo:•dit$44iiiiig-4, . i kOlii:MO iiklig6.44 001 ., Ifil:ktt.o,ftif4facke . „.. _. . Si'affi.tiite;n'fBidiler , „,f,4".„1.,$.i0e4en'Oci„"Alie,„. :iiite.f4COriitti6-ick,::d,#40-4, Aiiidie :§:a,Eildidef ' i ' ' , „,. ....,..,. ...„... .....„,_ ., A , , , . i . , . . . ... . . , ,.. „ . „ .,.- • • k . i . 5 1 ‘ITTIIVAGREEI41ENr . 1 0- ',006iVilti.- -klwAYOR A48.11)44:MCotalPtui: ... . •„,,,, „ .,: , - :-.•, " •.."..,, ,. ......,...„ ..._ — :i -3, .rtY9,17)411. 0.1:14N:IEW.04:-.*-ii ,,.:..: ii A0.4 :. .,i :Ootts:TOS :. the4iridethigned hereby preriiises;,amilagreesihat Ritlit'peiformatimtifilie.works* d ,.. • b,blilta c I., ;14,14Wit a lik, 'POLICE: DEVAIUMET&T WOIVIEWS: LOCKER.'l ROOM !; gvIPROYXXOXT$i'(1)04€0 will employ and ittioz-0‘4 oily,ctoilliW'-,06Nik a. ::ti'[..eiiiiiiitti i 414' ii..4 to work':i4 Pro-*#.6f'f..4c4,4r#I:g.-0,i4E Agc.otof,asy;or fprogioiool r4oitiif*;14o . X.1111 #00.11i, e,:t*PottoA"".4.400:t0 Oi tii:,k8Xgtoo*s*Oouti4O,40g0. SOOtrpnAltk : ,fpit *.$7, I IV-00r4CP044)t1! •4100.04[*)H. ,,bii',H*-iii*O:t 40.i'04.7.0.01t fiTs'... ,Ori9,0t:is=jotilki, -0:it* 01i.040,-,o0 tr;o0Oftii:40el.0040*4 l*,:0.04'". 1 ..,, I04.40etiliog4,A10 ptoio'4o4.4o4,-#g. s'4111-4,t4ii ttiit,44.k glial f:W performed n.:4cordane •.4 ,S. • , l •: ••• +a wit1:141"4011*tcOccAM.41 4,11.4Y!go#400.4 t.44*ono tio,:P-001o' ti..,..,,fility.:„,C. ,6„iffittis.iion,of--4 eitl,, gid Sttit:ebftalifbrrifaZat415Wi,:teqtijtmcntli The undersigned Airth,.,:cr:PM00$and Agegg.:044- t the:',M'cii'10tit:!:ho AA, be and 4,,.. o.0...fiyatito: • 1 upon any t 00:0*A0C.pt..or tobOgritr4dtm.EV*niay be retained 9renjtoye#by the p1.41.e.Phr4 and t44:t..0,04000 A4ti take'.$00 as ar ',`i.1.0.00.4rt to a4V.0`'.:.00014.#01:!5: any sai4 .0i5,0,004,40 ''-fittr4o.tiffiktcotwitiiflitoon:cliggloenfo,0010.1i‘d 46,1•41., , 1 i , f i 1 MidlandNewman Corp „.. : ,,. , . .. . .. ... . i Ad aiK Natty. „ . . . ., .„ ... . 1 *.- • • - -. 1 i. . , .... . ... . ,President . . , , 1 L . . :o411..10.g25.... i 1 , 1 - 1 g , g . 1 ' 1 . I . .„ . „ .. ,.. ,.,..„. „. ... :: ......... ... „ 3 il s P Y ril$QTALiFICATION QUESTIONNAIRE • • ;,. .. ._ **4* rdancew �"Ga icii 01,;C: t 4r, c i0.00 d ,:tii < i 46trA4tt>06#,O e* =u r.f e .. erg PO4ai u tFi; tl° tz i*stionria te: il 1 OtttStiO&NALIkt h iiddra an,:(officer , . .. . . Has�:zt"�.B:" Y a�-tfi� Bid`d�ex an}e ��se�°b'�`Afiie�$i�3der `has a prapzietary ;inn t ii the Iliddef'OVer:iieeit disgiai%fiedd removed or otherwise preventedA<"from bi 4 iiag o ,or , cQmpl;, `a;Federal;`State.:gr local goverm%.f' ntatiz; ecat[1e tzf'a.viatatio :ot'(a : ,apse te`'axisvv rs:ys;:explain <circiirii #aiices i? espapra: ieiih "NIA: : , • . •.. .. _...... "".. .. M............. .. ... . • .. .. - Note.: 2Ia;Q iotifo tf c n iiiie8 pQSJ� i ,_rtliPro.: . `�:=acid 4 sgzia410,""oitioh'.v' ilirOp,O*It14..il:constitute::signature of this nest nna :. E-s r ;:001‘fr gNSAT.I0NIN$VRANCLE CflrfutiVATE. a. Noti...t*.tp$oi,t4pA:otofitt:30.$t*tot*icao,:*.tyo0ntra.ocitfo4ftgmftpttbikwork8!dontrgot **0::**44,A411 i; :aware oftbe Ot&tilti6t0 bf.$400-0.11 1,100:.0 the Labor Code;*broi,,:*00.to:every *tropyo,tft,*!foo.i4,c4:24g4ins*ii41.11.4 for workers compensation or t ,411o#t*:‘. 01r4, with the 06ViiioM of that.code dnd. wilt comply with such proyi.410:14 borarg,i4otol,ottOtigt1o:oif4rfoatio woil:cti'thcottroot, sNewr,0411, go.:14.44#. ,. ekcorTv Nasty president :ay Title • - Dat:4)7P2.0Z5i . „ , • „ - • ! . . . , . i 11$10DRIS Mf3..RMATKIN . i • . Vtg,',04.010 ,0*tc:.tho f'.61.t.0700g,iiif:004.00.0040.o0.4:00*. • . , • NO*e.006.!N440r14-:gOri5.',.,:.. ...... „„..„........ ...„ , . . .„„ .., „ .„ . : 2 : e 1$-$,5 Reoroop Ave 1$41.7.1 .0. . ., .... ....... .......... . .. ..„..............J.......„. .i . . .., tirdiiet ..Additik -1 1,L0(g.15000.3 :,d0fotpia, ':::.90:gci4 .... 'c$02 :),24947:tn.74 -:,ectdtriatitiq rlewmaiirfficitandlccimi: „... . , . . . ...... . „ . . Tel N.O.Oft .'•e#10.1 Address 161166 t:tais*ciairci&I:1W ; ,! $.0k10.006.4040ealOOSPNe6;-**1.0* .__.,__„_, . ,_., _ ,.,.:„... ,...,.......,.......„.:„..,,..., ,....: .: '464.0.fDOe 14114 ...14112027 „._ kiricto was.ilpdtdd by ... .„ *our of0or :IA .__. .. .0:00.1014,4.01*.o:64 0.0.1*:od.o.iO4.641-6ohotipg:4 principal irkore$t.4!*0.010060.›,! iiritiree.4airikiriliefiiiidek‘iiiirt kidatld Corp: .. . •„...- .. ....„.. i, . .. , _... , . . ,,„ .... . . . ..... .,... , .. , .,.., ;, !!: ,.. . . . . .. ..„..... . ........„ .. .... .r.„. „.. . . , .„ ....„ .. . .. „ ... ...... ...„. , .... . .. ., .i . ...... . ...... . . .. . .. , . .. . . ,. .„ . ..-......... .., ,. ............ .... , .... . . . ... . . .. .. . ., . . . . ., • ., .„. . . ... . .. . „ . .. „....„.... . . .„.. ... .„.. ..„ .. . .. . . •,z '* OoigitaiirqAvg.4 to oitt:sfr. *to.oil;'.c.it iko Oity qfirui.itiogofiAli-ot t-.1,4thi14x;, .-'64tv.i**„.'isokoiN-Ago.*,to:WtY:orii';:til.'-contract for the proposed‘wd*:and ip000ttiois. .in.-i ,ar.o41,4*fog'*.iihIblitaii4,'.004 40004.4i10..**Os* - 4: )1*wrport liAldfoott:0014„ 1 . .. ........, . ............................. . . ..„ ... .„ ..„ . , „ . .,i. 'CompanyNatne ,,..,." . • ,,- „ ,,., '.$40.014f0 0014et; ., • .. • . .. Aagi.ii,tkrici,,President . . . . ., .1 . . . . . . . . . . . _ „ . „ . . .. . . . ... . .. .. . .. „ . . NOTAERTIVICATt • $ 4:1 *! AV i' ''. .• •• 4.4-#;P.-.§024114' 01 tq l.1,10f6t v111P th4 -'-darof A .--, •- : -202 ., , ' 1 ,.. • ......, ..., . :,,,• - ::•....-_ ,.,. . , ,„ , :.. • A notary puhliti:::6ebthet:,officer:catiigethiu thiti Oftitt-ctde':votth'ew-only the idetipy of the .10.4**1.0,4 who 4.1g#00. The ;ditioilloti ...,,to-of* this 0tiAoto is '4thi0104,.. ,atild, '.,,tiOt the letthfittriewacweko,eitNaliiiity of that do-0416a ,. .,.. . .... . ......„. . ,.. ...,: .. .......... (2,,..„.4,..,rrivid4 . State or :'',-:-t-',•-- 'r :-' , 3 , of toi: ! • „ ' ....; , 1 :-' • ,, ," , ,“. :.:Caimty:: : ., ,, , . iA44 ,), A-•--in''g, •-et Sa.r„,„h..„..„_4.„ t,.r-.4. :... . . .. , . Month,J;t0;o:i4.Alooll fl;a..0-04,1.010..Itialitld of Pp* . .. ..:. X til t.i.d0.01•411N appeared . ' -' . '-'. .;', .,. - fd-M, Nari4 9f7§10-4.0)'----....''''''''' — 1. • 1 .....„......„. .1 .. . , . .. . .. .............„„ . ... . .... . . . . ... ... .„ ....... .. . . . who PrPve4,'fq-Pg on the l*i4'.',..1,t;.$.447Sfta 0,0-';'**20-tia to be li*pt,rson(s),,Whose name(s)414q $46014bt4i.lOrthellslithin instrument and acknowledged to Me that hetsheltrity executed:11*§iii* Al:Nsifikti*.i.t 401;_(Vit0440.0A110i,400-4..(*hisitietittieft‘stogijf-*/0.0 the- 14.''. .):#00 the tiO$000Pott,!th0,oirti,1400#34141#0*4*:#140:401:01,.0*4****LthOikittOil* '. • i t. :•c-.'0i3Ofy.t40"40 PENALTY OF PERJURY. 0*.d.0-11*10.0.of the :.:.:. • ,.. ,„,„. foregoing paragraph ittwattago,oc„,:,*... .,,. .„. !I, WITNESS my hand 4.04 Pf14.414.04 .,, ,.•... . .,' ., i-,:i. .: 5 3:7,1, .,..,,,,0F:ii?iiliii4.0:1,..,,.., '' . HoitiriPublic:-011f9rAliv ° ' ri .• •:- •,.- ..,•• ,• • ,• ,• .,, ,, ...' • 11 .,,,!..,' • -",. " "•••. „ . .- .-.••• I:,f..hi_',.•",, 9. ...0i1A2,,3477:I ' 1 "kk,,,00' 'Ay Comm.rnmExpires.oaw,,202.5, „• • . • - „„,::,,-,-.„-. .,,..•„ ...• „••,,_ .• ,,: „ ..., . ••••• „„ ,„ , • ill • ,• :, . Signature s:'^ - - ---.- -'"-:: . `'':.- -H- :::"'" " '' -,..,:. .-:-.:- . " •-. - , .-. ,-.-..-,.:---.„ - . „.. . .- •..-.,.. ....,• 04.df -.--- •040 lc]• (PLACE NOTARY$.FAIL,AP.OVa).: • .....,,, „ ........ i ... , . .,, .,. i II :;1 :!! !‘i 't , . .Ey gerglittiliti Thif.oty PO4.1i .F1,0,:(1$4 of.tt4 project ill.0,044,400*14.subcontractor:**`,1::** *.,016:-.1441flife,years4 6,6Miii*O4t least''-fivt:(s) PtCti,tk,,4iit Ozni14,...*Wctk, V0 01*r* "010.'*.Olgi Alt,4,fo'oiion:oJo Sp:004ay for 00104 for 400004,.4tillfajttliniiii.,'Of!,tit teiiii.f.iiiiiiiiiveiiiJenti Owitithit.avic ,*cilitiesP':,Blikleir* tetficotir4gii to submit§iVadiTiOtit t010,840:fpl.0*.t 1:40*ill•:-,'-.1.'i''6,0:to Oa 00.1,044 11**1..1).0i7,tiit.:, .. , , The 1.041*ti.14t Orprzikcismeetithe.req0i*rmi*ofOgy.!;,: , i I., :NNTroAtt4,-Ad.,4rqs-,:$,:df:Itoiti-0.014.,F.0,4##1.0.11Fit.W.W.Ffi-Pli#41VItief.d.fiii*i.cif 1230.0,1V1441*.c.,..P5004,Cf&32.302. Isi:anlei`,AatitifoliNps l'kft; of Owner Corona f,initter$.$bilovifiliiiici,*,_j'acquecypltoiieyts007,-#0267-' - . ..,,..,, ....... . ... ... . . .. „, _.......,,.,......... .. . . 6,11*iiii*tif.0f.WO i)010h9':...„„.,.,.„...,,,. .....,.... . .,.. 41415 , . ' 04404410.0fik. . . i F‘-1,04410.4actitititialk4404estifFitipt.1.10$hottm similar work .. ... ..........„,...... ,„.. . ... ... I.M-4.04.ftliAti tit'OiNIFF3.B[trd,ftitV.rit'fiii-W.AailOtiii4..C.OrTHOI' .0.rii$4.9wsifeith.,c0iiittl,. = ,. ,,. titioiliti liairitiit.itiiibdelibatifiiiortijoklabielundli4able:i. And riiscivitr1i;.:7,-: „ ..„... ...'..,...,.......... ,. , Marittatiti AddteW0fitAtW401.*Ir140t9., 10te0:40.41A$..0.11-06•4.01:41 ..0i#467'..46itOrtitt#00tt. -„ ,,,..„.„... .., ..,,.. . , ...... .. . .7. . . . . . . .7, „.. ........ ......... .... . 644;,P.t..Yffie.Ave., '-WO..*.t1001,0.0,,.!04k9.119,0:4, , • - .: • Nitiles'aild titii411,6ft'd:Niti,..tittliVii& t:401:06:0010-406i-'-c**ViAr:':AsOit*O.:26103-4-6-q-r.3:i . . . . . . r! Mal.10fii.04.010401.0(.60-014#65:,(4i4 . . 1/$.1/1#25, .. fg04#4,X610tiiiti. " ' '14.0,0,0CAM'O.!,* ' Pcit0g,0010,0*.d.! ProviCkAciditicKt,41!Mk4.04;OPP%4hOW:3''t:...#4Ur /10-ikt, :(04:0170540*ptsoiotio*plookotplo 041-040taft:00.:r.tkC,0tWet0;fieWl.fttind, 001 090teitt,0i1.1.1.4.440-rorofidoi -...- - ".:..r.::::.. .. .7 ..-....... 1..... . ...... .; fl .„„..,........ ......, ............,......„ ..._ „ . . .. . . . . :14:701&14i14.,A414iii47.1tdelent;:e .fr*D10.0,-.S HVOI..$0.00001.11004 ki$P.1*.r04T-Nt:actit0:40:00' ., !PP West 9.'20)fij.0 PO:'Sat]E.11;frak-CA 81.743: 1, , . :Notiti0 0.0c1.rele,photteiStd.i,df Omineff POP.!4,14,0,W,:,0001014.t.00,,,Mr.,06#.0.4*(90,9) 0q,!',7;;Iio ',Ift4.49J0 ii. Itirod4rniiii6mottdiiiiilittii . .. :t1 . . --c raoi_- .- - --.----""Mit$Vpoloaa ."„ 91e,14P 4400.041 Pt.*:0t44c6:0000.TO 4.1.0W:4041.144014.;: . Modernize CWIiiWi 414igt1:'4#4;*10-41.0000.0#401*0*::H)7.45,00.010ilik*h.Oult§Y*In„rzOirig,I,'btirigA ;#1.110ileSi fleViAitclItrliiidiV0.:.tiiiiii.thitiOkiWW010#4i*iff;:ktOtr:ttilgt1:10079:#1.4, . ' l'• . = .., ., , - i . .. . , . , .. . . . .. • • . „. . Mange titR4rert0e:480010404.40440040.:14EF4.14i0t..lri* NO#10,040,47.00110416 15(411f 54444,'L!;4:0Sessie 4 sacContiact Amount • . *1:06P0.*. 40.0.00..tit ..0114i2:00 • ntio: orWOk, tfaie.04-iptiietd. .Proli*.4.4400041.06.10t 4$tripsiat wiflow smtIr work A4vr0600.040400.#0),iii415061,00.0theritre.i4k6e0i-fk'4nd 0414.-Afe** . - . .... . . . ........ . Nli..W.4M,MM$,lbf134'4tnt49*k*r*ffajt§*oKO.4:*0**.0'O'Aiiii.Otg*i,A:*Or'' Name and TO100.01*'Nkki-citNtiod15410koas(PftirMP:OtOtioi:00.4.010*t7.04.1 §"431iind:Offigaffon,:1.00.04 bottactAilibtiiif 7,3115e4 -.E.NOI40#01addl'. itYid:4 additional prciitet dgetitifikOp oiow-Aititirvotr • Sound Mitigation and rotate: 13,,G anthmsc sitework. ,..........„„„c,..,„„ ; . ......... „ . . • •• • • • ; -1.. • - , ' ! 10:14g)r):**Ciitiai Stan , ,.„ His art:itigoolnos ofitio.t:i).0.00:0 000.004.0611$tsgptfori;p;r:olgo kta'107,4;40,p' . t IOf. gOtihstit;;.,',.kk 040ii:Ottii3Og", 041-000i#0*Ote-4,40.1istdtloaa4ronvizte*T4yyki0.1 the critical staf,th4.tsTt'tqt114$iOkr:':)y,:oTk'w:.I*JA 410..tastfiffo,10--,0,rpt-007.ptoj:0* :ti-0, ., t,i0:0:•,t0',t10.4#40.'ii*Of004y#*tbr the bidder tir ih4;-,ptctic.01..)0104,0-,0 ge:o40qt404„: -...„...rot, .. .supplemental*opt ortolt.,:lii*will:44ditj0n to the projto*Ii#041,h0roini, , ,, 4 .1 iti :,114;401.0:,9.(001-.6's'alt.4*LiatiOr,,Actath Nato4 i( .,,(40)25449.01 i r r.etilhddeNCLIDfprq‘posed Pr9j40MR-Rpr ii . , 'Cottirta F-40#0,1.00.t4)100#016fiiS.Oppli. • , ':$4Ar63' ..(1.... ... .:. . .:..., ...._ „„...,..., , MP5.040thig.m.94.qp-t .4090 3114/;07. -,. Nij.,, t.'ilsi* kOoriblOv...Articytini T.'il*,OW,A --- ' .. .. " ',04t040-ii**4 ,..'Walnut.0 WO 1.010.frmiittlat.0 C$004, 1.'$.9aSsr°,,s4o44°154bdthiltail. clti „ . Wiler,riz,00,T.r.4.40..nceHcfaRrocm.kadiagert.mmsAr3-1,t4: 0..;'5H... .• . . f.' :Pto:ioWowo&00t4t.441 Atitotitit, Type,tif Work ' - - Dit „COTRO.Itied zoos.EtOmentwy.:SChool F."Le..sAnOi L. .e -•, .rardtt(:LAWi,);-So9nd Insujathmt towirriiitlitoicitv-relifeil4i,tiiisciftiti' ::AM t i,8 i.; .PLOSION441:0 4 04,401,AffitOn tr$po.;..0 W.61*i.- -•''''' -- - " -*" -D.4Wil:ditilAted" 4, ;$0":fttt'-',::6:(06.0.04.044.$410.014, todoit 1;0.:C6410400 , 11 !.,, p., 901, 'TO:1001.011.40 '.06`toPQ$4$1.0diritite,ii400t .,.. ,Kill*'Pdra.iA.f.ilkii.t00,0.1.i M.Arcpalt44:1,10 C;eriii4 49,3-,49x9c4p,, - - -Novifor5i744,04:gtioV*.INIr.0.511, 810/2,021 „,., .... ..., . . ,... 1.,N,ditid-&e.61Athe":tArnount TSrpe-nrWork 0.0* :PM-1:414 1 ,. I:1 ..SCF,Sebtitii74•::Coilitidittildifto,rwityletii*.liff4t1.1144ii Oferedr,tiiii Siifvelita ti ,. r,.F,40-04-4,p],,,899:90,q,(Fiv*texittior* _ ..‘ 0rnertutifeatic!tt'ar#400:,std.:tritr oy,06,0 -1!40297..? Ittifoti,Nattic,,;*0011$0Airicititii. ''',40oif'Wo.* . . Ntol 'titp*odi v: Mira Loma Hospital ViNtiloo, (0611.FD)Army uorp§,...:,cit Engineers , ., - t FED Vet 4$5,.6,:tniiiititi '..- .. .. . . . Tenant IMPTPY9510PL.........,.....:............ ., .. YO.,,ar-441 ;PrO.I.P4'144,tiiO4,&0,11titta.0t.Miatilt: '',1Wbf.k ' riAtifoitipteiitf , .', ' ,!! li - - - 1 „ . . . F .. ..... ,....... ,. 'CONTRACTOR:REGISTRATION WIIII,CAMFORNIA DEPARTIIE wr oar imitg ...‘...--,,\ -...RELATIONS;(DIR)ClogriPteAlt,..f.,•s' ••... • ,,...—. ,...x.•• ....,.......,...••—•-.1 1 —•••,, • V•••..• • • , ..,. • . _. • . ' • • • • I • 1...,, ' • • 1 , ' . 4ilet0 i Si3M.04(e iiiitgl-if:).tittOite i*De 2$70.01001-17.--t iti* osby.-410, „. ....,, ,..: ., .",.„:• ....." , ,..... . ... .., ... . ,. , „ . .., . st-ii14*19.;,,,29.1,4,,',01:0,61.1.00,d al.,xiew.poOkA39A*.(.00,00t ift'Oet4:1PiVigirail)1/24,006,i*Oirif,* ..all cootractdk and,Sohot44e0i.ils'i-WO*and-:performing iyiceilt on riAblib,WO:t4', „,..,,(10j4.0.,04 .i, register,..on an,annual ba1$#40,11,,tigy it til,;0:tah June 30 state 7...0141.,year)ewith the California :0004rAvote•410:44i.f.d41 k44tiiiii (1:1111).;C:intOiitly the p-0414 NO-Agdi6ley,teti6f*iistitedfo.t. Contractors i41%;g0pbv.;;041t0etor:t0411.dritalidbffe,World,„.difitadtliO:t,titen awarded.'shilf‘.04q d1.0 f.41716Wirl.tertiftate .. :0-iit:rACniiiter°,01. 3#54 , . ! 4tWiiWWWidirda.-gpviDESEZI:hitliieW040$1.A.$4f020$6geTr.•:00(1:*00 ... , . • . • — 0,.. : • . ;O:fg:!it,Oritr40#Regi:#*101 ti4k.-,.C41t($44)5'..2146114 ,..„,„.. ,•., - • ,..•. — „ . .„. ..,:.,... . , . mipwtotiliog*.040,140W.004tOi*.qtrAWaitiott- 43-.TINTA0:gisir4000. ....' • li ., }? Dift!.T.P:44#440r.4.-g*.4.64:$4.0440,4444-10ct. , hiVellifflintdiita,gpv/PW:Oft4eqtell4etlpq • '1; l an aware and the provisions-rif Labor.fcride.5:.**1-77c101,Diviiig 7stadd! il . :11 "A contractor or subcontractor shall be:qualiffeitteiiaid'9Th be listed ill Id,tit lopoW, . . ::- ., • stifteet tp;the requirements of sbefiw,004 Ofthe POblic Contract Codes,or ellne'',j,4.01g. performance-.efoly 400044 fcit'Mli'e work, as.'deHfld lit:,..-thik. 4.1),4.16..f0y..,110.10:currently .. registered and qualified to perform public .:,YOrt*pursuant to ''Section 17g,':$4::..::, it is not 0 . *l1afkkOrtiiki*titd;t1 for.:***64 J0400640 to submit a bid-thatisailtliorittcibi, Section70Z9,1:Or 00$4$1140.$-‘046:0:0000.04494:d or by$44044 f0l.6*,0e2.00,5 44:fthe .. i Public Cetftieitaiild'providedihee0404.etoriS itistered,fo-offotrit public wo, tititivot to'agVA 4t...010'01*,the 4'04040 IS.4:w4fded." . ,! $ 1 furthermpre.w:gmr,*by proA4.1114.; Orpai.deregistro4Yn Nair-IILL'as.the p ifrru ,:. :).nfractori Al Weft as for ALL at the:iime of1/44,r0tiog:#170,4::, :..1'41000 Nti41.0t.10:06rP, .... ... , . . . , „.. ..,,.. . . . .. , . , , ., . A000'.[Sra:snt, ;'‘,,..-... ',. 1fifialidgeTi*.thiliiiii,SOrithcoin., . , trail Rittid4ht Dittet4,/740:?4 . . , Rly"---0-goosoitiarozilpoo.Q..9.4166, . . li C413: , ' ,,., 1 1 . . . . . .. . . . . .. . ... .. .. ... .... -AIA Document A310TM - 2010 Bid Bond No: N/A ..... ..... ........ ..... . :••:•:.;.: :.:..:CONTRACTOR: SURETY: ... .......... .... ... ... ...... .......................... legal status and address) (Name,legal,status and principal place ''' :': '""' Newman Midland Corp of business) 1355 Redondo Ave,Ste 12 United Fire&Casualty Company Long Beach,CA 90804 P.O.Box 73909 This document has important legal Cedar Rapids,IA 52407 consequences.Consultation with OWNER:;: an attorney is encouraged with :::Name,:la alistatus.:aiid address respect to its completion or :•';City of Huntington Beach modification. 2000 Main Street, Huntington Beach,CA 92648 Any singular reference to Contractor,Surety,Owner or 'D A ' o other partyshall be considered ;::�=BOND::Atl413UN2iTen Percent of the Total Amount Bid(10.k of Bid Amount) plural where applicable. ;:()wine;location or address,.and Project number,if any) ° Police Department Women's Locker Room Improvements Project Number,if any: 1708 ::::::';the.:Contractor'andSuretyy 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 se}a ally;: s:pi vided herein The conditions of this Bond are such that if the Owner accepts the bid of the Contractor wxtthin the time VecifiCif in the bid documents,or within such time period as may be agreed to by the Owner and :Cot tlAetior;.and.the.;Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,:and gives:sucii}hind or bonds as may be specified in the bidding or Contract Documents,with a surety admitted inthe jtiiisdiction of.the:project and otherwise acceptable to the Owner,for the faithful performance of such Contract the:prori pt'payiiient of labor.and material furnished in the prosecution thereof;or(2)pays tote Owner the difference not:to eitceed the amount gf this Bond,between the amount specified in said bid and such larger amount which the Owner may in good::faith contract with another party to perform the work covered by said bid,then this and uoil:.otherwise to remain in full force and effect.The Surety hereby waives any notice of ;:an.:agreeinertt etv et it 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 specifted iri tliebid documents,and the Owner and Contractor shall obtain the Surety's consent for ....Wads Bond is issued.is connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall :. "'be'deemed:to be:Siitioontraator and the term Owner shall be deemed to be Contractor. When this Bond hit been furnished to comply with a statutory or other legal requirement in the location of the Project, an3 provision n:this Bond conflicting with said statutory or legal requirement shall be deemed deleted hcrefrom and ':':,•provisions�eonfoitiiing to such statutory or other legal requirement shall be deemed incorporated herein.When so ''.'furnished;:tli;e:ii tent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 12th day of March 2025 ::::......::.-..:.:,.:........:- .:_•.::.:..,. • Newman Midland itlies�. (Principal) 1 (Seal) 1 1, (Title) United Fire&rity Come • (S rely) gr, WA. (Witness) 4.A4�� (Title.)Irene Luong Attor ey-in-Fact ' • • Ink. AIA Document A310A°—2010.Copyright©1963,1970 and 2010 by The American institute of Architects.Alt rights reserved.WARNING:This Ale • Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution at this Ale Document,or. ll any portion of it,may result in severe civil and criminal penalties.and will be prosecuted to the maximum extent possible under the law.This document was created on 0127/2012 0723:12 under the terms of AMA Documents-on-Demand"order no. 2008397463.and is not for resale.This document is licensed by The American Institute of Architects for one-time use only,end may not be reproduced nrinr to itn nmmnleflon.rain,' CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. • STATE OF CALIFORNIA • County of Orange On MAR 1 2 2025 before me, Thao Nguyen Luu , Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Irene Luong Name(s)of Signer(s) • who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the , r+i�o i+curE►1 wu person(s), or the entity upon behalf of which the person(s) < „ Notary Public-California € �� Orange County acted, executed the instrument. Commission d 2453804 My Comm.ExpiresJu118,2027 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature &a/Z1/44 Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law it may prove,valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer —Title(s): ❑ Partner ❑Limited ❑General ❑ Partner ❑Limited❑General ❑ Attorney in Fact RIGHT THUMBPRINT ❑ Attorney in Fact RIGHT THUMBPRINT ❑ Trustee OF SIGNER ❑ Trustee OF SIGNER ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: • • • s UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Inquiries: Surety Department t U 1611 UNI LED FIRE&INDEMNITY COMPANY,WEBSTER,TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY,LOS ANGELES,CA Cedar Rapids,IA 52401 • INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company—See Certification) • KNOW ALL PERSONS BY THESE PRESENTS,That United Fire&Casualty Company,a corporation duly organized and existing under the laws . of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company,a corporation duly organized and existing under the laws of the State of California(herein collectively called the Companies),and having their corporate headquarters in Cedar Rapids,State of Iowa,does make,constitute and appoint - - JAMES W. MOILANEN, YUNG T. MULLICK, P. AUSTIN NEFF, IRENE LUONG, EMILIE YOUNG, CHRISTINE WOOLFORD, DANIELLE HANSON, ALEXANDER R. HOLSHEIMER, THAO LUU, EACH INDIVIDUALLY . • their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $40,000,000.00 .-and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney,pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall expire the2nd day of Apr i 1, 2026 un 1 ess sooner revoked by United Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United .Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. • "Article VI—Surety Bonds and Undertakings" Section 2,Appointment of Attorney-in-Fact. "The President or any Vice President,or any other officer of the Companies may,from time to Lime, appoint by written certificates attorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance,bonds,undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal,may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,when so used,being adopted by the Companies as the original signature of such officer and the original seal of the Companies,to be,valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys-in-fact,subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President,the Board of Directors or any other officer of the Companies may at any time revoke all power and authority :-previously given to any attorney-in-fact. IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its `bo,lllll11//f/,/ ```.wo,l�la///// \\`\\IRIIIIIIIIIIIII� `�.6•�y.�w619'>;. ``av 444.;,, �,,.c,E;c 17;; ,A, vice president and its corporate seal to be hereto affixed this 2nd day of Apr i 1 , 2024 '8 CORPORATE ttr• =w CORPORATE V U.t .„,�No, UNITED FIRE&CASUALTY COMPANY __ UNITED FIRE&INDEMNITY COMPANY 've �` SEAL ' �,:1` FINANCIAL PACIFIC INSURANCE COMPANY //INO 0O /4"irllr'1011\o ��144,,,,IIn11Uo\P\�\\• BY: aa—/ State of Iowa,County of Linn,ss: Vice President On 2nd day of April, 2024, before me personally came Kyanna M. Saylor to me known,who being by me duly sworn,did depose and say;that she resides in Cedar Rapids,State of Iowa;that she is a Vice President of United Fire&Casualty Company,a Vice President of United Fire&Indemnity Company,and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that she knows the seal of said corporations; that the seal affixed to the said • instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. .1. Patti Waddell / zIowa Notarial Seal n ,�,.' 1 I Commission number 713274 f '"— 1 Notary Public My Commission Expires 10/26/2025 My commission expires: 10/26/2025 I,Mary A.Bertsch,Assistant Secretary of United Fire&Casualty Company and Assistant Secretary of United Fire&Indemnity Company,and Assistant Secretary of Financial Pacific Insurance Company,do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney,with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS,and that the same are correct transcripts thereof,and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 12th _day of March ,20 25 . pr C.ORPORATE p F CORPORATE ;=_ i 2�ULY 2���s By: `-�'I��f//IJ� C� SEAL �9 SEAL •�. • bat`` %-4, a `� 4,•••.n:.UFOP.--s,,- Assistant Secretary, /'''it,.APriiS,,.``, ,''Zf 11�g` "No.....op" UF&C&OF&I&FPIC /1/111111111\�� BP0A0045 122017 b ' No.2416-6 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority • THIS IS TO CERTIFY that,pursuant to the Insurance Code of the State of California, United Fire&Casualty Company of Iowa, organized under the laws of Iowa,subject to its Articles of Incorporation or other fundamental organizational documents,is hereby authorized to transact within this State,subject to all provisions of this Certificate, the following classes of insurance: Fire,Marine,Surety,Plate Glass,Liability,Workers'Compensation, Common Carrier Liability,Boiler and Machinery,Burglary, Sprinkler,Team and Vehicle,Automobile,and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation of any,of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable,and as such laws and requirements now are,or may hereafter be changed or amended. IN WITNESS WHEREOF,effective as of the 16th day ofJuly,20I4, I have hereunto set my hand and caused my official seal to be affixed this 16`s day of July, 2014. •c� :�._ 4 Dave Jones -- it Insurance Commissioner . By r} ;;f Susan J.Stapp r•' ,r for Nettie Hoge Chief Deputy NOTICE: Qualification with the Secretary of State must he accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority.Failure to do so will be a violation of insurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. OFFICIAL BID SECURITY- DO NOT OPEN ATTENTION: PATRICK BANNON Project Name: PO WOMEN'S LOCKER ROOM IMPROVEMENTS CC#: 1708 Bid Opening Date: March 31,2025 at 2:00 PM Newman Midland Corp. 1355 Redondo Ave.Ste. 12 Long Beach,CA 90804 (552)494-1773 License:757755 • • �\\ IfVGro <c ppPa;';;...41 CITY OF - _ 1 HUNTINGTON BEACH Lisa Lane Barnes I City Clerk August 18, 2025 PUB Construction, Inc. 23545 Palomino Dr., #104 Diamond Bar, CA 91765 RE: Police Department Women's Locker Room Improvements—CC-1708 Enclosed please find your original bid bond for CC No. 1708. Sincerely, 011444416 AKtil • Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov Po rs la 0 SECTION C PROPOSAL for the construction of POLICE'DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS CC No. 1708 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 Le working days,starting from the date of the Noticeto Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications,Instructions to Bidders and all other contract documents.If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed.THE AGENCY RESERVES THE RIGHT TO=DELETE ANY ITEM FROM THE CONTRACT. Itis agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract,the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Ibiddevis toad kor Accompanying this proposal ofbid,find IV(.d+Ine. \o1a1 uwm 1611 in the amount of which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Sealed OR ELECTRONIC Bids,'payable to the AGENCY. (Please insert the words "Cash", "Certified Check",or"Bidder's Bond for% ",as the I case may"..be)Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here,if any: .......... . -AadendWN0. itale Received,:� y . ... Aktafer'sWgrr re_ : 1 w 2/1012S 2 1 _ 11ZS 3.................... .............._. 3 " 9 3/101ZC 7 3/11 i2K' 8 Sill HI I 4/1M"- 3 12 /3/s5 C-2 . , CITY OF HUNTINGTON BEACH HBPD —WOMEN'S LOCKER ROOM IMPROVEMENTS , CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE • . . ; Item# Description of Work !: Quantity -,. Unit'.i Unit Price ... Item Total. , •,.. 1 Mobilization ... , 1 I LS S.27i-j,rcer0 ,.72, (PP. . , . . .-. 2 Demolition 1 1 : LS' $;/:t5/,0.7. ::.$ 3 Concrete • ! • I ' ! LS •.$'1,f4,:e6/3702 Sr f;1444:64.*:.: ' •4 • Acoustic Ceiling .. .„„ 1 .... .1.. .....', !.. LL$3.4.4.21.3--!,,,.,-,8/4".Ait ,:,4.-;•• 5 Metal Stud Framing 1 ' 'LS-"'$.;.'1'; - i 1 ': •7..2-3/.c. '' 1'1,'' 2' ,3/r ' . , . . , LS S 4 ; Batt Insulation ..,,.,...,,, j.. - i 74 /.. _.:,.... `.:4` .„ ....„ 7 ; Sealants 1 1‘1 I LS -!A ..... ...... . 8 q Hollow Metal Door Frames_._ 1 . 11 1 - 'II! LS S.. r...-2:4, g2.1. 71.„.1. ,, • 1 9 Doors [ 1 °Ill LS 13 Ri.,.44.44. !$,, , ....... . . .. . .... 10 1 Door Hardware :; 2 ''L8 ;$ . tt 1I..........i'Glazing ?,... ..17.19qqyr Metal Window Frames ...__ ..11i 1 • ..,r, Ls ';'$ev.,-..q.:w ...)p.... ..., ,- 12 '1Flooring and Wall BaSe ----- ---'1 r 1 -1: LS ii Si j.9,Stji...i7,j '.,.; _77 0...ry,f1.:1 13 1;!Gypsum Board-Wails and Ceilings , 2 : i LS.- _ ..... .. 14 '1 Painting I._ 1_ ,l':1;., LS _,'$ ,2,20•64,21 _ -- ,I, .,, ::1: 7..„, Ls -:, 15 ,i Signage .... _. „ . _.. . „ _ „. .. ......... .. , .... . . _ .. ,„. . ___ ..„.,.....,,........... ,.,._,.. . _, 16 11 Interior Products the.Markerboards,Blinds) i 1 ‘!: LS ':S ,..,,ev2-. ,j....... / 17 II Furniture (Material and Install-see Appendix l) „: :1 : 1„ ,! !i....LS !S..5.t(Sitl,„1:;1'10, 3 ;;Iftp,c-Z, ,.. 18 ,! Fixed FurnitureLADA Benches and Lockers ,"I 2 ' II! LS 11;i\$3114,' ;,;/. ‘..e; ... ,... ,...: .. . .., . . ,:1 1!II'I i 19 I Mechanical Systems (Including control and 2 LS $ programming seesheet M101, Notes 2 and 10) , I 1 11 ;e00.23 /00,.3:,43. : 1 20 „1. Plumbing 8,..,!lymbingFixturs 1 ,,ri Ls i5/ '•"'in. i J - "- ' ... : 3,7,.772. (:,,-/ 7.: 72...i. , ,•, •... 21 T Fire Protection Systems • 'le 1 LS LS -; ..(1:4,-11,-..40' .. - .144;h0. I: •, • i 1 22 I Electrical/DatafTechnology (Including RGB system I' 1 ';"r LS '.S. ' - ' • 1S- 1 ' ,-; ; 1;11 1 -see Appendix J) ,.. ,, I II : /2 ,3`347. I; I .23, A LightiniFiXtures_ -.' ii!! 2 I.:j: LS ',.$,, ./,440., $,-/,:.v_,Pel 1 , • 1 i ' 24 ):interkir Finishes-Tile Walls and Floors --"..- :1 i'.'.-... 1 .... i II...!S...' ......L .. .... ... ............„........ .._ . .. .... _ 00 $._/,.44P.-..o,,,,,04. Total in Numbers , Total in Words:,,O4e ,,V1A194i,',",,,-'1,4),,,,hihtiliei-d,8,:;i9A7(,:itt,-piiii doci.s4Ji0( 4nre Awm46kiV . ..01Ar ii. . ..._ . .,., ,.f ti . ill li C-2.1 . . • Note: Bidders must provide pricing for every bid item. The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the.work to grades and dimensions shown on the Plans or staked in the field. There shall,be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a° bid item or described within a:bid item shall be included in related bid items, and no additional compensation shall become dueLthe Contractor:,; • • 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 $i,,i-i,i.:,,ti,iA.,-,i„i-.,i&,.Vii.r, '- 1,047,.f..,sn,,,:.f)10.1-- . O,ri.,-...a,Tga : ,-4- 4: #(s) Subcontra ii *,ree#3A , - 44n Contract f4M:Yiliti 73 - - 7et M ,, i4c e l' , "- , .; 0 :/7/10 V:aft jtele4Rir,111,4W11$.? 073 6,4"' feavo0.214,570,651;34,,; a/ 1 ' . , ..,4-, 1 'C.:24 '/Z.T14—i.ST4i,e14 fAIZI4- ' t 01- :e!' tif , • MI , 707P/4 C 7 4"it .Saa lie*Peli Al, CA - i..: '' . , 2 ,evo03?094 44,4, 5, /x/ Vipiar 4.444hwit , r 4'• 494:694 ;''c.„2 ;,teeptsto v.iiilie.:,,stiooy 0 ,0.7, :3! , : . ...ct , :o.9, ,1 : 1Cit7M.2 3.7a • ;10X-.2.9S. CI 7 ,A;toit,19.806/9iey-Jov.: A iv.7 /i cA 9/7 tvi , - c4- ,/ hol0 brodoe.hvm.ove itA Noi 11 0 eS9 .6443.$5,ips v i.,sA- Eij'IAil iit '141.,d,61-e-Aninzbityffie i4 >, ." 9441 3: /000*36/02, „iii ' oy'i:„ / v/ '141-11S' . , . /, ,,P. .Boxie0• *Col fitittt-I :op0007P07 lie/r///100,. /.2.-7 SZ i /49 !' 41 D.1,/, 1' ' . . : , - - IDA fe 01124,1'adAet* ; f' i pi. 814pAess ee.„,iot-p*, ,c-zo 000002.2.77,.,pd7,01. 9...s-/ ! ., !-: , „ ,.„ 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 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 $10,000, whichever is greater, and the portion of the work to be done by such subcontractor..... . Bid aftTame`arid Address ;:.'#ate , .Class: . ;PIR`.PWC' 5';°Dollar- ,,:<:° =a 'G:I2emis Sze. -_Subco iiractor., = :.License ftd-lraf O i A`tmtount Coi Tract 9Dy260 .c3L yamaztc999 .176,f,ra. 3.2/k' i3iv/ Aire p-i-ol/r r :$.. iC7d._ ._. - . , , �,/ 9: /Sky iJveaa�0717 Py• !r���/� G"/n 20000>OyS /6,o0� . o.77 I y/ce e't�A cA 9.s87 0 :1 LGllhi1 WY ,2.2 r Cie ,9/vof //d7a9S':cad Zaaoc0//92,- 967an'• - i.3 s Arr e/a5 :5'tevi6 2sj �, i — t � ar\ness Cr.: lersAr" 9 pi , f00®� 9-t" .2d,7 , ei 3: 7 C�4ro(eaa G�} yo,�8 /127Sa92:4 6 ;;/coo741oe�7' i�S6'D . / 2/ — . 4'/0.-ri,, ..[ ' — . ,, i ' � ,1 5. 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 wiltbe furnished copies of all subcontracts entered into-and : bonds furnished by subcontractor for this project i 1 C-3 I NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on s in ,at- DiaMcnd Bar. , CA Date City State Chris Yi ,being first duly. sworn, deposes and says that he or she is . President of PUB Construction „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 thebidder 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 heibid price or any breakdown thereof or the contents thereof,or divulged information or data relative thereto, or paid,and will not pay fee to any corporation,partnership,company association, organization,bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder PUB Construction Inc. Signature of Bidde. 23545 Palomino Dr#104 Diamond BarL CA 91765 Adding of biiider 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 POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS, (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, isfamiliar 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 promisesand 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. PUB Construction Inc. Contractor By President........:....::.::.:..:.....::.:...... ...... r Date:. ,W2-1,fLi__... 11 1 c-s 1 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? 0 Yes ®No If the answer is yes,explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal,and a signature portion ofthe Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 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. PUB Construction Inc. Contractor By _President..._._._................_ _.... _ _ Title Date:...3ln 125 C-7 • i t; ' I ;. Western Surety Company .. i; ,, . , , : :13 i , , I:! Bid Bond 'i 1 KNOW ALL PERSONS BY THESE PRESENTS, That we PUB Construction, Inc. f ' ` . hereinafter referred to as the Principal," and Western.. Surety I Company as Surety; are held and firmly bound unto the-CITY OF-HUNTINGTONBEACH. ,,,. Ee hereinafter referred 6 as the Obligee, in the sum"not to exceed;Ten...Percent of..Total.Amount Bid :....::::::::.::,;.. .,.;. a ($ 10%of Bid---- ), for the payment--of.which we 'bmd"ourselves;aur-legal. representatives, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee for POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS-CC No. 1708 , a; NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specified; enter into the contract in writing and.give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the.damages which Obligee may suffer by reason of such failure not exceeding the penalty of this : ; bond, then this obligation shall be void; otherwise to remain in full force and effect.'::..::: . 11 jy x„:,.. / s SIGNED, SEALED AND DATED this 11th day of March ,2025 ,a..f a4'.,;c ' , ,,. e"r�.yis, PUB Construction, Inc. I;'..; " {Prfiicli3'-' .,; .x `. " (se 1 a, ^ ' 'K Western.Surety Comparivi .:i'`. :il r' Rebecca Haas Bates,Attomey-m s 'v"'� c ''I r, N rilPfOil/fillI '''G, ii I =-..• '•-•"--- _._ ..:1:i..,.. ,....,..... ' .., } CALIFORNIA ALL-PURPOSE ACKNO,M.E.DGPAENT CIVIL CODE§'I i89 , A notary public or other officer completing this certificate verifies Only:the identity.of the individual•who signed the [:' document*which this certificate is attached,and not the truthfulness accuracy,or validity of that docUthent, . . , State of California ) COUnty of Oranke On 03/11/2025 . before me, Alma Karen Heraanclez,Notary Public Date Here Insert Name and Titlitof the-Df#aer- perscinally appeared Rebecea Haas-Bates NameTh).of Signerr* who proved to me on the basis of satisfactory .evidence to be the person* whose name 4 isitre subscribed to the within instrument and acknowledged to me that 1iiishe/t14,ty executed the same in ?iliSiheirftlieir authorized caPacitY(ies),and that by hie/her/their' signature4on the instrument the person* ! , or the entity upon behalf of whiCh the pierSon(e).aCted, executed tnelinStrUment j 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: Ji%41..4%KApREN HERNANDEZ ) v'..' ..- . . etarg 1 u:blicc-ouCatityliforhia .!:1 --::::: ‘; '' .i.- , Signature , . .'!,,_, ____7•-...tiy_Comst.... Expl_res_Jan_16 820_26: Signature'of Notary Public: ' ,:. Place Notary Seal Aboye Though this sectionis optional, completing this information can deter alteratiOn of the document or fraudulent reattachment of this.fears to an unintended docionent : Description of Attached Document ! Title or Type of Document: ... Number of Pages: One(1) Signer(e) Other Than Named Above: C,apaCity(ies)Claimed by&Orion(s) Signer's Name: Rebecca Haas-Bates _ Signer's Name: _, . .,.. O Corporate Officer..., Title(s): 0 Corporate Officer— itle(s):, 0 Partner— 0 Limited 0 General ' 0 Partner— 0 Limited 0 General 0 Individual l Attorney.iri Fact d Individual 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Trustee. 0 Guardian or Conservator 0 Other: 0 Other .. .. „, . ..... ..„ , „ . .,.. .. ..-.... 2, Signer Is Representing Signer Is'Representing: Western Surety Company " ' :'• - . , '1:::-.7 ::::'.: 1:::::::-...:: - .- ©4.14 National Not .Association•wWw.NationalNotary.org• 1-866-US NOTARY(1-860-876-5827) Item#5907 ,..,... i.,... .:, __ . . . .,,..: Western Surety Company - POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents;That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its • principal office in the City of Sioux Falls,and.State of South,Dakota,and that it does by,virtue of the signature and seal herein affixed hereby make,constitute and appoint Richard Adair,William Syrkin,Rebecca Haas-Bates,Individually, • of Orange,CA,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal.and execute for and on its behalf bonds,undertakings • and other obligatory instruments of similar natdre -In Unlimited Amounts- and to bind it thereby as fully_and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given,ate•hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the Authorizing By-Laws and Resolutions printed at the bottom of this page;duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 26th day of December,2023. s�t `c WESTERN SURETY COMPANY W 1' . P : ........:..... .. 1/00"&"*".„- State of South Dakota t County of Minnehaha On this 26th day of December,2023,before me personally came Larry Kasten,to me known,who,being by me duly sworn,did deposited say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of WESTERNSURETY COMPANY described in and which executed the above:instrument that he knows the seal of said corporation;that the seal,affixed to the,said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges sameto be the act and deed of said corporation. •,;,,..;..,,,,,,,,,,,,,,,, My commission expires i M.BENT ; 1,,,,, romarrvetm�$ March 2;2026:.. ; rs?/r.. SOUTH uarava .. ♦.......................,+ _. • _ ` ' ' ' M:Bent;Notary Public CERTIFICATE I;L.Nelson;:Assistant Secretary of WESTERN SURETY COMPANY do hereby Certify that the Power of Attorney hereinabove set forth is still in force,and further certify that Um'By-Law and Resolutions of the corporatiomprinted below this certificate are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal q 4 Aid corporation this 11th day of March,2025.5. . • ;t�4,:'y�"r'il"-•` asatet:ty" WESTERN SURETY COMPANY p'z'i+, gw el - mac•' — L'.Nelson Assistant Secretary SE ' mot.: IP t. j/ .: � t•, ; ' t`'' Authorizing'By-Laws and Resolutions ADO ` T' S�U4 1 ES OLDERS OF WESTERN SURETY COMPANY Arr ac,` .:.y. . This ilf7AYllOr i uey sniade and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. AIl:bonds;policies,undertakings,Powers of Attorney,or other obligations of the corporation shall be executed in the corporate name of the Company by the Presidmtt,Secretary,aiui'Assistant Secretary,Treasurer,or any°Vice President,or by such other officers as the Board of Directors may authorize. The President,any Vice President;Secretary,any Assistant Secretary,or theTreasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,'policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. This Power of Attorney is signed by Larry Kasten,Vice President,who has been authorized pursuant to the above Bylawto execute power of attorneys onbehalf of Western Surety Company. This Power ofAttomey may be signed by digital signature and sealed by a digital or otherwise electronic-formatted corporate seal under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27ih day of April,2022: "RESOLVED That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and confirm the use of a digital or otherwise electronic-formatted corporate seal,each to be considered the act and deed of the Company." Go to www.cnasure{v:'com.>Owner/Obligee Services>Validate Bond Coverage;if you want to verify bond authenticity: •Ran F42ttn.8.2m23 Fo - ... .t '.-m—.• ,_, -.1., __..... - 1 , { ACKNOWLEDGMENT A nOterij'PUbliC or Other officer completing this H. . 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 ... _LyS ANqELES ) ; . . 0 03/14/2025 RALPH K. PARK NOTARY PUBLIC . . '-(insert name and title of the officer) personally appeared CHRIS VI who proved to me on the basis Of SatisladtOnieVidence 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 r ' his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 4•Allii,_, : Newt PtiOtic Cailfornla i ,' , - .;,! ._ -.• 'ZI... - '''.K:s14 .4' :CaTraissiTt;2464?-11 ji Signature . ----•' ' , .., (Seal) .. : , 1 il li BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: PUB Construction Inc. Bidder Name 23545 Pal°Min° Dr,#104 Business Address Diamond Bar CA 91765 _ • City, State Zip • 909,1 455-0187 bidding@pubconstruction.com„ Telephone Number Email Address 788668/A,B,C15,C33,C54 State Contractor'S License No.and Class 12/13/2000 Original Date Issued' 12/31/2026 Expiration Date The work site was inspected by .1.9Pire/v``" ,--- of our office on MY1J 2OZr The following are persons,firms, and corporations having a principal interest in this proposal: -• - — COIMItilkktM 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. Company Name Signature-of Bidder Chris Yi Printed or Typed Signature c-s NOTARY CERTIFICATE Subscribed and sworn to before me this day of ,202_. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness,accuracy, ouvalidity of that document. State of County of .-- — ) before me, '-- Month,Day,and Year Insert Name and Title of Notary personally appeared Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature ofNotary Public (PLACE NOTARY SEAL ABOVE) C-9 .: . ... {. . ACKNOWLEDGMENT , . i t A notary public or other officer completing this i • , II 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 . „ LOS ANGELES [ , . L! 0 03/14/2025 RALPH K. PARK, NOTARY PUBLIC before me, . :., • , (insert name" d title of the officer).... ... personally 1 personally appeared.. CHRIS VI who proved to me on the basis of satisfactory evidence to be the OettOrt(S)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing.. paragraph paragraph is true and correct. r : WITNESS my hand and official seal. , 4,- .4.0•1*. ..... ',. R.L.F•••••i,:AAA ,g -7.' 5 vcta- 1 c.ic•Ca ifor-ia 4 , . ..., / ' _. , • •- • .. • i . e :; t. s A.nfOiii Coi.nty _ . f • ., : Ittt..4.40.;:t; Commission::mow . . ,..,. . ii Signature (Seal) . , . : , . Bidder's Project History For the purposes of this project the contractor and subcontractor must have, in the last five years, constructed at least five (5) projects of similar work. Describe specific work and experience necessary for project, for example, "Construction of or tenant improvements on existing civic, facilities."Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. The following list of projects meet the requirements of above: 1. _Name and Address of Reference City of Ontario/303 East B St. Ontario, CA 91764 Name and Telephone No. of Owner:.Adria-n Escamillat909739 2635,_ $1,559,000 Locker& gym expansion 04/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Provide annd install welded lockers at women's locker room, install new HVAC exterior..::an.d interior demo,.concrete,`floorin ;_electncal, 2, City of Duarte/1600 Huntington Dr. Duarte, CA 91010t Name and Address of Reference Name and Telephone No.of Owner:...Stephanie Sandoval/626-357-7931 $1,328,347 ADA improvement::.-. 05/2023,,,,,,,,,,,,, Contract Amountm ��� � _ Type of Work "` � �Date Complefeit Provide additional project description to show similar work: ADA improvements.;to City Hatt..and all.,appurtenant work 3. City of Hermosa Beach/1315 Valley Dr. Hermosa Beach,..CPS-902.54............... .. ...„ Name and Address of Reference Name and Telephone No. of Owner::: Joanthan_Pascu0/310-318-0252 $1,006,800 Construction 10/2023 Contract Amount Type of Work Date Completed Provide additional project description to Show similar work: Construction of four public restrooms.,and,the,.remodel.of..one,,existing.restroom, for City'parks C-10 9 4. __CitY_OfRedondo Beach/415 Plamonci_St. Door 1 Redondo Be4ch, CA Name and Address of Reference Name and Telephone No. of Owner: AnOrPW Willie/310-310-0681 $797,000 City council improvement 07/2021 Contract Amount Type Of Work Datetainplated Provide additional project description to show similar work: Demolition,.concrete,.m.etal railing, rough &finish.carpentry, exterior door$. &glazing, tiles, auditorium fixed seatirig, Plumbing,electrical, outlets, sighdge, wall fabric . Name and Address of Reference Name and Telephone No. of Owner: E I y;Banks/909-387-6000 $5,011,649,82 Office modification 02/2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Irrigation & landscaPird install Pickets, concrete pad,keypad, remove amp breaker and install new amp breaker modifications to offices C-11 1 .• 1 11, 400.• i ` City of Duaute - 41600 Huntington Drive,Duarte,CA 91010 I Te1(626)357-7931 I Fax(626)358-0018 I accessduarte.com r . . July 26, 2023 I To Whom it May Concern: PUB Construction, Inc. completed the Duarte City Hall ADA Improvement Project in June 2023 for the City. The project scope included the removal of existing improvements and reconstruction of the Civic Plaza courtyard,access to the street and access to facility parking lot. New decorative lighting and updated irrigation was also part of the scope. In addition, there was a significant amount of grading, concrete reconstruction, decorative paving, and landscaping. Lastly,the project required complex coordination at times to maintain all City facilities open throughout construction to maintain services to residents and visitors uninterrupted. PUB Construction,Inc.delivered a high-quality product and worked with the City to ensure the project was successful in the end. Please feel free to contact me for any additional information at,wt i?a°., I >,: :t`j: ` r F-' s .,,!:nji. . - Stephanie Sandoval Public Works`Manager City of Duarte - • III i :3 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent.For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years.These projects do not have to be under the employment of the bidder of this project.Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. _Name of proposed Project Manager Steve Lee/909-455-0187 Telephone No.of proposed Project Manager O.P.D Woman's Locker and Gym.Expansion/.$:1.,559,000 ....... Locker& Gym,Expansion 04/2024 `Project Name&Contract Amount" Type of Work Date Completed Public Park Restrooms/ Construction & remodel $1,006,800 bathroom 09/2023 Project Name 8i Contract Amount Type of Work Date Completed City Council Chamber Demolition, Improvements/$797,000 concrete,carpentry, electrical 07/2021 Project Name&Contract Amount Type of Work Date Completed 2. .Name,of proposed Superintendent John Park/909-455-0187 Telephone No. of proposed Superintendent Great Parks Concession Upgrades/$2,253,970 Interior modifcat ons .................. .. .......: . ..:._...:.08/2024........,,,, ~Project Nanie&Contract Amount Type of Work Date Completed SSS Vacant Unit/$79;676.25 Paint, electrical, improvement 07/2024 Project Name&Contract Amount Type of Work Date Completed Vacant Unit Rehab/$109,513.33 Demolition,,paint,..replacement... 05/2024 _! Project Name&Contract Amount. Type of Work Date Completed t! C-12 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects'to register oii an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations(DIR).Currently the annual non-refundable registration feefor Contractors is$300.Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854Fac1Sheet 6.30.14.pdf DIR's Contractor Registration Link—Call"(844) 522-6734 httpsJ/efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code,provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." • • I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. PUB.Construction Inc. 'Contractor . By • chris.yi©pubconstruction.com Email President Titl"e .......... , Date: ., 12'1.1L�, .... • PWC Registration#:_.. . . 1000005407 .' C-13 : Western SuretyCompany s 33, Bid Bond t I; :I. KNOW ALL PERSONS BY THESE PRESENTS,That we PUB construction, Inc. , •i ;:. .. .._... ... ... .... _._. _.... hereinafter referred to as the Principal; and Western Surety €. :t: Company''as-Surety, are held and firmly bound unto'the CITY OF HUNTINGTON BEACH ' hereinafter referred to as the Obligee, in the sum not to exceed.Ten,Percent.of Total:.Arnount Bid::.—.:..:.................::::.......:.....,..,,......,......,, ($ 10%of Bid— ), for ' the payment of-Which we...bind ourselves, our legal representatives, successors and assigns,jointly and severally, firmly by these presents. 1 1. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee for F I POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS-CC No. 1708 ' NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as maybe specified; enter into the contract in writingand give such � � p bond or bonds as may be specified in the bidding or contract documents with surety 11° acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this ;I bond, then this obligation.shall be void; otherwise to remain in full force and effect. G !I .4'.. l,(?. I•. `•'% SIGNED, SEALED AND DATED this 11th dayof March ,2025; . {.r.t , , • I'I r fi' is PUB Construction, nc 1. �. - ncipav:,--.� ,,t ry,» : .N t... ... ' r1 :it... _ .. . ' .. . . �� -. L- I iI Western.Surety'.Compar ►�..._ =�:'` =?t .,.,„ ' . '; Rebecca Haas-Bates,Attomey-in4a ,, ,o I, ,.... i -:..--z.- 7 - ; CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ., CIVIL CODE§1199 ,...,,,,-....;.,..„:„.:;,,,,,•,,,...,.r.;,..„:„...,,;',,,,,,,,,• .-..,,-„,,Isy. ,...::::,;.....!;,-,',. .-:::,V,.,-;,,Wt7.:!,7,:,:i•WiS,.../..:•,:(r.::/,••`...,:f%,,f.V.,':‘,'":,,,,(:,...,::: : :-,,-,'..., -..,::5'..,i,,,,...,:71..,.:!-,•:4-.7-..:i".:S.,::',,,, : 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 thetrOthfUlnete,acCuracy,or validity of that dOcUment. ,'. State of California ') : Count)of Ora* ) On 03/11/2025 before rrie, Alma,Karen ligr.P.14C1gA-119PXY Public. Date Here Insert Name and title of Ole'DOCer: perepriagy:appeared Rebecca Haas-Bates Name(§),OfSignerr$ - - , Who proved to me on the basis of satisfactory•evidence to be the persons whose name 4 is/are subscribed to the within instrument and acknowledged to me that executed the same in ilisiher/theit authorized caPaOity(ite),and that by his/her/their signatureN.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._, California 1 ..1.3;7.;-'4. , Orange County • .., ' Signature ,'' -:', ,.""'"....• -7.: •• ,, ,. -,_:.,:,' ,;. ' :'''•,,:•;t-Vx4'y COmo"me.thsritr nes*Ja"n"19:10 26:7 Signature of Notary:Public, -„ -." Place Notary Seal Above 9PTION".41., - — , Though this section Is optional, completing this information can deter alteration ofthedocument or fraudulent reattachment of this form to an.unintended document Description of Attached Docuthent Title or Type of Document: Bid Bond . ; Document Date:,03/11/2025- „ Number of Pages: One(1) Signer(s) Other Than Named Above :Capacity(ies)Claimed by Signer(s) SIgner'S'Name: Rebicca Haas-Bates Signer's Name:, I., - " -" - 0 Corporate OffiCer -Title(s): 0 Corporate Officer-Title*: , 0 Partner- 0 Limited 0 General " 0 Partner-• 0.Limited 0 General 0 Individual W Attorney.in Fact 0 IndividUal 0 AttdineY in Fact O Trustee 0.Guardien or Conservator 0 Trustee 0 Guardian or Conservator ::: 0 Other! Signer IS FlePreeentind:;- -i. : ' :'!'I::::::::'..'.:;;;;;7::::;::::::::: ',.., Signer It•Flepreserifing:. „!:•2:::,:_. Western Surety,Companyf' • • q ,....„,..,,,4,,,,,,..„.„....,.„,„„,_„.....„:„,-,,..-„,..„,,,:„.„:„.::„.„,..„-..,:,...„,..„:„:„..„,.-„:„.„.,,,...,,,,,,,,,,.....,-„,....,,..„,,,,,,,,:.,,,,,,....,,,,,,,,,,,,,,,,...--,.-:,y,.--,,,.--,.,”,..Y.,,:,:,..:-.. ..:,<,,:.'• 92014 National Notary Association•www.NattonaiNotary.org•1-800-US NOTARY(1-.800-876,4827) Item#5907 ..- ..,.: ......„ . . . . Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT • Know All Men By These Presents;That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and'existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint • Richard Adair,William Syrkin,Rebecca Haas-Bates,Individually of Orange,CA,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the Authorizing By-Laws and Resolutions printed at the bottom of this page,duly adopted,as indicated,by the shareholders of the corporation. • In Witness Whereof;WESTERN SURETY COMPANY has caused.these presents to be signed by its Vice President and its corporate seal to be hereto affixed on •this 26th day of December,,2023. 's ErvEry- WESTERN SURETY COMPANY • M4��QORq�Ali v . C?1..--.'; 'C''''' '''':::::11':-- - --,. ,..,,,.. . • .,.._....m.._m• _ ..s,..:..... LanylCasten, P d t Vice rear err State of South Dakota 2 County ofMinnehaha J On this 26th day of December,2023,before me personally came Larry Kasten,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South'Dakota;that he is a Vice President of WESTERN SURETY COMPANY described in and which executed the abovainstrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. .....w.w,.............w i My commission expires I M.BENT , ttritemr ruet.tc ,... March 2;2026 ... swmt warm ' � ... .. h.....w................4 �'`. M.Bent,Notary Public -. CERTIFICATE a I,L.Nelson;.Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that tile•By-Law•and Resolutions of the corporation printed below this certificate are still in force. In testimony whereof I have hereunto subscribed my name and affixed thctit:.q€,Ltheisairl corporation this 11 th day of March,2025. .1. !(; i,r `' ll�i. QnE 0 r, ,. y � S . R 0,3 W E S t.E.R N SURETY COMPANY `t C `. Oq gig 4 •y- ,z a! •..• , ; rr .%. t *e A�AT , I1da1.:.:::::..:.. „ G o•,'+ ;.-, F. ;J. st6i i L IVd sismat•Secre SO ' ' L' Authorizing By-Laws and Resolutions' '1 • `.a'AIriON}�p�,`),Y gMOLDERS OF WESTERN SURETY COMPANY i lrrrt. a` ' b- , _., This:Pov> UlnAltbYriey is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. • Seetibn 7. All:bonds,policies,-undertakings,Powers of Attorney,or other obligations of the corporation shall be executed in the corporate name of the Company by the President,Secretary,and.'Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shalfhave authority to issue bonds,policies,or undertakings • in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. ThisPower of Attorney is signed by Larry Kasten,Vice President,who has been authorized pursuant to the above Bylaw to execute power of attorneys on behalf of Western Surety Company. This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic-formatted corporate seal under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27te day of April,2022: • "RESOLVED:That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and - confirm the use of a digital or otherwise electronic formatted corporate seal,each to be considered the act and deed of the Company." Go to www.cnasuretv.rorn>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. • • Fonn F4280.62023 l •-•JIP, . .4,.•-• -ATE,. , - .._ . . 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 LOS ANGELES County of ) On 03/14/2025 RALPHK. PARK NOTARY PUBLIC before me, ,. , . ! , (insert name and title of the officer) personally appeared CH R1.$ YI , . who proved to me on'the baSiS Of satisfactory evidence to be the person(s)whOse riame(s) is/are ' I subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the .. . person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. . , I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. , . WITNESS my hand and official seal. .,I i. • Notary Pub:a. -RAU:4 .., '. 4!.. lic•Cailfornla I !- . ..._ Los Angoies CootY . , . %-t....c.,m;‘,..' Commission 4 2469511,,•., , ... ,, Signature, (Seal) .-. . t. . ' : , ,- . : t O 1 Los Angeles Fires , Go to ca.gov/LAfires for recovery resources:and information.Get help now. CONTRACTORS STA'TE'LIENst BQAfti` ontractor's License Detail for License# 788668 DISCWMEMA license statuedledt provideainfmmatiao taken from theCSLB Coma detebpss.Bofors relying on thistnfonnatlanr you should beawar.of the foUotirtrly ltinitatltall. ► ale mopwedPd.a..uIVIo-laraerin.teaanz+.slDw..nwrl.,at.new!& &dawnOck aa7Nktluergepptbdoa.taremnUfmmadenmdtb ra head►6NQondT,ddeeRWaaCkec a Onllmawdlon reletid dviJuctmentsypoeeidecc2aie disclosed(BM 7771.17). e Arhltralonsimmtnlad*estMmrmadorIbBfmmegyMlh DlaMt6 . e Duema+aMo►pilr mniberWaartnfainudentlKlusaatletbeen0airedM9othebosdaUaaedrtahbaei Data current as of 2/11/2025 7:59:25 AM Business InfamtaBai PUBCONSTRUC710NINC 2354 PALOMINO DRIVE 404, ORMOND BAR,CA 91765 Busbiess PhoneNumber:(9a51;445-0187 Entity Corporation 'Issue Date 12/13/2080 BrpinDeb, 12131121728 . License Status Thal Utensils.natant abet active. All brforreetGa below should lie rindinrii. Clagifirations ► C33-MINTING AND OECORA7ING a e-GENERAL BUMPING I, C54-TILE(CERAMIC AND MOSAIC) . e CI5-FLOORING/MD FLOOR COVERING ► A-GENERAL ENGINEERING Bonding Inisrmatton Conb er:to s Bond' .......... This Souse Blade Contractor's Bond with WESTERN SURETY COMPANY. BeniRtrmbon 667992588 e gad Arnounts325,000 Broctlye Dais:09/28/2023 Contsa6cr'seond History Band of QusUfyin5Individual The quaUUyingIndividual CHRIS CHAEYONG'YI cestlfedtlnt he/sheowns10 percent or mom oftha vothrgetodymembershIp interment this company;therefore,the Bond of Qualifying hrdhrlduaf Is not required. .. Effective Date:06/09/2021 BQI's Bond History Workeis'Compensation This license his workers compensation insurance with the INSURANCE COMPANY OF THE WEST PoircyNu nb• rMISDSw471606 !f[actha Daft 12/07/2024 Dike DasE 12/07/2025 Workers'Compensation History Wodars'mrdppmatfia dad6adne odafsk 5205-I eiviplion Un iviif ble 5447-Wallboard Unsnalatlonddghwigs. 560s-Contradms-mmcutivslerei supervisar5 For a d°escrfptbn of thewarkers'compensation classi8ration codes)listed farthis Ucensoantact the Ileniree'sinsruancn coffer.Contactinformation fed licensee's lnsurarIs avallabiir byc@Idng thelgquterlinkebore.Class(fldtldsa alsoiYvaiIibleon16worhes Cc npemaUon ImmixImmixRating Bureaus dasv'Re5doncoonBeardt pate, TheboarddoanetvadfyarinvaIgaaathearmracyofdaaditd(ancodadisplayed Other Pompom!listed onthisfanse(current ordbosodatd►mo kind on airier licenses Back to Top Conditions of Use Privacy Policy Accessibility Accessibility Certification Copyright m 2025 State of California GENERAL CONTRACTOR htips://services.dinca.gov/gsp?id=dir_public_form&table=x_cdoi2_cs... lir".we state of CaHama eCPR Public Search Log in Imo gum Department of M W Industn 1 R ladons Public Works Support Contractors Projects Register Home ) Customer Account Lookup > GENERAL CONTRACTOR GENERAL CONTRACTOR Customer Account Lookup Name GENERAL CONTRACTOR Customer Account 0 GENERAL CONTRACTOR Type , , Contractor Website (empty) I of 4 7/23/2024,9:33 AM GENERAL CONTRACTOR fittps://services.dir.ca.govigsp?id=dir_public_form&tablxcdoi2_cs... Email corn ruct r: jackie@pubconstion.co Address 1 1614 S Reservoir St ., Address_2 ,., $ L City Pomona ' : . , ... __. .. ., ....... . State ......... California(CA) —1 Zip 1 91766 ;I : i Contractor Status [ Pending i ' ! CSLB . . ... ' 788668 _Ji '. i . ; Legal Name ' . . .. .. . ... . ..• I PUB CONSTRUCTION,INC. •-;:;'..:..„._.*:_:::2;. ''..-----:-- - Business Structure - — ! I-- one-- Business Phone - ' 1 I 9094550187 Registration Number 2 of 4 7/23/2024,-9X AM _ . GENERAL CONTRACTOR https://services.dir.ca.gov/gsp?id=dir_public_form&table=x cdoi2_cs... ..k o ! 1 C2184348 _ .,: President .. „_ Chris Yi <*i PWCR _ ................ ... ... . . ; s ill 1000005407 p ..— •:--:...::..:. ...-...--.. :„.....:: , i Registration Start Date i . Registration End Date _ _ .. , .. : Doing Business As(DBA) i . I: • GENERAL CONTRACTOR Crafts 1 , 1 . Legacy Registration Date I 1 2024:07-01 11; Legacy Registration Expiration - _ li Related Lists ,. Historical Registration Dates® i - Terms&Conditions ., .. Privacy Disclaimer 3 of 4 7/23/2024,9:33 AM MINUTES OF A SPECIAL MEETING OF THE BOARD OF DIRECTORS OF PUB CONSTRUCTION,INC. A special meeting of the Board of Directors of Pub Construction,Inc.was held in the conference at the following date,time,and place: Date: 03/05/2013 Time:2:00PM Place:23441 GOLDEN SPRINGS DR.,#104,DIAMOND BAR,CA 91765 The following persons were present: CHRIS CHAE Y. YI The chair initiated a discussion regarding a corporate resolution to confirm who is authorized to execute contract documents or to execute bid submittals. After discussion,it was decided that Chris Chae Y. Yi would have the authority. On motion duly made,seCiondecl and unanimously carried,the following resolution was adopted. RESOLVED:That Chris Chae Y.Yi will be the authorized persons to execute all contract documents and bid submittals for all projects contracted for or bid upon by Pub Construction,Inc. There being no further business,on motion duly made,seconded and unanimously carried,the chair declared that the meeting was adjourned. 1 1 Minutes of this meeting was respectfully submitted by Dated:3/5/2013 CHRIS COE Y.YI,Secretary ACCEPTANCES OF RESOLUTION ADOPTED AS OF 3/5/2013 CHRIS Cl .YI.YI, President • - - ' CHRIS CH YI YI Vice President ' i f 1 CHRISi Yl.YI,Secretary -1 .., CHRIS CHAE 1. luefFinancial Officer/Treasurer , 1 i 1 1 ,i. „., Western Surety Company Bid Bond KNOW ALL PERSONS BY THESE PRESENTS, That we PUB Construction, Inc. hereinafter referred to as the Principal, and Western Surety Company as Surety, are held and firmly bound unto the CITY OF HUNTINGTON BEACH hereinafter referred to as the Obligee, in the sum not to exceed Ten Percent of Total Amount Bid , ($ 10%of Bid--- ), for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee for POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS-CC No. 1708 NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specified; enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED, SEALED AND DATED this 11th day of March , 2025 � :' t 6 •',•��.' : '"i'�% p f' cyi PUB Construction,'Inc. - ." '14 , (semi .if s -' ,r � t• Western Surety Company = (Surety) ••• C. . •(Sal)• '.f', • r� BVY-12441-ari n 5-1 El t "`= Rebecca Haas-Bates,Attorney-in--at,. ' sQ '' • ' J V) .` y� CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 C:a•;�:c.�c.�.�c!-�:.�".�.�c!:�t^c,�.�c�o.c�c!:�c c�c�c�c�c�c�c�:!�t�clsCc!�:{v.cr,�c!�c!:�c!.�N.:�c.-.�crac c c!.�c!�c�c��s�c�c!.ic�t!:�C�c!s�N.:�c�c. 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 03/11/2025 before me, Alma Karen Hernandez,Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas-Bates Nameof Signer'(s). who proved to me on the basis of satisfactory evidence to be the persons whose name(. is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in its/her/their authorized capacity ids),and that by his/her/their signaturee•on the instrument the person* 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. �5+"°`r f NotaryAl-MA publicAREN HERNANDEZ = Notary PubUc•Califorhia - Orange County ��". - nature Commission r!2390908 Signature ',MI My Comm.Expires Jan 16,2026 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: 03/11/2025 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 — ❑ Limited ❑General ❑ Partner — ❑ Limited ❑General ❑Individual tad Attorney.in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: Western Surety Company 4�'.\�ti4�.4�'�4�4�4�S��Su4�✓.4�4\✓4�4`:.4\✓=�_•%SS�SL.4�4 <\'�:C�:V�U4�:�:�..�:V 4�✓4�:. \S"4�.4�.:�.G�4�4:�:`:ti�'• .4�✓, ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 • Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT - Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Richard Adair,William Syrkin,Rebecca Haas-Bates,Individually of Orange,CA,its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the Authorizing By-Laws and Resolutions printed at the bottom of this page,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 26th day of December,2023. 007i7-,, WESTERN SURETY COMPANY a ,. gW30 =$ C?ra .7 *Ikw�TH Cps /""pena ° Larry Kasten,Vice President State of South Dakota County of Minnehaha ss On this 26th day of December,2023,before me personally came Larry Kasten,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires : M.BENT NOTARYPUBLIC CF.1 I 6.114"..t."�. March 2,2026 i -. SOUTH DAKOTAa i M.Bent,Notary Public CERTIFICATE I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the-IV-Law and Resolutions of the corporation printed below this certificate are still in force. In testimony whereof I have hereunto subscribed my name and affixed the'Sea��ct(i% aid,corporation this 11th day of March,2025. +.`.�' .",[:T5 �, %�, r'�,s�RE;Y�o= WESTERN SURETY COMPANY �._ G '', �Q,QPORgr�a'e. • r • =Sic,° P1r`_ „„/ �';•G� J,`TH D'/ 24.1i L.Nelson,Assistant Secretary Authorizing By-Laws and Resolutions ADOF•,YRIt IIARgHOLDERS OF WESTERN SURETY COMPANY • This.P,oAf iflAttdrney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. -A11.'bonds,policies,undertakings,Powers of Attorney,or other obligations of the corporation shall be executed in the corporate name of the Company by the President,Secretary,antl.'Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. This Power of Attorney is signed by Larry Kasten,Vice President,who has been authorized pursuant to the above Bylaw to execute power of attorneys on behalf of Western Surety Company. This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic-formatted corporate seal under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27'h day of April,2022: "RESOLVED:That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and confirm the use of a digital or otherwise electronic-formatted corporate seal,each to be considered the act and deed of the Company." Go to www.cnasuretv.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. Form F4280-6-2023 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of LOS ANGELES On 03/14/2025 before me, RALPH K. PARK, NOTARY PUBLIC (insert name and title of the officer) personally appeared CHRIS YI who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. RALPH K.PARK Notary Public•California `ff Los Angeles Cot.nty • Commission;,209511 0 My Comm.Expires Nov 3,2027 Signature (Seal) PUB Construction, Inc. i 23545 Palomino Dr.#104 .I Diamond Bar, CA 91765 ;r''r ) r4 ' rt ' L-- . '‘. t c . '" - ) �< O I° N �s , 3ek ) A T4N 0 W .... . .. ., . ., . . ,, /-,_ . , ,.. E. , i �� tiEN S C K`c , k , 2".c.‘(( , L wo ..,,, . , , ...„ cc ttp; i7o8 ,. . f r, 1„, Lkz; , ' ---. ,.; a tit Nis yooti Itirle° •. ,, ,,1roVEfl&N'rS . . , Al FK i . ,,,:,,,,,, . IfICIKirili War' , .• , , Va+c a+ Zj7' 1 ,. . ,..„,,, ,,, .,.... .... Public Works Engineering :, 6,,:ttril 4 Akri,fr .li r( A h each Z. 32-GIIN 4.exci-lro, ' ' • Cr -14 crC? Off I t f ,stu ,, „, iL t'," ' . 4..,`.,:., „-, ,, ,. .,.,,r,,i n .• „n , , ,, „ , Public Works Engineering !7 e c .S"3 ... 0 7, CITY OF _ , HUNTINGTON BEACH `cF��UfVTV GP�\io�/ Lisa Lane Barnes I City Clerk August 18, 2025 R Dependable Const. Inc. 1019 W. 3rd Street, Suite B San Bernardino, CA 92410 RE: Police Department Women's Locker Room Improvements—CC-1708 Enclosed please find your original bid bond for CC No. 1708. Sincerely, 0474-iiXtottAK614' Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach,CA 92648 I www.huntingtonbeachca.gov R. Op&rkh ` t::_1 SECTION C PROPOSAL for the construction of • POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS • CC No. 1708 . in the . . _ . CITY OF HUNTINGTON BEACH • TO '111.J HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic Bids,the undersigned hereby proposes and agrees to perform all the work therein described,and to furnish all labor,material,equipment and incident insurance necessary therefor,in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach.The undersigned agrees to perform the work .therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington .Beach,and to enter into a contract at the following prices.The undersigned agrees to complete the work within J. working days,starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications,Instructions to Bidders and all other contract documents. If this proposal is-accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract • . . in. the manner and. time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed.THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT.Itis . agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. • C-1 if awarded the Contract,the iinderaigietiAgreeS4hat in the it O .:tii0,T3IDPER5:defanit in e/seetitingthe.rectiiired contract and filing th,enecessarybondSi'and:inatitans'e certificateswithin ro working days after the date pf.te.AGE*1"1$.0000 of award pf contract iO the 13:IpmTtt the proteedS,OftheseenrityaceompanyingthiS bid shall become the property tiv,:AGENCY and thia bid and the acceptance hereoltaay,at the AOENCY$.0tion, be considered null old yoif, find BIODERB.:BO . 14: .43.0 amount . which said ainOinitis.JintleSS than 10%of the..4giog4te of the total bid price,,asrequired b3r the Notice Inviting Sealed OP:tt.,%1RONV 13idS,::payabief to the AGENCY (Pi.o,sq loot the;words;"Ca0 ,:9C0t00-0 Clip'o.ic! orliidderta:li3ondforN 7.,as the: , "n..ase may be)Any standard'$ ety,Iiid ti'ond Orin i*aeeeptable„ BiddefShail signifyreeeibtefail,AddendahOre if any :AdOmia:No::;:;..T.- Date 1dge0g4 _ . 13i4der Signatjete li ' '0014: :%t1 i 100 I, 2 Bleb'' 1,.i 024 - .. i: . •: 1 Feb 25 . 2025 ,, „ ' ' ' '" ,4-?.1' -'4,:// _ 4 Ma 1,,04. :2025:: !' ' , 'Ai. i.)."';,,,y,i',et.;41: . IL)(k,i..,:,,,.,4,.' i,/t.e‘ 4, ! 414, 4,4, :4:045'. : ' .:,' : ,,, ; i •.', ... ':,„.0/44.,-,„;:; . 6 1 ± 1"1",f 2:65 R :4 , : k- 7 Mar.- 17,e, :40.25, ' . y . . 4 Mar.,1:7,i :4 32g4 ' tx "t"=-1:4-,47 .'' ' '''- . . :xi*: 31, 20,25 4:(1, Sax' 31i 2025 / ' ' •,'" '. .'' ' ' II Apr 01, 2025 ,. . . . . :12 :40t 4 0- , C-2 tiI0V4.40TPA HBJD 4QMENi$,I601t.tit ROOM-..-,IMPROVWENt$ ItRACtØR.B01:$00.0.040 ITEMiztuDiuti.41z00.-0,,g$tHeQot.E.; . . ,.DestoiitibitOt Work Ciuonittv' Unit• Pike. 'len:1101ot .MOtliitvatiOri 1 IS 50 000 00C. •50 000 00 . , . bOPTIP4.1:10r.1 ‘COr.fq.00'' „... $ '47,405r,„pct . . . . . • . . • • I IS1 '400 C' '..m4t2a1f40 Framing • • 1$3,467;i:a0i, ;Ss',apo'Ag.. - !:.8:tatt 7 ;SeralOnt, 1 L.4', ;$ -66 8 Hollow Metal Opor•Frames 9 Doors - tit*06: jO'Fb4,4';06.... • 0o6f,liortividr 16:0:01..:od 10.4.040,:a.c. -1:1 Glazing 8',..}„.4,4110*Mefat,•Wte..ick*Febetio ocso,•;0,g; iFIQOrtrititi-,0::Wtitr3(2it4 IC iGypstirri a0,1d.•-•36t111:5 and Ceihngs 1 . • '•IS •'0,0,.,•0t19,1 • •, .• oo co 14 Pontrig • 4 acc,:ori.4%.''44 $ " Cc.„Dirof,:••60, • 4 a..d470,•d0 $,5-;099.:;.•ort: •••. • .• ••• • • • ••• •••• • -.••-•• • - fi.5pcf:..Nrritture7,:;60,#‘806020 ."0.nc1 • . IS sp..1„img.;xit • Ot.‘: Mechanical Systems control and I " i.1.4.,1 — : progrOrriniing.soq:-.:Sher.MTP-1),"Notes -cri!a o0',00-,:00. .2Q Ptu.rt.i0KM.8,P,10,01E.4106 Fixtures !$ . 21 Ffr•O'P*-Q.059ii Systems .14,-PPP.A4r. " 22 '. Ofiioiri....patoitlificjOgyfirralp.itirrid•,k00 system 1r;$ •240;tiOa:00. .14 ,0000'.;;;cf t4PP' , •.... „. .„ , „ . .„ „ 23 Lighting Fixturøs • 1,35: 24 iiiteribiAilSi,,*4 :t*NVOI.Is'.:064.F1.09 lilettptct40, ,3:00-Lcioq•45L `-rofci,[10 $ Total h words Ot SvAtlr;:touX T:ttottsanti 13ona.tS • • • • • Note: Bidders must provide pricing for every bid item. The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision.required to complete the work to grades and dimensions shown on the Plans or staked in the field. .There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. • • • C-2.2 . , taFf:0F1 SljtcoNTR.:AOf'0AS In a.OPPrOgl*q10'fh..6.0.1*011Milt Code$4tipti,..4404,...iheidder AA,:set rotifi.t116 6010: atifitb.usineo address:0t.each subcontractor who will peitibt*WiA•914.•re.nd.er$.00:tee.t the bidder 00 sa,i4,,oilt.*t.iti an.amount excess of one-half 4.oile.pek6ili ofthe idt;al•bid or $4.9.04., *hj0CY:crA. greater, a44741.g!, portion of the W.Prk to be 4044 by:such . , ; -•.; ••'.';;Pi(4, .N0*?.4.#4,44;(1;r0s#?f;••:-• 1..,. Slate: . •'tuss!: 7P11(filY1 ':.,1 ,...•,0.4410: , g'.:ots.,.: . fieg(1) ', .c-i.:-7%:;:-.--';$41:i*tiveivil.. ..4.:7- '- Licen.se:::::. . ' ":**Itioi0:: 1 Amount ,041iiii4 , ,•!, -.., . , ... ...,, ,,k , .. ...! .-.,, , „ :...._. .:i,!!Mtom-or ,..,,,,,,.. ,.... ........ ... .. ... ! . . .... .. 101oPto*AtITT-s*4*1-; ptc. .3.7 10 ot a 04101 - • 1-13 : BialttnttZ::•';2:49,,r3%„;,65'ii , 104.. •$4•1; ' iPt.4.1,: • --•- '''''. 44:0,4.0:0 3.7 ' . . .., 21.44110;:- • - ' . : • . . .. ; . . .:._ . . „ . 'mnizm•;*ktimtr-4,;Pic. . . : ...• • , . •••.. .. • , .$. • . ...- . ,,.. . • ,:, , .. , 19.,., zaw1.7,4.55-4,azultimR..,;cat:w:stos:7 62 .. ';;A;.I2..,;6.5..•914:.:.C..20, 40, 06.0.:0; 10_0•.,:0.4:410.7,;,,,:05 3. .,6...,„ • - • , • .... = -...."• ..,..—,..... .. . . . . • . . • . .. , P.:* P .*:€1:. ,k4Pitt.144*• ,... ,,, • ,•.!! — igl. '340.. Walters•..St; ',349e954 :1iio09e24.440',.! 4•4)!90i4' ; 1. ,;<.8, ,. . . . 441;#.6PE .•CA 01. ,4 •. • . . . • , . ' . . . . , . . . . b,1*§..*..14eciEric,.ii* !,, . . •. . , • • , .,-*#,-;.ii. 4:iiiiii.iiiiitariLi4 ilia 4 , . . • • I.:22 4.RI • ,'' '•• - ' -•-:- -'. •:"'• .. • •:ilOaga ititt 1.0,03.;P:1,40:9 4ii4-'47,all' : 1:2t. • . ,,, ,. .. „ . .. . - .... . . . 2:* illso.i.s... eatifr:-..d444.,;.**Ti , . . :- C-41 4 .?ii).q . f - • • -,• .-' ''. :. •060:0' .,it.r1,44. 14(4:0 P•415.0-$17,500.'9A' ! 1.,. t .: . , . . . . ........ . .. .. . „. .. . . . . ......... .... , .. . ..... ,,. .. ...... . ..'Eig ...zizsz,13234RGY‘,.S*Willge . • i q40,' „ - ., . . .- •$,7 •10.000.0.24.25.' •--- . ...-sck: , ) • .. , . ......... .„. ,.... . .. .... ...... . .,... , „. ... ,,, ,). ,.. ....... . ...,. ... .... . ..• ..... . , , . ..‘. ... . . .. . . ,. . . . . . . . . •. . . . . . .. . < . ..! • . • . .. . .... . . . ., ,• . • . , . . ... . ,„ . . . . .... .. „ , .... . . .. „.. _ • , . . . ... ..., . „ . , , . ,. , . , . ... :.. . . . . •. . . .. . •• • . .. . . •. I.: ... . .)..'. . • ' By submission07.!4i1-$PtOPOW;t4e!-0.440-10.0.Etif•0%;] . . ..t., That.*.1§ibt0.10;,0,114Will.P6tfbOil*b4141ft!Of40 work which is 0,.,*4.08ct.-Si.1*4144#0!t!!tistfrig., Z. That the AGENCY wilt be furnished copies of 411t4bconitracts...catete4 into and bbOds,Kriii§1:*iit.by;'•Oubt,britrap,tor forthi0.po*i • 'PP . . INQX:cc04.1X5IQN AFFIDAVIT TO BE EXECMD:OVOID1)01;t41,91 suBMO.norwirkt im .T:aggfaNmAd:orpoodty. 40.:gdOty:tttisiettlielorg..of the,State-of eatifoOk.tbgt'to ktogoitlg:k titdlandzoiredt and that.thitdedaration isex.ectited.orfOi.*** *GSEVAAT::1.101:Zr4being first duly sworn,deposes and.:sayAitatbe or he is ,EvELS, .. of R ;'6001DA8titi;'ddiitt. oatty, making the foregoingbid that the bid is not in the interest of;of on the'Waif of,Any undisclosed person, partriptthip, orErnizgtinn,or ocnvot4tionc;::thittAto;154:To genuine and not coUustve or sham,that the bidder has not threetl or indirevtty ii-44-04Pt;i0,1101i0.**0-00.fki440, to',0.i4(wa.tat,%:0-t"$44-01,.tokAi14 Ita*tiOt:ctitoOkOei.:41fOotly...601j0dOcij:000*4104t:00ON.4 or agreed with hid,;nriftatanynnihnlio*winffntrfbidatig that the bidder has not anytnannerdirectLynrindirecily,soughtby azteement,Rommunication, ot, :otitottio:with atOji0ZtO:fikitftbd tice,or that of'any ether bidder,or to4secure any #4Y4P4P•c4g44:***17:44,11P4y iawarding ttke.conti74.067,f44y0.401i(Pr §t04jAt4P.OP!,.40 contract,that all statemenf contained ta the bid are,true;and,further that the bidder has not, directly or 10 4700tYi.,!.!gibItt.';#07'j*or ber bid price otaay breakdown thereof or the orinttnts. therenftpr divulged data relatiie thereto*';or paid,and Avijr,not pay fee to any OrPO..t4t4)440.41.0414 00.4*y association,organization,bid depository,orto any member oi a.VrO.thOropOn 0.NOnnto,:Olh*/qnr Oankkid, • :Name ofBiddor - Q04:UYYL01,,'' $ignattirt-tnfBiddOr 3RDi 47: -',SADT:13ERNARDINq- iCA.42410 .„ ... „ A4.0r4t440, M-41711(-4ng:MgNT IfOINORABLEMANOR ANDCITY COONCO, fl1oFNfl1ONBEACE,cAMYORNIA, Cientietnent The Undersigried hereby promises and.agrees thAfioli*rof6m14004thelyqrk specified in the contract, known as the POLICE .:DEEARTIVIEIN,IT QINIEV$ LOCKER :ROOSt IMPROVE S. (1)(*)(#) will employs and utilize only qualified persons as hereinafter - defined,'to -work in proximity to any**loaf.'-secondary .transmission facilities,. The tetni ISdefinediri T1*S CalifothaAdininiatrativeCode,ISectionM "Qualified P.er'sort:.; :Apg.r04 v4o,i1)kkoppit.6f orporioriaok..#0#00iftii'fvni1zar with the' 004tioij:0:11epgifig**4 and the hazards*0004: The undersigned also promised and,agreesthat all.'such work!Shall be perforined in aeCOrtiance with all applicable electrical utility company's requirements,•Public Utility Coltrits${0 orders, and$fate ofcattfernia Cai.--45:H4 requirements_ The undersigned:further.premises and agrees that the provisions berein shall and are binding upon any subcontractor or subcontractors that may he retained or employed hy the undersigned, and that the undersigned Shalt take steps as are necessary!to assure compliance by any otij4, ,$gbgotractdrdr§4b4iintr74#60,-Aylt4A, .requirementa cOntairiedhetek! . „ -DiOxitnAti4CONST INC „ . . . :Contractor. „ . . WISEMAIRI' pspixto • • 03/31/202S DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. • QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified,removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes VT() • If the answer is yes,explain the circumstances in the space provided. • • • • • • • • • • Note: This questionnaire constitutes a part of the Proposal, and a signature portion ofthe Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE . , ut4t4ati53:StctiO:ii;Mt cstIfre:S.t4t.0fLOcir C04,44.6.1tddrt47440400001.0,00:1;0':Wodo?;004-4-t: bas been 0(.001014 shall,$fg0the foil pctificat ; T.am "aware the:provisions f Section'3700 of the Labot.Code 841:11*require,61Ory, employer to be iosurtO, ag1nst liability for workers compensation or to undertake self- insurance ii`accordance with the pits.Yi4oti$ of that code, and 041y With suli provisions the pgrrorgigmq of:to work c90-4,:pt: "4;)41143Nplag4",:ScOrp,T. c *tor CkAece1litet--4.4 By Rommax..v70-„, Title Dote Og.01.7/2p;* • • t7 IDDMVSINFORIVIATION. 100-.0„..Or.tifi.05010.(N, itoitigliii*Orro,:f10 i$-,:,-Of*atio‘ct.eq!'.r.dct4' .. , .tt,,,00:11140.2itai;,d000i,t Od )37W:40N:4010 :!.44iti.i.:0%Atifti ..PA Z&tO Zip e9,04: $ 4001k #0#71:4*44.140400#0.i.'40d#4.' , .7:014110,_01$44140. 'ii;114110i00.4$ 9.:4:41088 -,f•,,‘ . .. . .. . . „ . . .. . . _ ..... . ....,. . .. ,. .. ... ,... .... St**0#40.4006 r,41.704,0N:q..g.0(.(4,s . . .. itaakta A; :` 01:(1 ..,„. ..,-. -... -.... . .... . .. . . , .... , 0.0)14.14/44 rS401:1 ::(/'$,./3ttgt4; . itit.411 The woik sitemasinspectedby .7011414r-.-:,40:4•A otsouroffIce.oft. .12ACE(,311r1 ,-,2020 'Theifolkoing are,persoos,fittoi.vld tOrpoitibtis iiivipg.d:Iiriticjpgintete$00.#6 peopo$44 „_. . .. . . .. . _ . .... . -... ... . „ , , . . . ......._ . _ „ . ..,... .. ... lic,4itiiiiintiAtit..CONS' tgd. i iiiiitt.0 iiki ii 3*Nti 3, -#1-dikOlikfi."11440ititiik ';ilattiOakii• - ',1AdatiitAitt....tiAtittilli...:1A4. PEENti ,EPAZ,TARV i -0,F4,0T-mg0;i.- Azu* , , „ ... :. - • ' i.***Itig*- :00 ,$.t 45gljEttOtt 0040 t*Oi ' ; „ . ... .::. iT,N44-140t$7-ittiott KoopAtoito.sgiii*OCo,4011:00fietity:014•0:titigtoti Beach otits„0414, Tiii00:4411Y.--or•44 thOi**110 perform the .".(.:i*44:for the proposed work and improvements At 04d6.00.00:0*01)010 tifoii6*4•40.641.0010,ps$ot foitib., .,. . „ ..: . :P4P...i1D4W,S,iCOkiTSIP :::::''''.1-'...,;.-.'.::-:- K • Signature.0f31-0d4r, / ''•. „, ..„.. . . :.,. ...„., .: .. . ... . , . RROSEMAY pArerr.Ta . '.... -.... ,. . . it4:00:4-edigliotiiic it,=8: Subscribed oworwhofoco:e9thriri.70.17 ;201:5, • ;A ilotary public or,Other officer 00:0044 this certificate verifies sonly the identity.of the iAdt*idual who 'signed; the doeument to whieh this certificate is attached., and IIQt the - unthfairiesa,accotacy,:or validity d that ticentne„nt.. „ . ,,..state of 'Countyof .'On ol before me, r164&q .*.Ai Month,Pay,and Year. hisert-Naoio•;#4 Tido' Notaty personally AO Oared •.,‘ „ . .14ahit(20:otSiote(s), . . who provedtarne on.:the halts Of:satisfactory evidence:A(1'ljg the,perapn(s)whoae narng(a)is/are subscribed tolheWithitt licstittootit;ah4 abi;(noWledged to thesthathe/aheitheY executed the aaine. iti,!hisiheritheihauthOri2edtapacity(rea);and thatby hisihgtfthok.$ignatur ..(s)6oAthe,lnatrtntigntthe- 00fs00:0*OrthettitiVn0On behalf:et:villa thepersonta)acted,.:executedtheinstruntent, l'i. ortify under PENALTY OF P.E1WgY4ndgflheilawa,(if the.State,ofcalicnotikthat the, ICOgOillg.P.4004.0tigtiftie,...dnd correct, MAMA "2"21'e-2.41111,1,M„,„,,mik„..,,, A RAMOS ' WiTliESSlnyhand and officiaLseaL ' #24411473:, (112FAM Iti1Aayoustit4Auroao ,SANcOltRNANTANU COUNTY. -44111°11r— ',;°1-!. .,•0).-Airr..41111"411"7-- : 'Ma mut. RA t , Tilfr '141 30 2027 'Signature . „ emir $igliateirO.OrNotaq.Ptiblio (KA(4146TA$',Sc:$EM„..„00V.Z, • • Sidder'S'Prciipa History For the purposes of:thiS,project the contractor and subcontractor must hay;it the:last five years constructed at least'aye'($) projects of:00* weitf4 Desql.tro specific work,and experience necessary for:project, for:00iplei,"Congtruttiini Of or tomtit improvements on existing civic facilities' Bidders are encooraged.,to submit supplemental relevant:project hi0Ory in addition to the :76,,ieOtg The fiil10M.4 list of projects meet the requirements ocahove15 : L. ,Npme and Altiite$s:of Reference 624: lylaypg; Davo Way City of Ii4ustxy,. CA .91744 IG4ix.'"x,polt4ti. PE Naine and Telephone No. of OViner:: 011174 #4.00.,$70 626"945"04.21 010634,7603(0 _ .. .4**Arrt liatittrip:14=0I,P4 0:8/0914023 tOfitract Atifotint •- Typed.Work pot*,Completed Provide ad&tional project description to Show similar•Woik: 15714,.-1471.8 pAgge..1,./.1k0API •$;ti,Topp AT SIITE IMROVE4ENTS ;4'xitings 471,emf :gp4.ut44 2 TENANT 010....-40#1EWittit:Mtx.-0;:ruxoilitobir4 Narde atid AcilivesS„-Of Reference City Hermosa. teach, ValIV D csa aea CAgb254 1,atae and Telephone No of 't#k)76,eni:dt. Engineer' #1.4:8, 790..:01:1 TENgt :ppriOVEMENTSIR=OvA%/0$/XW.00DP.I. 6/12/2024 t9raotAtilOtint cpe of 1ork, Date:CdOpkted Provide additional to Show:S;imilarivorit: CIP 694 Police :.1#akipir tiol:t*olfwi4n;'#; 'e.3fid64de :teittodel „ Nntite and Address of Reference .CITY OF NEtilp0E2 *ACE 100 CiITi cqnter Dr), Newport Beach, -CA 42:$60. Nato ood TO:Ohm* ;of riqTALlt, P144P. ft944-3013 :$411 ;000.oa 14ript oireinezit i:14./3010"f241 COv.tra4AMount TypeotWOrk Date Coiii.,Pleted Provide adaitionaLprojest descriptipo:tos show similar.work ,802:**4 Creek .O0ATO.1:11#y Center Iiuproements 4. .. .„ " ••• • " " Nanin And Address:of Reference: On O PL4 bESERT 'red Waring Pa1nL Desert, CA '.‘90•09 Name and l'elOhOtie NO.„of Chviie 279i:90114'CM ;la ; „ .418/202$ • COlitrictlinlejtifit — ;DatC1004 Provide additional project descrip#onVshowcalitilar work 04)*Vg. ;0$0tt tI,Oft..1 „ . . 'ciTt,OZtittAUvi.:1139,ERT ma.,war= DRIVE DESERT E11.41EORNIA ' WRIVARDO-4 ss'arse erence • •• • - • ..Nand and Telephone No. ofOner AUDREY.:kadittIEWiti 160,717.0 4444 .• 4925,4.bo.a,,Dt Atii6:47,U,)t '0111,112.022 'CO•ttn.7not AtitOntit . . 'TypedWark. Date Completed :ProVide adelitional projeptdescittion to show sinxilatwork; CITY C,CIONCIL-CHAMBER'S 34111-0VAtiON P.13.0dEt Whi - ..... .... • E'04.1 Itidtiori.e.ritigal Staff. Listd below at011e4xarnesof the bictders:propcve4 Corttructio4..P.tojedt,Mariaget,*1 Superintendent.For eaeh of these critical positions,please ll, .t.;4,104*§tthret.Otbjects;fdir*hich the orifile4l staff has performed similar work within the last five years These projects do not have to be under the eriipipy*ht ofthe oiddetathfs'ipt(*ct.1.5i4dets:,ate:ett000t4ged submit 44ppiernmit4tivarxi prOlet history in addition to*1:*pcOjeet,s,lis.tecl herein. •N010.:04.topo$0.4. Maner ad/Mitt } ttit. 9$1,j7E,232 Telephiitielgo.,aotlosed Project Manager SEE ,vvatoit 1:tut.att tog, 1;it. 5prtp,44.ts' project Nain0.4Cotittid Agiciot Type ofIttdik Date Completed 'tjq 07.4cfir:at.8V.PAt: TOW .List o 5 Mooltcti r0SO:Namq.,4:00170-4,4401940, 'Ty.p.o0f-WOrk fJate000114004 SEE".! '.PROJECr,:'SISTORY ;FORM:'C-41.1 ;Pp ;P.,IkOj;gOT4 Project NMP'kqq11:4`44141041it TypoWNW6r1 Date Completed 4.:$401'.0 Of proposed iperintendn JOE •Rp4r.4.. #81...,4004 Telephone No qf proposed Superintendent $g.g; ;:4X STORT':.r,0144 C-il tt A 1442 OV k 'EiRCiamctS totyfo&doittedami!titiiit. Type Of Wok. „DateediiitOted Mkt: '10#0.Ept;li$x2,074x FORM O--.14 :FOR: .00.:5!1-.4x0a.Etogs, . „ . . tr:p*iNa*440C)ri4', 0,:(40-1.9:‘01# Type Of Work PaIetotoplOted 'SaxR9C szsto,at .Vostm C.4,11 FOR. LIST or.,-,S 'Esc.pg.cts, Ptojet14ame tAiñbuitt Typeof Watt ateton*Itidd ,e-t2 „. • •• .. ” „ • • . . , . . , CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OFTNDUSTRIAL RELATIONS CERTIFICATE INr§uarit to SI3 04:telling La: itir:q040 Section 17.(1(40:,...pasotd'hif'the California State'Senate on June zqpt,established a new public*Otto Contractor Reglatjeutio004044*hieh tequitot: all contractors and §nbContraCtOrs. bidding and'performing work. ;Public; Works Projects to register on an anniAal basis (each July 1 through lane jf.l:State fiscal year) with the California Department ofIndaSirial:Relatipfia:(DIR),Currehilylheannual non-refundable registration fee'for tontraPtod:IS$300,Each contractor to,whOntia,AitiliWnika,cantra4t has been awarded shall:$101 thefpliqwl.hooirt.i0q*, DIR FACT$aittoo,.0 54 fittp;#.*Nyw:Olr:eg.gay/PLI.WNhkeWpglc4/SO854fat-tShpO 0.5014.pdf onitaoftit:RegiSttatiptiVnk—Call(&44)52274714 ?htippY.Cfilittvlir4a,gov/P4/011Attlon$colierlactinOd4I.ayPviCkCistratlrafttirn Contractor Registration searchable database litipsd/Cfiling:clif.Ca4ORW*S.CarChICtion 1ainawarc.and Wilteomply.with theprovisions ciflabor Code Sedion 17.7.1.1(0-which 6tatt6f3 contr*oror subcontractor shall notbetmalified to bid:on,be listed in a bidpropos4 :subject to the requirements Section 4104 of Public Contract Code7 or..6tidgoriolhe! ,perfOrtiinnc0 of'any'ConqaCt:fOr.ndtiliO,Wprk as defined*this chapters unless currently registeredand qualified to:peifcrin patine work pursuant to SCction1:72:5.5 It la not violation of ror.fan.nnr.c&Cr00,Ccatractotto,$obroit a bid that authorized by $0600iii1029;10tp Business,and Pittifeasionstode or,by$eecton.ta64 or 2040. f.of the Public Contract Code,provided the edntfittoelategisteted to perform riatilki*Odcpat.stiatit; - 16.seetioit f725:54:the time the eitintratt laawarded::"' . . „. I furthermore.will comply by Pitcziktftl.$proof of registration with DIR as theI).tiPlOY..0.44:40PG as:wellasfor ALL subcontractors at the?time ofaiibmiltingthe bid NDABLE '01040 1114. :ContkactOt • • • • •:.,4satek ,By ;ftc.4ENtAtct; P4iILf *4+:4Ungkr4a.Ctiati*,.i*inrc Email Title • IstEs. za. .m17, .. • „ . bite .05133.)202 5 FWCa, RgeStratiottlki•40009,0205'4, •7,1)'r •• WOMEN'S LOCKER ROOM RENOVATION PROJECT-CC1708 HUNTINGTON BEACH POLICE DEPARTMENT CITY OF HUNTINGTON BEACH,CALIFORNIA Statement of Compliance: The named Contractor's base bid is a structured cabling solution from the connectivity • - manufacturer Leviton. Named Contractor is trained and certified, under the named manufacturer's formal certification program to provide and install all materials and work required by this project. Further, said Contractor is authorized,by the named manufacturer,to offer all product, labor and • system assurance warranties required for this project by these contract documents. • • - .The certification of.this named manufacturer is valid, current and in effect as of the bid day of this - project, the 7th day of april , 20 25 . .-.The named.Contractor is not employing any other sub-contractor on the telecommunications • ::- : .. . . - portion of:this project that does not also meet this certification requirement. Contractor Company Name: VERITAS Authorized Representative: (print) . ASEF BADDAR . Date: 12/31/2026 • . - - Manufacturer Certification Number(if any): 0012182 . - . ...lf.this project requires RCDD certification, complete the following: ' • _ _ __ RCDD or CNIDP Name: _ RCDD.#: - Expiration: Submit the following.with the bid: . This form. " Proof of Manufacturer Certification indicated above. - Proof of RCDD or CNIDP status. • - - END OF SECTION 27 0500 • • • • • BASIC COMMUNICATIONS SYSTEflSREQUIREMENrS 27 0500-22 . Liberty P ` Mutual. SURETY BID BOND KNOW ALL BY THESE PRESENTS,That we, R Dependable Const Inc of 1019 W. 3rd Street, Ste B. San Bernardino, CA 92410 (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 Ten Percent Amount of Bid Dollars( 10% ) 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 Police Department Women's Locker Room Improvements CC-1708 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 25th day of March , 2025 • R Dependable Const Inc (Seal) \ Principal Witness o emary Padill r id nt Title The Ohio Casualty Insurance Company Witness By Ashley N. Bake Attorney-in-Fact ,c' INSU F ce m 0 1919 c, to O SO%HAR1P5�`,aL3' �yl * 0 LMS10053 05/18 This Power of Attorney limits the acts of those named herein,and they have no authority to r� Liberty y bind the Company except in the manner and to the extent herein stated. Ar�> �� libe, _7 Liberty Mutual Insurance Company /# ' Mu lUale The Ohio Casualty Insurance Company Certificate No:8208023-987721 West American Insurance Company SURETY - POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Ashley N. Baker,Karen A.Eby,Kyle T.Baker,Timothy C.Baker all of the city of Murrieta 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 11th day of May , 2022 . Liberty Mutual Insurance Company - P,1NsUp P.ZY mist, ,, INsup The Ohio Casually Insurance Company j2cpa�O,tPis 4pm Ar 2°0�OR,r��yn ii,?°oaPO"kr� West American Insurance Company 1912 0 0 1919 0 2 1991 0 d ,a % ` a ��iACH°5 � �NAP� Ysk°up' da By: 4/7:4 a to • �> * 1� y a 1 * �M * a David M.Carey,Assistant Secretary c a) State of PENNSYLVANIA ss — LI %County of MONTGOMERY o E om On this 11th day of May , 2022 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 a)-- ,_ at 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 cp > therein contained by signing on behalf of the corporations by himself as a duly authorized officer.Tu di 0 -0 IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. cN 0 co Pas). p_.O Q' poN we `F� ,Commonwealth of Pennsylvania-Notary Seal T.— 'u o' 0tr ! Teresa Pasteta,Notary Public PIL4-06 CD•c6 - o � - u : ' Montgomery County E E O. OF My commission expires March 28,2025 By: /Lid& 0) C (` , Q Commis on number 1ljnn or N m Teresa Pastella,NotaryPublic cal a)N _ 4- P, C., Member,Pennsylvania Association or Notaites O? 4? 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 E.E Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: ti EN CO cc ARTICLE IV—OFFICERS:Section 12.Power of Attorney. `o CO o c` 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 co 'a 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= 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� 3 o have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed, such c) e) Z o 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. ri a • 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,recdgnizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if - signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and ether 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 25th day of March , 2025 . v 1NSUR0 P,�Y INSG 1NSU� ..z.1 coarosti 46 yJ c°PPorti/efi, es owt'OJr+0 $cHU 912 - - 1919 4 1991 R✓"'.�J�,�,i+�y� i 4, o Q g S .p o `kmos� a vs ikotAN" aayRenewn,Assistant Secretary * t,� yl * ►.0 'M * l,‘ LMS-12873 LMIC CCIC WAIC Multi Co 02/21 - CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of Riverside } On 25th March 2025 before me, K.A. Eby, Notary Public (Here insert name and title of the officer) personally appeared Ashley N. Baker who proved to me on the basis of satisfactory evidence to be the person{s3 whose name(e) is/afe subscribed to the within instrument and acknowledged to me that -he/she/they executed the same in Hs/her/their authorized capacity(ies), and that by +tis/her/their signatures) on the instrument the person()-, 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. . K.A.EBY WITNESS y hand - •• official seal. ► nCOMM.N2196137 r � RNERSIDE COUNTY • Comm.Wirus SW ie.2o7D • -. -ub'cSi•nature / (Notary Public Seal) • • ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed should be completed and attached to the document Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. (Title or description of attached document) • State and County information must be the State and County where the document signer(s)personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s)personally appeared which (Title or description of attached document continued) must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title(notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. he/she/they,—is lere)or circling the correct forms.Failure to correctly indicate this ❑ Individual(s) information may lead to rejection of document recording. ❑ Corporate Officer • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines.If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form s • Signature of the notary public must match the signature on file with the office of ❑ Partner(s) the county clerk. ❑ Attorney-in-Fact . Additional information is not required but could help to ensure this • Trustee(s) acknowledgment is not misused or attached to a different document. Indicate title or type of attached document,number of pages and date. ❑ Other 4 Indicate the capacity claimed by the signer.If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). 2015 Version www.NotaryClasses.com 800-873-9865 • Securely attach this document to the signed document with a staple. CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT . A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California • County of San Bernardino • - On March 27th. 2025 • before me, Damaris Abigail Lara Ramos • (Isere insert name and title of the officer) personally appeared Rosemary Padilla • _ . ._ . who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized _:.capacity(ies),.and that by his/her/their-signature(s).on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.• . _ I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS hand and o �DDAMARIS ABIGAIL LARA RAMOS COMM. #2448473 y NOTARY PUBLIC-CALIFORNIA m s 1 SAN BERNARDINO COUNTY (Notary Seal) My Comm:Expires May 30,2027 _ Signature of —- - — - - _ - ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in Caliifbrnia must contain verbiage exactly as DESCRIPTION OF THE ATTACHED DOCUMENT appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a Bid Bond - . • - .• - - - document is to be recorded outside of California.In such instances,any alternative (Title or.description of attached document). acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the (Title or description of attached document continued) document carefully for proper notarial wording and attach this form if required. _•: State and County information must be the State and County where the document Number of Pages Document Date __ signer(s)personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s)personally appeared which • . must also be the same date the acknowledgment is completed. (Additional information) • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title(notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. ❑ l /she/the,-is/arm)or circling the correct forms.Failure to correctly indicate this IndividualS ( ) information may lead to rejection of document recording. ❑ Corporate Officer • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines.If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney-in-Fact • Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. ❑ Other Indicate title or type of attached document,number of pages and date. Indicate the capacity claimed by the signer.If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). • Securely attach this document to the signed document 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com 11 B..Dependable Const;Inc. I 1019 W.3rd St.Ste.B San Bemardino,Ca 92410 Lic#944088/DIR#1000002054 City of Huntington Beach Public Works Office, 2000 Main Street Huntington Beach, CA 92648 OFFICIAL BID SECURITY-DO NOT OPEN Attention: PATRICK BANNON 'Project Name: PD WOMEN'S LOCKER ROOM (IMPROVEMENTS CC#: 1708 .Bid Opening Date: March 31,2025 at 2 pm Public Work. • Public Works Engineering \2o2 7,\01ING CITY OF 1`�I��F -2 dp�oarr9` • �, HUNTINGTON BEACH C0UNTY O'si0 Lisa Lane Barnes I City Clerk August 18, 2025 Sea West Enterprises, Inc. 373 E. Foothill Blvd., Suite 200 San Dimas, CA 91773 RE: Police Department Women's Locker Room Improvements—CC-1708 Enclosed please find your original bid bond for CC No. 1708. Sincerely, Pjle . rI !far- Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov ST On O N C PROPOSAL for.the construction of POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS CC No. 1708 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 1�0 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. Itis agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 • If awarded the Contract,the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal ofbid,find. . ..._... ._. . . .. : .:...:.: :...:...Jn the amount of which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Sealed OR ELECTRONIC Bids,payable to the AGENCY (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for% ", as the case may be)Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received .......... 1 2/10/25 2 .. , 2/21/25 y 2/25/25 ............. 4 3/10/25 53/13/25 • i 6 3/17/25 17 7 3/17/25 . ':14, • + M-..:. 8 3/17/25 - 9 3/31/25 _ a f 10 3/31/25 r ; 11 4/1/25 12 4/3/25 C-2 CITY OF HUNTINGTON BEACH HBPD-WOMEN'S LOCKER ROOM IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE „Item# ,. Description of Work Quantity, Unit - Unit Price Item Total , . 1 f Mobilization I 1 LS "$' $ s 2 Demolition 1 LS :, 14, $ ; 3 :Concrete ... .:....::.:.:.:..:_.....:...:.. LS :$ 4 211 . $.. 4 Acoustic Ceiling .. . .... ' 1 LS ... ........................... :�:..._.. ,g .... . ...2 .: 5 Metal Stud Framing 1 6 Batt Insulation 1 LS `$ ems ... , S4oD 7 Sealants 1 ......:: .....: o.:.:..:.. - 8 :.Hollow Metal Door Frames ' LS . $ 1 9 Doors $ 3 10 ' Door Hardware LS $" $ i 11 ;blazing &Hollow Metal_Window Frames g i i LS ,%5'2. $ ?12 Flooring and Wall Base �y'8� 13 Gypsum Board-Walls and Ceilings 14 Painting...:........,. . s......1 LS. ....,_,.. ... ../,.. ..? 7' Q1-+1 15 Signage 1 LS ::$ $ ' y 1 LS 16 Interior Products i.e.Markerboards, Blinds $ j. 17 Furniture Material and Install-see Appendix I) 1 LS :'.....EJ• e a $ , ; ( 18 Fixed Furniture-ADA Benches and Lockers 1 j, LS $ '�t{tj, V-S •i„if�,524. -. .... _. .. . in 1 LS .$ I$"' 19 Mechanical Systems (Including control and f� programming, see sheet M101,., Notes 2 and 101, ` 2 �'o2�-S 9Plumbing 20 'Plumbing & Fixtures ,r � Y f�/ �j/�7 21 Fire Protection Systems 1 LS ::$gee./1 $ 50/ . .. _, 22 Electrical/Data/Technology(Including RGB system 1 LS `: see Appendix J) :1k +y d� 2� ,,..:::.23....:-- .Lighting Fixtures 1 LS .....:. .. 24 Interior Finishes,-Tile Walls and Floors _,- , . 1 LS $ /1j11 r ;a, " ;;""""` Total in Numbers ° . 7 ! _ 3/f 0(]V. :beivz' ' . :'e4Tjt, Total in Words: b; . , t - ft 4-7 a:: . ::„4.: , Ad4„:'.;ieii- .ii... (8).e.tif 4 „,61,..,(4.17.4-:: ., C-2.1 Note: Bidders must provide pricing for every bid item. The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. 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.,..,.m_ ,...,>,._____.:_- ` "Bid ' ' Name and Address of i State 1 radii " DIR'PWC ' `Dollar �4 % of 1 '` Re istration#;;Items Subcontractor License � ::::.":,.:::,.,.:.,..,;:,,. Contract Numbe ;3 .:•; �`, , e. 1. ii. E , x 2 „ G z24 /0 2�,. . ..•' yu 3 ,: it:....,. ..4,:.-,-i , .,., ---14.:,.'.-,,---;„.4,,;; ;:Z A/0--.., . el, dik, • : ifp qi ,. . • :`` PiEE , • 2 y aAda :!! 67, '4,' S. / 1 ! parrs i ti GJ � �. 2�11��' C 3 3z 'lcao�o�L94 q�. f i. 4 G.. ql ,a g <������� �" j �• p��� � C.. D �Bc�oc�a eft �(��eea. S �y� jj �r�,�/� i , ;/may."%tiC, ' ..-.:6't,r4 ...... . ...... . ....,...... .............. .,:, / 11e 1 ; .. .:.-i • 1/aP ,��`t" ":;i4l. '. G �► i wear 1 s 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 • LIST OF SUBCONTRACTORS ' In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid : Name and Address of i;. State :' Clays ; DIR PWC Dollar %of Item(s) Subcontractor License;; Registration# : Amount ! Contract ,........ . ill. 'Number`: :, As - .. '�fOt7 6 �w`heP�- 6�d,54C 10/ 0/ `,' -tp �lyS�' / » ! e7ea , G4? ra,Or *641 ' , 4; "yw : ram.::.. ' , dr, , „ . ,,,, .,. , eel ysa: C' /aoe44'448 311 s , /o sVi' 1%/.26/451;10 i 7/ ; r rt _ : w -. , y w .y ' Jr<}� ,.,G` ,..... ,•..._. -__,..rim .... ..... E; l.. J. i ;) m : t • By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered .. in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project • C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on3/17/25_at San Dimas ,CA Date City State Jason Simison being first duly sworn,4 i+ and says that he or she,is CEO . , Sea West Enterprises,„inc„, : the party making the foregoing bid that the bid is not made in the interest of,or on the behalf of,any undisclosed person, partnership,company, association, organization,or corporation; that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid,and has not directly or indirectly colluded,conspired, connived,or agreed with any bidder or anyone else to put in a sham bid,or that anyone shall refrain from bidding; that the bidder has not in any manner,directly or indirectly,sought by agreement,communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;that all statements contained in the bid are true; and, further,that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid,and will not pay fee to any corporation,partnership, company association, organization,bid depository, or to any member or agent thereof to effectuate a collusive or shambid. Name offB''' Sea West Enterprises, Inc 373` Foothill Blvd., Suite 200, San Dimas,CA 91773 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS, (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. Sea West Efltej1 r"tses, I Contractor :Jason.Si ison By4411111111111M. . ... CEO Title Date:....3/1.7/25 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑Yes ®No If the answer is yes, explain the circumstances in the space provided. N/A Note: This questionnaire constitutes a part of the Proposal, and a signature portion ofthe 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. Sea West,Enterprises, Inc. , Contractor Jason...Simison By -_fir'' CEO . Title Date:3/17/25 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Sea West Enterprises, Inc. Bidder Name 373 E. Foothill Blvd., Suite 200 Business Address San Dimas CA 91773 City, State Zip ( 909 )592-7120 kyle@seawestinc.com Telephone Number Email Address 486074 B, A & C-7 State Contractor's License No. and Class 1/27/1986 Original Date Issued 1/31/2026 Expiration Date The work site was inspected.by Kyle Kunka of our office on 3/3/25 ,20 4, The following are persons, firms, and corporations having a principal interest in this proposal: Jason Simison Travis Simison Jennifer.Simison _ _ _ 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. Sea West Ent p-" es- C.: Company N Signature of ddeN Jason Si ison Printed or Typed Signature C-8 ACKNOWLEDGMENT A notary public or other Offider 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 thatdocument. ,„ State of California County of Los Angeles March 17, 2025 before me, Cynthia E. Spann; Notary Public (insert name and title of the officer) personally appeared Jason H. Simison Mit*Otblieki710*6 bff the basis'Of sati040Ory,ovf0:00*to'beltiii6001,5*Viikai is440*eticc;tti ,*Min instrument and me that tittl,4e1titey executed the:Seth*.in :1A60;16f:6St.Iii401V0i*Oriatt'We600: the instrument. person*Orthe:aititi3.117:00:behakfttwhickg*0(501140004' I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. NotaaryNPThubiAlIcE:SPANIICoffanda -1 WITNESS my hand and official seal,. 1 - Los Angeles County I: Commission It 2431867 ' ix,Conur,Expires Dec 20,2026, , Signature; (Seal) , _ Bidder's Project History For the purposes of this project the contractor and subcontractor must have, in the last five years, constructed at least five (5) projects of similar work. Describe specific work and experience necessary for project, for example, "Construction ()tor tenant linviroyeinenisolu*Isfin elite facilities."Bidders are encouraged to submit supplemental relevant project hiStory in addition to the projects listed herein. The following list of projects meet the requirements of above: 1. , Name and Address of Reference Citrus College - Administration Remodel Name and Telephone No of ii To''':::.!1/4r,....v,; ;:_i'..;,:,0' Ai. !'49-",/,' 1: cf:it4AH 2014 Contract Amount Type of Work Date Completed Provide additional*Se.4..*citpfil**-41X7VirsinIffer, tild 2. .. ......, _ „ _ .. Name and Address of Reference Cal Poly Pomona - Switchgear Building Name and Telephone No. of iti*IIT , er , 2023 tontraCt Amount '' —Type 6fWk:.... . . . .. ... ... .... ......T Date Completed ,.gif ,,.."':,40;170411#project d*ittlid#to show similar work , 6.11 .if . 4.7.pr ' .„,_ ""' _ „„ _ „ _ Name and Address of Reference Forefront Dermatology- U 'land Name and Telephone No. of Owner ' Aft yl ' ,,- A1-.- 2024 Contract Anidimt Type of Work — Date Completed Provide additional project 4:4*ittiiiti to show similar work: tith . :,..g n „„ . .... ...., . . „ c_1.0 4 Name and Address of Reference Watts Labor Community Action Committee - Mudtown Farms Name and Telephone No. of Owner. -t4r:p 4147:6144- -7 2023 , Contract Amount Type of Work Date Completed addi40';;1,z7prqject pacrip 04 to show similar work. 641-ea Name and and Address of Reference Name and Telephone No. of Owner Contract Amount Type ofWork Date Completed Provide additional project description to show similar work: C-11 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Name of proposed Project Manager Jordan McRaven - 909-592-71.2Q , Telephone No. of proposed Project Manager Forefront Dermatology-Upland/$1.2M 3,400 SF-TI 12/2023....,,..._, ... Project Name &Contract Amount Type of Work Date Completed Forefront Dermatology-Chino/$1M, ,_ 2,800 SF-TI . _,. 4/2024._. Project Name&Contract Amount Type of Work Date Completed Ford-San Bemardino./.$2M 6,000.SF TI Project Name&Contract Amount Type of Work Date Completed 2. Name of proposed Superintendent Andre Pearson- 909-592-7120 Telephone No. of proposed Superintendent Forefront Dermatology-Upland/$1.2M 3,400 SF-.TI . .. 1 2/2023::........... . Project Name&Contract Amount Type of Work Date Completed Forefront Dermatology-Chino/$1 M 2,800 SF-TI 4/2024 Project Name&Contract Amount Type of Work Date Completed Hiilcrest-Dining Hall Remodel/$750K 3,100 SF-T1 1/2025 Project Name &Contract Amount Type of Work Date Completed C-12 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)),passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration feefor Contractors is$300.Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call(844) 522-6734 https://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database. https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states-2 "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. Sea West Enterprises, Inc. :„. ,,,,,,,,,,,, ,i/ r- . ., ' '' '_ Jason Simison ' o seawest:tc m.. ......... .. Email CEO Title Date;°..3/17/25.,.._. PWC Registration#:1000008582 C-13 • 1411. Liberty rf ` Mutual® SURETY Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) Sea West Enterprises,Inc. The Ohio Casualty Insurance Company 175 Berkeley Street This document has important 373 E.Foothill Blvd, Suite 200 Boston,MA 02116 legal consequences. San Dimas,CA 91773 Consultation with an attorney is encouraged with respect to OWNER: MAILING ADDRESS FOR NOTICES: its completion or modification. (Name, legal status and address) Liberty Mutual Surety Claims City of Huntington Beach Public Works P.O.Box 34526 Any singular reference to WA 98124 Contractor,Surety,Owner or Seattle, other party shall be considered 2000 Main Street plural where applicable. Huntington Beach,CA 92648 BOND AMOUNT: • PROJECT: (Name, location or address,and Project number, if any) Police Department Women's Locker Room Improvements CC No. 1708 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety _ hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 12th day of March , 2025 Sea West Enterprises,Inc. (Witness) (Contr7fr s Pries al) (Seal) (Title) The O io Casualty Insurance Company iNSV'�q 0J�oRp�ti4r 'Y (Sur ) = F ° (Witness) + . . o_ 1919 o (Title 1 atthew Dogero Attorney-In- ct '1/1 * �`� Init. Liberty Mutual Surety vouches that the original text of this document conforms exactly to the text LMS-20862e 02/21 in A!A Docurt,entA310-2010 Edition Bid Bond. AY °iV*V' Liberty POWER OF ATTORNEY ♦ � /� Mutual Liberty Mutual Insurance Company Certificate No:8213049-976367 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, Matthew Dogero all of the city of RANCHO CUCAMONGA 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 29th day of January , 2025 . Liberty Mutual Insurance Company P�-1NSU P01 INS& a %NSU.? The Ohio Casualty Insurance Company • J r°oNPO�rt cvi, 2ooRPo"kr-0 T a°o9PO�royo West American Insurance Company 1912 „ 5,? 1919 0 t 1991 0 N > 3 q ° ° Z v O Q 3 ICA i Z N C r.-;-*r4eHus aaa y°�y limos-4r:, Ys, 4VoiANPaaa By: 'C C * 1 * h M ,t > o a az — Nathan J.Zangerle,Assistant Secretary o-- 7-`m State of PENNSYLVANIA .S urn County of MONTGOMERY o E 5 2 On this 29th day of January , 2025 before me personally appeared Nathan J.Zangerle,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 sa 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 h u> therein contained by signing on behalf of the corporations by himself as a duly authorized officer. : D v 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. v a 1- �c�P PA$. IZ i D 1— Q, t oNW ' Commonwealth of Pennsylvania-Notary Seal' t)0 �p� � Teresa Pastella,Notary Public 'R • Montgomery County E E 2 w OP My commission expires March 28,2029 B Ltel114) o a — CO it t�C Commission number 1128044 y ll.... - ?s..iNsyLvp' \G Member,Pennsylvania Association of Notaries eresa Pastella,Notary Public Q C a a) vJgRY y `O n 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 a c Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: a t• -Q2 ARTICLE IV-OFFICERS:Section 12.Power of Attorney. `o c 2 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 President-0 2 c 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 any and all m= ii ar 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 c 2 power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall o a t 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 provisions of this a article maybe revoked at anytime bythe Board,the Chairman,the President orthe officer or officers grantingsuchpower or authority.by 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 attomeys-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 attomey 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 12th day of March , 2025 . v INSU, P,S1 IoRNS0 A %$SeUp coarogq f 4, y, oaP4r'9y G`P GoaPORyr 46 • 3 Fo m Q 3 Fo C� �' Fo fi / • 1912 �+ c 1919 1991 �+ C 6145`� v-vs 4- 3 Zs� `4�, o S 3 By: d��/aq�Hus ada 0�4'NAMvs'/da '(S, 'aolANP .aL Renee C.Llewellyn,Assistant Secretary / * * yl * t,* M * 0 LMS-12873 LMIC OCIC WAIC Multi Co 02/24 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of &(J Berna.j'-dino On I'Iaeal 12. dOa5—before me, °3CheRC- re W (traln-S Date A Here Insert Name and Title of the Officer personally appeared PLO-41160 O 60O 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 . WILIJAMs laws of the State of California that the foregoing c. N• g paragraph is true and correct. low pverm-PERNARDINO COUNTY WITNESS my hand and official seal. Signature J Qtca Place Notary Seal and/or Stamp Above Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer—Title(s): 0 Corporate Officer—Title(s): ❑ Partner— 0 Limited 0 General 0 Partner— 0 Limited 0 General ❑ Individual 0 Attorney in Fact ❑ Individual 0 Attorney in Fact ❑ Trustee 0 Guardian or Conservator 0 Trustee 0 Guardian or Conservator ❑ Other: 0 Other: Signer is Representing: Signer is Representing: ©2019 National Notary Association ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles ) On March 17, 2025 before me, Cynthia E. Spann, Notary Public (insert name and title of the officer) personally appeared Jason H. Simison who proved to me on the basis of satisfactory evidence to be the person(kwhose name* is/ye subscribed to the within instrument and acknowledged to me that he/se/they executed the same in his/ er/jbeir authorized capacity(*), and that by his/hprtth signatures on the instrument the person(,$), or the entity upon behalf of which the person(s3 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. ,„`rh CYNTHIA E.SPANN p WITNESS my hand and official seal. = NotaryPublic-California t 1 � Los Angeles County 3.1 Commission Y 2431867 `' •o•°. My Comm.Expires Dec 20,2026 • Signature C\�C? (Seal) r - SEA WEST ENTERPRISES, INC. �'' 373 E. FOOTHILL BLVD #200 !,',.',,,„!, "• SAN DII.1AS CA 91773''`` �-- `` TO: �`J o� 1 N-6(A -t (R t .TN ceppreccg. 3 A-44)01J ge o efrekv v4 Dom` ,t% cry /�'Z- ca./2/9'► 0�fs� ...... CITY OF L ( ! \ =-:_ HUNTINGTON BEACH ;CP��cof Lisa Lane Barnes I City Clerk August 18, 2025 U.S. Builders & Consultants, Inc. 42 Sorrento Irvine, CA 92614 RE: Police Department Women's Locker Room Improvements—CC-1708 Enclosed please find your original bid bond for CC No. 1708. Sincerely, 011+;11441t Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov Gas A/J ' SECTION C PROPOSAL for the construction of POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS CC No. 1708 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 le working days,starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work,that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed.THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 • ;I 4*arritd the Cviatr,.aetN tli ui idersigned agrees t iat;ri the ewexi -.oftl* IDDEV$-.. 1.04 t. zn.executing the required contract:and filin;the:necessary bonds:and insurance certificates within<t.0':working day*al'ter'thedat -of the A.GENCY'S notice of award:ofcontract to the BIDDER,the,proceeds;.afthe security accompanying this bid sh a[i;`o0eorne the:property of the.AGENCY and this bid:,and 4h-6 acceptance hot.:04f`may,;at the:.AGENCY'S option,:be: Pz.:10sidered r utl and.:'=.va cl A;ccpmpanying*iip v0.§41 afbiit find. ..Bid Bond i i th °whiie said amount is notless t act ti o.fthe aggregate of fteetotal:.bid:p:rice,asTequized bey t1,,Olotiee:.rnvitillo Sealed;OR EL.E'CTRO141IC Rios,paya`bletoti.e.AU.:, CY . (Please inaert the'words'(ash "Certified Cheek",ar";:Biddei1s fond.for%•",as the w cae.may,l be)4iiy'staniiard Sui et Bid Bond:fc etti is a ceptab le; ;,Bidder°shall signify F•ecf ept of a il A:dderi,da -.(9:m if or _,A 004;Na E ' 1Dte-Recie-.. <Bidd& ;mure t '1 021 .02q25 2 2Q122 . '' '.&I‘'''' ''' .''''''y ,1 02/25/2025 io, 5 0 3 1:3%2025 6' 03117120.25 ' ''' :-s., ..4C:. .: 7. . : -1: -,d7,,, l'',-7-- - ...'" ;' 7:; :031=t7/2025 • '.-"i2c .l, ' - '':'" ' -4::/9 03/31/2025 - . 10 03/3l/2025 �, .L 11 _Zfl--__.... .- 04/01/2025 12 04/03/2025 CITY OF HUNTINGTON BEACH HBPD -WOMEN'S LOCKER ROOM IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Item# Description of Work Quantity Unit Unit Price Item Total 1 Mobilization 1 LS $ 169,435 $ 169,435 2 Demolition 1 LS $ 175,740 $ 175,740 3 Concrete 1 LS $ 41,230 $ 41,230 4 Acoustic Ceiling 1 LS $ 27,910 $ 27,910 5 Metal Stud Framing 1 LS $ 44,610 $ 44,610 6 Batt Insulation 1 LS $ 17,250 $ 17,250 7 Sealants 1 LS $ 6,435 $ 6,435 8 Hollow Metal Door Frames 1 LS $ 6,345 $ 6,345 9 Doors 1 LS $ 14,580 $ 14,580 10 Door Hardware 1 LS $ 13,620 $ 13,620 11 Glazing &Hollow Metal Window Frames 1 LS $ 2,500 $ 2,500 12 Flooring and Wall Base 1 LS $ 78,435 $ 78,435 13 Gypsum Board-Walls and Ceilings 1 LS $ 61,625 $ 61,625 14 Painting 1 LS $ 55,780 $ 55,780 15 Signage 1 LS $ 15,350 $ 15,350 16 Interior Products (i.e. Markerboards, Blinds) 1 LS $ 200,000 $ 200,000 17 Furniture (Material and Install-see Appendix I) 1 LS $ 26,890 $ 26,890 18 Fixed Furniture-ADA Benches and Lockers 1 LS $ 400,000 $ 400,000 19 Mechanical Systems (Including control and 1 LS $ 107,510 $ 107,510 programming,see sheet M101, Notes 2 and 10) 20 Plumbing &Plumbing Fixtures 1 LS $ 104,220 $ 104,220 21 Fire Protection Systems 1 LS $ 61,500 $ 61,500 22 Electrical/Data/Technology (Including RGB system 1 LS $ $ -see Appendix J) 121,930 121,930 23 Lighting Fixtures 1 LS $ 65,000 $ 65,000 24 Interior Finishes-Tile Walls and Floors 1 LS $ 80,000 $ 80,000 Total in Numbers $1,897,895 Total in Words: One million, eight hundred ninety-seven thousand, eight hundred ninety-five dollars ‘= da. ----e--734---- --- C-2.1 Note: Bidders must provide pricing for every bid item. The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. 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. Class DIR PWC: Dollar o / Bid Name and address of. State, of.. Item(s) Subcontractor: _License Rsgi'stratiiin.## Amount Contract Numb , ATM SPECIALTY SERVICES INC Partial C-61 1000007807 $40,600 0 18 P O BOX 307 915341 2.14/o KERNVILLE, CA 93238 D-24 Partial 21 CAMMER ELECTRIC INC. 1103398 C-10 1001035239 $217,680 11.47% 22,23 117 S PENNSYLVANIA AVE APT B GLENDORA, CA 91741 T3 CONTRACTORS Inc 867365 C-21 Asbestos 1000002965 $ 34,327 1.81% Scope 17130 VAN BUREN BLVD#53 C-22 RIVERSIDE, CA 92504 Diamond Crete Concrete 1067348 C-15 1000701616 Partial 12 Coatings, Inc. $26,340 1.39% 671 E. Cooley Dr., Suite 117, Colton, CA 92324 Pacific West Industries, Inc. 792079 C-20 1000002299 $107,510 5 7% 19 1912 W. Business Center Dr. Orange, CA 92867 Diamond Fire Protection LLC 1125171 C-16 2000007533 $30,750 1.62% P21 29139 29139 Brittbush Lake Elsinore, CA 92530 By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 _� NONCOLLUSION,AFFIDAVIT .. OE.:Fine ;:. 0:y 1.Appg., ..4:Nrt KfogrfITAN.y..qg Bio • gooro.0,14.14•?,a*s.4w;.qt•c4i.:krzi14.t.4.4.0hoigQirigis ttue and correct and that this 40.0141700 isexecutçd.04141.1.2,WE at Irvine ,CA DittgCi5:rafg 'T00.*Alii*J'a anda*that Lit& . . • • sM is Vice President . Consultants ..„..t.tio0.0.W:1)10141Ig;:ti40. . . foregorng bi41Capti*...bi4;i$,40t,ma00:41:,*lot00#'4'Prgiltbg;:,00-.00:4Taoy 404149.404 person, partnership,company,association, organizatiotôr coiporatton,that the bid is g0441410,,afki:Odt collusiveor tholii.:(140,60*-yo,t4i*4sz(0,04.4#tV'uldpge4.0.041i0t.44.py other bidder to put in a false or sham bid,.and not directly or indirectly colluded,01404 cppOiye4. or agreed sham bid,,,,Ottflattoy.01101goltOdiktiof bidding, Migtiole:bfacoo not in 4.%./' sought 1?,F4g0gOgiltA10040iggiiP%. • • • • • - • •f, " mr,.000foinoz.Nvitkoriy000:,to fix the bid viiegi:eietli.4feff*y(ithet.bidder or t0,-*00*.osii, advantage:404)-0.t•the gobk•f3.4y:-..**014;,-thf.,p00.40:0-a:04600 interested;:iffv*00000 contract,that 4.11:**00040000.4 the bid are.true art*forld,ti,ifi#if*bi:040t•fhoshott directly or indirectly, submitted his Or her bid pttce or atiy,.bregikcit*Altletool;or the thereofor divulged information or.datiartiathitibetet0i,*:Oid;*rd will hot op:y•foq.t20,- ily corporation,partnership,coirtpahr a.sscidiatiotkbegpilizatibi4 bid irepcAtaty,„or to i1n'member or Ntoo:ftb::dit:Ot4at04 9S;.-410101*0*f 0017.0.11t010tit: NaitiebrBidder :• :`,_44441.14— ft; • .• 120zoseit.Lob:g;fimi.i*: OF.0.10- • :.• • . „ „. , „ • „ • . • ,.,, . • .<, . „ , . . . . 11111.41T,VA614040it IIQNORABLE MA-YORAM)CITY COUNCIL qtYprlItrikiTITIOTQN BEACH,04.100430 Gendemen: The undersigned heby promises and agrees that in the pofortn4004t ti*work 4.p.,c1.11.e4 in the!, -contract. known as the POLICE DEPARTMENT 'WQMENTS LOCKER ROOM 011PROVEMENTS, (I)(we)(it) wilL employ-:and itihze only qualified persons, as hereinafter definedi:to, work in proximity to any electrical secondary or transmission *Pities..The term "Qualified POrotels defined in Titiel.cCaliforninAdministrative.Code,Section270%asSfollowS;: 'Qualified Person: A'perq4n,who,,bikiWAPP`PP,:rperience or imiirietion„isfrintliar with the opiiiiiidn to'4*ifim,hdhdthe hccakds/ h:eV The undersigned also promised and agrees that alr such work shall.he performed in accordance with all applicable electrical 'atility:eompA4i.:8 retittkealeots, Public:Utility Commission Orders; and State prCaliforniKal-PSFIA,requirernents, The ondersitned;figtherTrornises and agree$,that the provisions herein Shall he and are binding' ,upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the•Oride..tigiied shall take steps as,:are fle-eessary. to,assure:.etoiptianee by any said ,-.§mbeontractor PrA0q04raciPt* Nsiith the reqttirernerkoontained herein. US 8Uliclera.Orid Consultants Contractor' Tama Awad Vice,President _ Title Date 03/3112025 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes No If the answer is yes,explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion ofthe Proposal shall constitute signature of this questionnaire. C-6 C010.01SATTOOS01.14.140g'C. 11:11000g: 104#4-4-00$0.010 11341..otthOSOfel.abOteci004.0tiok006#40tif Jiä .1$0,04-iy0.04'60.1tsign th 'to,ildwittt:cottfficat . ) 00, aware cf the provisions of$0000.0 VOA of the Labor OW--,W*11<;:i014ift every Orpp.lOko to be insured against liability for workr'scoinpensation or to undertake4eff.-;. insurance in accordance with 11*OttOi*Siii§!of that coder and I will comply with such PrO•4$1004;U:fg:04.0.01;11100 -±010'06011)2.0004.61 .0kiethi$1,4:04tif.4.4t, US-:1*Ifidet'0, 00d.:';0014.4taptS-:!0)#... COO:440r AWad - : • Vice,,Pfoiloorit Title 'ffateciaall:2(40; • . . „. .• •• . „. . ..• .. , •, •,, • „ •:: ":. B OE i.:$ 'FO1 I.? `. 1.I N 4 D>j .cdrti4:es ttt.I.j a f0l:1 v,,i;ing-tnfo0114.01s.:t ue ancd 0,0ect: US guilders-aid Consultants Inc,. id dr`.Ataine 12'6 Clesert..Lottis, irvine,,CA S926:1i8 >B.usiizess Address: • • • • • • • • . . . `Irvine _:..............;California . ... :.: , .. s2e18 C,4/5 State .GIs. ; . . '(:'1)4 ';'3:1:7-8402, tamer@us-buzlders,:com Telephone Number Email'Address;, 1:063 . .... .. ....... . . ..... .. . • . StatexContr..:.actor's;t cense:N'o;and:Class .. . ,.. .. .. . . 42/4`8%2Q.•20 ..._... .. ... . .. OrtginairvDate:issued VAliZ02fi • irafi� rx D l'Exp ate: The rot€ .Aie:Was,nspecte'd by tohanied•Ali ialfah';-ofour of ice on, 2025.. Tire failoiiving a`re.persiin 'fii s,:and a irporati'ons:havitig a principal if terest`i iii.'ts:p apasaI. Mohamed Alr.nOtioh President ' Mti et,AW6d Vie: resicf.P e'rit • oth w: The;undersigned:ies_ptepared to sausl':, 'tlie;C0.1.10`;o.is'the City:af'HUt ntin;termgeaci of'its ability, `.:_. `financi ally or r uts e,,to perform: the:contract;for<the:proposed.work arid,tmp roverne its.In ° 0-..01;a +eye';: 40.t0;e:plgo: :a0d..speciti ations set.0;:.1 x., VS Builders:and Consultants'tnc:: .. . ... . . - .Company 1S1.40g: Signatureiof Oki __ . 1 ar t>er.hiwad ,Pi inted or Typed. ignature C-S.; - . . . .. . , . , .. .. . . . • . , , "" . • : • • „ .. • .. , . . . . . .. . .. , . ., . . . .. , . " . • • . - •. • „. „ . • . . . . .. . . . . . ' .. . . .. . . ... . . •. . . : . . . . . „ .. . . .. . ' . . . . , . .. . . .. .. . . . . . .. • • —.. I, .- . .., . . .. . . • .- . . . • , . , . •. ,. . . . . , : • „• .. . .. . . . . . . - . . . . , . . CALIFORNIA ACKNOWLEDGMENT - , • . ::-#,,iiiL tabs iftiO.J ' '•. :,, !'''•, ,. i ., ,., ,•....• .. ....,, „.„,,,,- .. - ,• • -, . . . •• . . .• - •:, ,. ... . , , . , ,,,.,, . . , . , .. , , .. . ,- . , . ,, ...,..,.... . , .. .. „.„.,.... . . .. ,, .• :A notary putilk.or'sitivrOiOtcprripletitig this ceittii,citiveiffies:Ohlythetdentity of the individuatwhasigned.the document to Whicktfirstertifkate1S4ttsdied:,and not the trAthtalness,--•acOracy,of validity of that dectanetit,'' ' .':'.'.:,. .'. - .• : : :' :.:.:. . • . • • . .. , .. • - .. .. . . ..„ , ... ... - . . . . . : State of California ,- • ' • . . . . .. . . . . . • • . . . . •-• .• • . . .. , . .... . . . . .. ..,,,,, . . . .. .. ..' -'- - - -. '' . . . - - ' . - -. . • ' - , 76/col, e ilorkt -Petiohc _: , . . . . . On ' .3113,r 1-&C - , • , ., 2. . „ , , „ . ., , . , , . - .. .. . before me, - •-.. . . . -. Yo and .,.. ., . .., .• ' . ate ,.:-' - -,.. •-' ..-/ r •-f1.rel14.er e Name Tige.of t4 fricw - - , .. .. . ' 11" '' '' • ' ..' .. ' personally appeared ' .. . •. . 4.4(41/- _ .. ... . , . . . . . . 0 -tlets,/of SOn..01.4' . . . . . .. . . , . . ..,. • - - • . , . . . .., ..., . . . , ' •• - ': who proved t0-00.0i'-.the'. a.alS of satisfactory evtdeffeetd•04 the person(s)whose aanle(s)waresubsdfibed. to the within instrument and acknowledged to me that he/she/they qxe:q.teditheia614 16,'fiteitieiltti.e.h, . , - ,. , ' ' • authorized capaoity(ies),and that by.hie/her/their sighattne(qoatheinstrdthent the 00:fS06(s);or.the.oral* ' - :' , •,,,,I, .: upori'behalfof which the person(s);acted,exedtited:trte,4aat4in.leht ••- „ . . . ' . . .. . . . . . • . - . : . . . •• . . . . . . : . . . . . . . : . . . . .. . I„dert*:;66der PENALTY or,!."PO.A.AZY under the . . . . TERRY camel ' - - ..14Wt:011ha State of cal:0'600-that the.foregoing . '. . ' . ' '• .,;.„' .t.•„;4'0.4.....,:st7-. 001‘4,10.-.#;456 - paragraph is true : Offe.ct..;-! - - .. • • . .'.. - . . . - ' . .. .• - : . . . . - . ' ' ' . 1:4.fkk...','. ----;•,'1',-.:'-,- '-tirar*-County- . - .'-'. , :...2..• :.:': ----V.*''.*•'-::--tolt;in,- .iiiis-Au*.-14°27' . - WITNESS my hand and official '.". • , , ' : . .. „.. . . ., - : - , • . : •, . . . , . . . • :.-- r.----7,./ __ _: ... .... :-•,..: . -. .- - , i • . . • : . Signature r ../ .. ..- C:',.‘•"7-1-1., — . • . .,f : - : ' •: • . . . . . . . . , : ,• .Place*tat/Seal and/or Stamp Above . .- -' ' ' Sig tire of NotorkPtib.tit: OPTION - • - , Cornrgetlit tfi-41.ntermatlari candetertiltepation icitne ctoume:r.ii.or ••: ' , ,:.- . : •.,. .. . , . , . - . . . fraudulentredttagnent C;W,:this form to an unintended document • . . . . .. .. . •• . . . . , . . ,•• . . . . . . . . , . DeebilOtion of Document .. . . . . . . . . . . . . •. . . . . . , . - '• ' .. • , -..' ..Title otType of-.b.deupieht: . .. ..• .. ,... • , - ...•-• ...... .• ....•• -.•.•.........,..7 .. ,, • .. , ,.., , ,. .,,, . , . .. . . ' . ,'' .,• ' 0o0irriej1t,bOt.e ' ..' '• •. '' ..... ' ':. ' ' ' : ..: '" .*iti l?.4t..d.00e,S:. • ' Si 4110e(4 othee1**Natilad-At?de:: • .„ .-. .. . - . • . . • , . . . . . .. . . . . . , . . . „ .• ... . .. ... .,. . .„ ........„ ...,,.„.,„. „ . • . CapeOty(144),':•clajmod:.pyigpor(s) . , .....,, , . .. . . ,....„,.---• '• . .Signer'-V Natiie::, •-:.::-' :,1 -, - . . . Si464es 14.06ia: • - ' . „ „ . ..„ . , 10.:CorOdrate piffoae.;- Titlef0: - - . .. .. 0 Co6tJidratettfikef'-'711(a,K- ' -" .„ - , • . -•:-::-,- .. : . i: 0Partnei.. ....0.:Litnited a General: .• ..,0..Partner.,, 0'Liifilted,.0.',potiorol. '.•--', ,, , : a Individual ' Cf Attorney :AttP0-./.In Fact ' ''.- ' .:01110.1V1014.aJ. ' - -: -';cr:j7400,*-Y•it7,Fact . • - • ' . • - , - . . .•.,• : . „ . a Trustee -O. Guardian or Conservator ";P Trustee '''',a..pgatcorr....0E-CopServpVrC]Other a Other ' ...; . :.. .. . .. ., „ .- -:.:-'. ,-•2 SigheeiiReteeSehti6V •:......• ,•• • - -- .Sigher Is Representing : '--, . - - .. •' . ' - ... . . . .: , .. . .. .• • . • , . . . „ . . . . . . . . . . „ . . . .. , .. „ . . . . • lqs;:ric.,147:..i.pii01.,,,,D,:..,•10;:,,,ix'a *.,..,:4i:-_'-:'..,. •---.:•.- ',..',, - ': ', . ' • • . . „ . . . . . . . ti2019.N.6tiona1.19gtOtAtaticin . „ ., . . „.... .- . . ., . . , . '• . . . . . . , . „ . . . . . . . • ., . . . .' . , ... „ . , . " . .. .. • • .. . . . . . . . • .• . . . . . . . .'. .. . .. . .. :. . . . . '. . . . • , . . . ., . - " .. ... „ . . . . . . . .. , ,, . „,, . . •, ' • , . . . . .. , . , . . . . . . , . ---- - •- .. .. „ .„ . ' .. . .. .... . . •- .. ..... . ....... ,.. ...... Bidder's Project History For the purposes of this project the contractor and subcontractor must have, in the last five years, constructed at least five (5) projects of similar work. Describe specific work and experience necessary for project, for example, "Construction of or tenant improvements on existing civic facilities." Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. The following list of projects meet the requirements of above: 1. Name and Address of Reference Anthony Bendezu, 320 West Newmark Ave.,Monterey Park,CA 91754 Name and Telephone No. of Owner: City of Monterey Park, (626) 307-1283 $1,011,932 Interior&Exterior Renovations 01/17/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Flooring, Drywall, Electric, and Plumbing 2. Name and Address of Reference Ziad Mazboudi, 201 North E Street,2nd Floor San Bernardino,CA 92401 Name and Telephone No.of Owner:City of San Bernardino, (626) 532-2018 $819,983 Renovations 04/25/2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Flooring, Drywall, Electric,and Plumbing 3. Name and Address of Reference Tuan Cao, 300 E. Chapman Ave., Orange,CA 92866 Name and Telephone No.of Owner:City of Orange-Public Works Department, (714) 288-2492 $528,000 Construction & Renovations 04/25/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Constructing a New Bin Storage Structure With Relevant Site Improvements • C-10 4. Name and Address of Reference Diane Mendez, 1212 Valencia Drive, Colton, CA. 92324 Name and Telephone No. of Owner: Colton Joint Unified School District, (909)580-6586 $229,900 Renovations 06/28/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Demolition, Site Paving,Grading and Earthwork, Playground Structure, Shade Structure&Playground Flooring 5. Name and Address of Reference April Baumgarten, 24264 El Toro Road, Laguna Woods,California 92637 Name and Telephone No. of Owner: City of Laguna Woods, (949)-639-0568 $158,154 Renovations 01/15/2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Flooring, Drywall, Electric, and Concrete C-1 l Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years.These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. _Name of proposed Project Manager Mohamed Almallah (949) 501-3885 Telephone No.of proposed Project Manager City Hall Refurbishment and Safety Project: $113,400 Renovations Phase 3 01/15/2023 Project Name&Contract Amount Type of Work Date Completed Project no. 13476-ADA restroom renovationsat Paul Villasenor Library and Howard Rowe Library $819,983 Renovations 04/25/2023 Project Name&Contract Amount Type of Work Date Completed CIW99811.7 Informal Bid 22-011 Building 0-1 —Room 203 Modernization Project $157,000 Renovations 10/15/2022 Project Name&Contract Amount Type of Work Date Completed 2. _Name of proposed Superintendent Taher Najeeb (714)317-8402 Telephone No. of proposed Superintendent City Hall Refurbishment and Safety Project Phase 3 $113,400 Renovations 01/15/2023 Project Name&Contract Amount Type of Work Date Completed Project no. 13476-ADA restroom renovationsat Paul Villasenor Library and Howard Rowe Library $819,983 Renovations 04/25/2023 Project Name&Contract Amount Type of Work Date Completed CN 99811.7 Informal Bid 22-011 Building 0-1 —Room 203' Modernization Project $167,000 Renovations 10/15/2022 Project Name&Contract Amount Type of Work Date Completed C-12 „.,: ' . „ „ • . „. . CONTRACTORREGOTRATION WIT11,:cALIFQPNIA,btPOTIONt ;OF XNPV57148VRELATtONSPIR) . . . . . T40,44-00-0, State'Sent:0', 011.400474;2614 '.g. i.001e0 a ntW•patko.works Contractor R.48frotOlf progr471;.*.40.:requires, allcontractors and 'subcontractors J bidding and:0060 int work on Public Works Projects to ,.;#14.40 or :an, 4004:basis (each `June *ate tts,oat.jea,i):**.-•the California Department ofethdijititat Relations(DIR) CurrentLy the annual fion,Wuini4i*registration foOr0 - :;ICO,n4ctotp Work .00nti-441'.ig 64eisowati104*0:11 grgol In001:Si*ing.00ffifficatO, 11:5.WFACtaftM.005. &pdf DIR's Contractor Registration Link—Call($'44)522-6734 f*Oill4firiti4;dft.eigoNIPWCIZ/A000**lea4iipt:ifOrkeflAT*0**00f.§0 . . DlR Contractor Registration searchable dataase ti.V.s::!e.Ofilifiri.40..64,4bi.PA,VO4.$04reh;Eidido • 1,,40kotop and will comply with the pmvisions of Labor Code Section states: , • . • ....• ‘JV'eofititetor or subcontractor shaLl not be 4tialiktpto,WO on•'(*listedin a . .. „ k0 pro• • 179sa.:,),. • lobjOetto,ihe.,keilotrerneht§.4getiat 4104 of the COhtiaettOde;,400agage in the P:CrfP.e1110.1gq any contract fOr 04.0.tig.',W9.11‘A 400.00 m this chapter aness currently • registered and qualified to:perform:public work pursuant to Section 1fl5S It is not litowt0,0 of ttii$sseoffoo:'5fOt.'an nntOt00.0 contractor to su6m1t a hid.that ta;thitliot.12,2&tAy, Section of 411.3t.0*$4P4g,t4g$Ipp-.§.'.00e.oFhy.,Section 10104*2.,0'l 04orthe Public,Contract Code,provided the,eolitiaetOeia:ieitiatefed.t4eitaitt.spOhheweik'oufioaht „.• to Seetfoh 112.54•atihe.ithrielfeeoiataet-f$awaro0,4,7 .„ I.furthermore*Ati comply by registration with 010,4$:the primary z.. , . ”ias AY.04,*for ALL subcontractors 4*-140:0*41.f-ifittiOg.the:.0.4US Builders and-. , . Consultants Inc . . Contractor- „ •,.anier, ...„„ . , . . . feifiltrat4=ijOidet.',Oden' • Efil'oft „.. , • • Ti40: — • • . Ddie,i02.3131120.4.. ..P.8YeAggoitatiOng:: :I000:45087 . „ „. _ , „ •., • .„ • „ . " , • . .• . - • • . , -\;-ri.-A,AIA Document A310 TM - 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place U.S. Builders&Consultants, Inc. of business) 42 Sorrento The Gray Casualty&Surety Company This document has important legal Irvine,CA 92614 P.O. Box 6202 consequences.Consultation with OWNER: Metairie, LA 70009-6202 an attorney is encouraged with (Name, legal status and address) respect to its completion or modification. City of Huntington Beach 200 Main Street, Any singular reference to Huntington Beach, CA 92648 Contractor,Surety,Owner or BOND AMOUNT: Ten Percent of the Total Amount Bid(10%) other party shall be considered plural where applicable. PROJECT: (Name, location or address,and Project number, if any) Project Number,if any: CC No.1708 POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS • The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted - in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. - When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 21st day of March,2025. U.S. Builders&Consultants, Inc. (Principal)) I (Seal) (Witness) OWL AO • y / k' p (Title) ____----- The Gray Casualty&Sure t Com an % .....Se, (Surety) oP eall) •.F� (Witness) Vanessa Ramirez Sn (Title) y rya rnandez,Attomey-in-Fact ,a SEAL 3 Init. AIA Document A310",—2010.Copyright©1963,1970 an American Institute of Architects.All rights reserved.WARNING:Th A *• Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA®Document, any portion of It,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible underthe law.This / document was created on 01/27/2012 07:23:12 under the terms of AlA Documents-on-DemandT"'order no. 2008397463,and is not for resale.This document is licensed by The American Institute of Architects for one-time use only,and may not be reproduced prior to Its completion.oowwio CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of QIM1 } On 31Z`1' Zs before me, /�{�� (.1/144/�//1/B 1�yP71 �C, Date f- Here Insert Name arid Title of th/Ofcer personally appeared / /t714'Pr/ q'( Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing •'"'<< TERRY CORMIER paragraph is true and correct. o ; -'1 COMM. #2456406 z re Notary Public••California c WITNESS my hand and official seal. Z1'!1 Orange County M Comm.Ex.ires Au., 1,2027 ' Signature C —�• Place Notary Seal and/or Stamp Above •-ature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer-Title(s): 0 Corporate Officer-Title(s): ❑ Partner- 0 Limited 0 General 0 Partner- ❑ Limited 0 General ❑ Individual 0 Attorney in Fact 0 Individual 0 Attorney in Fact ❑ Trustee 0 Guardian or Conservator 0 Trustee 0 Guardian or Conservator ❑ Other: 0 Other: Signer is Representing: Signer is Representing: - - - a ©2019 National Notary Association CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On MAR 2 2025 ,before me, Christina Rogers , Notary Public, personally appeared Zyanya Hernandez who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of State of California that the foregoing paragraph is true and correct. ;�.�:°P's� CHAISTINA ROGERS Notary P c California Y, granse county WITNESS myhand and official seal. = ' ComMission N 2463205 90 My Comm.Expties Sep 14,247 SIGNATURP PLACE NOTARY SEAL ABOVE Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of attached document Title t e of document: Document Date: Number o es: Signer(s) Other than Named Above: Performance Bonding 12/20/2024 10:50 507180a 57262 TILE GRAY INSURANCE COMPANY THE GRAY CASUALTY&SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number: N/A-Bid Bond Principal: U.S. Builders&Consultants, Inc. Project: POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS, CC No.1708 • KNOW ALL BY THESE PRESENTS,THAT The Gray Insurance Company and The Gray Casualty&Surety Company,corporations duly organized and existing under the laws of Louisiana,and having their principal offices in Metairie,Louisiana,do hereby make,constitute,and appoint:Melissa Lopez,Vanessa Ramirez,Jonathan Batin,Zyanya Hernandez,Jennifer Anaya,Joaquin Perez,Albert Melendez,Chrisina Rogers,Frederic M.Archerd,Jr.,Mary Martha Langley,Martha Barreras,Yu Cheng Chiang,and Erik Johansson of Tustin,California jointly and severally on behalf of each of the Companies named above its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver, for and on its behalf and as its deed,bonds,or other writings obligatory in the nature of a bond,as surety,contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty&Surety Company at meetings duly called and held on the 26th day of June,2003. "RESOLVED,that the President,Executive Vice President,any Vice President,or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings,and all contracts of surety,and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney,and • to attach the seal of the Company;and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond,undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF,The Gray Insurance Company and The Gray Casualty&Surety Company have caused their official seals to be hereinto affixed and these presents to be signed by their authorized officers this 4th day of November,2022. �{ �.� o, ° I°1 -0"..••••"'"••.&.p A• SEAL pc. By: SEAL : • Michael T.Gray �` Cullen S.Piske y .r•,,, f'� President . . ...•'` President ` The Gray Insurance Company The Gray Casualty&Surety Company State of Louisiana ss: Parish of Jefferson On this 4th day of November,2022,before me,a Notary Public,personally appeared Michael T.Gray,President of The Gray Insurance Company,and Cullen S.Piske,President of The Gray Casualty&Surety Company,personally known to me,being duly sworn,acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of,and acknowledged said instrument to be the voluntary act and deed,of their companies. OANtQ V*1 +c°"L— Leigh Anne Henican 70' 4c1 Notary Public Leigh Anne Henican Notary ID No.9253 Orlea Parish,Lo6i 3 Notary Public,Parish of Orleans State of Louisiana My Commission is for Life I,Mark S.Manguno,Secretary of The Gray Insurance Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Company this 21st day of March , 2025 y I,Leigh Anne Henican,Secretary of The Gray Casualty&Surety Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Company this 21st day of March , 2025 ' A^^^ }�� p gCIpAh, • k'tY a a s vI • • SEAL .n SEAL • k �' THE Ee 1.1 IRAY SURETY • The Gray Insurance Company The Gray Casualty&Surety Company Telephone:504-780-7440 P.O. Box 6202 info@graysurety.com Metairie, LA 70009 Surety Bond Seal Addendum In response to the logistical issues associated with the Covid-19 pandemic,The Gray Insurance Company and The Gray Casualty&Surety Company, (individually,the "Company" and collectively,the"Companies") have authorized the Attorneys-in-Fact named on the Power of Attorney attached hereto and incorporated herein by reference to affix the Companies' seal to any bond executed on behalf of the Companies by any such Attorney-in-Fact by attaching this Addendum to said bond. To the extent this Addendum is attached to a bond that is executed on behalf of any of the Companies by such Attorney-in-Fact, each Company hereby agrees that the seal below shall be deemed affixed to said bond to the same extent as if its raised corporate seal was physically affixed to the face of the bond. Dated this 1st Day of January 2021 AIT.A y�� n �TY•dy6G�� — k•.ti of SEAL 3 (S' SEAL By: 6/11 Cullen S. Piske President,The Gray Casualty&Surety Company Attorney-in-Fact,The Gray Insurance Company a' �' y+r.-�'x� �S �.�^. �"` .'1ffir;,t rw. �a,..r^ i r; 1 � r•.5,� n r',7. 4'�-f'. ?.�.,F" .. ..: • :;, ,r i Km •1.4 Sur i i 4 .� i R.r/. i' 6 i.' ,,. it •-, x ftr US Builders and Consultants Inc. • I 126 Desert Lotus riy 3 t ' Irvine,CA 92618 p 41 i„ ye.[. � a;, City of Huntington Beach 0, Public Works Office, 2000 Main Street y.."i '•" , " OFFICIAL BID SECURITY - DO NOT OPEN 4 it ` .., Attention: PATRICK BANNON ,; Project Name: PD WOMEN S LOCKER ROOM I' �' IMPROVEMENTS CC #: 1708 : ``+42yy 4 t, ' •; I Bid Opening Date: iIarCf,2025 at 2 pm I , F F ,'. ' .' w ` ', Public Works Engineering .A •00WATIN67;7_ CITY OF IiF apo ``:N. ; `i `1_; HUNTINGTON BEACH `cF��..... ..... UNTV CP�\io 11 Lisa Lane Barnes I City Clerk August 18, 2025 First Trade LLC dba YMC 188 Technology Drive Irvine, CA 92618 RE: Police Department Women's Locker Room Improvements—CC-1708 Enclosed please find your original bid bond for CC No. 1708. Sincerely, 0#4:4641t Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov ,firms / ae q/fC', SECTION C PROPOSAL for the construction of POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS CC No. 1708 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 10 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract,the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal ofbid, fmd Bid Bond in the amount of 10% which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Sealed OR ELECTRONIC Bids,payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for% ", as the case may be)Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda Na.. Date Receiver! . Bidder's Signature>: : Addenda 01 - Feb 10, 2025 Addenda 02 - Feb 21, 2025 ` Addenda 0;; - Feb 25. 2025 Addenda 04 - Mar 10, 2025 - Addenda 0E - Mar 13, 2025Y Addenda OE - Mar 17, 2025 Addenda 07 - Mar 17, 2025 Haaenaa ur - mar i i, LUL5 Addenda 09 - Mar 31, 2025 Addenda 10 - Mar 31, 2025 Addenda 11 -Apr 01, 2025 Addenda 12 -Apr 03, 2025 C-2 CITY OF HUNTINGTON BEACH HBPD -WOMEN'S LOCKER ROOM IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Item# Description of Work Quantity Unit Unit Price Item Total 1 Mobilization 1 LS $ $22,500.00 $ $22,500.00 2 Demolition 1 LS $ $45,000.00 $ $45,000.00 3 Concrete 1 LS $ $33,750.00 $ $33,750.00 4 Acoustic Ceiling 1 LS $ $45,000.00 $ $45,000.00 5 Metal Stud Framing 1 LS $ $33,750.00 $ $33,750.00 6 Batt Insulation 1 LS $ $12,380.00 $ $12,380.00 7 Sealants 1 LS $ $9,000.00 $ $9,000.00 8 Hollow Metal Door Frames 1 LS $ $14,630.00 $ $14,630.00 9 Doors 1 LS $ $22,500.00 $ $22,500.00 10 Door Hardware 1 LS $ $4,500.00 $ $4,500.00 11 Glazing &Hollow Metal Window Frames 1 LS $ $16,880.00 $ $16,880.00 12 Flooring and Wall Base 1 LS $ $39,380.00 $ $39,380.00 13 Gypsum Board-Walls and Ceilings 1 LS $ $39,380.00 $ $39,380.00 14 Painting 1 LS $ $11,250.00 $ $11,250.00 15 Signage 1 LS $ $11,250.00 $ $11,250.00 16 Interior Products (i.e. Markerboards, Blinds) 1 LS $ $6,750.00 $ $6,750.00 17 Furniture (Material and Install-see Appendix I) 1 LS $ $16,880.00 $ $16,880.00 18 Fixed Furniture-ADA Benches and Lockers 1 LS $ $214,880.00 $ $214,880.00 19 Mechanical Systems (Including control and 1 LS $ $56,250.00 $ $56,250.00 programming,see sheet M101, Notes 2 and 10) 20 Plumbing &Plumbing Fixtures 1 LS $ $110,020.00 $ $110,020.00 21 Fire Protection Systems 1 LS $ $21,630.00 $ $21,630.00 22 Electrical/Data/Technology (Including RGB system 1 LS $ $138,210.00 $ $138,210.00 -see Appendix J) 23 Lighting Fixtures 1 LS $included In line 22 $ Included in line 22 24 Interior Finishes-Tile Walls and Floors 1 LS $ $73,130.00 $ $73,130.00 Total in Numbers $ $998,900.00 Total in Words: Nine Hundred Ninety Eight Thousand Nine Hundred Dollars and Zero Cents C-2.1 Note: Bidders must provide pricing for every bid item. The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. C-2.2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid - Name and Address of State ;Mass:' DXR PAW"C Dollar o of Itern(s) Subcontractor License Registration# Amount Contract Number 18 Steel Solutions 915341 C-61/D24 1000007807 $214,880.00 21.51% 19 Atara Mechanical 1126598 C20 2000008700 $56,250.00 5.63% 20 Elegant Construction Company 1053447 C36 1000406720 $110,020.00 11.01% 21 Hillar 1105955 C7,10,16 1001133333 $21,630.00 2.17% 22, 23 CamMer Electric. Inc 1103398 C-10 1001035239 $138,210.00 13.84% By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on0447-2025,at Irvine , CA Date City State Yahia Meine , being first duly sworn, deposes and says that he or she is Owner of First Trade LLC dba YMC 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. First Trade LLC dba YMC Name of Bidder Signature of Bidder 188 Technology Drive, Suite N, Irvine, CA 92618 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the POLICE DEPARTMENT WOMEN'S LOCKER ROOM IMPROVEMENTS, (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. First Trade LLC dba YMC Contractor Yahia Meine By Owner 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 LI No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion ofthe Proposal shall constitute signature of this questionnaire. C-6 $010**$ mogs8u6:8: AMPlia cerfAt'ii*....0*114wiligintlana'alitl&ittii*diitl, ritiedtv . — tilskeiSA4ilic*: ,Thilii:,, :iit1,_ Crfi; - - - - - --- '''-; """ State 444.._ 41a::.--.A.k .)•Tt..._ . - 0 tdie0000sN0e* .Exiiaii.44diett (',A , , -/.1,/:3...64;., -- --6. ------ Abiiiited**0,k*Ot:k'bdasi — „.„.. Expivitrotatte ThifOlowingltelit#004,:tni,':4.i4,•0*.Oail'900ailiV A Pe144414444:Atig;:..t14prpposAt .... , Yiii tiL :14104;i44.:. . . _ ,. . .. .....,.„,,, . ....... „ • , Thfun-::lagalPed LI gir*Ii0a10 *110:0*S**0-Pftittgti:tPir-A*14t#1,*040kOrtkibir*,; P*nOSTW;0t'ii*:***yetiTo;fcgnt'ikid'dta,-:. for .04 r.0.0000_4,w04-eana improvements -iiii, APV, Vce sv4**01:::24;*41#.000:06, 4r7:&: •, _ pi'.--4:: 2:147 ,:.., 40..1. 4....‘.4...: ;,.., sym '-e , , ., .... : 001•4A4•%.4-it—.-.„. r“. 47"41 4710:44it#Pf4i4der......,..., !:g4:40:40itytte4:$1:gititilit& . ---- -• ,,, ' ' :t4 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. First Trade LLC dba YM C_ Contractor Yahia Meine By Owner Title Date: 04-07-2025 C-7 ...„ „... ........... ..„ „ .„ „ _ , „, „ . . . . ACKNOWLEDGMENT ••....„ ._, A oottryIKik)(0-0t 0:11§.f?:iffiOer co(*tetitiOtilo 00e.titioto,iiotifi4wiho'itteilfritV*Ii0,:in01040.0! ,• ,,„ *hi* nett.= .ttotratriettit,tii*hitWthreirgketet -" .• „ not 4100,tiftil.i*ss; accuracy, or • ..; .;,tiialiditii;Othit4kreurnent .„ „ .„ • . state of Cat,frnta County of it??.4.P4g.• On before LIGANt, FAMit iNOTARY INIRL4r• • 000.4010(:0601410,-otthe,..off:ice0 • OprscrigilixrAveare Ylitk.*Z! wha proved to me 0,701*li010.,0*ttrofaibefeiiid**6?t0 b0160040n(41-,Whcoviliiile(s)10000.' subscribed tg;,!.th .1,41:401.01 intttuillerit.00!•:#070K0600,:to *th6theistWthq:•;*0.0i.04!#10„ me in 41,441e.ri.ithili•a'uttiort4t-4700.01164s,d104*01*Iiioteditleit..***F6.(t);404.4.**ti.460:01e perso (s3 or the entity upon behalf of*ifticitiiiwpeO6tit10.0000,,-;.40,10044160 instrument 044ifywigiOr,p.WAt-,A*b.F Pth344,,Y:4000(the ilwspf;the Stateor:colif.0.01,00At the §ptig paragraph i&.104**0400p4: • . :01y44ThEsS, hap, oral 004 . • .;. „,,jy commpleamii,. 20,142r.' Ybk,c.,1.4(yinic •••,.vumaZatinify , , -•E ,00V0:4:**, 000) •••"•• . , _ . • ,.. „.. •• r „ ' - ...„ ..,.... • •• .„.. „.,,„ „ „,„.„ „. „, , , , , , ,„„ , • „. • Bidder's Project History For the purposes of this project the contractor and subcontractor must have, in the last five years, constructed at least five (5) projects of similar work. Describe specific work and experience necessary for project, for example, "Construction of or tenant improvements on existing civic facilities." Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. The following list of projects meet the requirements of above: 1. Name and Address of Reference Los Angeles County Office of Education 9300 Imperial Highway, Downey, California, 90242 Name and Telephone No. of Owner: Louis Ramos-Iramos@cumming-group.com-(626)290-7049 $ 900,000.00 Renovation May 11, 2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: EDUCATION CENTER (EC) 2ND FLOOR GALLERY 2. Name and Address of Reference FONTANA UNIFIED SCHOOL DISTRICT 9680 Citrus Avenue, Fontana CA, 92335 Name and Telephone No. of Owner: Noel S. Garcia - (909)357-7528 $ 850,000.00 Renovation Jul 14, 2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: District Food Service Office Modernization Building 23,24&25 3. Name and Address of Reference City of Alhambra 111 SOUTH FIRST STREET,ALHAMBRA, CALIFORNIA 91801 Name and Telephone No. of Owner: KATIE MORTLE-KMORTLE@CITYOFALHAMBRA.ORG $ 430,000.00 Renovation Feb 10,2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: ALHAMBRA FIRE DEPARTMENT STATION 73 KITCHEN REMODEL PROJECT C-10 4. Newport Mesa Unified School District Name and Address of Reference 2985 Bear St. Bldg A, Costa Mesa, California, 92626 Name and Telephone No. of Owner: Emily Hughes - erhughes@nmusd.us $565,000.00 Renovation Feb 18, 2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Newport Harbor High School Theater Speaker Installation 5. City of Alhambra Name and Address of Reference Almansor Park Gymnasium,800 S.Almansor Street,Alhambra,CA 91801 Name and Telephone No. of Owner: KATIE MORTLE KMORTLE@CITYOFALHAMBRA.ORG $280,000.00 Renovation Mar 01, 2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Almansor Park Gymnasium, 800 S. Almansor Street, Alhambra, CA 91801 C-11 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project.Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. _Name of proposed Project Manager John Meine - 949 232-7512 Telephone No. of proposed Project Manager LAUSD $ 2,000,000 Renovation Sep 2024 Project Name&Contract Amount Type of Work Date Completed Alhambra Fire Station $ 600,000 Renovation Aug 2024 Project Name & Contract Amount Type.of Work Date Completed Newport-mesa $ 420,000 Renovation March 2024 Project Name &Contract Amount Type of Work Date Completed 2. .Name of proposed Superintendent Ruben Lopez - 951 992-6369 Telephone No. of proposed Superintendent LAUSD $ 2,000,000 Renovation Sep 2024 Project Name &Contract Amount Type of Work Date Completed Alhambra Fire Station $ 600,000 Renovation Aug 2024 Project Name &Contract Amount Type of Work Date Completed Newport-mesa $ 420,000 Renovation March 2024 Project Name &Contract Amount Type of Work Date Completed C-12 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20,2014, established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration feefor Contractors is$300.Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call(844) 522-6734 https://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/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. - First Trade LLC dba YMC Contractor Yahia Meine By johnm@ymc-us.com Email Owner Title Date: 04-07-2025 PWC Registration#: 1001122927 C-13 U. www.FixaCal.com Electric@FixaCal.com *Priar: Commercial/Industrial Phone/Fax: (949)234-7744 FIXaCat General.and Electrical Contractor CA State License No: 1029607 Etectirc PO BOX: 54828, Irvine, CA 92619 Th Proposal for Electrical Installation Services for Police Department Women's Locker Room Renovation City of Huntington Beach Project 1 • Date: March 30 2025 ' 4,4 • Project Address: 2:000 Main Street,AnntingtonBenhirityt9i548 „ „ „., • . • Project Number. 16217308 /25126 • • , nuisraNurot4 BEAM ‘: Attention::: • Patrick Bannon 815-- 03-2811: • patrick.baiinon®surfcityhb.org • Bids tot JoSeph.pinelgsurfeity7liKort,s.',: . - • 'Qwnerts:Agent: Ioseph.pinel@Siiifel*-h4;org Contractor Inforniation: „ - • Mark Rostami • Email: Electric@FixaCal.com • -Phone:.(949)-234-7744 1.77-1 Ftxaeal Efeeti'ic - ; Website *wii.FixiCaLcom iCA-Staie License No• 1629607 .,,• • - g-, • !15642 Sand up:4 54828, rivinp;€A • , • ,t • ° Project number# 16217368/25128 Page 1 of 3 ` www.FixaCal.com Cormnercial)Industrial Pc : 3m (949)234-7744Phone/Fax: Firma at General and Electrical Contractor CA State License No: 1029607 Electric PO BOX: 54828, Irvine, CA 92619 ern... Project Overview x / The Women's Locker Room Renovation.project at the Huntington Beac Police Department involves the complete electrical and low-voltage system"upgrade for the renovated area. The scope includes removal of outdated equipment, installation of new lighting and control systems, new receptacles, panelboard upgrades, data cabling, and fire alarm work in accordance with the construction documents: All.sysEerns Will be installed to meet the latest code standards and coordinate wtth.tl e.architectural and mechanical layouts.. ` ' Scope of Work. Furnish and install complete.;electrical systems as.per dra ings and specifications, including but not l'i iited to: • Demolition of existing electrical devices,receptacles, and fire alarm components as noted in E102 • Installation of new LED light fixtures (Fl—FS) and lighting control system including ceili g= ounted ocCuPanCY sensors and room-controllers (E001) • Extension of existing 277V`Ormal:and emergency circuits for new lighting (E201 keynotes 1 and 2) . , • Connection of lighti,xrg control system to existing Greengate LK-4 panel located in Equipment RooM 127 (E2OI keynote 5) • Installation of wall-mounted dimmer switches with occupancy sensors and low • voltage room controllers (lighting control detail E3'0 ) .b. .. : • Provision aad.installation..of all receptacles, including duplex„"GFGI,,and4uad, routed,{BN:019: Electrical outlets for hairdryers;BNO32: E1eetrrc hand dryers per E2O.2 ,..1 k • • ;Installation of new 3-phase".panelbioard with newbreakers�and circuits:as per'z; ;single lines.diagrait(E003)w' .:- ' '.1 • Fire alarm system: reinstallation of stored fire alarm devices, extension of wiring, and addition of new,:devices per E203 keynotes 1-3. Provide dedicated 120V, 20A circuit with lockout for the new fire alarm panel. Install conduit, Project number# 16217368 /25128 Page 2 of 3 www.FixaCal.com ' Commercial /Industrial Electric@FixaCal.com Phone/Fax: (949)234-7744 FiraCal. General and Electrical Contractor CA State License No: 1029607 Electric PO BOX: 54828, Irvine, CA 92619 boxes, and wiring for manual pull stations;_isinOke detectors,and notification devices. Wire control for A/C shutdown, inotorizeddampers, and computer"power,disconnect. Install CO2 system wiring, solenoids, and'="ir pu"t/output modules::'Use,:IX4listed fire alarm cables and frestopping at all penetration"s. "Label all devices d.perform complete system testing with Fire Department. • Data cabling and telecom outlets installation in coordination.With other trades (per E202 and.keynote 7 in El 02) ; • 'Bonding, grounding, conduit runs, and panel labeling per Specifications • „ Coordination with existing ceiling system, HVAC;.and sprinklers for accurate placement of devices • Preparation and; submission of shop drawirigS`or'1all materials and equipment prior to ordering Project Pricing: Electric Proposal Price: $152,370.04 / This project will ensure that"the City of Huntington Bcach,is equipped with a reliable and efficient electrical s ystem, ready to serve.its customers and staff, with all operational needs fully met while preserving existing infrastructure wherever possible. All work:auill comply with local and national electrical„cedes,--ensuring high quality and reliability...::........' Prepared by: FixaCal # ` { ., Date: 03/30/2025 This proposal is valid`for,30 days from.the date above:. I , Project number# 16217368/25128 Page 3 of 3 -�y`,^ I TM Document A310 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place First Trade LLC dba YMC of business) 188 Technology Drive The Gray Casualty&Surety Company Irvine, CA 92618 P.O.Box 6202 This document has important legal Metairie, LA 70009-6202 consequences.Consultation with OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or City of Huntington Beach modification. 200 Main Street, Any singular reference to Huntington Beach, CA 92648 Contractor,Surety,Owner or BOND AMOUNT: Ten Percent of the Total Amount Bid(10%) other party shall be considered plural where applicable. PROJECT: (Name, location or address, and Project number, if any) Police Department Women's Locker Room Improvements Project Number,if any: CC No. 1708 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted _ _ . in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of • an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory, or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. • Signed and sealed this 2nd day of April,2025. First Trade LLC dba YMC_ _ (Principal) (Seal) (Witness) (Title) The Gray Casualty&Surety Com•any , ir1764, r ) ' �P (ate "c;,. (Wi e s) Z nya Hemandez /%I / eSEAL (Title) Christina Roge , or. -in-Fact ilt9% _ a Init. AIA Document A310",—2010.Copyright©1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This A Document is protected by U.S.Copyright Law and international Treaties.Unauthorized reproduction or distribution of this AIA°Document,or any portion of It,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was created on 01/27/2012 07:23:12 under the terms of AIA Documents-on-Demandm"order no. 2008397483,and is not for resale.This document is licensed by The American Institute of Architects for one-time use only,and may not be reproduced prior to its completion.()olio • CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On APR 0 2 2025 ,before me, Albert Melendez , Notary Public, personally appeared _ Christina Rogers who proved to me on the basis of satisfactory evidence to be the person(x) whose name(x) is/aVe subscribed to the within instrument and acknowledged to me that he/she/tl y executed the same in Nis/her/heir authorized capacity(ixs), and that by his/her/their signature* on the instrument the person(x), or the entity upon behalf of which the person(x) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of State of California that the foregoing paragraph is true and correct. ALBERT MELENDQ Notary Public-California ^ Orange County Commission a 239 461 WITNESS my hand and official seal. Comm.Expire Jar 23.2026 ri SIGNATURE PLACE NOTARY SEAL ABOVE Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. • • Description of attached document Title or type of document: Document Date: Number of Pages: Signer(s) Other than Named Above: Performance Bonding 12/20/2024 10:50 50718001 57262 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY&SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number: N/A-Bid Bond Principal: First Trade LLC dba YMC Project: Police Department Women's Locker Room improvements, CC No. 1708 KNOW ALL BY THESE PRESENTS,THAT The Gray Insurance Company and The Gray Casualty&Surety Company,corporations duly organized and existing under the laws of Louisiana,and having their principal offices in Metairie,Louisiana,do hereby make,constitute,and 'appoint:Melissa Lopez,Vanessa Ramirez,Jonathan Batin,Zyanya Hernandez,Jennifer Anaya,Joaquin Perez,Albert Melendez,Chrisina Rogers,Frederic M.Archerd,Jr.,Mary Martha Langley,Martha Barreras,Yu Cheng Chiang,and Erik Johansson of Tustin,California jointly and severally on behalf of each of the Companies named above its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver, for and on its behalf and as its deed,bonds,or other writings obligatory in the nature of a bond,as surety,contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty& Surety Company at meetings duly called and held on the 26`h day of June,2003. "RESOLVED,that the President,Executive Vice President,any Vice President,or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings,and all contracts of surety,and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney,and to attach the seal of the Company;and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond,undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF,The Gray Insurance Company and The Gray Casualty&Surety Company have caused their official seals to be hereinto affixed and these presents to be signed by their authorized officers this 4'h day of November,2022. o a,1 aFl° •••• d` SEAL ro; By: a= SEAL , my Michael T.Gray Cullen S.Piske ok may. �." President President * The Gray Insurance Company The Gray Casualty&Surety Company. - State of Louisiana ss: Parish of Jefferson On this 4'h day of November,2022,before me,a Notary Public,personally appeared Michael T.Gray,President of The Gray Insurance Company,and Cullen S.Piske,President of The Gray Casualty&Surety Company,personally known to me,being duly sworn,acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of,and acknowledged said instrument to be the voluntary act and deed,of their companies. „-1 Leigh Anne Henican Notary Public 75 Notary ID No.92653 Leigh Anne Henican Notary Public,Parish of Orleans State of Louisiana - Orleans Parish,Louisiana My Commission is for Life I,Mark S.Manguno,Secretary of The Gray Insurance Company,do hereby certify that the above and forgoing is a true and correct copy of a - Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Company this 2nd day of April , 2025 . IMatd4,414.r.44•4 I,Leigh Anne Henican,Secretary of The Gray Casualty&Surety Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Company this 2nd day of April , 2025 . 1/11-JV-(` SEAL iifE SEAL g THE Eon! IRAY SURETY The Gray Insurance Company The Gray Casualty&Surety Company Telephone: 504-780-7440 P.O. Box 6202 info@graysurety.com Metairie, LA 70009 Surety Bond Seal Addendum In response to the logistical issues associated with the Covid-19 pandemic, The Gray Insurance Company and The Gray Casualty&Surety Company, (individually,the "Company" and collectively,the "Companies") have authorized the Attorneys-in-Fact named on the Power of Attorney attached hereto and incorporated herein by reference to affix the Companies' seal to any bond executed on behalf of the Companies by any such Attorney-in-Fact by attaching this Addendum to said bond. To the extent this Addendum is attached to a bond that is executed on behalf of any of the Companies by such Attorney-in-Fact, each Company hereby agrees that the seal below shall be deemed affixed to said bond to the same extent as if its raised corporate seal was physically affixed to the face of the bond. Dated this 1st Day of January 2021 �ear gU..Hq "ye4?L s .."-VA, (�(gnj SEAL ?) SEAL 3 By: (-2742 Cullen S. Piske President,The Gray Casualty&Surety Company Attorney-in-Fact,The Gray Insurance Company 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 ORANGE County of ) On N —5 - o a c before me, SUGAND FARAJI, NOTARY PUBLIC (insert name and title of the officer) personally appeared Yck.1ticot who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. SUGAND FARAJI WITNESS my hand and ial seal. i \ CDi217 • , Notary Public-Califomia 1:7_42e1 My Comm.EExpires NOV2,2027 Signature (Seal) YMC . 188 Technology Dr STE N Irvine CA 92618 City of Huntington Beach Public Works Office OFFICIAL BID SECURITY - DO NOT OPEN Project Name: PD WOMEN'S LOCKER ROOM IMPROVEMENTS CC #: 1708 2000 Main St, Huntington Beach CA 92648 Attention: PATRICK BANNON t Public Works Engine rin 1 ,...s