Loading...
HomeMy WebLinkAboutComet Electric, Inc. - 2025-05-20 RECEIVED BY: CITY CLERK RECEIPT COPY / j �1 r / Return DUPLICATE to t IJ City Clerk's Office (Name) after signing/dating 2-y /zS (Date) 0,4 , Q CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: /-7L SUBJECT: Bond Acceptance I have received the bonds for (b)At Flee U (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. O/e) c73 -4-ao Payment Bond (Labor and Materials) Bond No. t)I 5 d 1"L/ID 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 Z/?/^ (CouncilApproval Date) CC No. Agenda Item No. /51 jS"J-2 MSC No. City Clerk Vault No. L,Dv. SO Other No. SIRE System ID No. MCC./ g:/forms/bond transmittal to treasurer �NTING 2000 Main Street, s .-0wn °ti Huntington Beach,CA o r.� BF U.1�92692648 City of Huntington Beach�= _ APPROVED 6-0-1 (McKEON—ABSENT) UNTN File #: 25-321 MEETING DATE: 5/20/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: William Janusz, Principal Civil Engineer Subject: Accept the lowest responsive and responsible bid and authorize execution of a construction contract with Comet Electric, Inc. in the amount of$254,266, for the construction of a traffic signal on Gothard Street at Murdy Fire Station (CC-1672) and execution of change orders Statement of Issue: On April 10, 2025, bids were opened for the construction of a new traffic signal on Gothard Street at the Murdy Fire Station. City Council action is requested to award the construction contract to Comet Electric, Inc., the lowest responsive and responsible bidder. Financial Impact: The engineer's cost estimate for this project is $327,700 including construction contingency, construction administration and Southern California Edison charges. Funds for the project are budgeted in the Traffic Impact Fee Fund in account numbers 20690022.82700 ($286,734) and 20690020.82700 ($40,966). Recommended Action: A) Accept the lowest responsive and responsible bid submitted by Comet Electric, Inc., in the amount of$254,266; B) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney; and, C) Authorize the Director of Public Works to approve change orders not to exceed a total of 10% of the contract construction costs. Alternative Action(s): Reject all bids and provide staff with alternative direction. Analysis: City of Huntington Beach Page 1 of 3 Printed on 5/15/2025 powered by LegistarTM 184 File #: 25-321 MEETING DATE: 5/20/2025 The driveway at the Murdy Fire Station, located at 16221 Gothard Street, was identified in the Fiscal Year 2023/2024 Capital Improvement Program (CIP) for signalization improvements. The purpose of the project is to enhance safe and efficient access for fire department vehicles exiting the station. When activated by fire personnel, the new signal will cycle from green to yellow to red on Gothard Street, stopping traffic and allowing emergency vehicles to safely enter the roadway. Bids were opened on April 10, 2025, and are listed in ascending order: Bidder Submitted and Verified Bid 1 Comet Electric, Inc. $254,266.00 2 Elecnor Belco Electric, Inc. $278,888.00 3 Select Electric, Inc. $285,250.00 4 Alfaro Communications Construction, Inc. $296,969.68 5 Ferreira Construction Co., Inc. dba Ferreira Costal Construction $314,192.00 6 PTM General Engineering Services, Inc. $322,223.00 7 Crosstown Electrical & Data, Inc. $322,628.00 8 Baker Electric& Renewables, LLC $358,737.00 9 DBX, Inc. $358,900.00 10 Servitek Electric, Inc. $359,230.00 11 Asplundh Construction, LLC $359,741.90 The total cost of this project is $327,700 as outlined below: Bid $254,266.00 10% Construction Contingency $25,426.00 Construction Administration and Supplementals $41,008.00 Southern California Edison Charges '$7,000.00 TOTAL $327,700.00 Staff has reviewed the work experience and references provided by Comet Electric Inc. and determined that their bid is fully responsive to all project requirements. Additionally, staff has found Comet Electric Inc. to be a qualified and responsible contractor. Staff recommends that the Director of Public Works be authorized to approve change orders for this project in an amount not to exceed 10% of the construction bid, which is standard practice for similar projects. Environmental Status: This project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301(c) 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 City of Huntington Beach Page 2 of 3 Printed on 5/15/2025 powered by LegistarTm 185 File #: 25-321 MEETING DATE: 5/20/2025 Attachment(s): 1. Construction Contract for Comet Electric, Inc. 2. Location Map 3. PowerPoint Presentation City of Huntington Beach Page 3 of 3 Printed on 5/15/2025 powered by LegistarTm 186 / ` �� S GAG ��0 ' �Pci BOLSA AVE. _• -0 o PROJECT l o .. U U LOCATION -± Mc FADDEN AVE. \ .4 0 Z EDINGER f . N AVE` J I0 , Z (n Y ¢ HEIL R w Ed AVE. \ o � _ m-Z, < - ct w \ OD\ r 0 N -I Q ° I 2 N :Tr' WARNER 8 w .Jo o AVE.( Z o Q w E m -\ v) SLATER o AVE. 0 405 A TALBERT AVE. PACIFIC 90i,� z0 ELLIS AVE. JGARFIELD m AVE. A '` v) (~ (% U) Q f- °O � `� YORKTOWN AVE. sT ,�, 1 G�. � ADAMS AVE. Nsx'\'.' 9ti�� INDIANAPOLIS AVE. OCEAN `4 ¢'0 oa om 4 ATLANTAm = a c Z N AVE.� Q Z <' m w HAMILTON AVE. m yly� BANNING • AVE. N NTS PROJECT LOCATION MAP FIRE SIGNAL INSTALLATION AT MURDY FIRE STATION .JJ o CITY OF HUNTINGTON BEACH 1 OF 1 DEPARTMENT OF PUBLIC WORKS P19 I CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND COMET ELECTRIC, INC. FOR Traffic Signal on Gothard Street at Murdy Fire Station CC- 1672 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 COMET ELECTRIC,INC. , a corporation,hereinafter referred to as "CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as Traffic Signal on Gothard Street at Murdy Fire Station 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 Contraot Documents (as hereinafter defined) and furnish, at its own cost and expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to fully assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance by CITY, from the action of the elements, from any unforeseen difficulties which may arise or be encountered in the 16-5195/City Funded Construction Contract.docx—revised 04/2016 prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms,conditions and obligations of this Agreement and the Contract Documents (as defined below in this Section), has inspected the location of the job site, and the conditions under which the work is to be performed,and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; C. The CITY's standard Plans and Specifications and special contractual provisions, including those on file in the office of the Department of Public Works of CITY, and any revisions, amendments or addenda thereto; 2 16-5195/City Funded Construction Contract.docx—revised 04/2016 D. The edition of Standard Specifications for Public Works Construction, published by Builders'News,Inc., 10801 National Boulevard,Los Angeles, CA 90064, and all amendments thereto, written and promulgated by the Southern California chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee as specified in the particular Plans, Specifications, Special Provisions and Addendum applicable to the Project; E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the CONTRACTOR's proposal, (which is attached hereto as Exhibit "A" and incorporated herein by this reference); F. The particular Plans, Specifications, Special Provisions and Addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of a discrepancy between any Plans, Specifications, Special provisions, or Addenda, the matter shall be immediately submitted by CONTRACTOR to the Director of Public Works of CITY or his or her written designee (hereinafter referred to as "DPW"), and CONTRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of DPW, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3 16-5195/City Funded Construction Contract.docx—revised 04/20 1 6 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement,subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed Two Hundred Fifty-Four Thousand Two Hundred Sixty Six Dollars ($ 254,266.00 ), 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 forty ( 40 )consecutive Working days from the day the Notice to Proceed is issued by DPW,excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, 4 16-5195/City Funded Construction Contract.docx—revised 04/2016 subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6. CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal, the work shall be performed according to the changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site, for any reason,relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 5 16-5195/City Funded Construction Contract.docx—revised 04/2016 8. BONDS • Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR's faithful performance of the work,and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent (100%) of the final contract price, including all change orders, to warrant such performance for a period of one (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, 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is, therefore, agreed that CONTRACTOR will pay to CITY, as Iiquidated damages and not as a penalty, the sum of Six Hundred Eighty Dollars ($ 680 ) per each calendar day's delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees to pay these damages herein provided, and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, unsuitable weather,or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay(unless DPW shall grant a further period of time), notify DPW in writing of the cause of the 7 16-5195/City Funded Construction Contractdocx—revised 04/2016 delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed,but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen(15)days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12. DEMANDS FOR ADDITIONAL TIME OR MONEY. A. Definitions. (1) "Change Order"means a document signed by the CONTRACTOR and CITY which authorizes an addition, deletion or revision in the work, or an adjustment in the Compensation under Section 3, or the Completion Time specified at Section 4. (2) "Demand" means a written demand for a Change Order by the CONTRACTOR for any of the following: (a) A time extension; 8 16-5195/City Funded Construction Contract.docx—revised 04/2016 (b) Payment of money or damages arising from work done by,or on behalf of, the CONTRACTOR pursuant to this Agreement and payment of which is not expressly permitted pursuant to Section 3 of this Agreement; (c) Payment of an amount the CITY disputes; (d) Any disputes and other matters relating to the acceptability of the work performed or the interpretation of the Contract Documents; (e) A request for a time extension or additional payment based upon differing site conditions, such as subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents, or unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the PROJECT; or (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 I 6-5195/City Funded Construction Contract.docx—revised 04/2016 after receipt of the additional information or within a period of time no greater than the time the CONTRACTOR took to produce the additional information requested, whichever is greater. D. Notwithstanding the thirty (30) days to submit a Demand under Subparagraph C, in the case of differing or un known site conditions, immediately upon encountering the conditions, CONTRACTOR shall notify the DPW in writing of the conditions, so that the CITY may promptly investigate the conditions. E. If the CONTRACTOR disputes the DPW's written response on the Demand, or the CITY fails to respond within the time prescribed, the CONTRACTOR may so notify the City Engineer, in writing,either within fifteen(15)days of receipt of the City Engineer's response or within fifteen (15) days of the DPW's failure to respond within the time prescribed, respectively,and request an informal conference to meet and confer for settlement of the Demand. Upon the CONTRACTOR's request,the DPW shall schedule a meet and confer conference within thirty(30) days to seek to resolve. F. CITY and CONTRACTOR shall execute appropriate Change Orders covering changes to the time or price by executing the Change Order by mutual agreement. If the CITY and CONTRACTOR are unable to reach a mutual agreement, then the City Engineer shall issue a written decision on the claim within a reasonable time. G. Following the meet and confer conference, if the Demand remains in dispute,the CONTRACTOR may file a claim with the City as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910)of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within Which a claim must be filed shall be tolled from the time the CONTRACTOR submits his • 10 16-5195/City Funded Construction Contract.docx—revised 04/20]6 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 for completion, DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings warrant. 14. PROGRESS PAYMENTS Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, five percent (5%) will be deducted and retained by CITY and the remainder of the progress estimate, less the amount of all previous payments since commencement of the work,will be paid to CONTRACTOR. When CONTRACTOR has, in the judgment of DPW, faithfully executed fifty percent(50%) or more of the value of the work as determined from the bid schedule, and if DPW finds that satisfactory progress has been and is being made, CONTRACTOR may be paid such II I6-5195/City Funded Construction Contract.docx—revised 04/2016 sum as will bring the payments of each month up to one hundred percent (100%) of the value of the work completed since the commencement of the PROJECT,as determined in its sole discretion by DPW, less all previous payments and less all previous retained amounts. CITY's final payment to CONTRACTOR, if unencumbered,or any part thereof unencumbered,shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Provided, however,that in the event of a dispute between CITY and CONTRACTOR, CITY may withhold from the final payment an amount not to exceed 150 percent of the value of any disputed amount of work. Payments shall be made on demands drawn in the manner required by law,each payment to be accompanied by a certificate signed by DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as an acceptance of any part of the work. 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR,who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors working upon the PROJECT have been paid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items,if any,to be set forth in CONTRACTOR's affidavit covering disputed claims, 12 16-5195/City Funded Construction Contract.docx—revised 04/2016 or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY,forfeit twenty-five dollars($25)for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 18. CALIFORNIA PREVAILING WAGE LAW A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by 13 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 Iiable, including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY, its officers, elected or appointed officials, employees, agents, and volunteers. CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall approve selection of CONTRACTOR's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. 24. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 16 16-5195/City Funded Construction Contract.docx—revised 04/2016 25. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to defend,hold harmless and indemnify CITY, CONTRACTOR shall obtain and furnish to CITY, a policy of general public liability insurance, including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single Iimit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000) per occurrence. If coverage is provided under a form which includes a designated general aggregate limit,the aggregate limit must be no less than One Million Dollars($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees,agents,and volunteers(the"Additionally Insured Parties")as Additional Insureds,and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary and non-contributory with any other valid and collectible insurance or self-insurance available to the Additionally Insured Parties. Any available insurance proceeds in excess of the minimum coverage amount specified herein shall be available to the Additionally Insured Parties. All coverage available to CONTRACTOR shall also be available to the Additionally Insured Parties. Under no circumstances shall said above-mentioned insurance contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Five Thousand Dollars ($5,000.00) is permitted. CONTRACTOR shall be responsible for causing all Subcontractors to maintain the same types and limits of insurance coverage as that required of CONTRACTOR by this Agreement. 17 16-5195/City Funded Construction Contract.docx—revised 04/2016 26. CERTIFICATES OF INSURANCE;ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement;the certificates shall: 1. Provide the name and policy number of each carrier and policy; 2. State that the policy is currently in force; and 3. Promise to provide that such policies wiII 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. I8 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(I 0)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 oftwo(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 COMET ELECTRIC,INC. ATTN:David Fait , Public Works ATTN: Adam Saitman 2000 Main Street 21625 Prairie Street Huntington Beach, CA 92648 Chatsworth, CA 91311 35. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of maters included or excluded from such provisions,and do not interpret,define, limit or describe,or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 21 16-5195/City Funded Construction Contract.docx—revised 04/2016 36. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of United States Code Section 1324a regarding employment verification. 37. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services,and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. 38. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the non-prevailing party. 39. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the 22 16-5195/City Funded Construction Contract.docx--revised 04/2016 context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 40. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 41. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 42. CONSENT Where CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be consent/approval to any subsequent occurrence of the same or any other transaction or event. 43. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement shall so survive. 44. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 23 16-5195/City Funded Construction Contract.docx—revised 04/2016 45. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 46. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation,and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements,promises, agreements or warranties,oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached Exhibit "A", contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 24 16-5195/City Funded Construction Contract.docx—revised 04/2016 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers on y AtA 20Th , 20 2S . CONT:,- O' . CITY OF HUNTINGTON BEACH,a municipal _ corporation the State o alifornia By: Q.eNJet Mier (print name) *44' *Or ITS: Chairman/President/Vice-President ity Clerk 31 - (circle one) INITIATED AND APPR AND By: Director of Public Works J15dn ►pe►m;r1-64 (print name) REVIEWED AND APPROVED: ITS: Secretary / Chief Financial Officer / Asst. Secretary(Treasurer) (circle one) City pager APPROVED AS TO FORM: City Attorney (LA., 25 16-5195/City Funded Construction Contract.docx—revised 04/2016 SECTION C PROPOSAL for the construction of Traffic Signal on Gothard Street at Murdy Fire Station C.C.No. 1672 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 40 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts,and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bid Bond in the amount of 10% which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed 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 ' • :'. C-2 SECTION C PROJECT BID SCHEDULE TRAFFIC SIGNAL ON GOTHARD STREET AT MURDY FIRE STATION C.C. NO. 1672 BID ITEMS Item Description;' Quantity Unit`. Unit Cost; Total Cost- No. (Extension) 1 Mobilization 1 LS $2D 341 d' $20,341 °' 2 Furnish Project Traffic Control 1 LS $ 7,POI) $ 7Voa 3 Installation and maintenance of BMPs 1 LS $5,50 0 eJ $ 3,5oo 4 Furnish and Install Traffic Signal 1 LS $182,115° $ 18.3,$h5o 5 Furnish and Install 3"Conduit per SCE 100 LF $ `�g $ q $oD Er) requirements Furnish and install 12 Single Mode Fiber Optic 6 (SMFO)Cable 350 LF $ 5.ID $ 11$5' Fusion Splice New 12 SMFO Cable to Existing ODD 144 SMFO Cable I LS $ Z, $ 21000 8 Furnish and Install Fiber Switch Complete 1 EA $ 54oaa $ Sddi) J 9 Furnish and Install Fiber Termination Unit 1 EA $ WOO $ I, 300 4,* o0 10 Furnish and Install Signing and Striping 1 LS $/0)500 $ ►O}Soo 11 Pothole for Utilities(Not Shown on Plans) 10 EA $ 5bea $_51Doo Test Network Communications and System 12 LS $3 5 $ 3 5�a Documentation 1 , Gi0 13 As-Built Plans 1 LS $ 59f o° $ 556 e TOTAL BID AMOUNT $ ,26y1 (ab, TOTAL BID AMOUNT IN WORDS: Two Fill "go hp t15ca,Ar10Q TO 0 I-j Wrt,o,rcd S+xf-j. Sb< J7/415 7--"' rU !etii-$ C-2.1 Note: Refer to Section 7,Measurement and Payment. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The owner reserves the right to reject any or all proposals and bid items. C-2.2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Bid Name and Address of Subcontractor Stale Class Dollar %of Item(s) License Amount •;..•: Contract • Number _ . . Li ► � cA 1e5 9a50 C,I�I ' Cb� D69 f g28n °a 7 /6 3 J atxpA J d.1l eA ,C0. °t'15 St'? c P es L g 77(05oU d� 53 2- y fit, 4lrQ �P/, C,ipre55 ,e-a 70i,30 c&t)a Atipgz � a9 �� � � Coa �PA.tqw-C ` uca `�B�t$° Go /6,g1oa ,a a 8• zoD 5 erb �z S�Rt�-�►c�wCuca�nt R.0 .1/13o cry By submission of this proposal,the Bidder certifies: I. 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 on4/9/2025, at Chatsworth , Ca. Date City State Adam Saitman , being first duly sworn, deposes and says that he or she is President of Comet Electric, Inc. the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyonefix the bidprice, or that of any to 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. Comet Electric. Inc. Name of Bidder Signature of Bidder Adam Saaman 21625 Prairie Street Chatsworth CA . 91311 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 Traffic Signal on Gothard Street at Murdy Fire Station - C.C. No, 1672, (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. Comet Electric, Inc. Contractor By Adam Saim,a,, President Title Date: 4/9/2025 c-s DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified,removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes El No If the answer is yes,explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion 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. Comet Electric, Inc. Contractor By Adam Sainnan President Title Date: 4/9/2025 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Comet Electric,Inc. Bidder Name • 91695 Prairie. Stre Business Address Chatsworth CA 91311 City, State Zip ( 818 ) 340-0965 Telephone Number 681827 A,B, C-10 State Contractor's License No.and Class 12/09/1993 Original Date Issued 12/31/2025 Expiration Date The work site was inspected by Steve Brown of our office on April 2nd ,2025 The following are persons,firms,and corporations having a principal interest in this proposal: Adam Saitman, President Jeret Garcia. CEO Jason Pennington,Treasurer C-8 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. Cornet ElectricJnc. Company Name Signature of Bidder Adam Saitman Printed or Typed Signature Subscribed and sworn to before me th►s0 day of A Y i 202 c 7 NOTARY PUBLIC C1747) NOTARY SEAL KRIS TEN RENEE CZUPRYN Notary Public-California _\Y-o Oran ye County J.0,0 My_Commissi C Ey o-y 2360170 om pi�es lun 1,2025 C-9 NOTARY CERTIFICATE Subscribed and sworn to before me this_day of \ , 20_ . A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness,accuracy, or validity of that document. State of r(" t t Z�Y N ia ) County of (/OC per(c to S ) On }\p' l r 6{ 2-02 before me, .- 4 V My 12-u WZ Month,Day, and Year Insert Name and Title of Notary U 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. KRISTEN RENEE CZUDRYN .. , Notary Public California WITNESS my hand and official seal. � : Orange County AN Commission a'2360170 My Comm.Exebes h.e 7,2025 (-CA \ Signature Signatur)Nc4ft Public (PLACE NOTARY SEAL ABOVE) C-10 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of traffic signal improvements,underground signal conduit,and the installation of fiber optic cable for communication.Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names,address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: i. Please see log attached Name and Address of Public Agency Name and Telephone No.of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. Name and Address of Public Agency Name and Telephone No.of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3. Name and Address of Public Agency Name and Telephone No.of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-11 Comet Electric Open Project List lobo Job Description Job Address Customer Contact Contact Phone Owner Value 15-062 Westslde Subway Extension Pro) Wilshire&La Brea Los Angeles CA,90036 Skanslta-Traylorbhea JV Skanska-Traylor-Sh 951-684-5360 LACMTA 21,614,303 'for 2024 project experience sheets 17-188 LACCD Pierce Auto Tech Ed Desg 6201 Winnetka Ave Los Angeles CA.91371 Harper Construction Company Harper Constructio 619-233-7900 Los Angeles Community College District 145,730 18.030 LAX Automated People Mover LAX,Los Angeles,CA LINXS LINXS 949-420-5008 Los Angeles World Airports 61,517,880 19-0728 Ferrante SL&TS 1000 W.Temple Street Los Angeles CA,0 G.H.Palmer OH Palmer 213-3469796 Palmer Beaudry Ave Properties LP 215,322 20-003 8th&Figueroa TS and 5L 8th&Figueroa Los Angeles CA,90012 Lend Lease Lendlease 213-430-4660 Mitsui Fudosan America 394,955 20-046 Regional Connectors TS and IL 0 0 0,0 Regional Connector Constructor Cindy Hiebert 951-368-6411 LACMTA 4,883,930 20-078 West Edge Bundy/Olymplc SL/TS 12101 W.Olympic Blvd.Los Angeles CA,90064 WE O'NEIL WE O'Neil 310-643-7900 Phllena Joint Venture,LLC 99,609 20-082 CoL4 High Voltage Conversion F various Intersections Los Angeles CA,0 CITY OF LOS ANGELES City of Los Angeles 0 City of Los Angeles 1,446,630 20-094 Metro Center St Project D/8 410 Center Street Los Angeles CA,90012 Si AMOROSO CONSTRUCTION CO Amoroso 714-433-2326 LACMTA 32.918.000 20-094A Metro Center St Temp Power 410 Center Street Los Angeles CA.90012 Sl AMOROSO CONSTRUCTION CO Amoroso 0 0 100.000 I 21-015 Sun Valley Care Sunland Blvd at Penrose Street Sun Valley CA,0 Sun Valley Care Development,I Sun Valley Care 310-466-8321 Sun Valley Care Development,Inc. 143,065 21-022 LAX T6 600 World Way Los Angeles CA.90045 Comet Electric Cornet Electric 0 0 1.966.742 21-028 Caltrans 07.291404(Trances) PCH from Guernsey Ave/Tra nos Malibu CA,0 Stacy&Wltbeck,Inc. Stacy&Witbeck 510-748-1205 Cal Dept of Transportation,Dist 7 232,966 21-034 No Hollywood Laurel Canyon TS Laurel Canyon North Hollywood CA,0 WE O'NEIL W.E.O'Neil 310-643-7900 Merlon Geier Management,LLC 1,189,960 21-042 Caltrans 08-0E33U4 Cucamonga Cucamonga Creek Bridge to 0 0,0 Ames Construction Inc Ames Construction 602-431-2111 State of California.Dept of Transportation 950,755 21-047 Pacoima Spreading Grounds 10460 N.Arleta Ave Arleta CA,91331 Ames Construction Inc Ames Construction 602-431-2111 Los Angeles County Dept of Public Works 900,423 3054 Johnson Dr at Loop Road Ventura CA, 21.069 WIllow TS and SL 93003 G.H.Palmer Gil Palmer 213-346-9796 Palmer Ventura Properties LP 456,870 21-094A 960 W.7th St TS&SL 960 W 7th St Los Angeles CA,0 Griffith Company Griffith Company 714-984-5500 Maguire Properties-755 S.Figueroa LLC 208,542 i 22-021 Caltran-PCH Ea SanGabriel River PCH Ea 7th Street&CA22 Long Beach 0,0 SULLY MILLER CONTRACTING Sully Miller 0 CALTRANS 938,799 22-025 North East Valley Traffic Impr 0 Los Angeles 0,0 CITY OF LOS ANGELES City of Los Angeles 213-978-0262 City of Los Angeles 2,995,440 22-028 Caltrans 07-307104 Agoura Hill 0 Agoura Hills 0,0 CA RASMUSSEN INC Rasmussen 661367-9040 State of California 300,307 22-031 Providence Tarzana TS&SL Reseda and Burbank Tarzana CA,91356 AV Construction,Inc AV Inc 714-964.4838 Tarzana Medical Center,LLC 196,295 I 22-032 1340 Hill Street Si.BSL 1340 Hill Street Los Angeles 0,0 CBG Building Company CoG Building Comp 818-341.1753 City of Los Angeles,Dept Public Works 144.001 22-049 Landale and Laurel Canyon TS 4533 Laurel Canyon Blvd Studio City CA 0 Campbell Hall Campbell Hall 818-505-5381 Campbell Hall 248,236 22-050 TOPA Fitness Center 11911 San Vkente Blvd Los Angeles CA.0 ROBT W STANHOPE COMPANY Stanhope 626-812-8860 Dusenberg Investment Company 107,313 22-051 Pierce College Flashing Crosses 6201 Winnetka Ave Woodland Hills CA.91367 Axiom Group Axiom Group 323-612.6343 Los Angeles Community College District 149,925 22-052 Riverside Street Light Replace 3900 Maln St Riverside CA,92522 City of Riverside City of Riverside 951-826-5311 City of Riverside 4,953,008 22-057 Caltrans 07-317904 101 Fwy and Encino Ave 0 0,0 Beador Construction Company,I Beador Constructic 951-674-7352 Caltrans 284,936 22-059 LACMTA Crenshaw/LAX Punch Out Crenshaw 81yd Los Angeles CA,0 Griffith Company Griffith 562-929-1128 LACMTA 682,129 22-060 Caltrans 07-322404 Arroyo Seco Arroyo Seco Bridge and Orange Pasadena 0,0 Beador Construction Company,I Beador 951-674.7352 Caltrans 562,022 22-062 Civic Center,City of Palmdale 0 Palmdale CA,0 R.C.Becker&Son,Inc. RC Becker&Son 661.259.4845 City of Palmdale 264,734 22-067 BNSF-Ono Track 1535 W 4th Street San Bernardino CA,92411 Ames Construction Inc Ames Construction 951-3561275 The BNSF Railway Company 1.54E1.055 725 5.Figueroa 27th,28th R Los Angeles CA, 22-068 Jackson Lewis 90017 GCX LLC GCX 818-321-0882 EYP Realty,LLC 1,500.000 22-069 Disney 1st Floor Restrooms 500 S.Buena Vista Burbank CA,91521 s3 Builders S3 Builders 818-8234421 Disney Corporation Real Estate 79,354 22-072 Project Hollywood 5405 Jardy Place Los Angeles CA.90066 GCX LLC GCX 818-321-0832 Kamen Properties Co. 1,150,000 Desoto&Victory Burbank&101 Woodland Hits CA, 22-080C Westfield Topanga Phase 3C 91367 SULLY MILLER CONTRACTING Sully Miller Contras 714-578-9600 West Valley Owner LLC 204,540 22-080D Westfield Topanga Phase 4A Topanga&VanOwen Woodland Hills CA,0 SULLY MILLER CONTRACTING Sully Miller Contras 714-578-9600 West Valley Owner LLC 1,516,743 Topanga Cnyn and Ventura Blvd.Woodland Hills 22-080E Westfield Topanga Phase 48 CA,0 SULLY MILLER CONTRACTING Sully Miller Contra,'714-578-9600 West Valley Owner LLC 1,941,614 PCH from Jamboree to Santa Ana Newport Beach 22-081 Caltrans 12-0R4104 Newport CA,0 RJ Noble RI Noble 714-637-1500 Caltrans/Dept of Transportation S58.302 22-091 SBK1 1820 Broadway Santa Monica CA,90404 GCX LLC GCX 913-748-5295 Supercharged LLC 31820 Broadway LLC 1,943,598 22-091A 5810-Transportation 1820 Broadway Santa Monica CA,90404 _Comet Electric Comet Electric 0 0 469,524 Broadway between Cesar Chavez Los Angeles CA 23-007 La Plaza-Mid Block Crossing _0 La Plaza Village,LLC La Plaza Village,LLi 0 La Plaza Village,LLC 135,066 Long Beach Blvd&Wardlow Long Beach CA, 23-008 Long Beach Blvd&Wardlow TS 90807 Norm Wilson&Sons,Inc. Norm Wilson 562-634-7933 838.5 Partners LLC 72.351 23.009 City of LA Temp Traffic Signal Arlington Ave&Pico Blvd Los Angeles 0,0 STEVE BUBALO CONSTRUCTION CO Steve Bubalo Const 626-574-7570 City of LA,Dept of Transportation 26,899 23-011 100 Corson'laza 100 Corson Street Pasadena CA.91103 Webcor _Webcor 510-748-1900 100 Corson LLC 275,000 23-019 Broadway Historic Theater Dist Broadway btween 6.5.4th Los Angeles CA,0 Access Pacific Access Pacific _626-792-0616 City of Los Angeles 1,528,004 23-020 The Lawn-Suite 265 11911 San Vicente Los Angeles CA,90049 ROBT W STANHOPE COMPANY Stanhope Co 626-812-8860 Topa Prop Group,Inc,A Cal Corp 89,091 23-023 CONRAC Arbor Vitae Cross Arbor Vitae and Portal Ave 0 0,0 PCL PCL 747.441-0126 Los Angles World Airports 402,352 Jobe Job Description Job Address Customer Contact Contact Phone Owner Value 23-026 NoHo Chandler&Lankershim PPB Chandler and Lankershim North Hollywod 0,0 Richman Property Services,Inc Richman Property!714-887-6591 Chandler Apartments of Cal.,LLC 74,008 23-027 LAX AA TBITSEDS CTX Install 380 World Way West Los Angeles CA,0 Vertex Aerospace Vertex 0 Los Angeles World Airport 75,635 23-031 Harbor UCLA Medial Center 1000 W-Carson St Torrance CA,90502 Hensel Phelps Hensel Phelps 949-852-0111 County of LA Dept Public Works 286,715 23-033 LADPW TS 120th Street 120th Street 0 0,0 DEPARTMENT OF PUBLIC WORK LA DPW 626-458-5100 LA County Dept Public Works 1,446,159 23-037 LAX T2 DAS Build 200 World Way Los Angeles CA,90045 Aztecs Aztecs 714-373-1560 LAWA 1,107,981 23-039 TBITEC-Infrared Scanning 380 World Way Los Angeles CA,90045 TBITEC TBITEC 424-270-5146 0 28,419 23-043 34015 LaCienega:BL.S.ATT,5pec 34015 La Cienega Los Angeles CA.90016 Lend Lease Lendlease 650-400-3991 La Clenega Owner LLC 1,442.514 4100 Donald Douglas Dr.Long Beach,CA 90808 0, 23-049 LGB Clear Office Fiber&Power 0 Clear Clear 413.575.1664 0 35,438 23-050 Claremont'rlountaln&Thompson Mountain&Thompson Creek Claremont 0,0 City of Claremont City of Claremont 909-399-5480 City of Claremont 88,099 23-053 Lakewood High School 4400 Briercrest Ave Lakewood CA,90713 Balfour Beatty Irfrastructure, Balfour Beatty 949-566-1512 Long Beach Unified School District 835,819 23-055 Willowbrook 2 Project 0 Alhambra CA,0 Environmental Construction Environmental Con 818.449.8920 Los Angeles County Public Works 613,579 23-057 Chapel Ave Removal&Relocatlo 103 N.Chapel Ave Alhambra CA,0 Walton Construction.Inc. Walton Constructic 909-267-7873 Chapel Housing Partnership 33,795 23.063A Westside Purple Line Ext Sec 3 11301 Wilshire Blvd Los Angeles CA,0 SWINERTON BUILDERS Swinerton 0 LACMTA 10,698,244 23-063B Westside Purple Line Ext(Tran 0 Los Angeles 0,0 SWINERTON BUILDERS Swinerton 213-465-5382 LACMTA 5,244,592 23-064 200 Vermont SI RR 200 N.Vermont Los Angeles CA,90004 Wilshire Construction LP Wilshire Constructi 213.788.3339 200 North Vermont QOZB,LP 35.475 23-072 West Valley Connector Corridor 0 San Bernardino 0,0 Griffith Company Griffith Company 562.929.1128 San Bernardino Country Transit Authority 28.594,332 23-072AB West Valley Connector Corridor 0 San Bernardino CA,0 Griffith Company Griffith Company 562.929-1128 0 5,534,887 23-072AC West Valley Connector Corridor 0 San Bernardino CA,0 Griffith Company Griffith 562-929-1128 0 238,829 23-072A0 West Valley Connector Corridor 0 San Bernardino 0.0 Griffith Company Griffith 562-929-1128 0 386,478 23-072AG Wert Valley Connector Corridor 0 San Bernardino 0,0 Griffith Company Griffith 562.929.1128 0 500,272 23-076 T6 DAS 600 World Way Los Angeles CA,90045 Aztecs Aztecs 562-343-0682 Los Angeles World Airports 2.650,801 23-078 The Brine 3000 N Main Street Lincoln Heights CA,0 Walton Construction,Inc. Walton Constructic 626-484-1601 Brine Residential,L.P. 117,270 23-082 Sirius XM 953 N.Sycamore Ave Los Angeles CA,90038 Sirius XM Radio Inc. Sirius 310-279.7641 Sirius XM 54,571 23.083 Sony Anthony Quinn 10202 Washington Blvd Culver City CA,90232 Holwick Constructors,Inc Holwick Constructc 310-277-8475 Sony Network Entertainment Inc. 120,367 23.084 LAX MSC ICE(Intl Currency Exc 284 World Way Los Angeles CA,90045 _Richard Honore Construction In Richard Honore Co 714-948-0089 Los Angeles World Airports 60,098 23-025 LAX CCTV Phase II 1 World Way Los Angeles CA,90045 Birch Systems.Inc Birth Systems 0,Los Angeles World Airports(LAWA) 3.031,332 23-088 9908 Santa Monica Blvd 9908 Santa Monica Bev Hills 0.0 SWINERTON BUILDERS Swinerton 0 City of Beverly Hills 132,008 23-089 CoT TS Replacement Van Ness and Dominguez Torrance CA,0 City of Torrance City of Torrance 0 our contact is Caleb Cho at 54,995 4640 Admiralty Way#1200 Marina Del Rey CA, 23-093 Seidler 90292 Intersape Construction,Inc Intersape 318-249-1324 Seidler Equity Partners 32,642 23-099 Palmdale Rancho Vista Rancho Vista at Armfleld Palmdale CA,93550 City of Palmdale City of Palmdale 0 City of Palmdale 733,131 23-103 ONTSWA Security Camera Instal 2900 E Airport Dr Ontario CA,0 SWINERTON BUILDERS Swinerton 0 Southwest Airlines 133,897 18710 S Wilmington Ave Rancho Dominguez CA, 23-105 Wilmington Ave Development 90220 Norm Wilson&Sons,Inc. Norm Wilson 562.634-7933 Carson Dominguez Properties.L.P. 188,644 23-106 Tustin Legacy 2525 E.Warner Ave Tustin CA,92782 Boudreau Pipeline Boudreau Pipeline 95.1.493.6780 City of Tustin 491,567 23-109 Don Julio LAX T6 600 World Way Los Angeles CA,90045 Altitude,Inc. Altitude,Inc 0 Host International,Inc. 31.889 23110 The Lawn Phase VI 11911 San Vicente Blvd Los Angeles CA,90049 ROST W STANHOPE COMPANY Stanhope 626-812-8860 Duesenberg Investment Co, 714,145 23-111 CalOptima 505 Gty Parkway West Orange CA.92868 SWINERTON BUILDERS Swinerton 949-408-0483 Orange County Health Authority.A Public Agen 480,056 23-111A Cal Optima TransportatIon 505 City Parkway West Orange CA,92868 Comet Electric Comet Electric 0 0 50,469 23-112 Lumia Street Lighting Repair 800 N.Azusa Ave Azusa CA,91702 Pacific Empire Builders Pacific Empire Built 818-396-8880 The Avenue Azusa,LLC 109.223 23-120 PofLA Vincent Thomas Bridge Vincent Thomas Bridge Long Beach 0,0 SKANSKA USA CIVIL Skanska 951.368-6411 0 9.938,515 24-002 City Inglewood TS/La Brea Lof La Brea and Regent Street City of Inglewood 0.0 One Electric LLC Fahad Naji 818-433-0188 201 N La Brea LLC 116,573 24-005 Mt San Antonio College Health 1100 N.Grand Ave Walnut CA,91789 Tilden-Coil Constructors Tilden-Coil 951-712-3409 Mt San Antonio Community College 37,384,516 48-22 T6 Tech Tables 600 World Way Los Angeles CA,90045 Alaska Airlines Alaska Airlines 907-575-3285 Alaska Airlines i 55,852 13-21 LAX T3 MultiCarrier Infrastruc 300 World Way Lox Angeles CA,90045 Aztecs Aztecs 562-343-0682 Los Angeles World Airports 146,799 37-22 DAS Parking Structure 1 1 World Way Los Angeles CA,90045 Aztecs Aztecs 714-373-1560 Los Angeles World Airports 996,234 38-22 DAS Parking Structure P2A 251 World Way Los Angeles CA,90045 Aztecs Aztecs 714-373-1560 Los Angeles World Airports 892,770 39-22 DAS Parking Structure P28 299 World Way Los Angeles CA,90045 Aztecs Aztecs 714-373-1560 Los Angeles World Airports 882,480 40-22 DAS Parking Structure P3 301 World Way Los Angeles CA,90045 Aztecs Aztecs 714-373-1560 Los Angeles World Airports 866,359 41-22 DAS Parking Structure P4 401 World Way Los Angeles CA,90045 Aztecs Aztecs 714-373-1560 Los Angeles World Airports 846,362 42.22 DAS Parking Structure P5 501 World Way Los Angeles CA,90045 Aztecs Aztecs 714-373-1560 Los Angeles World Airports 856,495 43-22 DAS Parking Struture P6 551 World Way Los Angeles CA,90045 Aztecs Aztecs 714-373-1560 Los Angeles World Airports 952,039 44-22 DAS Parking Structure P7 701 World Way Los Angeles CA,90045 Aztecs Aztecs 71a373.1560 Los Angeles World Airports 1,387,045 60-21 NELA Campos OAS Headend 10285 Post Way Los Angeles CA,90045 Aztecs Aztecs 562-343-0682 Los Angeles World Airports 9,017,467_ 81-21 lAX CIA Fiber 1 World Way Los Angeles CA,90045 Aztecs Aztecs 714-373-1560 Los Angeles World Airports 1,826,456 08.21A LAX Terminal 6 Redevelopment 600 World Way Los Angeles CA,90045 PCL ConstructIon PC1 425-495-2036 Alaska Airlines 4.510,438 O1.23 T1 Soto&Sanchez Refresh 100 World Way Los Angeles CA,90045 Premier Interior Development Premier Interior 805.791-0344 _Soto&Sanchez,Inc. 73,389 Job tt Job Description Job Address Customer Contact Contact Phone Owner Value 02-23 T3-Evolve 300 World Way West Los Angeles CA,90045 Premier Interior Development Premier 805-791-0344 Hudson Group Retail LLC 302,382 79-21 LAX BIT AntiCollision&Prepos 380 World Way Los Angeles CA,90045 ThyssenKrupp Airport Systems, Thyssen 817-825-1333 Los Angeles World Airports 625,792 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. Elizabeth Reyes Name of proposed Project Manager Telephone No.of proposed Project Manager: 818-271-4700 North Hollywood Laurel Canyon Traffic Signal $1,189,960 Open Project Name&Contract Amount Type of Work Date Completed Caltrans 08-0E33U4 Cucamonga Traffic Signal $ 950,755 Open Project Name&Contract Amount Type of Work Date Completed LADPW 120th Street Traffic Signal $1,107,981 Open Project Name&Contract Amount Type of Work Date Completed 2. Steve Brown Name of proposed Superintendent Telephone No.of proposed Superintendent: (818)674-9674 See above for projects listed Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed C-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=di splayPWCRegistrationForm 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. Comet Electric,Inc. Contractor By 7 Adam Saitman President Title Date: 4/9/2025 PWC Registration is 1000005203 C-13 Client#: 186291 VALLELEC2 C� ACORD„, CERTIFICATE OF LIABILITY INSURANCE GATE(MMIDD/YYYY)6/10/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder Is an ADDITIONAL INSURED,the pollcy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAMEACT Trisha Hankey Propel Insurance P{{oN I 800 499-0933 FAx 866 577-1326 (AIC,No,Eat). 1AfC,No): 601 Union Street; Suite 3400 ADDREss: trisha,hankeycd)propellnsurance.com COM Construction Seattle,WA 98101-1371 INSURER(S)AFFORDING COVERAGE NAIC INSURER A:Hartford Fire Insurance Company 19682 INSURED INSURER B:Travelers Property Casualty CoofAmerlca 25674 Comet Electric,Inc. Twin CityFire insurance Co. 29459 21625 Prairie Street INSURER C: INSURER D:Berkley Assurance Company 39462 Chatsworth,CA 91311 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLISUBR PO��{{Cyy EL�F POLICY EXP LTA TYPE OF INSURANCE 1dSR wyp POLICY NUMBER (MMIDD/YYYY) {NMIDDIYYYl1 LIMITS A X COMMERCIAL GENERAL LIABILITY 52UENOE0328 04/01/2025 04/01/202 EACH OCCURRENCE $2,000,000 lCLAIMS-MADE X OCCUR PREMISES{EeEoNceunence) $300,000 MED EXP(Any one person) S 10,000 PERSONAL&ADV INJURY S 2,000,000 GENT_AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 PRO- POLICY X JECT LOC PRODUCTS-COMP/OP AGO $4,000,000 OTHER: $ A -AUTOMOBILE LIABILITY 52UENOE0329 04/01/2025 04101/2026{CE ao�d"deD SINGLE LIMIT $2,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY AUTOS X lAira ONLY X NON-OWNED PROPERTY DAMAGE AUTOS ONLY (Per accident) $ B UMBRELLA LIAR X OCCUR CUP9X20722425NF 04/01/2025 04/01/202S EACH OCCURRENCE $1,000,000 X EXCESS LIAR CLAIMS-MADE AGGREGATE S1,000,000 DED RETENTIONS S C WORKERS COMPENSATION 52WEOE0B2D 04/01/2025 04/01/202 X STATUTE ERH AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? NI N/A (Mandatory In NH) -- E.L.DISEASE-EA EMPLOYEE S1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT Si,000,000 D Poll/Prof PCADB50238151225 04/01/2025 04/01/202 $5M/$5M/$100k SIR B Lease/Rent Equip QT6307R806581TIL24 12/31/2024 04/01/202 $350,000/$1,000 ded. Install Float. QT6307R806581TIL 12/31/2024 04/01/2026 $1M/$1,000 ded. DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD lot,Additional Remarks Schedule,may be attached if more space is required) RE:Comet job 25-030/Traffic Signal on Gothard Street at Murdy Fire Station, Huntington Beach, CA.\IL AS TO FOR City of Huntington Beach,its agents,officers,elected or appointed officials,employees,aAfil t�l teems are included as additional insured,as set forth in the attached form(s), D : J.VIGLIOTTA CITY ATTORNEY CERTIFICATE HOLDER CANCELLATION CIT\r OF HUNTING MICHAELTON t�EACH Cityof Huntington Beach SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE g THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2000 Main Street ACCORDANCE WITH THE POLICY PROVISIONS. Huntington Beach, CA 92648 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #57380770/M7232704 KTROO POLICY NUMBER: 52 DEN OE0328 ' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - OPTION I This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Designated Project(s) Or Location(s) Or Organization(s): Of Covered Operations: CITY OF HUNTINGTON BEACH, AS REQUIRED BY WRITTEN CONTRACT :TS OFFICERS, ELECTED OR APPOINTED OFFICIALS, AGENTS, EMPLOYEES, AND VCLUN_ ES. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. With respect to those person(s) or organization(s) (3) In connection with "your work" for the shown in the Schedule above when you have additional insured at the project(s) or agreed in a written contract or written agreement location(s) designated in the Schedule to provide insurance such as is afforded under this and included within the "products- policy to them, Subparagraph f., Any Other completed operations hazard", but only if: Party, under the Additional Insureds When (a) The written contract or written Required By Written Contract, Written agreement requires you to provide Agreement Or Permit Paragraph of Section II — such coverage to such additional Who Is An Insured is replaced with the following: insured at the project(s) or location(s) f. Any Other Party designated in the Schedule; and Any other person or organization who is not (b) This Coverage Part provides an insured under Paragraphs a. through e. coverage for "bodily injury" or above, but only with respect to liability for "property damage" included within the "bodily injury", "property damage"or"personal "products-completed operations and advertising injury" caused, in whole or in hazard". part, by your acts or omissions or the acts or The insurance afforded to the additional omissions of those acting on your behalf: insured shown in the Schedule applies: (1) In the performance of your ongoing (1) Only if the "bodily injury" or "property operations for such additional insured at damage" occurs, or the "personal and the project(s) or location(s) designated in advertising injury"offense is committed: the Schedule; (a) During the policy period;and (2) In connection with your premises owned (b) Subsequent to the execution of such by or rented to you and shown in the Schedule; or written contract or written agreement; and Form HS 24 80 07 13 Page 1 of 2 © 2013,The Hartford (Includes copyrighted material of Insurance Services Office, Inc.,with its permission.) (c) Prior to the expiration of the period of When You Add Others As An Additional time that the written contract or written Insured To This Insurance agreement requires such insurance (a) Primary Insurance When Required By be provided to the additional insured. Contract (2) Only to the extent permitted by law; and This insurance is primary if you have agreed (3) Will not be broader than that which you in a written contract or written agreement that are required by the written contract or this insurance be primary. If other insurance written agreement to provide for such is also primary, we will share with all that additional insured. other insurance by the method described in With respect to the insurance afforded to the Paragraph (c)below. This insurance does not person(s)or organization(s)that are additional apply to other insurance to which the insureds under this endorsement, the additional insured in the Schedule has been following additional exclusion applies: added as an additional insured. This insurance does not apply to "bodily (b) Primary And Non-Contributory To Other injury", "property damage" or "personal and Insurance When Required By Contract advertising injury" arising out of the rendering This insurance is primary to and will not seek of, or the failure to render, any professional contribution from any other insurance architectural, engineering or surveying available to an additional insured under your services, including: policy provided that: (1) The preparing, approving, or failing to (i) The additional insured in the Schedule is prepare or approve maps, shop drawings, a Named Insured under such other opinions, reports, surveys, field orders, insurance; and change orders, designs or specifications; (ii) You have agreed in a written contract or or written agreement that this insurance (2) Supervisory, inspection, architectural or would be primary and would not seek engineering activities. contribution from any other insurance The limits of insurance that apply to the additional available to the additional insured in the insured shown in the Schedule are described in the Schedule. Limits Of Insurance section. (c) Method Of Sharing How this insurance applies when other insurance is If all of the other insurance permits available to the additional insured is described in the contribution by equal shares, we will follow Other Insurance Condition in Section IV — this method also. Under this approach, each Commercial General Liability Conditions, except as insurer contributes equal amounts until it has otherwise amended below. paid its applicable limit of insurance or none of B. With respect to insurance provided to the the loss remains, whichever comes first. person(s) or organization(s) that are additional If any of the other insurance does not permit insureds under this endorsement, the When You contribution by equal shares, we will Add Others As An Additional Insured To This contribute by limits. Under this method, each Insurance subparagraph, under the Other insurer's share is based on the ratio of its Insurance Condition of Section IV—Commercial applicable limit of insurance to the total General Liability Conditions is replaced with the applicable limits of insurance of all insurers. following: All other terms and conditions in the policy remain unchanged. Page2of2 FormHS24800713 SECTION II -WHO IS AN INSURED "volunteer worker" as a consequence 1. If you are designated in the Declarations as: of Paragraph (1)(a)above; a. An individual, you and your spouse are (c) For which there is any obligation to insureds, but only with respect to the conduct share damages with or repay someone of a business of which you are the sole else who must pay damages because owner. of the Injury described in Paragraphs b. A partnership or joint venture, you are an (1)(a)or(1)(b)above;or insured. Your members, your partners, and (d)Arising out of his or her providing or their spouses are also insureds, but only with failing to provide professional health respect to the conduct of your business. care services. c. A limited liability company, you are an If you are not in the business of providing insured. Your members are also insureds, but professional health care services: only with respect to the conduct of your (a)Subparagraphs (1)(a), (1)(b) and (1)(c) business. Your managers are insureds, but above do not apply to any "employee" only with respect to their duties as your or"volunteer worker" providing first aid managers. services; and d. An organization other than a partnership, joint (b)Subparagraph (1)(d) above does not venture or limited liability company, you are apply to any nurse, emergency medical an insured. Your "executive officers" and technician or paramedic employed by directors are insureds, but only with respect to you to provide such services. their duties as your officers or directors. Your (2) "Property damage"to property: stockholders are also insureds, but only with respect to their liability as stockholders. (a) Owned, occupied or used by, e. A trust, you are an insured. Your trustees are (b)Rented to, in the care, custody or also insureds, but only with respect to their control of, or over which physical duties as trustees. control Is being exercised for any purpose by 2. Each of the following is also an insured: you, any of your "employees", "volunteer a. Employees And Volunteer Workers workers", any partner or member (if you Your "volunteer workers" only while are a partnership or joint venture), or any performing duties related to the conduct of member (if you are a limited liability your business, or your "employees", other company). than either your"executive officers"(if you are b. Real Estate Manager an organization other than a partnership, joint venture or limited liability company) or your Any person (other than your "employee" or managers (if you are a limited liability "volunteer worker"), or any organization while company), but only for acts within the scope acting as your real estate manager. of their employment by you or while c. Temporary Custodians Of Your Property performing duties related to the conduct of Any person or organization having proper your business. temporary custody of your property if you die, However, none of these "employees" or but only: "volunteer workers"are insureds for: (1) With respect to liability arising out of the (1) "Bodily injury"or"personal and advertising maintenance or use of that property; and injury": (2) Until your legal representative has been (a)To you,to your partners or members (if appointed. you are a partnership or joint venture), d. Legal Representative If You Die to your members (if you are a limited Your legal representative if you die, but only liability company), to a co-"employee" with respect to duties as such. That while in the course of his or her representative will have all your rights and employment or performing duties duties under this Coverage Part. related to the conduct of your business, or to your other "volunteer e. Unnamed Subsidiary workers" while performing duties Any subsidiary, and subsidiary thereof, of related to the conduct of your yours which is a legally incorporated entity of business; which you own a financial interest of more (b)To the spouse, child, parent, brother or than 50% of the voting stock on the effective sister of that co-"employee" or that date of the Coverage Part. HG 00 01 0916 Page 11 of 21 The insurance afforded herein for any A person or organization Is an additional insured subsidiary not named in this Coverage Part under this provision only for that period of time as a named insured does not apply to Injury required by the contract or agreement. or damage with respect to which such insured However, no such person or organization is an is also a named insured under another policy insured under this provision If such person or or would be a named insured under such organization Is Included as an insured by an policy but for its termination or the exhaustion endorsement issued by us and made a part of of its limits of insurance. this Coverage Part. 3. Newly Acquired Or Formed Organization a. Vendors • Any organization you newly acquire or form, Any person(s) or organization(s) (referred to other than a partnership, joint venture or limited below as vendor), but only with respect to liability company, and over which you maintain "bodily injury" or "property damage" arising financial interest of more than 50% of the voting out of"your products"which are distributed or stock, will qualify as a Named Insured if there is sold in the regular course of the vendor's no other similar insurance available to that business and only if this Coverage Part organization. However: provides coverage for "bodily injury" or a. Coverage under this provision Is afforded only "property damage" included within the until the 180th day after you acquire or form "products-completed operations hazard". the organization or the end of the policy (1) The insurance afforded the vendor is period,whichever is earlier; subject to the following additional b. Coverage A does not apply to "bodily Injury" exclusions: or "property damage" that occurred before This insurance does not apply to: you acquired or formed the organization;and "Bodily for c. Coverage B does not apply to "personal and (a)which then endorry"or yis o damage"roperty obligated d to pay advertising injury" arising out of an offense damages by reason of the assumption committed before you acquired or formed the of liability in a contract or agreement. organization. This exclusion does not apply to 4. Nonowned Watercraft liability for damages that the vendor With respect to watercraft you do not own that is would have in the absence of the less than 51 feet long and is not being used to contract or agreement; carry persons for a charge, any person is an (b)Any express warranty unauthorized by insured white operating such watercraft with your you; permission. Any other person or organization (c)Any physical or chemical change In the responsible for the conduct of such person Is product made intentionally by the also an insured, but only with respect to liability vendor; arising out of the operation of the watercraft, and (d)Repackaging, except when unpacked only if no other insurance of any kind is available solely for the purpose of inspection, to that person or organization for this liability. demonstration, testing, or the However,no person or organization is an insured substitution of parts under instructions with respect to: from the manufacturer, and then a. "Bodily injury" to a co-"employee" of the repackaged in the original container; person operating the watercraft;or (e) Any failure to make such Inspections, b. "Property damage" to property owned by, adjustments, tests or servicing as the rented to, In the charge of or occupied by you vendor has agreed to make or normally or the employer of any person who is an undertakes to make in the usual insured under this provision. course of business, in connection with b. Additional Insureds When Required By the distribution or sale of the products; Written Contract, Written Agreement Or (f) Demonstration, installation, servicing Permit or repair operations, except such The following person(s) or organization(s) are an operations performed at the vendor's additional insured when you have agreed, in a premises in connection with the sale of written contract,written agreement or because of the product; a permit issued by a state or political subdivision, (g) Products which, after distribution or that such person or organization be added as an sale by you, have been labeled or additional insured on your policy, provided the relabeled or used as a container, part Injury or damage occurs subsequent to the or ingredient of any other thing or execution of the contract or agreement. substance by or for the vendor;or Page 12of21 HG00010916 (h)"Bodily injury" or "property damage" omissions of those acting on your behalf: arising out of the sole negligence of the (1) In connection with your premises;or vendor for its own acts or omissions or (2) In the performance of your ongoing those of its employees or anyone else operations performed by you or on your acting on its behalf. However, this behalf. exclusion does not apply to: (i)The exceptions in Sub- With respect to the insurance afforded these paragraphs(d)orcontained r additional insureds, the following additional exclusion applies: (ii) Such inspections, adjustments, This insurance does not apply to "bodily tests or servicing as the vendor has Injury", "property damage" or "personal and agreed to make or normally advertising injury"arising out of the rendering undertakes to make in the usual of or the failure to render any course of business, in connection professional services by or for you, Including: with the distribution or sale of the products. 1. The preparing, approving, or failing to prepare or approve, maps,shop drawings, (2) This insurance does not apply to any opinions, reports, surveys, field orders, Insured person or organization, from change orders or drawings and whom you have acquired such products, specifications;or or any Ingredient, part or container, entering into, accompanying or containing 2. Supervisory, inspection, architectural or such products. engineering activities. b. Lessors Of Equipment This exclusion applies even If the claims (1) Any person(s) or organization(s) from against any Insured allege negligence or other wrongdoing in the supervision, hiring, whom you lease equipment; but only with employment, training or monitoring of others respect to their liability for"bodily injury", by that insured, if the "occurrence" which "property damage" or "personal and the "bodily injury" or "property advertising injury" caused, in whole or in caused part, by your maintenance, operation or damage", or the offense which caused the use of equipment leased to you by such "personal and advertising injury", involved the rendering of or the failure to render any person(s)or organization(s), professional services by or for you. (2) With respect to the insurance afforded to e. these additional insureds this insurance PermitsIssued By State Or Political does not apply to any"occurrence" which Subdivisions takes place after the equipment lease Any state or political subdivision, but only with expires, respect to operations performed by you or on c. Lessors Of Land Or Premises your behalf for which the state or political subdivision has Issued a permit. Any person or organization from whom you With respect to the Insurance afforded these lease land or premises, but only with respect additional Insureds, this insurance does not to liability arising out of the ownership, maintenance or use of that part of the land or apply to: premises leased to you. (1) "Bodily injury", "property damage" or With respect to the insurance afforded these "personal and advertising injury" arising additional insureds the following additional out operations performed for the state exclusions apply: or municipality;or This insurance does not apply to: (2) "Bodily Injury" or "property damage" included within the "products-completed 1. Any "occurrence" which takes place after operations hazard". you cease to lease that land;or f. Any Other Party 2. Structural alterations, new construction or Any other person or organization who is not demolition operations performed by or on an additional insured under Paragraphs a. behalf of such person or organization. through e. above, but only with respect to d. Architects,Engineers Or Surveyors liability for "bodily injury", "property damage" Any architect, engineer, or surveyor, but only or"personal and advertising injury"caused, in with respect to liability for "bodily injury", whole or in part, by your acts or omissions or "property damage" or "personal and the acts or omissions of those acting on your advertising injury"caused, in whole or in part, behalf: by your acts or omissions or the acts or (1) In the performance of your ongoing operations; HG00010916 Page 13of21 1 (2) In connection with your premises owned No person or organization Is an insured with respect by or rented to you;or to the conduct of any current or past partnership, (3) In connection with "your work" and joint venture or limited liability company that is not included within the "products-completed shown as a Named Insured in the Declarations. operations hazard", but only if SECTION III-LIMITS OF INSURANCE (a)The written contract or agreement 1. The Most We Will Pay requires you to provide such coverage The Limits of Insurance shown in the to such additional insured;and Declarations and the rules below fix the most we (b)This Coverage Part provides coverage will pay regardless of the number of: for"bodily injury" or"property damage" a. Insureds; included within the "products- b. Claims made or"suits"brought;or completed operations hazard". However: c. Persons or organizations making claims or (1) The insurance afforded to such additional bringing"suits". insured only applies to the extent 2. General Aggregate Limit permitted by law;and The General Aggregate Limit Is the most we will (2) If coverage provided to the additional pay for the sum of: Insured is required by a contract or a. Medical expenses under Coverage C; agreement,the insurance afforded to such b. Damages under Coverage A, except additional Insured will not be broader than damages because of "bodily injury" or that which you are required by the contract "property damage" included in the "products- or agreement to provide for such completed operations hazard";and additional insured. c. Damages under Coverage B. With respect to the Insurance afforded to 3. Products-Completed Operations Aggregate these additional insureds,this Insurance does Limit not apply to: "Bodily Injury", "property damage" or The Products-Completed Operations Aggregate "personal and advertising injury"arising out of Limit is the most we will pay under Coverage A the rendering of, or the failure to render, any for damages because of "bodily Injury" and professional architectural, engineering or "property damage" included in the products- surveying services, including: completed operations hazard". (1) The preparing, approving, or failing to 4. Personal And Advertising injury Limit prepare or approve, maps,shop drawings, Subject to 2. above, the Personal and opinions, reports, surveys, field orders, Advertising Injury Limit is the most we will pay change orders or drawings and under Coverage B for the sum of all damages specifications;or because of all "personal and advertising injury" (2) Supervisory, inspection, architectural or sustained by any one person or organization. engineering activities. 5. Each Occurrence Limit This exclusion applies even If the claims Subject to 2. or 3. above, whichever applies,the against any insured allege negligence or Each Occurrence Limit is the most we will pay for other wrongdoing in the supervision, hiring, the sum of: employment, training or monitoring of others a. Damages under Coverage A;and by that Insured, if the "occurrence" which b. Medical expenses under Coverage C caused the "bodily injury" or "property damage", or the offense which caused the because of all "bodily injury" and "property "personal and advertising injury", involved the damage"arising out of any one"occurrence". rendering of or the failure to render any 6. Damage To Premises Rented To You Limit professional services by or for you. Subject to 5. above, the Damage To Premises The limits of insurance that apply to additional Rented To You Limit Is the most we will pay insureds is described In Section III - Limits Of under Coverage A for damages because of Insurance. "property damage" to any one premises, while How this insurance applies when other insurance rented to you, or in the case of damage by fire, is available to the additional insured is described lightning or explosion, white rented to you or in the Other Insurance Condition in Section IV - temporarily occupied by you with permission of Commercial General Liability Conditions. the owner. Page 14 of 21 HG 00 01 0916 (3) Any manager, if you or the additional (3) Tenant Liability insured is a limited liability company; That is insurance purchased by you to (4) Any "executive officer" or insurance cover your liability as a tenant for manager, if you or the additional insured is "property damage" to premises rented to a corporation; you or temporarily occupied by you with (5) Any trustee, if you or the additional permission of the owner; insured is a trust; or (4) Aircraft,Auto Or Watercraft (6) Any elected or appointed official, if you or If the loss arises out of the maintenance or the additional Insured is a political use of aircraft, "autos" or watercraft to the subdivision or public entity. extent not subject to Exclusion g. of This duty applies separately to you and any Section I - Coverage A- Bodily Injury And additional insured. Property Damage Liability; 3. Legal Action Against Us (5) Property Damage To Borrowed No person or organization has a right under this Equipment Or Use Of Elevators Coverage Part: If the loss arises out of"property damage" to borrowed equipment or the use of a. To join us as a party or otherwise bring us elevators to the extent not subject to into a "suit" asking for damages from an Exclusion j. of Section I - Coverage A - insured; or Bodily Injury And Property Damage b. To sue us on this Coverage Part unless all of Liability; its terms have been fully complied with. (6) When You Are Added As An Additional A person or organization may sue us to recover Insured To Other Insurance on an agreed settlement or on a final judgment Any other insurance available to you against an insured; but we will not be liable for covering liability for damages arising out damages that are not payable under the terms of of the premises or operations, or products this Coverage Part or that are in excess of the and completed operations, for which you applicable limit of insurance. An agreed have been added as an additional insured settlement means a settlement and release of by that insurance; or liability signed by us, the insured and the claimant or the claimant's legal representative. (7) When You Add Others As An Additional Insured To This Insurance 4. Other Insurance Any other insurance available to an If other valid and collectible insurance is additional insured. available to the insured for a loss we cover under Coverages A or B of this Coverage Part, our However, the following provisions apply to obligations are limited as follows: other insurance available to any person or organization who is an additional insured a. Primary Insurance under this coverage part. This insurance is primary except when b. (a)Primary Insurance When Required below applies. If other insurance is also By Contract primary, we will share with all that other insurance by the method described in c. This insurance is primary if you have below. agreed in a written contract or written agreement that this insurance be b. Excess Insurance primary. If other insurance is also This insurance is excess over any of the other primary, we will share with all that insurance, whether primary, excess, other insurance by the method contingent or on any other basis: described in c. below. (1) Your Work (b)Primary And Non-Contributory To That is Fire, Extended Coverage, Builder's Other Insurance When Required By Risk, Installation Risk or similar coverage Contract for"your work"; If you have agreed in a written (2) Premises Rented To You contract, written agreement, or permit that this insurance is primary and non- That is fire, lightning or explosion contributory with the additional insurance for premises rented to you or insured's own insurance,this insurance temporarily occupied by you with is primary and we will not seek permission of the owner; contribution from that other insurance. Page 16 of 21 HG 00 01 09 16 Paragraphs (a) and (b) do not apply to computation, and send us copies at such other insurance to which the additional times as we may request. insured has been added as an additional 6. Representations insured. a. When You Accept This Policy When this insurance is excess, we will have no duty under Coverages A or B to defend By accepting this policy, you agree: the insured against any "suit" if any other (1) The statements in the Declarations are insurer has a duty to defend the insured accurate and complete; against that "suit". If no other insurer defends, (2) Those statements are based upon we will undertake to do so, but we will be representations you made to us; and entitled to the insured's rights against all those other insurers, (3) We have issued this policy in reliance upon your representations. When this insurance is excess over other b. Unintentional Failure To Disclose Hazards insurance, we will pay only our share of the amount of the loss, if any, that exceeds the If unintentionally you should fail to disclose all sum of; hazards relating to the conduct of your (1) The total amount that all such other business that exist at the inception date of insurance would pay for the loss in the this Coverage Part, we shall not deny absence of this insurance; and coverage under this Coverage Part because (2) The total of all deductible and self-insured of such failure• amounts under all that other insurance. 7. Separation Of Insureds We will share the remaining loss, if any, with Except with respect to the Limits of Insurance, any other Insurance that is not described in and any rights or duties specifically assigned in this Excess Insurance provision and was not this Coverage Part to the first Named Insured, bought specifically to apply in excess of the this insurance applies: Limits of Insurance shown in the Declarations a. As if each Named Insured were the only of this Coverage Part. Named Insured; and c. Method Of Sharing b. Separately to each insured against whom If all of the other insurance permits claim is made or"suit"is brought. contribution by equal shares, we will follow 8. Transfer Of Rights Of Recovery Against this method also. Under this approach each Others To Us insurer contributes equal amounts until it has paid its applicable limit of insurance or none a. Transfer Of Rights Of Recovery of the loss remains, whichever comes first. If the insured has rights to recover all or part If any of the other insurance does not permit of any payment, including Supplementary contribution by equal shares, we will Payments, we have made under this contribute by limits. Under this method, each Coverage Part, those rights are transferred to insurer's share is based on the ratio of its us. The insured must do nothing after loss to applicable limit of insurance to the total impair them. At our request, the insured will applicable limits of insurance of all insurers. bring "suit" or transfer those rights to us and 5. Premium Audit help us enforce them. a. We will compute all premiums for this b. Waiver Of Rights Of Recovery (Waiver Of Coverage Part in accordance with our rules Subrogation) and rates. If the insured has waived any rights of b. Premium shown in this Coverage Part as recovery against any person or organization advance premium is a deposit premium only. for all or part of any payment, including At the close of each audit period we will Supplementary Payments, we have made compute the earned premium for that period under this Coverage Part, we also waive that and send notice to the first Named Insured. right, provided the insured waived their rights The due date for audit and retrospective of recovery against such person or premiums is the date shown as the due date organization In a contract, agreement or on the bill. If the sum of the advance and permit that was executed prior to the injury or audit premiums paid for the policy period is damage. greater than the earned premium, we will 9. When We Do Not Renew return the excess to the first Named Insured. If we decide not to renew this Coverage Part, we c. The first Named Insured must keep records of will mail or deliver to the first Named Insured the information we need for premium shown in the Declarations written notice of the HG00010916 Page17of21 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) This policy is subject to the following additional If notice is mailed, proof of mailing to the last known Conditions: mailing address of the certificate holder(s) on file with A. If this policy is cancelled by the Company, other the agent of record or the Company will be sufficient than for nonpayment of premium, notice of such proof of notice. cancellation will be provided at least thirty (30) Any notification rights provided by this endorsement days in advance of the cancellation effective date apply only to active certificate holder(s) who were to the certificate holder(s) with mailing addresses issued a certificate of insurance applicable to this on file with the agent of record or the Company. policy's term. B. If this policy is cancelled by the Company for Failure to provide such notice to the certificate nonpayment of premium, or by the insured, notice holder(s) will not amend or extend the date the of such cancellation will be provided within (10) cancellation becomes effective, nor will it negate days of the cancellation effective date to the cancellation of the policy. Failure to send notice shall certificate holder(s) with mailing addresses on file impose no liability of any kind upon the Company or its with the agent of record or the Company. agents or representatives. Form IH 0313 06 11 Page 1 of 1 © 2011,The Hartford THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX 1. Alienated Premises Coverage 1 2. Damage To Your Work 1 3. That Particular Part 1 4. Contractors Limited Professional Liability 2 5. Per Project and Per Location General Aggregate Limits Of Insurance 2 6. Medical Payments Coverage- Including Products-Completed Operations 3 7. Injury To Employee's Reputation With Respect To Incidental Medical Malpractice 3 8. Bodily Injury Employee Suits A 9. Consolidated Insurance (Wrap-Up) Programs. 4 10. Access Or Disclosure Of Confidential Or Personal Information And Data-Related Liability 5 11. Supplementary Payments 5 12. Two Or More Coverage Parts Or Policies Issued By Us 6 13. Notice of Cancellation to Certificate Holders 6 14. Contractual Liability Coverage For Personal And Advertising Injury 6 15. Insured Contract Definition 6 1 . ALIENATED PREMISES COVERAGE of the insured , regardless of whether the Exclusion j. Damage To Property of Section I - "property damage" arises from breach of Coverage A is amended as follows: contract. B. Exclusion I. Damage To Your Work of a. The following exception to the exclusion is Section I - Coverage A is replaced by the deleted: following: Paragraph (2) of this exclusion does not apply I. Damage to Your Work if the premises are "your work" and were never occupied, rented or held for rental by "Property damage" to that particular part of "your work" that must be restored, you. repaired or replaced because "your work" b. This exception is replaced by the following: was incorrectly performed and included in Paragraph (2) of this exclusion does riot apply the "products-completed operations if the premises are"your work". hazard". 2. DAMAGE TO YOUR WORK This exclusion does not apply if the damaged A. Section I-Coverage A-Bodily Injury And work or the work performed incorrectly was Property Damage Liability, Paragraph 1. performed on your behalf by a subcontractor. Insuring Agreement is amended to add the This Paragraph 2.B. does not apply if Exclusion following: I. Damage To Your Work has been otherwise f. Damages because of "property damage" modified by endorsement. include damages the insured becomes 3. THAT PARTICULAR PART legally obligated to pay because of This Paragraph 3. applies to Exclusion j. "property damage" to "your work" or Damage to Property, subparagraphs(5), and (6), caused by"your work", and such "property Exclusion k. Damage to Your Product, and damage" shall be deemed to be caused Exclusion I. Damage to Your Work. by an "occurrence", if not intended or expected from the standpoint Form HS 24 6012 20 ©2020,The Hartford Page 1 of 7 When performing operations as a "general afforded under this Coverage Part is excess over contractor", the term that particular part shall not such other valid and collectible Professional mean the entire construction, improvement or Liability insurance (Including any deductible or renovation project. For purposes of this provision, self-Insured retention portion thereof), and any • the term "general contractor' means the other valid and collectible insurance available to contractor signing the prime construction contract the insured whether primary, excess, contingent for a construction, erection, improvement or or on any other basis. renovation project and that has main responsibility 5. PER PROJECT AND PER LOCATION GENERAL for such project including hiring all of the AGGREGATE LIMITS OF INSURANCE subcontractors and suppliers. 4. CONTRACTORS LIMITED PROFESSIONAL A. For all sums which the insured becomes LIABILITY legally obligated to pay as damages caused by"occurrences"under Section I-Coverage The following exclusion is added to Paragraph 2., A, and for all medical expenses caused by Exclusions of Section I - Coverage A - Bodily accidents under Section I - Coverage C, Injury And Property Damage Liability, and to which can be attributed only to ongoing Paragraph 2., Exclusions of Section I - operations at a single "project" or a single Coverage B - Personal And Advertising Injury "location"; Liability: 1. A separate Per Project General This insurance does not apply to "bodily injury", Aggregate Limit or a separate Per "property damage" or "personal and advertising Location General Aggregate Limit applies injury" arising out of the rendering of or failure to to each "project" or "location", whichever render any professional services by you with is applicable. The Per Project General respect to your providing engineering, Aggregate Limit and Per Location architectural or surveying services in your Aggregate Limit is equal to the amount of capacity as an engineer, architect or surveyor. the General Aggregate Limit shown in the Professional services include: Declarations. (1) The preparing, approving,or failing to prepare 2. The Per Project General Aggregate Limit or approve, maps, shop drawings, opinions, or the Per Location General Aggregate reports, surveys, field orders, change orders, Limit, whichever applies, is the most we or drawings and specifications; and will pay for the sum of all damages under (2) Supervisory or inspection activities performed Coverage A.except damages because of i bodily Injury" or property damage" as a part of any related architectural or included In the "products-completed engineering activities. operations hazard", and for medical This exclusion applies even if the claims against expenses under Coverage C regardless any insured allege negligence or other wrongdoing of the number of; in the supervision, hiring, employment, training or a. Insureds; monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or b. Claims made or"suits"brought;or "property damage", or the offense which caused c. Persons or organizations making the "personal and advertising injury", involved the claims or bringing"suits". rendering of or failure to render any professional services by you with respect to your providing 3. Any payments made under Coverage A engineering, architectural or surveying services in for damages or under Coverage C for your capacity as an engineer, architect or medical expenses shall reduce the Per surveyor. Project General Aggregate Limit for that "project" or the Per Location General This exclusion does not apply to your operations Aggregate for that "location", whichever in connection with construction work performed by applies. Such payments shall not reduce you or on your behalf. . the General Aggregate Limit shown in the However, this exception to the exclusion will not Declarations, the Per Project General apply if you are in the business or profession of Aggregate Limit for any other"project", or providing the professional services described the Per Location General Aggregate Limit above independent from the construction work for any other"location". performed by you or on your behalf. 4. The limits shown in the Declarations for in the event this insurance applies to any Injury, Each Occurrence, Damage To Premises damage, loss, cost or expense covered by Rented To You and Medical Expense Professional Liability insurance issued by a continue to apply. However, instead of company unaffiliated with us,then the Insurance Page 2 of 7 Form HS 24 5012 20 being subject to the General Aggregate 2. "Location" means a premises an insured Limit shown in the Declarations, such limits owns or rents and where such insured will be subject to the applicable Per Project performs business operations other than General Aggregate Limit if attributable only construction-related operations. Each to ongoing operations at a single "project" "location"involving the same or connecting or the Per Location General Aggregate if lots, or premises whose connection is attributable only to ongoing operations at a separated by a street, roadway, waterway single"location". or right-of-way railroad shall be considered B. For all sums which the Insured becomes legally a single "location." "Location" does not obligated to pay as damages caused by include a premises that is a"project". "occurrences" under Section I - Coverage A This provision does not apply if the Per Project and the and for all medical expenses caused by Per Location General Aggregate Limit has been accidents under Section I - Coverage C , otherwise modified by endorsement. which cannot be attributed only to ongoing 6. MEDICAL PAYMENTS COVERAGE-INCLUDING operations at a single "project" or a single PRODUCTS-COMPLETED OPERATIONS "location"; 1. Paragraph 1.a. of the Insuring Agreement - Any payments made under Coverage A for Coverage C is replaced by the following: damages or under Coverage C for medical expenses shall reduce the amount available 1. Insuring Agreement under the General Aggregate Limit or the a. We will pay medical expenses as described Products-Completed Operations Aggregate below for "bodily injury" caused by an Limit,whichever is applicable; and accident: 2. Such payments shall not reduce any Per (1) On premises you own or rent; Project General Aggregate Limit or any Per (2) On ways next to premises you own or Location General Aggregate Limit. rent; C. When coverage for liability arising out of the (3) Because of your operations; or "products-completed operations hazard" is provided, any payments for damages because (4) Included within the definition of the of"bodily injury" or"property damage" included "products-completed operations in the "products-completed operations hazard" hazard;" will reduce the Products-Completed Operations provided that: Aggregate Limit, and not reduce the General (1) The accident takes place in the Aggregate Limit,or any Per Project General "coverage territory" and during the Aggregate Limit or any Per Location General policy period; Aggregate Limit. D. The provisions of Section 111 - Limits Of (2) The expenses are incurred and Insurance not otherwise modified bythis date of the o cs withinn ; three years of the date of accident; and endorsement shall continue to apply as stipulated. (3) The injured person submits to E. For the purposes of Paragraph 5., the following examination,o, at our expense, by definitions apply: physicians of our choice as often as we reasonably require. "Project"means a premises an insured does not 7. INJURY TO EMPLOYEE'S REPUTATION WITH own or rent and where such insured performs RESPECT TO INCIDENTAL MEDICAL construction-related operations. Each "project" MALPRACTICE involving the same or connecting lots, or premises whose connection is separated by a A. The following is added to Paragraph 1.e. of the street, roadway, waterway, railroad or insuring Agreement-Coverage A: right-of-way shall be considered a single (3) With respect to incidental medical "project". malpractice, "bodily injury" includes 1. If a"project" has been abandoned and then damages claimed for injury to emotions or restarted, or if the authorized contracting reputation of an "employee" arising out of parties deviate from plans, blueprints, the rendering or failure to render designs, specifications or timetables, the professional health care services as a "project" shall be considered a single physician, dentist, nurse, emergency "project". "Project" does not include a medical technician or paramedic services. premises that is a"location". Form HS 24 6012 20 Page 3 of 7 B. The following exclusion is added to Coverage "Bodily injury" or "property damage" resulting B-Personal and Advertising injury: from "repair work" or "punch list work" at a "Personal and advertising injury arising out of "wrap project or premises" but only when the the rendering or failure to render professional applicable "consolidated insurance (wrap-up) health care services as a physician, dentist, program" does not apply or no longer applies nurse, emergency medical technician or to such"repair work"or"punch list work". paramedic. This exception does not apply to the cost of S. BODILY INJURY EMPLOYEE SUITS performing such "repair work" or "punch list work", or to the "repair work" or "punch list A. "Bodily injury" as listed in Paragraph 2.a.(1) of work"itself. Section II - Who is An Insured, does not D. Additional Insured Extension apply to 2.a.(1)(a)through 2.a.(1)(c). B. Part a. of Paragraph 4. Nonowned Watercraft "Bodily injury" or"property damage" for which in Section II - Who Is An Insured does not You are solely an additional insured under the "consolidated insurance(wrap-up) program". apply. INSURANCE (WRAP-Up) The coverage provided under Paragraphs 9.A 9. CONSOLIDATED PROGRAMS through 9.D. above is subject to all terms, conditions and exclusions of this policy. The following exclusion is added to Section I For purposes of Paragraph 9, the following Coverage A: definitions apply: This insurance does not apply to any"bodily Injury" "Consolidated insurance (wrap-up) program" or "property damage" arising out of any "wrap means any agreement or arrangement, including project or premises" where an insured under this any contractor-controlled, owner-controlled, policy is or was also an insured under one or more project-specific or similar insurance program under commercial general liability (CGL) policies which one or more contractor(s) working on a (including any umbrella or excess policies that specified project are insured under one or more include the commercial general liability policy(ies) ascommercial general liability (CGL) policies underlying insurance) included within a "consolidated insurance (wrap-up) program." This (including any umbrella or excess policies that exclusion applies even if the limits of insurance for include the commercial general liability policy(ies) as underlying uInsurance) ed r a specified such "consolidated insurance (wrap-up) program" carrier for injury or damage arising out of are exhausted or not collected for any reason, operations conducted in connection with or including bankruptcy or insolvency of the insurer necessary or incidental to the project. providing coverage for the"consolidated insurance (wrap-up) program". This exclusion also applies if "Insured's operations" means all operations the CGL coverage afforded under the performed by a named insured (and not "consolidated insurance (wrap-up) program" is sub-contracted or performed by others on the narrower in scope than the coverage provided by insured's behalf). this policy. "Punch list work" means the"insured's operations" This exclusion does not apply to: at or in connection with a "wrap project or A. Products-Completed Operations Hazard premises" in order to complete the work called for Exception in an insured's contract for the "wrap project or premises". "Bodily injury" or"property damage"arising out "Repair work" means the "insured's operations" of an "Insured's operations"at or in connection that are service, maintenance, correction, repair, with a "wrap project or premises" when such replacement work, or periodic "bodily injury" or "property damage" inspection performed by an insured at or in commences after the "products-completed connection with a "wrap project or premises", in operations hazard" coverage or any completed order to replace or repair an insured's completed operations extension coverage provided by the work. applicable "consolidated Insurance (wrap-up) program" has ended or is no longer in effect. "Wrap project or premises"means any premises or construction, erection, improvement or renovation B. Off-Site Location Exception project subject to a "consolidated insurance "Bodily Injury" or "property damage" resulting (wrap-up) program". from an "Insured's operations" at or In 10. ACCESS OR DISCLOSURE OF CONFIDENTIAL connection with a "wrap project or premises"at OR PERSONAL INFORMATION AND DATA- a location to which the applicable"consolidated RELATED LIABILITY Insurance(wrap-up)program"does not apply. C. Repair Work And Punch List Work Exception Page 4 of 7 Form HS 24 5012 20 A. Exclusion p. of Section I - Coverage A - C. The following Paragraph is added to Section Bodily Injury And Property Damage Liability Ill-Limits Of Insurance: Is replaced by the following: Subject to Paragraph 6. Each Occurrence p. Access Or Disclosure Of Confidential Limit,the most we will pay under Coverage A Or Personal Information And for "property damage" because of all loss of Data-Related Liability "electronic data" arising out of any one Damages arising out of: "occurrence" is $100,000, unless modified by endorsement. (1) Any access to or disclosure of any person's or organization's confidential D. The following definition Is added to Section V or personal information, including -Definitions: patents, trade secrets, processing "Electronic data" means information, facts or methods, customer lists, financial programs: information, credit card information, a. Stored as or on; health information or any other type of nonpublic information;or b. Created or used on; or (2) the loss of, loss of use of, damage to, c. Transmitted to or from; corruption of, inability to access, or computer software, (including systems and inability to manipulate"electronic data" applications software) hard or floppy disks, that does not result from physical CD-ROMS, tapes, drives, cells, data injury to tangible property. processing devices or any other media which This exclusion applies even if damages are used with electronically controlled are claimed for notification costs, credit equipment. monitoring expenses, forensic expenses, E. For the purposes of the coverage provided by public relations expenses or any other this provision, the definition of "property loss, cost or expense incurred by you or damage" in Section V - Definitions is others arising out of that which is replaced by the following: described in Paragraph(1)or(2)above. "Property damage"means: However, unless Paragraph (1) above a. Physical injury to tangible property, applies, this exclusion does not apply to including all resulting loss of use of that liability for damages because of "bodily property. All such loss of use shall be Injury". deemed to occur at the time of the B. Exclusion w. of Section 1 - Coverage B - physical Injury that caused it; Personal and Advetising Injury is replaced b. Loss of use of tangible property that is not by the following: : physically Injured. All such loss of use w. Access Or Disclosure Of Confidential shall be deemed to occur at the time of Or Personal Information the"occurrence"that caused it;or "Personal and advertising Injury" arising c. Loss of, loss of use of, damage to, out of any access to or disclosure of any corruption of, Inability to access, or person's or organization's confidential or inability to properly manipulate "electronic personal information, including patents, data", resulting from physical injury to trade secrets, processing methods, tangible property. All such loss of customer lists, financial information, credit "electronic data"shall be deemed to occur card information, health information or any at the time of the"occurrence"that caused other type of nonpublic information. it. This exclusion applies even if damages For the purposes of this insurance, "electronic are claimed for notification costs, credit data"Is not tangible property. monitoring expenses, forensic expenses, 11. SUPPLEMENTARY PAYMENTS public relations expenses or any other loss, cost or expense incurred by you or In the Supplementary Payments -Coverages A others .arising out of any access to or and B provision: disclosure of any person's or organization's The limit for the cost of bail bonds is increased to confidential or personal information. $2,500. Form HS 24 5012 20 Page 6 of 7 12. TWO OR MORE COVERAGE PARTS OR (2) Assumed in a contract or agreement that POLICIES ISSUED BY US is an "insured contract", provided the If this policy and any other policy issued to an "personal and advertising injury" occurs insured by us or any affiliated company provides subsequent to the execution of the coverage that applies to the same claim or contract or agreement. Solely for the damages, the maximum applicable limit(s) of purposes of liability assumed In an liability or limit of insurance under all the policies "insured contract", reasonable attorney will not exceed the highest applicable limit of fees and necessary litigation expenses liability or limit of insurance under any one policy. Incurred by or for a party other than an This condition does not apply to any policy issued Insured are deemed to be damages by us or an affiliated company specifically written because of "personal and advertising to apply as excess insurance over this policy, injury", provided: 13. NOTICE OF CANCELLATION TO CERTIFICATE (a) Liability to such party for, or for the HOLDER(S) cost of, that party's defense has also This policyis subject to the followingadditional been assumed in the same "insured contract";and Conditions: (b) Such attorney fees and litigation A. if this policy is cancelled by the Company, expenses are for defense of that party other than for nonpayment of premium, notice against a civil or alternative dispute of such cancellation will be provided at least resolution proceeding in which thirty (30) days in advance of the cancellation damages to which this insurance effective date to the certificate holder(s) with applies are alleged. mailing addresses on file with the agent of record or the Company. 15. INSURED CONTRACT DEFINITION B. If this policy is cancelled by the Company for a. INSURED CONTRACT-CONSTRUCTION nonpayment of premium, or by the insured, OPERATIONS AND MUNICIPAL WORK notice of such cancellation will be provided Paragraph d. of the definition of "insured within (10) days of the cancellation effective contract"in Section V-Definitions is deleted date to the certificate holder(s) with mailing and replaced by the following: addresses on file with the agent of record or An obligation, as required by ordinance, to the Company. indemnify a municipality. If notice is mailed, proof of mailing to the last b. CONTRACTUAL LIABILITY known mailing address of the certificate holder(s) on file with the agent of record or the Company will Paragraph f. of the definition of "insured be sufficient proof of notice. contract" is deleted and replaced by the Any notification rights provided by this following: endorsement apply only to active certificate That part of any other contract or agreement holder(s) who were issued a certificate of pertaining to your business (including an insurance applicable to this policy's term. indemnification of a municipality in connection Failure to provide such notice to the certificate with work performed for a municipality) under holder(s) will not amend or extend the date the which you assume the tort liability of another cancellation becomes effective, nor will it negate party to pay for "bodily Injury", "property damage", or cancellation of the policy. Failure to send notice "personal and advertising injury" shall impose no liability of any kind upon the to a third person or organization. Tort liability Company or its agents or representatives. means a liability that would be imposed by law in the absence of any contract or agreement. 14. CONTRACTUAL LIABILITY COVERAGE FOR Paragraph f. includes that part of any contract PERSONAL AND ADVERTISING INJURY or agreement that indemnifies a railroad for Exclusion e. of SECTION I - COVERAGE B "bodily injury", "property damage", or PERSONAL AND ADVERTISING INJURY "personal and advertising injury" arising out of LIABILITY is replaced by the following: construction or demolition operations, within This insurance does not apply to: 50 feet of any railroad property and affecting e. Contractual Liability any railroad bridge or trestle, tracks, road-beds,tunnel, underpass or crossing. "Personal and advertising injury" for which the • However, Paragraph f. does not include insured has assumed liability In a contract or that part of any contract or agreement: agreement. This exclusion does not apply to liability for damages: (1) That indemnifies an architect, engineer or surveyor for injury or (1) That the insured would have in the damage arising out of: absence of the contract or agreement; or Page 6 of 7 Form HS 24 5012 20 (a) Preparing, approving, or failing to (2) Under which the insured, If an prepare or approve, maps, shop architect, engineer or surveyor, drawings, opinions, reports, assumes liability for an Injury or surveys, field orders, change damage arising out of the insured's orders or drawings and rendering or failure to render specifications; or professional services, including those (b) Giving directions or instructions, or listed in (1) above and supervisory, failing to give them, if that Is the inspection, architectural or primary cause of the injury or engineering activities. damage;or All other terms and conditions in the policy remain unchanged. Form HS 24 S012 20 Page 7 of 7 POLICY NUMBER: 52 UEN oE0329 COMMERCIAL AUTO CA 20 7010 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COVERAGE FOR CERTAIN OPERATIONS IN CONNECTION WITH RAILROADS This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIERS COVERAGE FORM With respect to coverage provided under this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured:VALLEY ELECTRIC COMPANY OF MT. VERN Endorsement Effective Date: 04/01/2024 SCHEDULE Scheduled Railroad Designated Job Site ANY RAILROAD WITH WHOM THE INSURED HAS ONLY THOSE JOBSITES CONTEMPLATED BY A ENTERED INTO A WRITTEN CONTRACT TO WRITTEN CONTRACT BETWEEN THE INSURED AND PERFORM SERVICES. THE SCHEDULED RAILROAD LISTED ON THIS ENDORSEMENT. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. With respect to the use of a covered "auto" in operations for or affecting a railroad designated in the Schedule at a Designated Job Site, the two exceptions contained in the definition of "insured contract" relating to construction or demolition operations performed within 50 feet of a railroad do not apply. CA 20 70 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 COMMERCIAL AUTOMOBILE HA99161221 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM To the extent that the provisions of this endorsement provide broader benefits to the "insured" than other provisions of the Coverage Form,the provisions of this endorsement apply. 1. BROAD FORM INSURED e. Employees as Insureds Paragraph .1. - WHO IS AN INSURED - of (1). Any "employee" of yours while using a Section 11 - Liability Coverage is amended to covered "auto" you don't own, hire or add the following: borrow in your business or your d. Subsidiaries and Newly Acquired or personal affairs. Formed Organizations f. Lessors as Insureds The Named Insured shown in the (1).The lessor of a covered "auto"while the Declarations is amended to include: "auto" is leased to you under a written (1) Any legal business entity other than a agreement if: partnership or joint venture, formed as a (a) The agreement requires you to subsidiary in which you have an provide direct primary insurance for ownership interest of more than 50%a'on the lessor and the effective date of the Coverage Form. (b) The "auto" is leased without a However, the Named Insured does not driver. include any subsidiary that is an Such a leased "auto" will be considered a "insured" under any other automobile covered "auto" you own and not a covered policy or would be an "insured" under such a policy but for its termination or "auto"you hire. the exhaustion of its Limit of Insurance. g. Additional Insured if Required by Contract (2) Any organization that is acquired or (1) When you have agreed, in a written formed by you and over which you contract or written agreement, that a maintain majority ownership. However, person or organization be added as an the Named Insured does not include any additional insured on your business auto newly formed or acquired organization: policy, such person or organization is an (a) That is a partnership or joint "insured", but only to the extent such venture, person or organization is liable for (b) That is an "insured" under anyother "bodily injury" or "property damage" caused by the conduct of an "insured" policy, under paragraphs a. or b. of Who Is An (c) That has exhausted its Limit of Insured with regard to the ownership, Insurance under any other policy,or maintenance or use of a covered"auto." (d) 180 days or more after its The insurance afforded to any such acquisition or formation by you, additional insured applies only if the unless you have given us notice of "bodily injury" or "property damage" the acquisition or formation. occurs: Coverage does not apply to "bodily (a) During the policy period,and injury" or"property damage" that results (b) Subsequent to the execution of such from an "accident" that occurred before written contract, and you formed or acquired the organization. Form HA 99 16 12 21 Page 1 of 5 ©2021,The Hartford (Includes copyrighted material of Insurance Services Office, Inc.with its permission.) (c) Prior to the expiration of the period This insurance is primary if you have of time that the written contract agreed in a written contract or written requires such insurance be provided agreement that this insurance be to the additional insured. primary. If other insurance is also (2) How Limits Apply primary, we will share with all that other insurance by the method described in If you have agreed in a written contract Other Insurance 5.d. or written agreement that another person or organization be added as an (2} Primary And Non-Contributory To Other additional insured on your policy, the Insurance When Required By Contract most we will pay on behalf of such If you have agreed in a written contract additional insured is the lesser of: or written agreement that this insurance (a) The limits of insurance specified in is primary and non-contributory with the the written contract or written additional insured's own insurance, this agreement;or insurance is primary and we will not (b) The Limits of Insurance shown in seek contribution from that other insurance. the Declarations. Paragraphs (1) and (2)do not apply to other Such amount shall be a part of and not insurance to which the additional insured in addition to Limits of Insurance shown has been added as an additional insured. in the Declarations and described in this Section. When this insurance is excess, we will have ( no duty to defend the insured against any Additional Insureds Other Insurance "suit" if any other insurer has a duty to If we cover a claim or "suit" under this defend the insured against that "suit". If no Coverage Part that may also be covered other insurer defends, we will undertake to by other insurance available to an do so, but we will be entitled to the insured's additional insured, such additional rights against all those other insurers. insured must submit such claim or"suit" When this insurance is excess over other to the other insurer for defense and insurance, we will pay only our share of the indemnity. amount of the loss, if any, that exceeds the However, this provision does not apply sum of: to the extent that you have agreed in a (1) The total amount that all such other written contract or written agreement insurance would pay for the loss in the that this insurance is primary and non- absence of this insurance; and contributory with the additional insured's own insurance. (2) The total of all deductible and self- insured amounts under all that other (4) Duties in The Event Of Accident, Claim, insurance. Suit or Loss If you have agreed in a written contract We will share the remaining loss, if any, by the method described in SECTION IV- or written agreement that another Business Auto Conditions, B. General person or organization be added as an Conditions,Other Insurance 5.d. additional insured on your policy, the 3. AUTOS RENTED BY EMPLOYEES additional insured shall be required to comply with the provisions in LOSS Any "auto" hired or rented by your "employee" CONDITIONS 2. - DUTIES IN THE on your behalf and at your direction will be EVENT OF ACCIDENT, CLAIM , SUIT considered an"auto"you hire. OR LOSS -- OF SECTION IV — The SECTION IV- Business Auto Conditions, B. BUSINESS AUTO CONDITIONS, in the General Conditions, 5. OTHER INSURANCE same manner as the Named Insured. Condition is amended by adding the following: 2. Primary and Non-Contributory if e. If an "employee's" personal insurance also Required by Contract applies on an excess basis to a covered Only with respect to insurance provided to "auto"hired or rented by your"employee"on an additional insured in A.1.g. - Additional your behalf and at your direction, this Insured If Required by Contract, the insurance will be primary to the following provisions apply: "employee's" personal insurance. (1) Primary Insurance When Required By Contract Page 2 of 5 Form HA 99 16 12 21 4. AMENDED FELLOW EMPLOYEE EXCLUSION obligation for any difference between the actual EXCLUSION 5. - FELLOW EMPLOYEE - of cash value of the "auto" at the time of the "loss" SECTION II - LIABILITY COVERAGE does not and the"outstanding balance"of the loan/lease. apply if you have workers' compensation "Outstanding balance" means the amount you insurance in-force covering all of your owe on the loan/lease at the time of "loss" less "employees". any amounts representing taxes; overdue Coverage is excess over any other collectible payments; penalties, interest or charges insurance. resulting from overdue payments; additional 5. HIRED AUTO PHYSICAL DAMAGE COVERAGE mileage charges;excess wear and tear charges; lease termination fees; security deposits not If hired "autos" are covered "autos" for Liability returned by the lessor; costs for extended Coverage and if Comprehensive, Specified warranties, credit life Insurance, health, accident Causes of Loss, or Collision coverages are or disability insurance purchased with the loan provided under this Coverage Form for any or lease; and carry-over balances from previous "auto" you own, then the Physical Damage loans or leases. Coverages provided are extended to"autos"you 8. AIRBAG COVERAGE hire or borrow,subject to the following limit. Under Paragraph B. EXCLUSIONS - of The most we will pay for "loss" to any hired SECTION III - PHYSICAL DAMAGE "auto"is: COVERAGE,the following is added: (1) $100,000; The exclusion relating to mechanical breakdown (2) The actual cash value of the damaged or does not apply to the accidental discharge of an stolen property at the time of the"loss";or airbag. (3) The cost of repairing or replacing the 9. ELECTRONIC EQUIPMENT - BROADENED damaged or stolen property, COVERAGE whichever is smallest, minus a deductible. The a. The exceptions to Paragraphs B.4 - deductible will be equal to the largest deductible EXCLUSIONS -of SECTION III - PHYSICAL applicable to any owned "auto" for that DAMAGE COVERAGE are replaced by the coverage. No deductible applies to "loss" following: caused by fire or lightning. Hired Auto Physical Exclusions 4.c. and 4.d. do not apply to Damage coverage is excess over any other equipment designed to be operated solely by collectible insurance. Subject to the above limit, use of the power from the "auto's" electrical deductible and excess provisions, we will system that, at the time of"loss", is: provide coverage equal to the broadest coverage applicable to any covered "auto" you (1) Permanently installed in or upon the own. covered"auto"; We will also cover loss of use of the hired "auto" (2) Removable from a housing unit which is if it results from an "accident", you are legally permanently installed in or upon the liable and the lessor incurs an actual financial covered"auto"; loss, subject to a maximum of $1000 per (3) An integral part of the same unit housing "accident". any electronic equipment described in This extension of coverage does not apply to Paragraphs(1)and(2)above;or any "auto" you hire or borrow from any of your (4) Necessary for the normal operation of the "employees", partners (if you are a partnership), covered "auto" or the monitoring of the members (if you are a limited liability company), covered"auto's"operating system. or members of their households. b. Section III, Physical Damage Coverage, 6. PHYSICAL DAMAGE - ADDITIONAL Limit of Insurance, Paragraph C.2. is TEMPORARY TRANSPORTATION EXPENSE amended to add the following: COVERAGE $1,500 is the most we will pay for "loss" in Paragraph A.4.a. of SECTION III - PHYSICAL any one "accident" to all electronic DAMAGE COVERAGE is amended to provide a equipment (other than equipment designed limit of $50 per day and a maximum limit of solely for the reproduction of sound, and $1,000. accessories used with such equipment) that 7. LOAN/LEASE GAP COVERAGE reproduces, receives or transmits audio, Under SECTION III - PHYSICAL DAMAGE visual or data signals which, at the time of "loss", is: COVERAGE, in the event of a total "loss" to a covered "auto", we will pay your additional legal FormHA99161221 Page3of5 (1) Permanently installed in or upon the (2) A partner, if you are a partnership; covered "auto" in a housing, opening or (3) A member, if you are a limited liability other location that is not normally-used company; or by the "auto" manufacturer for the installation of such equipment; (4) An executive officer or insurance manager,if you are a corporation. (2) Removable from a permanently installed 14. UNINTENTIONAL FAILURE TO DISCLOSE housing unit as described in Paragraph HAZARDS 2.a. above or is an integral part of that equipment; or If you unintentionally fail to disclose any hazards (3)An integral part of such equipment, existing at the inception date of your policy, we will not deny coverage under this Coverage c. For each covered "auto", should loss be Form because of such failure. limited to electronic equipment only, our 15. HIRED AUTO-COVERAGE TERRITORY obligation to pay for, repair, return or replace damaged or stolen electronic equipment will SECTION IV, BUSINESS AUTO CONDITIONS, be reduced by the applicable deductible PARAGRAPH B. GENERAL CONDITIONS, 7. - shown in the Declarations, or $250, POLICY PERIOD, COVERAGE TERRITORY - whichever deductible is less. is added to include the following: 10. EXTRA EXPENSE - BROADENED (6) For short-term hired "autos", the coverage COVERAGE territory with respect to Liability Coverage is Under Paragraph A.-COVERAGE-of SECTION anywhere in the world provided that if the III - PHYSICAL DAMAGE COVERAGE, we will "insured's" responsibility to pay damages for pay for the expense of returning a stolen covered "bodily injury". or "property damage" is "auto"to you. determined in a"suit,"the"suit" is brought in the United States of America, the territories 11. GLASS REPAIR-WAIVER OF DEDUCTIBLE and possessions of the United States of Under Paragraph D. - DEDUCTIBLE - of America, Puerto Rico or Canada or in a SECTION III-PHYSICAL DAMAGE COVERAGE, settlement we agree to. the following is added: 16. WAIVER OF SUBROGATION No deductible applies to glass damage if the Paragraph 5. TRANSFER OF RIGHTS OF glass is repaired rather than replaced. .RECOVERY AGAINST OTHERS TO US - of 12. TWO OR MORE DEDUCTIBLES SECTION IV- BUSINESS AUTO CONDITIONS Under Paragraph D. - DEDUCTIBLE - of A. Loss Conditions is amended by adding the SECTION III-PHYSICAL DAMAGE COVERAGE, following: the following is added: We waive any right of recovery we may have If another Hartford Financial Services Group, against any person or organization with whom Inc. company policy or coverage form that is not you have a written contract that requires such an automobile policy or coverage form applies to waiver because of payments we make for the same"accident",the following applies: damages under this Coverage Form. (1) If the deductible under this Business Auto 17. RESULTANT MENTAL ANGUISH COVERAGE Coverage Form is the smaller (or smallest) The definition of"bodily injury" in SECTION V- deductible, it will be waived; DEFINITIONS, C.is replaced by the following: (2) If the deductible under this Business Auto "Bodily injury" means bodily injury, sickness or Coverage Form is not the smaller (or disease sustained by any person, including smallest) deductible, it will be reduced by mental anguish or death resulting from any of the amount of the smaller (or smallest) these. deductible. 18. EXTENDED CANCELLATION CONDITION 13. AMENDED DUTIES IN THE EVENT OF Paragraph 2. of the COMMON POLICY ACCIDENT,CLAIM, SUIT OR LOSS CONDITIONS - CANCELLATION - applies The requirement in LOSS CONDITIONS 2.a. - except as follows: DUTIES IN THE EVENT OF ACCIDENT, If we cancel for any reason other than CLAIM, SUIT OR LOSS - of SECTION IV - nonpayment of premium, we will mail or deliver • BUSINESS AUTO CONDITIONS that you must to the first Named Insured written notice of notify us of an "accident" applies only when the cancellation at least 60 days before the effective "accident"is known to: date of cancellation. (1) You, if you are an individual; Page 4 of 5 Form HA 99 16 12 21 • 19. HYBRID, ELECTRIC, OR NATURAL GAS b. A"hybrid" auto Is defined as an auto with an VEHICLE PAYMENT COVERAGE internal combustion engine and one or more In the event of a total loss to a "non-hybrid" auto electric motors; and that uses the internal for which Comprehensive, Specified Causes of combustion engine and one or more electric Loss, or Collision coverages are provided under motors to move the auto, or the internal this Coverage Form, then such Physical combustion engine to charge one or more Damage Coverages are amended as follows: electric motors,which move the auto. a. If the auto is replaced with a"hybrid"auto or 20. VEHICLE WRAP COVERAGE an auto powered solely by electricity or In the event of a total loss to an "auto"for which natural gas, we will pay an additional 10%, Comprehensive, Specified Causes of Loss, or to a maximum of$2,500, of the "non-hybrid" Collision coverages are provided under this auto's actual cash value or replacement Coverage Form, then such Physical Damage cost,whichever is less, Coverages are amended to add the following: b. The auto must be replaced and a copy of a In addition to the actual cash value of the"auto", bill of sale or new lease agreement received we will pay up to $1,000 for vinyl vehicle wraps by us within 60 calendar days of the date of which are displayed on the covered"auto"at the "loss," time of total loss. Regardless of the number of c. Regardless of the number of autos deemed autos deemed a total loss, the most we will pay a total loss, the most we will pay under this under this Vehicle Wrap Coverage provision for Hybrid, Electric, or Natural Gas Vehicle any one "loss" is $5,000. For purposes of this Payment Coverage provision for any one coverage provision, signs or other graphics "loss"is$10,000. painted or magnetically affixed to the vehicle are For the purposes of the coverage provision, not considered vehicle wraps. a. A "non-hybrid" auto is defined as an auto that uses only an internal combustion engine to move the auto but does not include autos powered solely by electricity or natural gas. Form HA 99 16 12 21 Page 5 of 5 • N /Xk THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA Policy Number: 52 WE OEOB2D Endorsement Number: Effective Date: 04/01/24 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address: Valley Electric Co.of Mt.Vernon, Inc. 1100 MERRILL CREEK PKWY EVERETT WA 98203 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2%of the California workers'compensation premium otherwise due on such remuneration. SCHEDULE Person or Organization Job Description Any person or organization for whom you are required by written contract or agreement to obtain this waiver of rights from us Countersigned by Authorized Representative Form WC 04 03 06 (1)Printed in U.S.A. Process Date: 05/23/24 Policy Expiration Date:04/01/25 Bond No. 7901258746 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach(hereafter referred to as"City") has, by written agreement dated April 24 , 20 25 , entered into a contract with Comet Electric, Inc.. 21625 Prairie St., Chatsworth, CA 91311 (Contractor's Name and Address) (hereafter referred to as"Principal")for performance of the work described as follows: Traffic Signal on Gothard Street at Murdy Fire Station, CC-1672 (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 Nationwide Mutual Insurance Company. One Nationwide Plaza Columbus, OH 43215 (Surety's Name and Address) as Surety, are held and firmly bound unto City in the penal sum of Two Hundred Fifty-Four Thousand Two Hundred Sixty-Six and 00/100 Dollars($ 254,266.00 ), 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. 7901258746 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: June 5 2025 ATTEST Comet Electric, Inc. [Corporate Seal] AddIP (Principal By: -- — Name: Ti iv Title: ► pr N T ATTEST Nationwide Mutual Insurance Company [Corporate Seal] (Surety Name) By: cL9" ' Name: Aliceon A Kenner (Signature of Attorney-in-Fact for Surety) (614)249-7111 (Attach Attorney-in-Fact Certificate) (Area Code&Telephone Number for Surety) APPROVED AS TO FORM. By: 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 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 6-6-25 before me, Kristen Czupryn, Notary Public Date Here Insert Name and Title of the Officer personally appeared Tim Erno 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. K s•rtm CZLomrN r Notary Public•California Los amiss County > Signatur:- .� ,' A A � Commission t 2520020 — ,�,.n•r,E,__Jun 7.2029 Signature of No 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: . Performance Bond Document Date: 6-5-25 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Tim Erno Signer's Name: 1N Corporate Officer — Title(s): President ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Comet Electric Signer Is Representing: ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Washington County of Pierce ) On June 5,2025 before me, Carley Espiritu Notary Public (insert name and title of the officer) personally appeared Aliceon A Keltner, Attorney-in-Fact who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. `�N►Nt�Naryr1 _ft + iiiiiii Y ESPiR/% t = WITNESS my hand and official seal. NOTARy . pjUC• ,j ''i'9 oNSignature aikd#' Carley Espiritu / Notary Public 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 ALEXA MANLEY;ALICEON A KELTNER;ALYSSA J LOPEZ;AMELIA 0 BURRILL;ANNELIES M RICHIE;CARLEY ESPIRITU;CHARLA M BOADLE; CHRISTOPHER KINYON;CYNTHIA L JAY;DONALD PERCELL SHANKLIN;FRANK W HAFNER,III;HOLLI ALBERS;JACOB T HADDOCK;JAMES R COGDILL; JAMIE L MARQUES;JULIANNE MORRIS;JULIE A CRAKER;JUSTIN DEAN PRICE;KART MICHELLE MOTLEY;KATHARINE J SNIDER; LINDSEY ELAINE JORGENSEN;LOIS F WEATHERS;LORI J KELLY;MARIAN C NEWMAN;MICHAEL S MANSFIELD;SARAH WHITAKER;SHERRI W HILL; TAMARA A RINGEISEN;TERRIE L CONARD;TRAVIS J ROBLES;W D MORRIS JR;WESLEY V DASHER,JR; 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 UNLIMITED 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. d70 Antonio C.Albanese,Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT 411 LfWwk STATE OF NEW YORK COUNTY OF KINGS:ss On this 1st day of April,2024,before me came the above-named officer for the Company s/ aforesaid,to me personally known to be the officer described in and who executed the i SEAL? preceding instrument,and he acknowledged the execution of the same,and being by me duly =._ '• �= Y sworn,deposes and says,that he is the officer of the Company aforesaid,that the seal affixed °�� hereto is the corporate seal of said Company,and the said corporate seal and his signature \_I 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 IGngs 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 5th day of June 2025 Assistant Secretary BDJ 1(04-24)00 Bond No. 7901258746 PAYMENT BOND (LABOR AND MATERIAL) KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach (hereafter referred to as"City") has awarded to Comet Electric, Inc., 21625 Prairie St., Chatsworth, CA 91311 (Contractor's Name and Address) (hereafter referred to as"Principal"), a contract("Contract")for the work described as follows: Traffic Signal on Gothard Street at Murdy Fire Station, CC-1672 (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 Nationwide Mutual Insurance Company, One Nationwide Plaza Columbus, OH 43215 (Surety's Name and Address) as Surety, are held and firmly bound unto City in the penal sum of Two Hundred Fifty-Four Thousand Two Hundred Sixty-Six and 00/100 Dollars($ 254.266.00 ), 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 parry'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: June 5, 2025 ATTEST Comet Electric, Inc. [Corporate Seal] (Principal ame) By: ^ - Name: i/,-1 c:,e,•a Title: pic r s i o r N r ATTEST Nationwide Mutual Insurance Company [Corporate Seal] (Surety Name) By: CX9— Name: Aliceon A Keltner (Signature of Attorney-in-Fact for Surety) (614)249-7111 (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. 15-4584/117357 Page 2 of 2 PAYMENT BOND 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 Los Angeles County of ) On 6-6-25 before me, Kristen Czupryn, Notary Public Date Here Insert Name and Title of the Officer personally appeared Tim Erno 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. ' t., KR157EN C2IMS ASK.•, Notary PubU t•CGouHnfty r nla 1r -,' ComLosnu eM•25I0020 Signatu e toy Comm.Expires Jun 7,2029 nature of Not 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: Payment Bond Document Date: 6-5-25 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Tim Erno Signer's Name: Corporate Officer — Title(s): President ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Comet Electric Signer Is Representing: t.�`�z;`�<z: r�C,�c,��:c,'�c.�c;•u;�=ce:,e��-viz.`-%���i�z;�z:`�.`�C.c;G'�, —��=c,�=c,�='�;`���z� ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Washington County of Pierce ) On June 5, 2025 before me, Carley Espiritu Notary Public (insert name and title of the officer) personally appeared Aliceon A Keltner, Attorney-in-Fact who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. r`�N�NIN1yM,�, .. p1803 '•• : NOTARY WITNESS my hand and official seal. f i OW. 10! PUBLIC boo 03,- Signature j Fifa/LW-4—J (Seatr,. PF S° .• Carley Espiritu Notary Public 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: ALEXA MANLEY;ALICEON A KELTNER;ALYSSA J LOPEZ;AMELIA G BURRILL;ANNELIES M RICHIE;CARLEY ESPIRITU;CHARLA M BOADLE; CHRISTOPHER KINYON;CYNTHIA L JAY;DONALD PERCELL SHANKLIN;FRANK W HAFNER,III;HOLLI ALBERS;JACOB T HADDOCK;JAMES R COGDILL; JAMIE L MARQUES;JULIANNE MORRIS;JULIE A CRAKER;JUSTIN DEAN PRICE;KARI MICHELLE MOTLEY;KATHARINE J SNIDER; LINDSEY ELAINE JORGENSEN;LOIS F WEATHERS;LORI J KELLY;MARIAN C NEWMAN;MICHAEL S MANSFIELD;SARAH WHITAKER;SHERRI W HILL; TAMARA A RINGEISEN;TERRIE L CONARD;TRAVIS J ROBLES;W D MORRIS JR;WESLEY V DASHER,JR; 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 UNLIMITED 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. d/OAL Antonio C.Albanese,Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT �w►uuuUe STATE OF NEW YORK COUNTY OF KINGS:ss `••• E•# On this 1st day of April,2024,before me came the above-named officer for the Company ir AT ' aforesaid,to me personally known to be the officer described in and who executed the * J*iJ_,?*, preceding instrument,and he acknowledged the execution of the same,and being by me duly e.E�rueccv : sworn,deposes and says,that he is the officer of the Company aforesaid,that the seal affixed '`i�� s , hereto is the corporate seal of said Company,and the said corporate seal and his signature 1 were duly affixed and subscribed to said instrument by the authority and direction of said Company. Sharon Laburda Notary Public,State of New York • ; i J_.• No.01LA6427697 Qualified in IGngs 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 5th day of June 2025 Assistant Secretary BDJ 1(04-24)00 „ ,,,..........„ iAl”Wa G* ....., T1... IN — 4/ li. v •.--• �•.• cpRpORAF•••• \ •• O � Traffi s i n a.. _ __ • Installation,..... ,,f ,, . : .., ,,, et', , � , • la -- ,,ediri,---; , ,,_ j ' . Gothard Street at the Murdy Fire _ , Station • 0 . - �� •---. �. .•' 5/20/2025 •••••• C 0 c)‘ ‘ / 0H 213 Project • Traffic signal will be installed to stop traffic on Gothard Street to allow for egress from the fire station • The signal will be activated by fire department personnel \p\TINGT • 1 ! _ Sx MI jv 0UNTv t; 214 Project • Bids opened on April 10 , 2025 • Low Apparent Bid is $254 ,266 • Project Cost Estimate is $327 , 700 including construction contingency and contract administration • Available Funds: $286 , 734 in Traffic Impact Fee Account 20690022 .82700 and $40 ,966 in Traffic Impact Fee Account 20690020 .82700 ($327 , 700 total /t`,"', N77 '• Oee •pR•• PORAr••.�n A Nc Fa �••V 37 s % ) UNT`( 215 Project f 1 I Y ,, g f I 1 —L_.—_ 8oisa Ave. 1 r__ y E I I I 1 j L1 I 1_ I , N ��. � � I I I �, �_�,.��.. ° 1 1 MCI ac 'n e WO ao, I ;a-&x Gn„ <-uYym Wn41 Callow / I:44.,t.,l+,n I Vm m ---.\---'--- °1 ,I {OoV^?wq - — ._'---'--., .,Edin9,.r i.,, Ii il'/ NTING7-„ `� n A \�I ; U: a�lfiw� S. \ Ik‘'':;:e..-4.-''1-61‹...".*--..--:"e•8•'..1.1,'''''''''''''''''''''''''''''''''''''''''' u A^ ,,. : UNTY i# 216 1 '' N Ques ions . N) ,;:ririi;'TI Ifni, , .,,l,f,r1„,,ir- At.l& iri t.e3 IL t r# :r { w '„ _ + 'i#) - 5.-....-._....--3,-,r.....creA ri ..--:--....:, ,.--,. - ' T 1.-- "it:';' ► ' ..'FDe'+P `—.J T.am- ' M ' 217 • BID BOND Conforms with The American Institute of Architects,A.I.A.Document No.A-310 KNOW ALL BY THESE PRESENTS,That we, Comet Electric, Inc. as Principal,hereinafter called the Principal, and the Nationwide Mutual Insurance Company of Columbus,Ohio ,a corporation duly organized under the laws of the State of Ohio ,as Surety,hereinafter called the Surety,are held and firmly bound unto City of Huntington Beach as Obligee,hereinafter called the Obligee, in the sum of Ten Percent(10%)of Bid Amount Dollars($ Ten Percent(10%)of Bid Amount ),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 Traffic Signal on Gothard Street at Murdy Fire Station,C.C.No. 1672 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 2nd day of April , 2025 Comet Elect ' Inc. l (SeaI) J/ Principal ason Pennington, Treasurer Witness Adam Saitman, Pr Title Nationwide Mutual Insurance Company pylincei my B r'I Witness { By _ Jul e A Craker Attomey-in-Fact 5-0054/GE 12/00 XDF CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 r.:cr.,cr•:c:c.�:�.M.c:e.cc,crccs�c,M..�c.M.:M.c:t.cc�.c-rcrcar:�;o-Ta:M,cc.crx-c.�-c:�rc:c.�r.,cccccr..c:c:ce;M:M.cc.ce>c:r.�:rc.cc:r.,�-e..M:c:ncc�( 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 4-2-25 before me, Kristen Czupryn, Notary Public Date Here Insert Name and Title of the Officer personally appeared Adam Saitman and Jason Pennington 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. KRIST EN RENEE CZUPRYN I 41//i0 Notary Public•California Signature s y, Orange County g "�"'.�.,y7My—CommComm.issiExpion Nres 2360Jun7,702025 ignature of tary U he y 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: 4-2-25 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Adam Saitman Signer's Name: Jason Pennington ® Corporate Officer — Title(s): President Corporate Officer — Title(s): Treasurer ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑Limited ❑ General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Comet Electric Signer Is Representing: cc,,,A; :�e�occ ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Washington County of Pierce On April 2,2025 before me, Christopher M Kinyon Notary Public (insert name and title of the officer) personally appeared Julie A Craker,Attorney-in-Fact who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. -WITNESS my hand and official seal. -''ro OpHE 4sR �'i°°11,, •Signature �i�-�i'l �, ea1)NOTAR�,•. •:aZ' Christopher M Kinyon Notarublic :' •3 ..• • .. PUBLIC �o EXP��S'��j�O: OF WAs „,`', e 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 Washington County of Pierce ) On April 2,2025 before me, Christopher M Kinyon Notary Public (insert name and title of the officer) personally appeared Amy Burrill,Witness 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. •ss‘g'��PQeR �'�y'% Signature C it._ ) �yptAR� %Z� Christopher M Kinyon /I�lotary Public r6;, _,_ ?° PUBLIC .LP o _' �.SciON EXP1Rl� •�O ,, OF WAS\* %0% '''iE,,,,,,,,,,,,,,, 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: ALEXA MANLEY;ALICEON A KELTNER;ALYSSA J LOPEZ;AMELIA G BURRILL;ANNELIES M RICHE;CARLEY ESPIRITU;CHARLA M BOADLE; CHRISTOPHER KINYON;CYNTHIA L JAY;DONALD PERCELL SHANKLIN;FRANK W HAFNER,III;HOLLI ALBERS;JACOB T HADDOCK;JAMES R COGDILL; JAMIE L MARQUES;JULIANNE MORRIS;JULIE A CRAKER;JUSTIN DEAN PRICE;KARI MICHELLE MOTLEY;KATHARINE J SNIDER; LINDSEY ELAINE JORGENSEN;LOIS F WEATHERS;LORI I KELLY;MARIAN C NEWMAN;MICHAEL S MANSFIELD;SARAH WHITAKER;SHERRI W HILL; TAMARA A RINGEISEN;TERRIE L CONARD;TRAVIS J ROBLES;W D MORRIS JR;WESLEY V DASHER,JR; 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 UNLIMITED 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. • 370 Antonio C.Albanese,Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT 41�uu• STATE OF NEW YORK COUNTY OF KINGS:ss 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 *;SEAL *' preceding instrument,and he acknowledged the execution of the same,and being by me duly storacte .1 sworn,deposes and says,that he is the officer of the Company aforesaid,that the seal affixed hereto is the corporate seal of said Company,and the said corporate seal and his signature \_I were duly affixed and subscribed to said instrument by the authority and direction of said Company. Sharon Laburda Notary Public,State of New York �, i No.01LA6427697 Qualified in Kings County Notary Put& Commission Expires January 3,2026 My Commission Expires January 3,2028 CERTIFICATE 1,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 2nd day of April , 2025 . Assistant Secretary BDJ 1(04-24)00 „... ,-. -- ..--,---.-, ----:••••--.:•F;".'..,-:/f,-.:•:.,,:,--„:',',.'„•::',••-;:-:•-•:•,;'- '..;?I'3•;‘.':-.'-':'•-,-.:-..v."•:•=-:-•'•••:...,,,y-.....:-.,•!.;•••..,•,•:',. •.,' :.::,,-:'.--._'..1',.;?..-'-•-q...,..-.,.-t,-;,'•-::.:,.--:-.•:.". ..-"j•/....-.-..• -•::r.'--::::,(*1--'....:-.!.:-_''''•-•-•;;,-::',,••• ,,:,----:.:',-,---•”----,..r 'I';..-,'.'-'-':-'1 ---P•--7-P----6::.*-7.::"'6-'..:-'.7.‘•'';.':.76...,:,,...'.';',W.-;.;',-.--:':...;':•:6'..',.6:6,{7:P.-',',.-,-,,.-__,':.-„,--:,-,6-4e.„--„..-,,'..,,'.,`,,--.--;; ;-:,::?..,.:........,•--..'.:.,-,,,,,,--;,:---2-__1::.,::..,; P.,..:,, -.,...,.,-:_,,,i,s‘-:,;.--,.'.,,1;.2:-..6:.-,„:P::: :,,-,!.-2,::;-..;:.:.,-..1.-:;,-..,:.;..7..-,-..,..:..,.!--,...,•,,P,..i:':,._:,--,,-,:.:„--1.:,:,:-_,i4,7...::--;,,:-.-T,,,,,z„±:-..-: ..,,,-;-,-,;--.,-...,.-,.,,,.:,.; :‘.-. --.,..i.-/..:,---..,:: ::,--.,-;.";,..i, ...)-....,i -.:..,:.-:...,,:_y.:-.--,--,:;,.:-,_.);_,.;;?....':_ :...P.,...=-,...5-,,..„----..r T--,:,._.:;- -.-...-,-,,,P..,-. P; _,.-,':-., :.-,:-.:•:,,,•:.--::,:.i-,.-, -.7.!...-7'.;-.-..,6:,-,-P-.--,i..',,'-'.'-,-;;:-.1,-„:-.-:1-=`',-,.--_,P),-,6:-..1 P':-.,,-,-- ----'-i== ,,-.-:).-,---;•;. ...-:f.,',,,,,--:-3..,,,_P:.--.:.,---•--ti.-.;-•''''..Pi/. ,-::-.,.,-':-!;.! ',-.-..- P::..:/,-,-.-P- , ...,.,. , ......,, .,... 6-::,.6.:,,....;. -.6.6 ;..•.„ --.;• ...,'••••i_ ,•. ..•.•'.•...:-.'.. •-i_,-6.-, .*:i.:.:6,....,•:•,:,.;,..•:.,,,:';.',..6 l.:,.' ',..,;".•,, ;1 -,, r:•-:.-,-• ;..';-:!,...':),:l..;,-2;-1,-.?--,.:-...,...--'.'-.,s,:,.,..,.,','',,,'---',•7•'.-.;-'!5 6-:.';',.:-:,:-.'•.-..,.!,:-.--:.;•'.7-;•;..1-f,•:.---''',--'---,-:,--,'•''-1(:',.:,-.-,...t:--.-_,'.....- -.-",'',.',':,:,'-',-'"-• ;-)•.;::'.:'.:., ,-:--4:,.::,J.;-1. 2.I:1. 1 ' ':: !...):77'::-..'...•.--':;:-':::-,", -:;..''''.•::''.-.:,,:,;;',-"I',-sr."...,:::,::.;,..--:..-....:,:,;.:,:: -.':::,:•,:,.-,.„:,-;,',.--::--;.--..,:::,-4.'„--.,-,P,i--;-,)-. . "„-..,,:-,;-:---,P..:2,-66,-.-"-;,,:-. P:".--::,,..--;:;.,--P6'..-,.6,-,,,,',..--,c-,:-,2:-.P-5/,,-• ., .....,.:.:•;-,,,,,P--:;,. P--.-:P.:11-.: .t.-,..=,:i',..,.,-,,,, -'.,.:P:--,,1,-,:.,.:-:.:::P.;,,..2,--2,,,,f 1,7:-,-,..,-;;;,_*:.,..-,-.,,,,:.:,',',e4„,,-;-,,,,.;P::,.;,-,'..,,'.:::, _-,P-,- ...P,:.,:,-.--;i!-A ',---.' ...'.:::..''-'-rP'' ='-'-3.'--:-"P:.r,'-:-:;'"-•.-r...-6.-:•-•..-. "-• -,'•_,'--`6,..'",;:_'6'6•L'-:--P=;-6-6:61','";;:: --1.6.2.. -, . .'.11'''',.V.'_i P'..6.:':..:::, --:::::.'-':'....,'.:-6-i:- -..'". ''.'-', '-,-6-:'-. '';;--P.P......;2-,-',.:'`-:--,',-- P--6' 6 '' -\P:P.':- f.:,.:`,';6-.2.':-P-.:';',.;--:6.--.'-:' :',:•,6-1:7--',6,,6.:'-';;`:.'111::,--.::':'.:6,/,:::-.-/6,.-",::,";.',..--'';5.:',,.`-_-6,64;?; PPA.-.-P,'.'-;-;:-..-',':.--,r:. ...,'.:.P:7.-'6.;-,-.-,--6.':.,:•:.,:1 ' .6-- -'.H_.-6=-;---.1',-1-- -.:-6.'=---,'P:':6::- P.:'S..;..:,..-...1?-.P':--.,:.=:.-','.1 :::.-P;;'6,i,-6.7-:=3.-.'-,::;:';';'..,:;;;;::-/Psr,."`',6".':6-'.'7:-•''.1'.'-::: :Pit P:,.-P-P'.---, ''''P6'- -66 "-P:'''...;':':',-':-,', 6-i...:,:.',6C.P::::r.-.6-6-". '6'..,n 6-6-1:'‘''.:-:".-"6:".L.).YP;;.:'.‘: •:.-,2:?7,-; P,'3.,:.-:-.!,.;',:;-:$,.'',.,!:,,,.,-,-:,. ;''yi; ;,: P,..: :;,; •P.Pi-- , '::...-,'- -',.-. ...,....,;,-, -- -,P.;..!-P: -:..'• ''.i•••6;•'Tfr---,---,.--_,- ---.-- '`,.---cP.,,',:7-.' :',;''' .''':-.I.' '' ''','':,:.'::.':!--:'-`(:.:;.1-.':`'. :-1.11',.;'..,',.6%.,•..:::;:,::.-',';;,,,,, ',-C. '.,,'„,!,'''.:9'''.',::...f.;,;..,:,,,,:•,'5',i:,',,.!,,',-.,,,:.-!...:.-?.4.•:, ,,,,,,..,.,s.....,.,.,_;,:;1.,.., I I',;.:'',"-":',,,:'.,::.'.1:.:?:--''' ':''I'''.:'''''::1-.:2..,',.:;';"•:. .,:.:-:1.,':,..''':g::.:':'-'-'.;1'.1 :+.14 ' '2.;"':'i..."'-','-;.;'.:','''''.-...',:--,=:.„",':-.,:..-,;.,)„:,:t`,s-...,',.'-'j ';'-'..:!..‘-...'--.'...":-'--,:..:.:.4..;.:',-.'.'''.F..:...',.'.';";:`: '-:' '-',."".;-._'•- '.;..'.1 ,r''.::,:::;."..:P-';',„:'`:',-,.::::,..;.';..',.,.i:•,-;.,5:6.'1'...,.'..;.,:,,..!:.::T..'.I;:4-:;',','...i';',C.".0 a011.115a t±:,-":'-'',.'.',',-r'.,:.J..';';':1.2".',';.,:.',...,:.= :':,Of''.;=-.....'2:''.'7;-:`'.';•.1'.j,.':'''..,3-.•.,-7----;.f'2,,t.,:.:,--::.:6,.4, t:-4.rt.-..::„--'6-''".6'..•.:!'t--...7:".';'-:1-'',-'6:---'',1 ,.,.:.:.'-'-; -'-'t.'-..'':".""::'•i,..-:,. .;-„..!. .rri:-;;-'6.- ..6.-;.-::_i'-',. 16:t.:-.`6--2-6.f'Y.-,--:'":•"•------:_.'-',.--.;•:-r:.;•,,---:;:'5 ,'_,:•• ;---‘:;-r_,,,,•,,,Ii,.:-.,-.';;.:;k:,:b--.,.;:',,,--.;!•},-:;•„,,;•.„-..,-.,, .,-.*::.;,,,,.-....,-L.,':--":,-,1 COMET ELECTRIC ::,,-,_7::•:*:,,,,,----,,,....- V..-7.,=•:;.--,-l'2-r-,'•,;•,:';'',"..t'..-..:.,-,:.=;' ,.''',f,i:L:;%•:,:.---•,7,;,i,-,)'.--'''.,:''',1:'-','..,,,,,;•.!, -,1,,,'-'::-.,-,'...":,),'1 ',.''''..'4'.2.'f::.:,-.)`)..K-,-;,-;.4",-,;.7c._-,k,..:.,,,z.,", f,-:,'.:',,,';''f'f',-.:.:-•'' ---7').--,',4`:-::-'---,',.';,:'-:,.;.,..:•.'..-%.,,s-.-4,."•-,::,,i;i::,'•-...'::7';' ;', ,x,, ....:!1 r-..;',:::!'•-:::'•,':':--,' ' .'.".'.•.,:6:1'7- ...!; .,,.,,,,,`::';:-.1".--.1.---.0',-. '-..:' ,.:1;-:::':i.V-,,`-`r.r,F".1i'-':,,,,,Z':..",.`,.:;T`t..;'.'.''''),-76.;,;.-4::''..:t.t.,t-.t.':::',-:'::'-f,‘.;.,...7-.--- .,',„_..-6;',..,..',-,;66;--, ,.:;-•l.j.,;;?7,+,-.--2j.--.6„,'.t..'t:-,...:.,,i,'`,,," -- i,7t-:,"...:,t,:''',,i4,1',.-,;-...Lt..?„),-?tt'„_.,„;.-::-6::::',,''i-t,-...,-;:_t,'::.;--,,'-t.t.,.''''..:,,',-`,,,-,':,,-..,,.-:.i.•;. ,,tt,:,,.-- 1,, _,,, 9„,„,„ 4- r.„--,i,,,',.."....17,6-6,'`,,''''-,,,',.'-:.-",.":_''''.-S::::2:-',,j,..‘',•:',',',,'1'-‘''';' ''''^'''...f,;'-it. ';'-'1,-,''''''.4i.P'4.7'-' ''''',,,'''''-','",."--,•' ',:d4..':'.g..--".1'..-t.V.7;',„",,,e-C'':",\.V.,, ,';',:,,,,,...q,,06;,;:,..,,,,.,,,,,,':i',-...,,,;,V,,,...::, i -, 21625 prairie street I chatsworth,ca 91311 ..- ','&6,1:1,,,of. k..:',70464:0,;,:',,,,-. 1,64,1,.49,r,T.,..e ,':.,.,!,r,:.:;,;,,,,,,`,/,=-" --..;'„v,,,5','-',.,';',...'1.-:.'Y';''' ''-',1t•.'vf'f'-'17',. -,16:-,:,:'-;'•. ''''''''''''1!".V.-M.--:'-'4Af+.--""AIKIL'i,`,i,'-'..,-V4-',f,-,'1';:',',e .,q'j'f•'-r,4-4,'„I'i-,--,'-.1,,.-'-e;;;;;,--;:'-'"ili..-11.i'/..•;,,--_-.-t-•-%;,',.7'':--,';'',',. -,t.!.:-,..,'-,.:,,,,,,-;:-..-. ,-`,„-- z:,,,,-;-:,;,-.:":•`,-';‘,.;i;,4-:),-,-,---:-. -i:',f,;-:-..-f 2,,,el-P.,-.:-j-,,,_,z,(-_,:',' `-'4 ..,,,,_„,;4. „.,,,,,I,P.4-,,,,i ..ki.,, g.*1' '-',..9*',P',;',-.,,X,-,,..flc- '' '''''' '''''',4. 1'"sk?:''tt:.1,14,,,.;:trt.-i6e,-. ..,e;z44',Z6nA;:n'-','').Q-:tjzIF-4,i.-!..4-.-4;.-"-- .., •-,-I,.F.).,6 „lei-,„,,N6t.t.;,_,-,,,I...,,..,--,,,,-.6,-4,,.tit,,,,,t-.ttf;„,:,-.16.?4',,,,.....•:6,/,-,..,16-6,4'..4.1.'",,:-16---'-„-..„'r,-.,..-.----:-:-',.--,Pc--..2,P=. ,' TO: ,;1:14.,c--" --,.1.t'1.Y`-rw-i?kt-q.. -,!•_-7 :,.-.-iiii--,-, f,;;A,'N--..,-,---,.-.:‘,..,,.,... :-,-:•,:-.,....:"4-; ,t,4.. ,',--1--, ..--.1-:-.--4,----,,,,,,,2*---2;4=4 .,?3,-,P,,,,,6,-:,-,,-..,,-----,-.',1,-,---,-.-.,,, ..-,...':-- ,-, ;PPP - ,---..--‘. ••:-.. 1;,:,-.P'..---,-' ,:: :•.:-f.:-;,'..-*0-',;-.;-,..,"6, 7.-',. ..,-,?',, ,'-;'',.".'!'-r.,11:.5-'-'1,:g..i' 3'4, .-o-q-/-- •---,P,,--g!,-4,141.?...4t,,,!...,,,„„.„1:,.e.,,,4-.1,-v:.1,,,',P'1-,;tri',.;19,s-r-',,--.:-1':,-, "-,-,,'----:.---, '•---;,-• '---:•,- ,;. -::,,%,:-.,7-.,:,. .,;'6.-;-'1'..;,..,44.4;;"ti`,•::-.'f `.4.,i.';:'‘,.ql-t4.)t-'4'. .-::::•• CITY OF ITUNTINGsTo°ffiNceBEACH ig.:::,- ,-;,...,.?, ,, .- ..1work 42"--i-..;:::,1;i:1,;::::;',,:::::6,;:iiii;61',.:::,,...-....,::::,':;:;:,,‘..i...:,.:5',E:;.i v.,,,.,:,,,-,--!,,.,-.•'.,,!,:.-,..,-e4,-*,,,,,,:::'11,7-,--1;.::;,';?...;,:r.N.,;.''',,,,11',:,1,',,,W.,-,-;47?-y.;iii4'-'1r4. Main Street , :::-:-&-iiriz:: 1;$1.,,•.,7,,,,,..:::::‘,.::.:,.ii-e:;i7r,-;4,-..":,::.i'...::.,--1:41.•,'•:ii.:.i.4,-...;;;;.:,.::::::".,-i.,-,..-:: ,_,,,„4_,„,.,14-4,...;=-2,•.-k,,, „„* . ..., vv- , ; -/...,F'---, ' 4,4-:.‘,r-v :4-2't,,--•'',.,,,-...-7,,I.•-'er.1,,--,--.6,,,..,--'4'.:,,,,i,,,-,-,--:.‹,.`,-,',..... .-'4,--?-,,-,. .,,,.,,,,-,'...--, -,.,....,,,--,--,_:.--,,,-:,' -...---.,,.:-E*,-..-.:,-..-_,,T•i-•°-',";-1-,-'..,13fi-,v".1t-1,•-•-•-1-.. •;72-^,''', ;1,,,'"T4i•: 71'1VM'A,..-..'6'"'"'rin,a.4";.W.i.7,,.,%?'"1;. ,,14%--1,7*,'1.`>)••4`,,,,--,2,':i.,,,,,'-, tr'. ;A:.,,,'-‘i:,,,-p,..'...f.-,s,r--. Public2000 -.,,..,,,,,--..-,-,,._4,„,e,„....-4.--..,;;;*'0;1% '•-•-iT.,`,, '..4"k4K-4.1,....'!..:. Iv 4,11,,,...-;.z.:7„t,r-..-,,,,,,...if,„z4,,,,,,,...,.,,--,.. - -A1-;`,,,.,; ', .:.i.'•'-';';'-',.-,:,':1:7-aq.,'-v. ,e7sw -'-;' ''..;-'--;-r,,,=44:- 1:P:P' g. , ......,.•...-...r...'1.=-6",,,-4,7•,::'-;',":6.,,,'1,'-::'.4',':'.-..14j.,t;:-:,tili," '6-t4'. ,,.,,.-44,..i,t, g.,6Vr.1,.. • grl 46*Cr.rt' _,,,,, - .-.-- 'N'. ;.'t-.,-,454",,,,-x....- .- ..,e':%.5-',4,-*Ok:"X*til7,..,`-','.i;f5.4--'Whitie,,1•74,ff.i 42, '41i-,,,f, '•,,-,..44,6,f44.7:',. :,-';..-.'.-,t,c.::::.,..,'^.1,3;-- : ',-3-,--i;-0.--..A,..:::' --,-,''6'1'1'-,,, t'i,Z.7r:.6"6,,!'f',W-'"-. -fft''''':e.4.,;144:12r,---%4,,,,-.--.:--,,,-;.4.7,x. --,-44,-„,,• :•,..',4,•--14 4-t. --, ,-1*.r1046,,KV- ... , ,,,,,,z-'if-, .-mi.. ,-,, • - -:-...1.:4Ak...t: ,, Ni.s.,-k,..,..r-.;.-- - Huntington,.. Beach, Ca. 92648 • ... ..... .- iz,--A,a-,--.4 * i•,,,, '••,517,,,,,,,f• -4.,,- ' ' .4". ',VAS,: " ' " ''' ' 'S.1,1'...' ''" I ' • '-„'' '• ' ij,;:,''4'%;:'i•',".'''''.',',:,',L.'%`,4.,1j44,414%,7'::',=:'"Or., '...;.'• -.71.*.e**- 40,-,,.. :•'-4,Z"--4,:':--'t.r*'..---rr vit.41,0-.-,tre; ,.. .,-.'•,rt'.•-•.1, 6 -1,2' '- - - -.4.,,e-,,z,4.'" -4,ee.., '.'• "„6,.''. ,,,r-:-.!- ,--4.„,.'E ,...'..-AA...,-,,....,^......-.4,4014. , '-wi...xf,,,:i- zc,•-•,`,,,--',4•:4,-,`';-;--6'+-, , ,, .e. , 444' 4 31; ii.,',.'f2"-,',,:1-,'i-4.1-:4,;ili,,,..-'744,i-1,41.k.stl,1:"•F---.. --,;:,'.:,.1"77-;.1*, .,1;,,.,„:::;,-,..1. -.!,,--:';5-;:,,,,54,477.4.;,,,, ,,,„..ori,i:P-P;4444,14,,,,i-,TtPei ,';,. 6P-':--6:.. .2.4.-4;Ii-..' .;,_;',--1 ler:=-?.-7.- 1.!..7,.:‘-74,, 1,7::S.,4,--,/r: --'1".,..-;1 -. .7'.' ''',&,... -.'-;gr. ,Ic..- 24":1*'''"5!Te'„ ,,NilltalP-6;,'!;',Si.,-..-t"?, ..M, '1;6,,..::Z.:,-4.0;':1 ;?:', 7,-.,t4i ..' '4'46,”6.' t.;..?1k6,,'•-i.‘4041,11i7,•?Q,54T.4„...4*.-.'',1-- .:Zt. I.,„221.0,1,t.AiffrZ' ',„:4, ,;;AV-. ,..."'":"t",-, :iti,'.;„:-'*.=,.!,,, 6,4•11-*,4_lat;;.'',,'''''.. -.:•'-‘ti, 4-‘540. ,; 4 „ 6 i4:-';'.';_%:,e,,,;...a.4,: s'.1-,,:,-,r-VO.taef,-. -.1.Y:', ,-:;:;;=. s'''V":,'„;.,?;,-;-tlit;',5:-1;1,*-,S4:i.t. ,,,f4ktitt':'.,5";•-.'-' 'ft,. ?1,t„....=:'-‘,,,:::A - ..-.;'i:-...7n,-,-,' Att*1,-;;...t*.%"4.f.e-S.:1.-- -,' ..vri,..z-:, ..aw';f4,,,-,.-'-.1*sr.i .::t-.-,„,,7.4.: -7.:.',76'..*,,,,e-.;44pw-v1-0%.--04,1r..t-to,-1.4,-, ,,,,--,,..---.,--,:•:-, R; ,--'..,:--,,,,,-4,-,,,-t-z.::-..,:".z?-le-;-- sit...,i1,44-v--z--,--4,....1---- . ,,!,.,•-t&--,..-. .4.A.c.- • .4.,-. ...tm:-4;-irsi.:1F-,.1,...,..:.;:rorAz...,i*,iw:,,,;;,*4,,,L-::4'....,,,...,,,,_.-N.; ,...ke,,,01'..„i.,t,-,.,...t.,,,&,,,.4.......-',-1.1-f., i.-•••,- •' .---"-'s.' . 'P,,, ,`,",f,'-pfyii,v,',.''' - r.''y'l''',,7•••?:;',t'z'-%-''''.,-.."1.'41'tol .-4.'_,,,.. '-.-''''44"'''-.`,4c,'-w-X'-r-1"-A,--*Vt-•.*;--:SI , V-4,14;'7•4‘-' ,,-4,:-.,• ,i`• .cf--,.--fc."".0„,..-'- ibteaF.4...,,44'.-—-,- ' ''-'c4fie•--6-'..,.L.Y6-1 ,,,,,:x.4-.,',..1v,4,,,,,,. .-.*-_,47-t„,,,..,3,-;1,4,-;;;;41,*- .,'..wo,„-;•' ,,,-*;' '- .z. 12,......o :..,,,4.., .,-..• • -"*plk-'--.1,"- , V . ,--:0.1*----,.."4 t.j.,S,4"-- 4k.. 1,e,„.„-,-4,6„acs.,-.;- ok,,-4-. .4., i'....:7,;;Z.7',-.i., r.''.'' :::'ill.....,,t:?'; '13:4 r7.-54ej,:;'.7,6,P,Itrk,7,,_,,,,';..0.,.;,, {...;fiqpg": ,a7:17; 1.:r.P'.., ., .. -,-.14,1?_, A 4&''' ..4,,,,,,','',,,;$,,,AVe.,.4:C.Vt.„..i.iS*.- ,,. Z .•ii'LL` '---'' '-' - i.. ,,.,..„,,,,,,,,....,,,,„,..„..,,,,,,,,,..„,.....•. .„.„:•:, ...,.. _ , ... ,_, . •,....„. _,.,.. ,,_ ,.., ...,,,, ,• ,,,„...,,,,‘,..„,,,,,,,......„ .,,...,. ,..„. . . ()PEN r1,,,:,:i,---40,1;„I'a-,4,.7:-._,,,,,,61iy-:'--",-*-1. 1`044,.7,:inc, - ..14: -L.-;.. :-:..... *m•4,-4- A-- .- -4,-,-..., ...„sxr•-k..;,,, ''''';''' !6'.."---aft.-- 4ett F'-''A qt.,1,...'-',-':',°;:' .* rp.:0,4"-,.'',..lix.,,z''.;t--4- 17,11-, :,A.,;:wi$1,,,-:041k 6.0,4 ,,, • . ,,,,-. ,,rtt.i 1,4.....,,7z,,,,-,101,-„(i....4..,,,,-„i,44.,,,,,,,,,.,-.1.,-c.,'1,1.-,,,.,„.,.?..,.rt.,,,,;,,,,,...,w-4, 1,-,,,, NOT — !,,,,,,,..,--tr,-,:.;.•..t,......-.•- -i,:;,,,y,,,..e*ofpr.--??1,._„,,,,-,..,v,,„:----,...._,try-4,4-;4.,...,, ,;. .,_4,.. ,,,,A,..4:.-t-I.41,?,--40,-A;-vot.4---z1-c:::-f6q.'61", 4,,I, 4,c-,`',:, .,-,,,,-%'._,,...-;--.7e-i.',A'^4.....`"--.44. .,,,i.„„iz..‘,„....,sz,t..,,,± 1.;,t.1,,,Lk4.- •,--.N.t.., -y,-,,,i4.0,-.,,,,r,-.;-,,---- 6.;64.,,,ZA-.4 1,,,:'.,40,4e......-A, ,•- .'„;‘,..- t,,,,,„,._,!..,L6 r.. 4..:4.... .fv",,,-t, -.---". -'-'.,'''6.-Jtt-t-,,--4,"""4:,-iy--,. 'q'•-•si-•''..3ii-i''J'"'-,7-^,ir-1 -11v" - -''t'' ,"''.' .4' -i';',-1*,,,, ,,,-ii ---,E...,.' -ri; -,,-„4'4:,d.,r&'.g''''''.`44-Y•-e.,:',.-'•?...',.;-...,'',,,..„,,°,,...-.--.“'...1,'''''' ...^1 _Lit 44". !',..Ssii,:6-,;'f' ;.;g:0.4.t...fl:;',t;',.:k.''y....:'.17'1,44,'.:''''''t.; ,,:„.,N474.‘-Z,-;.p-si,0 lb,-,..--,'...t:;,5-,,,,44,1...,..iit' '':":,;'.'.;'''.`i-4.'S ff•''''''''''''i i'''tr..'.4 'Si:: ',..;,7A1...:;?:.:1,,7 '2:. I`,11'46 C.'.!'i:...- ;'/T.;-'' 't-....." -..,...,,w6,-,1,6,,4.,,,,'";,17t-,e4t .:4•••;--7.1.,- .,,-;.:,:,,,,,co.ri,... 4.,„::04,..F.,-..,-,-;%•,, ,i.,:.•c-,-,:-., :', ••,--., .„ ••-,,,,;7-,,,,..„.,,,,..-,,,.. :•,-- ,.,-F„,.,-,6-.. .:•,-,.,--•,- ,......! - _..-,,., - , ., ,,PP,,.. wli..4,,,:..V.V,,,WrE44,ft.94,..,Z.,..'r,,,,t:",kr14,:y.,,I, v,%1_,,,4-",.., ,,,r, ...-..,,,„1,, .., -',..1.,_, ...6,-S140-..-,7.:2-,-'.;,- -,0,..,.. ,,,,,,.-7.:3;.....fo,,,,, , tilr,--ir' -,-----,,::%:---f-,- ,-... ,....:-..r...-., ''... 7•44,,L''','..t;',e7-'''y t': -.12'161:,, 77°-,"tt+.,''',"...4.. ..cl..?:s,`.,"Vi'Cr.,;Fi4.):!%.47. 1,-:.24.'" ...1%,,,S.‘,. ..1...,, 'Th:,,,Lt.'„,47:,.'44.*r.:::::T.,:',.'i..: .:4,,,,,7,,,- ,-..t.,.?.,:,::„.„,..,:".,7,'Crit,'";.V.4. Fire Station •0-;1',,i,(iilLf:L74-,.....,-:;',;, q-,:t-•4., d -elq;z04,:l.:7-1.-•,,:•‘teltz . -. .. !-,311. .:7 4,--,,'.*,.-„ ,6.','.e 4,'''.=:. --' ' '.' '' -)t-''*:4,' OTFrFaIfCfilAc.sLigBnIDal oSnECURIT.Y-DO CGC007:6r7d2Street at.M1 ouordpYm tp,,,,ie..trt.;:::•,,.. ,,,- ..1,-6,,K,-F.''-'4.r.i..,...*-'4'--'•'4 i,'F't,-.,..` i-aw...-:::4%, ..440..:-..r.•-4^t..gr.-.....4,7--1,,''.:,,,i3:5,,,....' .--...,-.- --ze,'...-----,--',0-l'- .,-,,,,..- -.;..--,.--.,,..,- 1,71+• ir..0',,.•Pp,;',-;-1P.7.4.'.^.6i titt."6,,,,,,W" „-, t'4'.1 b' '.,"'',...,...i:'",A`!".--3 e-ey..}.7 1-, „te„-t,t4i,tqt-;.,:j..t'... „t,--. 1r -," r ,.,"-,.T;''ke..i,.*':.•-=., ::Fr..',., *•-::`,''L.* .."..."..“4:,:iT.,:,":L. C.,,,.. , ':. -f„,,-'25-s,-tirl"'-'-r,' , - i-- .„0--...,-,-,,*----,-..‘ 'ye v.v,..„....n..41,-,r.,-... ...f..-:. .,„d,,,,.,s,-.t--% ''..•'',-.'I.- .,,r-.-..,,, --, i•--.L.7,.." - .6.2`4,' , 7:--',.'V" '4--4:- -,,,,,,,` = ,..,,...,,,.,_..,„,,:,,, •,_„._,,4,..,.._ ,,,,,,,.a.,,,,,,,..., &c.,,,trt,„4„,t,,., zr i R.E.,,e,-.,.,1„ad..,...,,,q,a -4...1.,...n',t,:.,..bi,"..,,,-, ,,..v.v. ...,,e-,N. ..,,..;,:). ,- •,--,..-,,,,..,,,_1,--,,--,-0,-- ...,1 -„,..t...,,,,,,,,;?„4„,,.4--..„.1„;-,41..„,,,,,,,-,,4,,,,j„,g,,,,,,,,,,,,If,el..t.",...5,....i.e4.::...,'ii,..,,,...jr=,n,,,,r.,..: . ..v,,, ,. ...;.•,t„..-. .r..--,-,P.„,...,4,'-'..',",r 4::- 4.---*Z.;-,-46 7.'1,*,----'7::,-,1."--1:-'t--AO •L'',-,,''..F,,'-t..-'4.V4",-s.,dit-3,,,,14"'-'7r4 't.7.i'stA,. ...`..,ertrzst".,`.t.t-7*,,:,,,-.4'.,''4"`-, ,izte .;.'6.141.",,,. ..,• 14.V,;,,..;.-i,e1;,; `,.L.,1.,-::'t r t,-.„... -t-.,--*„"i tz,,r"':" ri,-it , t,,,- -4.--,- 1. ;, .''';:'A....4 •-;.:- 15-ti.-sa'' '. ..,24-',: r.i,-,?!,,,,,,,,,izgo•.-. ;,-,.,, ;... , ,i-,--:-,,-.-..1„.,....1"1+I .'.,•.:;' -'7".4.'::'V.,;."-Pir--_-,-'--'4",'41.6N-7,-, 1t,.,-#•--..4,-,: -g..,,,..,..-.--7, istt's.,-•*e.1, • ,":•;--,-:',1-*Liiii.';,,,.•-,,,.,4•4,41-,t.-4*.,,-V.ti. 7.,--0-`4'11,`,,,'"'4.-• '1' ,,-,•11: '',:-,.r",..v :,-.,,'.',.75'-..:,,, *,dt.,-.lit 4.,..-f-,,...;-„r,...A0,',5,b-,..ta,..'',,, .,....,,-1,'''7..i,'...4,:,1.,,, .• 2''I''''W-."'"'4.-•4:4',,t:i''' ''. r•-• ''*4.6.:4+'NYV.'SPk.;'4'4. - tt4-'fit"Let'W;f64'',- -It-,1/4,-*L.1,,. ..,.7.,-*,-1..r.ivII-7:: 4. ,-^-4',r,-,,-,,.-.'it,&,1,•- ,*,11,,..-,'AP,',11,,t k.„c,...:-.,--.c,l'it''-'1.7.",z.-74-,',-L--,tr.ti,,,,-.4, '.- . r:,...:-.;',._ -'-•'' '------' ,',',---.:::'•,:-,.---;'-'",`.;i::',1zze,-,g.,-,-,-. ..,,.,„ -,_,,,„......1,,,,, „..-...,.....,,_t„:4,v4k,..,..-..,6:,..„,... ,,.., , ,_,..„, Bid Opening Date: April 10, 2025 at : e:7-.Y-:',-7...',•!--' ...'"''Ft'.-.7-s\ -%.*,,''' S' 41, .7.' t' '-:' ..' .. '.' , '...416 '4.1'W '.':'.:•.-.7-,:-1.-::,,;---e4"._;;;;-:',11-,17::::1-,P.t.'.#:.....,,,,?Figh."„, - *.':.,.ti:.,:-...2.. .----,.- "' ,,"..„:,...,.,.;'.'1.-:.,,',Z•::-:.„-:?•',-;:-Z,;,:_.,..-4,1•2,-4---'-''''' - ��' i'�G'0_ CITY OF HUNTINGTON BEACH , _ ou�Tr(�e;;r' Lisa Lane Barnes I City Clerk June 23, 2025 Comet Electric, Inc. Attn:Adam Saitman 21625 Prairie Street Chatworth, CA 91311 Re: Traffic Signal on Gothard Street at Murdy Fire Station — CC-1672 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, 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) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION Le, TO: City Treasurer FROM: City Clerk DATE: -I.2L1/2c SUBJECT: Bond Acceptance I have received the bonds for TYYL� 5 ifY7 U (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. 9-'70/ASS' Payment Bond (Labor and Materials) Bond No. 3-7O/off-5-3#?-4/(O 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 WDZL- (Council Approval Date) CC No. /t 2 J Agenda Item No. /5(a'S—'3'Z) MSC No. City Clerk Vault No. LOv• �D Other No. SIRE System ID No. MG Li g:/forms/bond transmittal to treasurer UNSUCCESSFUL BIDS CC No. 1672 Traffic Signal on Gothard Street at Murdy Fire Station #I 01 1INGTO F � ..,.,:PorrL?..; CITY OF • \c11 HUNTINGTON BEACH '` `` •' Lisa Lane Barnes I City Clerk ..........� ,� July 29, 2025 Alfaro Communications Construction, Inc. . 15614 S.Atlantic Ave. Compton, CA 90221 RE: Traffic Signal on Gothard Street at Murdy Fire Station (CC-1672) Enclosed please find your original bid bond for CC No. 1672. Sincerely, X14-4416AKNAK 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•CTION'' .rft:orosAt 4.4.0*.ogisi*.00ttot Tr40040.0 POOtakd, tcvetitAf#,O-y,Fkg***1* M,Y,W4P.117MOTOg.:44:01; 79, 171p4L RONORABLE AlitYclt lg. TO 0,01„:014,agrees to perform -001111.***104;*,049.ti:00,,IttYitjagA004,0141tWaatretaigael:,,ItelehY040004i#4. all the iknit..therein described, and to fiftii*alt laborr material,eilajpnient.aixi Incident insurance neeesT?nry*eref:ori,lineeoniance with the plans and.,qp,eeitlentietis on file ;0*.lac4 9:fr City Emithoor:pflho,City of OentiOgtOit Ondehigtfed agrees to perform the WOrktheteiniaithe satisfaction of*deader*goperii4onfof'-tetity:Engineer of th City of Huntington Beach, and to into contract at the f011004t pnces The undersigned agrees to complete the work within 40 working day ,:0**frogist***of:* ***0100.4*14; FigAgr,,e4:0141.1*wpmpat,„ 0.0.44PPOR 4040 otoilliatio 4tieNvoik:iiioi Oat* specifications, instntedotti.t0!,Bidders and all 040: 0004 dOcurnenta. If this.proposal is iaccepted Pit.:::***104:ID:P*egt#a tO'Oatek-)0144 contract with KOOKY at the:aattattdtat'.' Iwup'sent ttiee4..:tet forth in the following Bid teitednidi,lupDpgweii044 that failure to enter into contract in the manneFlodi*:e prescribed will fo.41.**1:0.4GEiNtOr of •. • ".-. go,gParatIcY'AP;*,,aMiliist proposal 40001;:10.4*.tohi4 that a 4.14 is required.faitiho::,0**bik that the estimated forth in the Bid Schedule are solely for the purpose of comparing 10.0 and 04.4 final oomppiiiitiontitair:;the.ttitittit skftil be hated epOn the netentAtientitiei:OtWeik*titi4toi4 completed.'THE AGIPTCY'RgASERV &TITERIGHTTO,PELgTE,ANy 1TEM FROM THE CONTRACT., Itisagreed that the unit*0/or::.1g4i4? sum prices bid include all appurtenant expenses tates,.toyaltio,;,feW ,Arid.#44-ilio.tistai.044.a,f,cir a polo of sixty days from the bid opening date If *Mine the 460#4-...:**st-,ayr4FgesI?,1hg.lapx.r wi4 reject 404.*0*-46ettitielheljtOit4: In t404*.,04ti#0.0.00:41ti'i4.0 0#4.01t4 OckOniii*I4eq0.04 .0*.A.,0*000004***01-,04.***00400moer poro.4. , . • • .,. .!nigni0i.ilfint in th ,.eirent.of;tbq fig)DEWS..;;frrgrttiit. ..„„„ contractcecubngth required ;044fng the ncessay bonds 004.1.00.4.011.. .40;;certificates*** iitiT*nifOn704•;citio4!„nili*th6.;:ditn4:of the Acimers notice of award of contiict to the *00t9c0 :ifpptcipoOy OtjgieA'dOrrgy:: and this 100.1 and the 0001#0.00.0 hereof • ftifd- 004. .„, _ • --1094--; ;,; which.said amount is not less than-10*Ofjfie•;.4g0°40P'Ot*e total bid POO!as*004 by the invithig$014113144;000Win the AGENCY. (L1ease insert the words vjoh,,,1,IFfc000 goo(optilii*"!1,,,44'414***Oltia1::SP) ;41;Y:' S9.014;1tOiltfatittittneetittabt0.. • • Pi14401'.401-t..0104q#0.0•91441:A*1004;.$##0601Y;', • 'Addle/an • • . •••• • • . , ..• 4 _ ..,.„ •.... • .•„ •.. r'• •,. ". •4-„:". •. • , • „ . . . , •. , 4. .„, „.•. , • , • . • .; .;;•,, -• • -.;;; • . „. ,- • . • •••• -4. . ; : ; •. : „ i:. ,,..................., ,...........„ .„..:,... „ , ,„ ..,. _.,..- 1.' . . .,. . . . 'W.ci,10PT.V. :PRCOttl.'''1t1)f,S'OOD:.4E-,. ..,TW.Oti$1.0:141....9,- .U.f.igTfIAR,,P=.•SurngTATMURDY1,TRESTATOW N0: i0-4 tattlitmg ... „. _..„..... . : - . . . . „.. .... ... .. . ::: ..F.--..g*Tffsc.f.ct,-.F.,;.14...f-v7..„--i,ty'RzEi.;,4:31:PA'4.,,.•:.,i.4.574r.zvoy.-;,%,,.v ifrA;;-,.-4.e4,0,,,,4 474'fiz.-4, --7.,2,-;744$v-ii<7,7,4---vtairecitiot d .. : givotti*Viftf-#7,L%R.1, 03N--f2AglEti--MiitTlf4-,.,"Ipi.1.Ao*piiir-,-72.:., : .... . ... .-.... ... .. - ... ..,........,,,,,,.; 1 j **10.4.io4, : I . :LS ' $',4;3501.1. :::.t:.4,..i160 .. ....... .. ....... . .. .. .. . . ... ..... .. ......., .„ . , ; ' fut1040.Vi .traft0.PPOrtil' I. , '..i.L$: $.6;:i 25:.00; .•,t..412$'..00. :• • 3 : maintenance si' I . Is : $t;'8:7$,,,0tY, '..::$1,1,74.,00::. . . • - . . . • ! 4 Furnish an itittiiktraa#$ignaj i:. 1 ::, i:1; il:4,6.,,.,7'.3.'14?' I..ft,:i2..,, iii..:;$'.j „ ,• . . , .. ., . , .0.4000!an4Itsi4ILI",tondiii(per SCE ...': 't..(16. .: ' ''',.. $:.2,445::q9L....... — zeilliemints— . . i' 4 :FAM0.41142*4101',441$.)03***FiWOg04: ''' :356:: . , t P.:40c440,40;:$Ow11:$00t410g:,02#41444 . : ts ::. .2;275.A0, ';: lii:ii(i: :•,- " 8 EtOntsk-ancl:40044..fibef.$*Ii*:"Oriti10.0 ; .1, ":$•,8„ .',$,4....447.i.S.a.', ;.):..$:4447_50; . .. .'%* :PAtri:iti.i:444.14tait Kf*Ji'Mfitifiiiiii:041,10it : li ',,' LA. :.-$1;411:0$ ''i t1;113,75. ,.. ... .:. . ..... ..,.., ..,..., •.„ ......... . it 'Furriiih mit Instal giviintaxyl giii044,-. . 4; ; IS '':it•;.:.$'43-4..0 , i'.4•,..$*i.4*.,,. . ., .., ., . .• .. 11 'P0001d'170,t,'.1.AilitiO*.016,01.iti*t.,OH.ptit'44-. • 10.! :, ',t,A. ';‘',t."24: t.:01Y'... ' $::j3:ati.oiY:•' ......„.„. ....... . .„. .. . . .... , . • • • . . tlesetlity'vailitotkittinicolibas andSystem • „- , ,,.= ,--:'. ' .7: ; 12 -.. ' ' . , - - - - • --- - - .---- .; i 1 1.$ : ;$:409;1?0".) S .4-i509(11'. !ticcomentatiori _ . , 14, As-Built'', 140: :, :i. f, ;,.i,:s : .$5075! $, TOTAL BDI AMOUNT . ,,$' 4,6;04..60'...,..., 1:• . . . . ,.. .. ..... _ ...... . _ ...... ... • ! TQT:AL:'.BID.AMOINT IN WORDS"; Twpshii0i.0.00,1.44.;.lico§arto*4 ni.11, ii'll#4,170‘.i..4iy4*d.414r. atiot.§.14Y.',Ogri.i Oti4,,;', ... .. . . .. - - . ...... . .„.. . . ......... „ .... „,.„........ ..„ .,..............,... . ..... , .. . ., . ,......, .,.., ........ ... ........„.......„ ......... . .. „..._. , . .. . _ . ....—......... ,...... ,..............„.... . .......„..... . .. : „. . ., . . . , . . . ... ...... . . . . . „. . .„ .... . . . . . . Notes :.RefeetizsJectiiiti:7 b easti eineri if.dfnyineiif. A lt=e teinsion .;of unrt prices��will;i st bject to°ve ctition:`by Owner: n case:verification is:required :between the unit price"and:-the extension;:'the unit.price:wilt-govern 'The' wner Teservestherig�t to .rele :an or all:propasats,and:ntd items. • • :. i f! - ... LIST OF SUBCONTRACTORS •:.: : ... .., IPH-0,#.0titaixte.wif,11..400401,00; 040;sociwot.,.4t.q4$440 Bidder ."*.forth the business address ... , ..„ ..... . . . .„.. ; , 'Of Oa'subcontractor74,6,:i01..Pe.rtbilr.!,'Work,9r,rer.i4e.r 4gttic9•*cific',41.40erp0*10,:otiitt.:4#in an:0m:tot-lit , W..g.i,411kP, Ontottlit'thatilitatici.t1;6060.0.0.4:',.k*Atiao,.1*:;.4diio•byittototihedigr&toe. . . . .. . •.... . . ....._ „... ,..„...... .... . . .„.,,,„,., Bid;;;;;.':‘ IY,One*Ed:244 #--of;S-iibe.*.t.700•;;•,j',-.:il' ..,:•.'A;*4at;,:0;;;-:;::, '.jCTass.., 004tei:r. -..;;,':',.,k#;A,,,',: Item i# ;;;i:4,::.i.•:,31,; ),::; , ;:i•:-:!•-i•- •:::Y:S'.:;'.-1::,:•"-(C.'•11•";.i;',,,i- :i7,0g:tiiiii :.:1, •,:i.:',',-,- -::' ..f. 4iiiiiiii4--;',. Caditifiel : ; .;,,;127:74,', •:.'4-,.i..,1V VI.,'`,l'-'::! ;'.,•'`,. .'. .":`,'':;'•7?:2-:',I.: 2:•':'''..;•'''.i..--j .....-- - .•,;.•,4!:':' -'-'r;-'i;i? :.i , •••:•,•.-.,=.',.'.°': ,'...-,,,) ,:A\.,:,--, ' ..".. ' .".'': 1')':': ''-i'''' '''''''','T./'.:..„••:....... ,. ...'.'..c:" '.!: '‘'e.-••.'''... ;""':1"'.:.- ountber,,-: ."."--',,,.. " ..---.•-,:-.:. ..,,,L.::':::!..-..-,..:•,,,..';',„;.:,,,...J.:,. . „ ,............, . . pii,rior:PAYnt,,'M4r14i10 • ,,,,,,,--,z,,,,-,...,•,, 'Cj*,'6.11, :- .,,..-. .. . . , , '. 'u- *-t" '5,3.1-.4ciVOX'Si.cYPt.4*.q.49963.0 --' :CotYIP30 -'17 ' ' ' ! --• : ! 4411* . ' . . •. , .,,... , , ........ ., .•, , •-". „ . . . •, . , . • . , ••. : . . . . , . ..,!. . ' . • •. .. '• ,.. . . . . ,... .„...... , ,. . , . . •• . . . : .. . . . . . : ., , •. . • .. . . ,. • ] ' , . . . .. .• . , ' . .. ..-.-....,..... .,. .. • . „. .; . . . . . „ . . ,I.': ! • „, . : .•• .. i , . ,... . , • .. ,.• • , . . • ,. ' •: . , ,.. ....... ..,..- . „.. . ........ . .... . ........ ........ ..,. . • . .: . .. . . . , ......._ ,... . ' ,,. ,. --- - •r.' ' :.; • '" . -.: —--' '''--ki : „ ;•, ,. •, • . .. . , •• . : . • , •. • , . .... ,.. ......,.„,... .. . ',.i ":i . • . • ;;!. ';:;1; ; , •. , . , , • , ., • . • . , • .. , , .. t . ... - • . ? : -.. • .., „ , , . . ., I • . , . : , • , . , . ... . , - , : . . • . . :•' . : , . • , . • . tt... . . . • •1 . . . t•i . • , . •. • . . , . • . . • ,• : ,.„, .,... .. . . ,•• • lit3t-suboi4.4i00-00*.P011104fActitiCk041,00$: • ... ••• . :•• . : 1.• That 11e,;4 461o.Ick:440,*111'.'11gr01-#1'the balance of,,all work which is not covered ;t.ii, Op!tig,,,: ,•••• ,..... .. perform 4.413.00474.4.00,1i4i#ig,, . . ! 2. That the:AitANerwitt";6d:;,:tiitntshed-t4P.,44:tititt 0."3001914•;::**ti iinto4o4' oii4:1,...„.N*iif*4 141 • : ,4c0.1.*40tAir**O.:44'14 .••• . „ ••-• 'c•--1: '- . • •. , •• • •• •. :. .. . .. . NONCOL •LUSION:A A 'IT TO BE:E E :BY.;BIDDER A ril, WV,1 717E;W a100— I delarc utder:get�ah�r"ofperj hform " ` th d „ .. ...... ....._... . . _.. _... a . : . ..� under lavvs:of ` . . �M true;art :cori�eet and that t tis dedclaratinb,is:e ecut�ed.on L15 r - e•Staite of(tea • Date ;pity Stgte tiCAAVAL. being Antday 'swop - says t3�at die •or' she, is aad !. . "vt: ' . . . ... df 411 'f iiii*I iii6iiun, ,uscructx n2 g>the ? that;fhe bid is not:made vn the interest:of,•oron the behalf of any'undisclosed Eperson,•parm :co association,:orgamzaton,or caorporation,;that;:the bi collusive or s a ,that the zc ot;d�rectly ox'-u�rectl : lio urduced or soIi�cited an ;dth ii�;a e;:a�t`stat i bid . Y .. ._ . ,Y--:. Fi'c�>arid n�otaectl bidder`bo p fals or indu e31,y`colluded,conspi cortinived,or agreed <.:any idder`oir anyone'else to. in *a* .bi r that,anyone shalt re&arn from biddiag tl ::the.;b did r•has=nit n a manner=directl i:or may,so ght'by mm algeeme*:�o ...._unscatteri.=:or no to'fi:c c laid Zm s >any advantage against,the;public bodX contract:ofµ x r' ;me n anyone : aver ntra , that�a11 statements::contained;m.the;l id fu the ;t _ . .aro:tra , e P�Pa e redly, submi ;his;o her,:bid,pn, or any breakdown tk f, or t e c • tddeit>has ontents therco inform<or:data relative tlieieto or and,.w� . .... � fee�=any ,. p. .,.rpou,• ►, association:organization,btd�depository,or-:to any member or t thereof to effectuat lIu4sive:tit Shaft, .:.�:,_.._�.. Ifarci;. ommunications: anst ct tit' In I Na •me cif Bidder • ':':af Bidder 6'I S'•Atlantic$AveT Compton A 9022"I :Address:ofBidder• :CITY'OF-RITNTINGTON BED CORN RONORATitt 'T[a 040.40 hereby:promises:and:agrees mat:in the performance of'tt a:<t rk specifie d in c ontraict,, rknown as the Traffic on=Gothaut Street*Cwhirdy Fires**Hi:-,C C::1f,i .•.1:6 ;.:t ),,will .employ':and ut lize:only ;rqualifed:persons;.as; a ai er.:dof`aed,-to:work. any Ei .;.. . ,. in� xirrtrty`�o; :eliecizical ,:secondary' or txaiisraatssion facilities: The n ' ualified Persona" is defined ,i `Title; 8 'Cal forma 1 do i"ncstrat re:Cade,:S+e on 27OG as f Uows: ,wed Person: 4 pear n w o by,re rso z of a pextence.or.hzr t orb's fami ar°w1h the operat vn Jo .000 a 144.4 the:11040 i r#0.ke"' The undersigned also pro sed:slid.:ogre", ;atl ;such,*oik shall'be',performed'iO;a cordanc wiiith,:-al applicable electrical ittilityr.company's.requ reiments,Public`Util ty:Commission:o de s, .and State of C0*a: Cal=aSfl�;reyeiz�tei�t`s _ � The and ed'fucthe: .:..itiis�.,:and:a it prov ions:ha eixr•ishall 1?e vazxd:arc bindit upon any. M.., ,:.:,.•ems ,,. �,.;.:.,w.....:..Fm....,.:.. . lam` su nt]actor or:sui co tors t atuiay b retained or:e00loyd001:010,0dcrs gnec ;ai d;tl at the undersigned - shall take.steps:as=arc;necessary:to iassure..:complianc a by.any said subcontractor.or su ooutrac s.Atli:the iretp,i^eapeats cAi(gat a hOui rn. :Akio iazcatioris oast ctio ,'Inc Goritracior .:Title ••• • • „•• VISO. OALIFION110.1STOMII01,4NATRt., • •• • with•00. 10*-CoeteS*4101 • • • :$0110:wmg.40.4".00.0.41%* • ;00oStid*Oild , , • 1.d04,1120 pAddottotioy„ •:::olfotqcoi5t,:tho ,It.4471-. ,j0.41400::000- ,„,#iekvit AI* 010,, • Bddercver been disqua1ified,removed orot1erwise prevented from biddmg on or eaiiiototog,a4.a'd* State • ',O.ti,00aJ-goi/OlitinOit.',Prt#00,t10004.40.,olta voIation ofjoy or*0.44r.e.k0140047 IY0 114).„•$.0 • • :011.14.4.1wietis.- -Yet-oviliiiiill*dt. toogo:hi..* _ . . • • • . . „. . . „ . _. . ................. ...„ „ „.... . ..„_.„. . , . . . . . . . _ „„ ..„.. . _,....... „ . „ . •_.• • _ . , • .„. . .... • . . . , ..... . . *g,00-.s030. .* apof the PitRas an4t*Oga*te portioxz4ithoTe42' „„000ttogogure.toi.4.00ticoa* ---• •" " „ „ „, tt� COMPENSAT QN'A+1SURRA YCE:GgIrT C:A ;Pcusuan#tQ Sec on 180)Yof thee:$tat+�-L*b0 Gal 04,con rictor t .vvi m:;a pubic v+taiz s ztr has bee 'awarded shall sign:t ie;foll ig grate. 'I aak aware_ofthe provisions,of Section 3700::of the Labor Code,which iiegoice:;every ernployerto be: t? 1e .. or. :msu�d �habslr far wu°rker's�cam tzoii;artcr undertake:sel£=iitsuit�iic�:u�raccord�usco;wrEtu tt .i 01.1 of drat and I : uill.:com l with such: visions before commeaci the . :� . . ..,., �- .. is X Teo.._. , .. . .�� pet aft 'v bi t ai"t co .. Atfaied Co 1 miunieaticii s a Coiaastrudicitti n'c_ ._. __.... .. .., CliTO a for y: ,T',tle:: i.13)1)00i$1.100104A.1143N '01./00$...Ptrtihe.T.014.the•10.116*44•116tihattorilittO and correct. • • A.ifir0 cOiiiiiittnic,,•40:i4ii.s.,05e.itil;i4jPii,,Iii - .. ... „ .,. . --,.-•••:.•„..„ ..„ „ _ - . .• BilditiiNaiii .. .... ..........„........ :•...........,••••••..•.........,..,,........., : •... ... .. !150i..;$'404i.iic Ave ....... . Busin00,A441** 94 t . . , ••• _ . ..... . .. _.. ... " -......‘: ......We:- . • : • Zip . , f.....1-I61-00.:-.$ .0• ..,„. .-. -.. -. ... ..„ .. ,• .- - • . - • - , . • . ekplionC:liunitiiii... - 1.277.•:,.,t144.Ai' ,.,-',7;.C-I%.C---$1:,'C',27< .. . .. . . . .... ...,......... . , ...•..• • . . •. . Stattik#0.0e*Lit:tit.14146.::0#0.01 $1 03n0d00s .., .; . . ... . . . .... .... . . . . :, Orightatitiag:. 1.*e4 = : ..;0473.1 -0:7: - - : .... .. .... .....„...... ....... . ...... .. . .. .. . . .... „ . . .... . • Site Siipetiii,dt -. 1104.ii * 4-.bY-. '.-:--'---,,:---,-..- . .-• --of out Office•dd.- 1.0.044#9.**.a.r.0.PrsPasifulPs'ian4.00;PA*00§*WO .-0.R..i.79.41.0*.r•gt....4**. ..POPPgE•14.;. ,i J-tuia.Alfaio7Vrsiait.f, Nif.**144,rtiiiii,;Affii.:..Prisidiiie ........,.. ., „ . :. ....... . .. ... ....,,, . .. . •, ..:„.•. , : ,. ...•.• ." , . .. • ... . . .. • ,..„.„..„...:,. .:.r., .._ •,„...;.::„.,,. ,. ..... . . , ,.... .. ...._ . . . „.....„..........„...........„...„...,................ ___•••... ..............,...........„, , . . .. ..... ... .........„.... . ... . . . . . „. .. . ..„ . . , .„.„ , . .., _. ,.. ........„, ., ..._ .. .„......„ ,.,..„. . • ,...... . .......„ . .. ,.... , ' , • . . . . .,.. .. ,„ . .. , ,..,...... ..:„,.............,..._„„.. . ' C48 „ . . . . ... • • . •••••.„.•••„,___............„ .........,... .... ......„. ..• . _... ............ , . .. ItlioHy4.4040044 1.; tb0:-CittOBjligt*.t.0:04:400010bilitY fionitaallidf .01000.44.;toperforrn the contract for the ptoposcd work and Improvements i accordance with thelitarei and Akidif4iiionztatlath. Atat(ibmilinuilicatiotisClmstrt.idibitib,d, ,Sra 1:kr : A4:64trel t746.4 100.1* gaSailied and sworn tii.iiittattliit tits day of ;194 NTARYP1JBJ]C _ _ , :mTitttysEAL NOTARY toio.c4TE :soloed apolotitto A notazy publie or other officer completing ithis:ocAtMO:itt.o.verities : hidividual whc ::.441g4 thedocument, to This ccrtrtIcate is AttAdiettk ancL not the accuracy, Ofthat docwnenL .„. . Suitt.01. . •.. COtifity:Of. . • * hay,A04)040. ,pcirso*Iyappearg4„ . • • - - ..,..., . who proved to me oktflotta-skof satisfactory evidence to whose is/are subscribed to the nthm instrument and acknowledged to me that be/she/they executed the same ut iii,s1befiikieir authoiized Otogyo()otrtheifitstitinitiittlid:PetsonOkoi'-tiwOhjAY:'10.0 behalf ofwhich.the person(s)acted,executed the Instrument WO*'44.040 PENALTY OF PERJURY under the laws the State of California that the foregrifftpab -wrrNgss to-hahoillidtiffititit 40. #4;A:;(701420:00E4'.40:Wg),': . . - , „ .. , . . : .. . ,. . .• . . ....... _... . „, ; , .' ,,,-,Ara,' ,.igaratt,01=minamamnralastorivincotaivmuctammattorantoomutessiuraluan•,, Astranmaur •,,, .,,,4 -k Amernonewrograutarmuesstorin' talifrornia.Aurat Certificate . , .rrl.•.'4tify-ptiii.lia,or other officer cetiOcilati09;414 cartttcate:v0146is only the icifin4iy0-*Offi.i0i(fitipii;iihkiSitited::th: 40toitOrittii..0001,:ttizAitifit***4:0:ittlp.4„0.10:04ttto:ti.t.ithfutre.si,,,,iccu'.. riay;..otyaliciiiinitt4iiattorte. tit ..3. 1 :...• . --- ” - :- :.::: ' . . .. ( ', 1 .- • • • 0 *ate:Pf:00.109..Or fa- 41; •.'1 ;!..c' County of - Lat:IAllgefizi. 1 .• ,.. ',I: • ... - .,...... . . ., ... ,. :. __...,. . •• „ .. _ . ; ... -:. . :-- .•, Si400#ille4:00*,,,Ottifq::(§,.1.7,OffiOpe:OlYb,§ftfe:i*,:file prf,ttifs ..'-Ogtii . , day of ..,A011' __,..--- ''''..- - . 10a. .r,P:gadiil.P. 2g,.:2,4 -.'bY2;. . • • -- - - - ,-,'.;00 ... • !t,§4...i3O%*ff kl.-A . „., .... ... . • ' 0 t. . ' -7t''' --,',1::-' '-- - - - ---: . - --, . --3* ,;I: *T.=trN,VrAi:IP• ; • ;',I . '.,. satisfactory eVidefide•io...bethe tierititi*Wh6f.itidatedbetcire,iiie. .,.1'• .. , . e ; :• '- . ..' ,0 • .' 5 '''.'.':' ''' . , . 'a: ' - ., '.' •-: tA/: 1 *0 4. Er.,,,,,'"--,,,..',..'-'GRACIELA:LOPELLOPEZ . . • . . sqAaf...: .-iialia-i--Fi;,-,I6te b., :i.;, .''!. .I.'.c.1',',, ‘;COMPA":424098e4., i,, •:, '5 .,,..N466/P0016-iltilifOi!#.# .., : . f Graciela Lbjjet.Loiieit0.4.bititia4240884/e07i4t2.,6i 'F•Vv.,Tiri 41 .t4S 1./.trtiti*cOiltitY... -,-,-17`,. -It lk,frff 1,,, i-r.0 ,-VICiiitift'Expire&Jittp;26261 i.,,,Offirili ". rre,,i1pr:i ;;3';:t-p4": --S Is:,. .„..,..., '',. --- - ---- .. - " "-"• : •• ':: tf.PiVIVALINPOPM.At0Pi"' - ''' ''''''' '•-',.-:',„ - ' - "' — ' .. .. • , 2 . Agio,t•rP-the',"iilkii..ri;ita6,64/1://,'E'Oki.'ilctfth44 r; i.i0*,t-t-40140:4 ii,,:'gch.0,,Vi#0. 140:iclit.pft,,t*ppitOnt:Ot.iir.-.0t,...fl:c,tpitioilif74:.- lri ' 6 i'lchidifcifi•tip*i....ii.iono',,.i'd6f,Vrzl.' n'iC.ofPct.fii:Oipro.ie(iils.iilliAill4,er4ois iiiiiiri:4•6a.mal.aff.,iti,b74.0,,diopoti..,, - .4 :ii....., i..,.. tt! 0.0sOripticOtt Attached Document , 1 _ .A4ditiorrat Informatiari tietertificaiieTis:attititecilwadocurpeoftikeortfie,purpiewof ]'..'#000.010:Affiantid0001-0ticiri Bidders -priiiiiW triiiifibrilitoibaiWat Aiilciiiiiidihait! .4iTI:1 46,00§..0.4 City.Pf 11.00iit0 0-..E$410W P P.00;16.7. ,..*,:firtS,s7'9H061#01000,:q#404;41i401.0:# ..•• ..•• _ . 1 0*1,140Y0P0*44itaii:n nOtalH:047tiai*:. tillaY,r4:04001F14004.0#1:0Pkfett . ..• . P.104 91 Pi.0.4..,-1.. .... .... #tjfar.O.c4Mitit1400010401400.,tgOgrf 030.'e. . , :; GittiOta.Lopez Lopez :-. „„........„.... ...... .. _........„ ................ ..... . I .. .„..... . _ . . _„„.._.._.. .„. . .. • . . :..,. ,•g-, kcintaiilirio,..t...,._,:pogoi 0004*-0ii. :4-924 1. . .. ... :t4lier ..,.. _....33'77:543477,....„.•-•,.,....... _ .. i s-:: ; .„. • .,, ...... . i •V Manqq),Thurnbfi.*#.1i 0 Pes46126:,... , • . , . ., • , • . . , • : . . . . . • , : . • . ii'':, • ' '' • Ii! : Iciitot,,zi.ifil "kv,iirs:,a-mox;,,,.,,iiiiiiie.t.iii.,,;atiiiiiiiii.wiii.,,iait%" •:wiliaiimimiiiigta.A.A.v.stumx„*.e0,"tociotwoolois,,,,Kvookrocom.m.4,emoorw.440,A,Lappi .:, • : .... .. . . . . , '-',it.-7,;,06,,!":'.6,..t1IN2,6i:i 1.. triiiiiglil."..,,A.Tai"r,;At r?".4VS.);',,iit,"tlit*i . i1.1„€,61.egeth,1%;,"5"!.'4','::-1•'-'';',.At'"4 -c:••-•?:/,fik6":';''u-wa:" iibi:','!,°`!;*':•: "*"'f?-15;•5',6rkiii: :' . •, , • . . .. . . . , 010,40.e.slwtoje4Ostory For Ue pt400#41'0 tiii :1$0,104.. the shall; 00441...1111t0k7cit similar work, specifically referencing the 66,..striktiOrkoftraffia,signal Improvements,ig.r,4orgcp914,1_,Of ,EgottolibikAxijitli;•jtt$60101c4of fiber optie cable for conimwncation.Bidders are encouraged to submit supplemental relevant project history in Listed below Ate tho.„iiiiiiii64 address and telephone numbers for three public agencies for which thpb1444g-has • `Per.lbFmasil.Olar rglic.,Y14.10.111PP44.07/0 :- iipooloofi., f..,Tr:ilipprtp.tii#0,7 Adirail*':offhitifiC''A*Tist Naineand 'rekohottIto.-,,ofPiojaariaiiitgtit: 'G..4g4paori,.$1,4hu049)227.47.440 Sfatig[Tvioditkatifin: 0$12151 2024' . „ 'T*0„iif*Olt. coopioo Ado 2A19.44-f"Y'si.P41444 oit:frauptillatiotti 1041 Ify 9,1722 . •••_• ••• - • ,•--- ••• •.-• •••••••••.• .• ••• . _ 114030"And.Addiit.t0.-Pliblib.A0tiq same044freicohottift64,,:sifIrpist mangtfr. $L9:11(1,71.2.9(k• Provide P010,Pcig0004. _ g4444)01:091044.0cr.i1419440'.04PV*110tW341C! 'tiaftt'Signal It 11atiort,RepUicCurbRa d,Eeetjcil Systems:thiOrgrotgict,ffibgr: optic:Spifethig.W.ofk.WI* 03.41t: „ „. „ • cify'of:Ntotie:th.:,t:To,4*_540:*,;:godot,4,2,,gkn56.2.: „.,., , _ „... . . ... . _ , ••,.. •••..„• „ . samear4T.,10,h9pNd..-,:af . .•. . . .• „.. Traffic Signal • • . -;-..„ 10/0112023 _A, ..„ •• . Contract*#044,- TY:tia.dt,Wait Date C$mpleted Provide additional show similar worb Traffic Signal Modifiation Furnish and.Installation of Pedestrian A&iss:Ainius,POI6/1'1iA arms Nielikie and,Pedestrian frithcations.STigingJSrrnmg ••• • .. - • :Biddees:CriticalSittift Listed below are the names d.f the J,iddcrs proposed Constrizcton Project Manager,and Par each of titek&,61tiOal,FiClititTtIVOlk*"41.tat.W#1*'0800.***01.00i,410.04i staff has OtrOrtf04. $4:100,1.**0f04:0*Jast five years These projTecls do not have to be under the employment*"te bidder aillit,PtgOtBic.404***0., :•44.4040 04403.4:.t0 tliT00.1614: Xair_le;9rj5.040$04P0,1041:11/4400.*: 14.641t'.. TO.V.Iii040149,,O*00001**4414000r,• .° • • •• • f , •Traffic Sigta1.Modi(icatxon atthe lnteisection .„. •HancokAyenue rnd Milkwood Iirn&Leafwc2o4n nn Drive, nnn nnnn _ .nn nn _ _ Traffit,', 0:41.0:41*afioti nn_ nnn •Project w000,.4:eciofits#Ail04 •Type of WOOt, Date';',Capiiietexii ,•Crossw4,1k: Iti#411•$,10itit,makings beacor's. :U•00.0.ritep.t 100. .30.:51COflStUCtLOi1 of • i)roi0430*c.4:0***Aki0944 Type of Work _PaP4R4.0000.4Caltran ; „.. $L543,203 20 Striping, and lighting sstems Project Nani & -•ntti :Amo.unt Type o±Work Date Completed 2,. TOSeMendOZa 0.100314S4 „. TelOptitte.'W.Oproci46:4;.$00004endetit ( 018606 . , . . ',Cilt.rins1.07400.504r$J;9f.i);712:9.Q.7r174Ek,s1-041:biait4k6,4-.14f03-01q94,4/11312(40 _ -• ..„_ _ Date Completed Sbldad capyilp,:!.0.41•$5440.00.coposfoci.T#(*§, Q6/191=2021' .. , ,.• . „• • . ••••.. •. • • „ •.• . ... • . • „ ., •. Project Name&Conlr*ct Amount Type of WorkDat4,Citiii0kted Install tfght:4140,-.4'P4t*Metering$y,goz.14 thideigibittictVikte,OtitiatilitiOgNii . -1.0.80/103i *bled N.4.4144a;iiito* :040:0*1-40. • ..•.: . .••<.. • • • • t42 • • • • . „. ' :,.91T,TRAPKOR,RXIGISIVATIONV:IIIItAI0014,44 PriP,V07,TYWNT:Or , . 114011:61:1114LRELATIOX$ ):4*(TOVA.,,TE Pursuant to Si! ;04''.(.401=4 Labor Code Section 111.1.400.*Pas the CahtbrniaState::Seliatd;:cirt June 26,2014,estailiikOirt.new;public works Contractor Registration which requires all contractors and sobeaptiaatorsC,biddipg and performing woit ,Qtt:Public-Works Projects to register on an annual basis (04410y,1 through:Aiiie.:30::.itii*Rical-yeao viitll.fbeCP1iforrii**Tot#P*Vt.Industrial:Relations Currently:the;_apT41 non-refundable registration for Contractors is i$400t Eachcontractor 40, a . pb11,4!woriii.p*#tfbill&ion 04004*11sigo theft1Igcctifi DIR PACT'SHEETOO.S81.54: 1.itriiivv!Av4igcr$04?..SPPOttOW 90*.5.004N00.0 040J:404.: Cp11(844)0,1014 IlitPsdlefilin$.*;.•44PYRWCEiketiOlig..041kitt4W.41613.14"d144#21.tioitittli DIR's Contractor OtgiogatipoloobabtoAtbibast' :htvi1/arditior:404-filicWswowtico tattx.41#atqa.14140.10cliply.*.itit:thq0041510ns off4ikriC646 Seetitpi17.71.A(p)lkhiChPfates. contractor or subcontractor shall not bec,4OalifiedtO bid on,be ififedih,E.C.61aiovosiolojetet4 0q1*.requirements of Section,4104 of the Public CO:#*1 Code,or eogoge:111;.ihe performance of any: . .„ contract taf publicwork,as defined m this chapter, 41110iii!currently*tittered and qualified to perform public work:pursuant to .!0%:0791! 0754. It is not 4,1094.49,s of this section for an • unregistered contractor submit abid-ibat is authorized by$4,004,40104 of the Business and : - Professions Code,or by SO4.0n, or"401;45 of the, Public Contract Code, provided• ,•,„ • , , the contractor is;te&e;Od;1OVOffOnkOKie*0.".r.kppfs.oaoct#Seot:i.tgo 17254 at the time the 40104* I furthermore will comply by providing OitOlOttegipOtiOkwidi:,611k,4111o*frOPO contractor, as well as the time of submitting the 0,i44.00;conti*Oi*$ „ „ Altaro Commumcations Construction inc COntratfot .„. ; -• :BY President 'Tit„1* baio: - 12 • totioo4n16 rwcoolottiotchit ' . ti u,.: . == Document A310TM — 2010 :: Bid:Bond Bid Bond No: N/A ......:._.._...._....•.._......CONTRACTOR: SURETY: -_ ::(]\rams,.legal status and address) (Name,legal status and principal place „'. ' Alfaro Communications Construction,Inc. of business) 15614 S.Atlantic Ave. United States Fire Insurance Company ' Compton,CA 90221 305 Madison Avenue This document has important legal consequences.Consultation with ... _ Morristown,NJ 07962 OWNER:- an attorney is encouraged with ?:(1,lrame„legal:Status an/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 -.r*.'BONQ':AMOUNT:Ten Percent of the Total Amount Bid(10.0%of Bid Amount) other party shall be considered plural where applicable. ;:PROJECT: ::::::: :::: °._ .: :::: •.;;;(N ame,lacatipn or;adde.'esr,•and Project number, if any) Pro ect Number,if an .:,!,:'...Traffic Signal on Gothard Street at Murdy Fire Station 1 Y CC-1672 - The:Contraaior'and Surety are bound to the Owner in the amount set forth above,for the payment of which the ,. :;::;::; Contractor and,S lirely:;bind_themselves,their heirs,executors,administrators,successors and assigns,jointly and :;;`:i: i:;°:: : ::':;•;:; severaltj:as:,provided:herein:The conditions of this Bond are such that if the Owner accepts the hid of the Contractor witliin`:the tunes ecified in the bid documents or within such time period as may be agreed to by the Owner and ''' •Coritrgctor,:and the;'Chntractor either(I)enters into a contract with the Owner in accordance with the terms of such - =bid;:and°gives°such:bo d of bonds as may be specified in the bidding or Contract Documents,with a surety admitted _ ::::::yin the'jurisdiction of.tlte:Project and otherwise acceptable to the Owner,for the faithful performance of such Contract -- :::-and;for:the jirgipiit:peytiient of labor.,and material furnished in the prosecution thereof;or(2)pays to the Owner the :1>='?:"''''" -:'::difference;: iotto,Ei<ceed the am:ount:aif this Bond,between the amount specified in said bid and such larger amount _ ::::;fOir which the:Owtier•may in;�good;]alto contract with another party to perform the work covered by said bid,then this .robligatioti;shall.be:tiull and:voiii;'otherwise to remain in full force and effect.The Surety hereby waives any notice of -- ;:•;;an:agr-eetneitt:i et.c cell the::Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of -' - - •;:tuttice.by tlie::Surety shall:not;apply,to any extension exceeding sixty(60)days in the aggregate beyondthe time or acce p lance of bids s ecified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for ::•::. ' ,•:; ..:,.:ail exterislo i beY4tid siirty::(GO):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::Stilicoittratitor and the term Owner shall he deemed to be Contractor. : When this Bond has::been=iuru.ished to comply with a statutory or other legal requirement in the location of the Project, : :::::::..:..:.:...:: :: ::::::;: any provisiop;in.this Bond conflicting with said statutory or legal requirement shall be deemed deletedere corn and ; ;::provisions;ctiiifi rming to such statutory or other legal requirement shall be deemed incorporated herein.When so :::';furnished;ttie:intent is that this Bond shall be construed as a statutory bond and not as a common law bond. ,i Signed and sealed this 25th day of. March 2025 . ::,.: ->::r.r: •- :::::: Alfaro Communications Co ruction,Inc. :,:::.,•::. ;-;-;•:::::-,',.. (Princi ) 1 (Seal) ( 'ir*dg: -- — —_ (Tit e) United Sta gi ire Insuran - Corn fly (Su • :)Al (seal) (Witness) l (Title)I -ne Luong i Attome in-Fact init. AIA Document A310' —2010.Copyright 01963,1970 and 2010 by The American Institute of Architects.All rights reserved.lM5RNING:This AIA't' Document is protected by U.S.Copyright Law and international Treaties.Unauthorized reproduction or distribution of this AlAe Document,or any portion of It,may result in severe civil and criminel penalties,and will be prosecuted to the maximum extent possible under the law.This t document was crested on 01272012 0723:12 under the terms of AIA Documentson-Demand'"order no. 2008397483,and Is not for resale.This document Is licensed by The American Institute of Architects for one-time use only,end may nol be reproduced oiler to its comoletion.rates • • 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 2 5 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), mr TIIAO►wurEN LUU and that by his/her/their signature(s) on the instrument the • `ir?q NotaryPublic-California = person(s), or the entity upon behalf of which the person(s) • w;.-7 Orange County acted, executed the instrument. "�f)y Commission#2453804 My Comm.Expires Jul it,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 aliAkik/-- 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): El Partner El Limited El General ❑ Partner El Limited❑General El Attorney in Fact RIGHT THUMBPRINT ❑ Attorney in Fact RIGHT THUMBPRINT O Trustee OF SIGNER El Trustee OF SIGNER ❑ Guardian or Conservator Top of thumb here El Guardian or Conservator Top of thumb here 0 Other: ❑ Other: Signer is Representing: Signer is Representing: • POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-MORRISTOWN,NEW JERSEY 07626 KNOW ALL MEN BY THESE PRESENTS:That United States Fire Insurance Company,a corporation duly organized and existing under the laws of the state of Delaware,has made,constituted and appointed,and does hereby make,constitute and appoint: James W.Moilanen,Yung T.Mulick,Irene Luong,P.Austin Neff,Emilie Young,Thao Luu each,its true and lawful Attorney(s)-In-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver:Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require,and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office,in amounts or penalties: Unlimited This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein,and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney is granted pursuant to Article IV of the By-Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof,which Articles provide,in pertinent part: Article IV,Execution of Instruments-Except as the Board of Directors may authorize by resolution,the Chairman of the Board,President,any Vice-President,any Assistant Vice President,the Secretary,or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute,affix the corporate seal manually or by facsimile to,acknowledge,verify and deliver any contracts,obligations,instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances,powers of attorney or revocations of any powers of attorney, stipulations,policies of insurance, deeds, leases, mortgages, releases,satisfactions and agency agreements; (b) to appoint,in writing,one or more persons for any or all of the purposes mentioned in the preceding paragraph(a),including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees,undertakings,recognizances,stipulations,powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed,facsimile,lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors,dividend warrants or checks,or other numerous instruments similar to one another in form,may be signed by the facsimile signature or signatures,lithographed or otherwise produced,of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation;notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF,United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 28th day of October,2024. UNITED STATES FIRE INSURANCE COMPANY Aklea6 Matthew E.Lubin, President State of New Jersey}• County of Morris } On this 28th day of October,2024,before me,a Notary public of the State of New Jersey,came the above named officer of United States Fire Insurance Company,to me personally known to be the individual and officer described herein,and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. ETHAN SCHWWtARTZ NorARYPWLIC gr�{rMISSOry �nr; r MY ION EXPIRESOSCION Ethan Schwartz(Notary Public) I,the undersigned officer of United States Fire Insurance Company,a Delaware corporation,do hereby certify that the original Power of Attorney of which the foregoing is a full,true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the 25th day of March 20 25 UNITED STATES FIRE INSURANCE COMPANY .(L.Z\q' Michael C.Fay,Senior Vice President 44 STATE OF CALIFORNIA • DEPARTMENT OF INSURANCE NQ 07812 SAN FRANCISCO Certificate of Authority THIS IS TO CERTIFY THAT,Pursuant to the Insurance Code of the State of California, United States Fire Insurance Company of Wilmington, Delaware , organized under the laws of Delaware ,subject to its Articles of Incorporation or other fundamental organizational documents,is hereby authorized to transact within the State,subject to all provisions of this Certificate,the following classes of insurance; Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft, and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. - THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation of any,of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable,and as such laws and requirements now are,or may hereafter be changed or amended. IN WITNESS WHEREOF,effective as of the.: •....3 s •, day o f December',... 2003 ,1 have hereunto • set my hand and caused my official seal to be affixed this 31st day of... be6e111 ar ..-;, 2003 Y1 • • By /r/+tom „e Cs" : . Sda. e• t j NOTICE: • Qualification with the Secretary of State must be accomplished as:Mi hire.. • =•n tttui Corj8irada. .•-.I :ptOlODpdy; after issuance of this Certificate of Authority.Failure to do so will be a- iotation of:lbsudmce:Ccilz:Sectiun:701-attdrw ll ba: grounds for revoking this Certificate of Authority pursuant to the convenants made in the application therefor and the conditions contained herein. FORM CB.3 Mw OSP 03 39391 Aifaro Communications Construction Inc. DBA ACC! 15614 S. Atlantic Ave Compton CA, 90221 0 Si\ CZ,cJ, i?=i 5x- ov O Rs PQ,3- covv_ 774(-- 3 LC . ‘ b 2 � t � qe_kAyn b - "' CITY OF HUNTINGTON BEACH Lisa Lane Barnes I City Clerk Julyliii2025 Asplundh Construction, LLC 7431 Walnut Avenue Buena Park, CA 90621 RE: Traffic Signal on Gothard Street at Murdy Fire Station (CC-1672) Enclosed please find your original bid bond for CC No. 1672. Sincerely, X11:441.4x6Ai/Nd Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov ?l pIt Z/c SECTION C PROPOSAL for the construction of Traffic Signal on Gothard Street at Murdy Fire Station C.C.No. 1672 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 40 working days, starting from the date of the. Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts,and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bidder's 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 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 N/A N/A C-2 SECTION C PROJECT BID SCHEDULE TRAFFIC SIGNAL ON GOTHARD STREET AT MURDY FIRE STATION C.C.NO. 1672 BID ITEMS ;^'i ;_ rg =,t 47:-sue,r .:�:. icx.�r--cs-a"'' :' +.''*r.:r: 7 w= -',,`r yl'v r s��.. " -.c�s. � � '- 1 Mobilization l LS $12,000.00 $ 12,000.00 2 Furnish Project Traffic Control 1 LS $8,500.00 $ 8,500.00 3 Installation and maintenance ofBMPs 1 LS $2,500.00 $2,500.00 4 Furnish and Install Traffic Signal 1 LS $288,398.00 $288,398.00 5 Furnish and Install 3"Conduit per SCE 100 LF $157.30 $15,730.00 requirements 6 Furnish and Install 12 Single Mode Fiber Optic 350 LF $4.18 $1,463.00 (SMFO)Cable Fusion Splice New 12 SMFO Cable to Existing 1 LS $1,705.00 $1,705.00 144 SMFO Cable 8 Furnish and Install Fiber Switch Complete 1 EA $4,675.00 $4675.00 9 Furnish and Install Fiber Termination Unit 1 EA $1,980.00 $1,980.00 10 Furnish and Install Signing and Striping 1 LS $ 8,160.90 $8,160.90 11 Pothole for Utilities(Not Shown on Plans) 10 EA $ 850.00 $ 8,500.00 Test Network Communications and System 3,630.00 12 Documentation 1 LS $3,630.00 $ 13 As-Built Plans 1 LS $2,500.00 $2,500.00 TOTAL BID AMOUNT $ 359,741.90 TOTAL BID AMOUNT IN WORDS: Three hundred fifty-nine thousand, seven hundred forty-one dollars and ninety cents. C-2.1 Note: Refer to Section 7,Measurement and Payment. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The owner reserves the right to reject any or all proposals and bid items. C-2.2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Bid Name andAddress of Subcontractor; :'..;.:State: ;; 'Class : ::Dollar Item(s) . •::License: Amount :; Contract. N mb ..... Crosstown Electrical & Data, Inc. 756309 12,300.00 3% 6, 7, 8, 5312 Cypress St A 9,12 Cypress Ca 90630 11/30/26 C-10 Superior Pavement Markings 776306 C32,C31, 2 1% 5312 Cypress St C-61/38, $7500.00 10 Cypress Ca:90630 08/31/2025 C61/42 California Boring 926968 Partial 4 3030 E. Coronado A $10,000 2.7% Anaheim, Ca 92806 01/31/27 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 on3126/2Ot .Vapharik ,,NY DO City State Nickkia Sellers being first duly sworn, deposes and says that he or she is j‘ifitartr Secretary „ „of,Asialundltronstriktion;;11C the party making the foregoing bid that the bid i -not interest of, or on the behalf cif, any uridieclosed 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. • Aspi:14.40 C011§411ction,LLC Name of Bidder signature 7431 Walnut Ave, Buena Park, CA 90620 „ 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 Traffic Signal on Gothard Street at Murdy Fire Station - C.C. No. 1672, (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. Asplundh.Construction,LLC ..:.... „_. Contractor • M1_. rByt Assistant Secretary 'Title Date: 3/26/2025 _ 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 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. Asplundh Construction,LLC Contra Assistant Secretary Date: 3/26/2025 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Asplundh Construction, LLC. Bidder Name 7431 Walnut Ave Business Address Buena Park, CA 90620 City, State Zip ( 562) 509-7939 Telephone Number 1028802 A, C10, C-61/D31 State Contractor's License No. and Class 07/10/2017 Original Date Issued 07/31/2025 Expiration Date The work site was inspected by Danny Smith of our office on March 25 ,2025 The following are persons,firms,and corporations having a principal interest in this proposal: See attached Officer's List c-s ASPLUNDH CONSTRUCTION,LLC (Blew York Limited Liability Comnanvl OFFICERS Senior Vice President Michael A. Forrest Vice President Kenton D.Eatherton Vice President James A. McNulty Vice President Josh Stewart Vice President Ronald Soucy Secretary-Treasurer Brian R.Bauer Assistant Secretary Laurence Finnegan IV Assistant Secretary Nickkia S. Sellers Assistant Secretary Gregory E. Staton Asst. Secretary(Title Clerk) Kurt A.Meiers Asst. Secretary(Title Clerk) Joseph A.Zito, III Asst. Secretary(InsJBonds) Ann P.Ercolani Asst. Treasurer(Taxes) Ronald S.Simpson Updated March 2025 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. AsplundhCoiistrraction LLC Company Name Signature of f `'er Nickkia Sellers t.Assistiartt.Secretary. : ... . ..::::....:..:....................................................... . Printed orTyped:'Signature Subscribed and sworn to before me this 26tWay of.March:, .......,,,,20 25 ., NOTARY PUBLIC .. ; , L.aJL NOTARY SEAL ALYSSA L SABEL NOTARY PUBLIC-STATE OF NEW YORK No.01SA6408666 Qualified in Suffolk County My Commission Expires.09-08-2028 C-9 i NOTARY:CERTIFICATE Subscribed and sworn to before me this a day of 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 validityof that document. State of � :'4C ;`� )- County'of..._;,tfcd :.. .. Onj'.'2 ,: ; `S ... before me, _ L __ _ . __- °Montt Day,and Year ; sert;Name and Title of Notary personally appeared.:. ..., . .(;a[ 1ieaUls :. Na ne(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 that hefshe/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. ALYSSA.L SABEL WITNESS my hand and official seal., NOTARY PUBLIC-STATE OF NEW YORK ; No.01SA6408666 A , Qualified.in Suffolk County 4 mission Expires 09 08 2028 ". MyCom Si ature Signature of Notary Puhlic (PLACE NOTA►''Y SEAL ABOVE) } Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of traffic signal improvements,underground signal conduit,and the installation of fiber optic cable for communication.Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names,address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: See attached: Job Reference Sheet Name and Address of Public Agency Name and Telephone No.of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. Name and Address of Public Agency Name and Telephone No.of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3. Name and Address of Public Agency Name and Telephone No.of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: c-11 a a • rya s asp a = q _ = s �aq < < r - . a v - s 3 o P C -'rI^' EN a8 e we C c8 Z "8 3„88• "mg 83 X 8 E_ 2°� E9 Nm v 2 u u°'u n E 'n E d ^E Em d E -E d g ^ E PO E e -� �v�v_ _ _�o'9u ^ 1 h �,q'n F o ESL 9E Pi _ 4 E .- t n i 5" a"d� ;1 a;1NiN 3 Ni -Z,4 an n �4 u F;w -a @9i ,i�" '`�C =" 3S v� ii c 3�'� = L� a � � � �S= =il �` r�� P s y ,�� - _ � e ="= � ="s � =��t g U _�� _ � d�� ��=w� i, $1 d :4 4 taU 1nE a� mf na `na oxx. `s >s `>a `i %a �- - g ooG 5l g5'2-g > S"g >� g ...., g 5-m'€ �m 2 1p ES,® "e � - �`'e-'S a a �nq oN a axP "�.�1 � n n nn n nS 1q f ^ £ nS E E E E a E aq m"a y,a E o E '$ Co$ % '9' " E m E "� E '$ Alai E 8 m% "i Em Egg 8�~ Emm Em 5 $$ _m � P 9"^A P. Ey-P'8 C a -E C-a CNa -v u=-n i g a DE C ^ • E Er Eq 'u Eq - m l 1 - ^'- m-' ^ q 10 c o "o s FE .E_ g q E ^ a pE E `a E qE c _ � CN' m ,- Ea "a Ea Aa ¢E3 a-Ea ya 113 Ida fit- _- s spa �=a as4a is lie _l£ fia.l.iao t �i3 4,1a !ill ;1s eg= aka y«= .�By a E_ t','u ..$a �iy E c ,.. E CB `r 1 ..�(y III' E �z E E E �^E lie E ill a E� E�=^j .q.'c E c E i r3 u i � o�a �,°E O aP a5" a� C ;1'r zit to i5, % G 3m u y:.� Z..0 g5u a'S" Z"a` 01. 2-9 g,<^a Ldc"arc t,`^" 6., u ..v ? v `"o , ^ 00 arm ,-1 .a og.i ,.1 ti u8l 812 og. 8 130 5 u 03Z "4 u3i4 pi“ .4� osa ury 5 u8.g R'^..3 ory2 u„ 0.. a a<`e ur2 9 a' m °a n n m u '" m v g u .H "� u "� M "� q q c c n c c s I, a e s a a 5 e a ; e 1 5 a g Az 8 U o t '8 q".,,a E 8 8 8 S 8 8 • m 8 8 n `^ n 8 n 8 8 ,4i S " 8 ,9 8 8 ^^,, 8 g h s` ss =s Ili s � 3a- ss- -se%gg s... .17A - gel' s°- s° E ", t a. <s gig 'sass`- • =stsr - x9;_xa aaxe=Il��il; ill 11 i l ill PA .1rA ,.s1_ x^e= _i 2e Ery 3t Es Id " d< 2a —E 1u11 N14;;Th.g WO . in1SID=FiliT;u bil 1 ln:a0nb1 s� and Ins' s gxsy lx 1' to Oil die ils - ".a N=ef(+ir^-.°n i• �z'9= �' of Vc$irAm ''Lwr m&rR sr�_VrR a 35t;.•=§'R..so reE �y0 "z_ -- t 2 of Ivi I 1 El fsvg 3l Eli - F,13“0 _ ,2 E _ �1"@"� aN ali a� arg aiggea,1 ae 5ilr, 11% 1.1I SA Y 3„2f a� oe ^s _ =ill' �8 S8E « e' ` _g fs'i ==a.. „sxa eQ_ �Q 8 'e2g e�eV$a="`sg a o"she `she" = eE a a a s`� _` _ o " e sa • 'h e2 a"qe s me w M ass eta V€u d0a 1€a E E to E - mE "i E^ p ®E o tel Eu = ^ ^. a gq f L r r E As E^E a L C , �' s 'G 10 1 m q@ v in 11' rz „8 III 0�x 8 s1$1 1as ? e sfs .R$ ill Q� 8 �6 8 ' s F8� 4' �3 U-: 53� o Edge N W 4^ g 5 - -.. 3c�- a a c m o h i o 1 g. @ i^ o n % g - S _ . ; e a o a 8 • s f o L E i 9 £2 g a a� c� a s ad '' a." g's 9 . ti s. e n g El t " C it 0- .k, ag g i ` =G ^=C = ' tl C$ g C 1 n$ t al a g 3 s C�++ '"1, t o n F.F. "pE' 6 _3~ = a E _ S u p C ^ =E a . 'o! a, =o i Z a 5 13 a s g u a w G ^ "a a `d Y v E�a s 5 Te u, =o - e. sta ; eo e= c o o a a 3 3a 7C$ a '_ FF to aE L,iS i aE r" ax o �s g f i 1 $ 1 1 8 § F= a.`es.7.$ a 7' e m g E gsG E 1 c " 23 o . sA a" a 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 Richard Lopez Name of proposed Project Manager Telephone No. of proposed Project Manager: (562) 204 - 9446 See attached: Job Reference Sheet Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed 2 Danny Smith Name of proposed Superintendent Telephone No.of proposed Superintendent: (714) 231- 7338 See attached: Job Reference Sheet Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed C-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 'Re istration Progr am,gram, 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 httpsJlefiling:dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR'"s'Contractor Registration searchable database: IrtipsWefiling.dir.ca.gov/PWCR/Searchaction I am aware and will comply with the provisions.of Labor Code Section I771.I(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 gat the time of submitting the bid.. A:Rlundli.Construction, Contractor .By .. .Assistant Secretary., Title Date:. ./26/2025„ PWC Registration#: 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.....ak;:.\ID+1 County of, ,5t c.ik On [ : :: before me,<A\ Ltikd, Notary Public, personally appeared C 7VAtkvs 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 New York that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ALYSSA L SABEL NOTARY PUBLIC-STATE OF NEW YORK No.01 SA6408666. Signature,, .:... 5 Qualified in Suffolk County ... ........ . . .:........ ..,.....:..:::..:.....:_.. My Commission Expires 09-08-2028 Signature of Notary Public • C V B B' Surety 0 + 908.903.3485 2o2B Halls Mill Road,PO Box 1650 F + 908.903.3656 Whitehouse Station,NJ o8889-165o Federal Insurance Company Bid Bond • Bond No.N/A-dup1-36 Amount$ 10%of Amount Bid Know All Men By These Presents, That we,ASPLUNDH CONSTRUCTION,LLC 7431 Walnut Avenue, Buena Park,CA 90621 (hereinafter called the Principal), as Principal,and FEDERAL INSURANCE COMPANY,a corporation duly organized under the laws of the State of Indiana, (hereinafter called the Surety),as Surety,are held and firmly bound unto CITY OF HUNTINGTON BEACH 2000 Main Street, Huntington Beach,CA 92648 (hereinafter called the Obligee), in the sum of Ten Percent of Amount bid Dollars ($10%of Amount Bid ), for the payment of which we,the said Principal and said Surety, bind ourselves, our heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents. Sealed with our seals and dated this 21st day of March,2025 WHEREAS,the Principal has submitted a bid,dated April 10,2025 for Traffic Signal on Gothard Street at Murdy Fire Station C.C.NO.1672 NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION IS SUCH,that if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performance of such contract,or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which the Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be in excess of the former, then this obligation shall be null and void, otherwise to remain in full force and effect. ASPLUNDH CONSTRUCTION,LLC Principal @_y. ,l Cl '. S, 1 cre F ral Insu3'ance Company • • By: Patricia A. Rambo,Attom In Fact Chubb. Insured." Form 15-o2-0002-FED(Rev.4/17) 1 C H•U B B' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company • Know MI by These Presents,that FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation,PACIFIC INDEMNITY -COMPANY,a Delaware corporation,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Kimberly G.Sherrod and Babette Ward of Columbus,Ohio;Dana Donahue, Patricia Dorsaneo,Wayne G. McVaugh, : Sara Owens, Patricia A. Rambo and Lori S. Shelton of Philadelphia, Pennsylvania;Cathy H. Ho and Justin Johnson of Pittsburgh, Pennsylvania; • Annmarie Breene,Patrick Breene,and Joanne C.Wagner of Radnor,Pennsylvania • each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than ball bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 15th day of August,2024. k Warren Eichhorn.Vice President - - Rupert HD Swindelis.AssistantSecretary • ; t '1"TAL I). • if fe3 --'i • ..STATE OF NEW JERSEY • County of Hunterdon SS. - On this 15th day of August,2024 before me,a Notary Public of New Jersey,personally came Rupert HD Swindells and Warren Eichhorn,to me known to be Assistant Secretary and Vice President,respectively,of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and -ACE AMERICAN INSURANCE COMPANY,the companies which executed the foregoing Power of Attorney,and the said Rupert HD Swindells and Warren Eichhorn,being by me duly -sworn,severally and each for himself did depose and say that they are Assistant Secretary and Vice President,respectively,of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE .COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies;and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal 1 Albert Carttursi NOTARY PUBLIC OF NEW JERSEY 7�T�t 1 No 5ffi02369 • y'oeuc us Commission Expires August 22,2n27 Notary Public • , . CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY on August 30,2016; • WESTCHESTER FIRE INSURANCE COMPANY on December 11,2006;and ACE AMERICAN INSURANCE COMPANY on March 20,2009: "RESOLVED,that the following authorizations relate to the execution,for and on behalf of the Company,of bonds,undertakings,recognlzances,contracts and other written commitments of the Company entered into in the ordinary course of business(each a"Written Commitment"): (1) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise. (2) Each duly appointed attorney-In-fact of the Company Is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise, to the extent that such action Is authorized by the grant of powers provided for in such person's written appointment as such attorney-In-fact (3) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to appoint In writing any person the attorney-In- fact of the Company with full power and authority to execute,for and on behalf of the Company,under the seal of the Company or otherwise,such Written Commitments of the Company as may be specified In such written appointment,which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to delegate In writing to any other officer of the Company the authority to execute,for and on behalf of the Company,under the Company's seal or otherwise,such Written Commitments of the Company as are specified in such written delegation,which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution,and the seal of the Company,may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED,that the foregoing Resolution shall not be deemed to bean exclusive statement of the powers and authority of officers,employees and other persons to act for and on behalf of the - -Company,and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." ,1,Rupert HD Swindells,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE -COMPANY and ACE AMERICAN INSURANCE COMPANY(the"Companies")do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true,correct and in full force and effect, (ii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station,NJ,this March 21, 2025 • c- . j - Rstpe1Rupert HD Swindells,AssistantSeeretary • IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT: Telephone(908)903-3493 Fax(908)903-3656 a-mall:surety@chuhb.com Combined:FED-VIG-PI-VVFIC AAIC(rev.11-19) :CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT PRINCIPAL; • 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 Mi NUAA County of SUsd-01- On 2-)121U I ZS _ before me, Alkl3S9fi ►_ SOW ,Notary Public, personally appeared NICKNU I SMOXS 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 ALYSSA L SABEL State of Pennsylvania that the foregoing paragraph is true and NOTARY PUBLIC-STATE OF NEW YORK correct. No.01SA6408666 Qualified in Suffolk County WITNESS my hand and official seal. My Commission Expires Mid\rY\O .«Q Signature Signature of Notary Public '____ --- _ - _'r_,N`ri '+R� - -c;tv': __ seta �:L i'4• Ot CK %OLE �i 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 New Jersey = County of.Camden On m � �p� � u! ;1,1o01 before me, Dana L. Donahue,Notary Public,personally appeared Patricia A. Rambo 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 New Jersey that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature V )Q (h g ��� Signature of Notary Public DANA L. DONAHUE NOTARY PUBLIC STATE OF NEW JERSEY MY COMMISSION EXPIRES FEBRUARY 1,2027 COMMISSION:#50184265 FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS,LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis December 31,2023 (in thousands) • LIABILITIES AND ASSETS SURPLUS TO POLICYHOLDERS Cash,Cash Equivalents,end ST Investments S 258,260 Outstanding Losses end Loss Expenses S 9,827,827 United States Government,State Reinsurance Payable on Losses and Expenses 1,718,382 and Municipal Bonds 3,248,130 Unearned Premiums 2,899,835 Other Bonds 7,765,988 Ceded Reinsurance Premiums Payable 344,549 Stocks 283,737 OtherLiabillliee 518,090 Other invented Assets 1,783,264 • - TOTAL INVESTMENTS 13,319,359 TOTAL LIABILITIES 15,304,883 Investments in Affiliates: Capital Stock 20,980 Great Northern Ins,Co. 433,797 Paid-In Surplus 2,711,474 Vigilant Ins.Co. 380,848 Unassigned Funds 2,079,218 - Chubb Indemnity Ins.Co. 188,614 Chubb National Ins.Co. 199,440 SURPLUS TO POLICYHOLDERS 4,811,872 Other Affiliates 117,688 Premiums Receivable 2,282,901 Other Assets 3,215,9228 TOTAL LIABILITIES AND TOTAL ADMITTED ASSETS S 20 11� SURPLUS $20 118 355 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners.Al December 31,2023, Investments with a carrying value of 8585,024,973 were deposited with government authorities as required by law. STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA • John Taylor,being duly swam,says that he Is Senior Vice President of Federal Insurance Company and that to the beet of his knowledge and belief the foregoi Is a true and coned statement of the said Company's financial condition es of the 31 et day of December,2023. Sworn before . Z- error re USA— % ,2.1)2.:7 u Gleswn expires Commonwealth of Pennsylvania-Notary Seal Diane Wright,Notary Public Philadelphia County My commission expiresAugust 8,2027 Commission number 1235745 Member,Pennsylvania Association of Notaries No.5389 • 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, • Federal Insurance Company of Indianapolis,Indiana, organized under the laws of Indiana,subject to its Articles of Incorporation or other fundamental organizational documents,is hereby authorized to transactwithin this State,subject to all provisions of this Certificate, the following classes of insurance: Fire,Marine,Surety,Disability,Plate Glass,Liability,Workers'Compensation, Common Carrier Liability,Boiler and Machinery,Burglary,Credit,Sprinkler, Team and Vehicle,Automobile,Aircraft,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 15th day of October, 1990, I have hereunto set my hand and caused my official seal to be affixed this 15th day of October, 1990. Fee $77.00 Roxani M.Gillespie Rec.No. 542421 Insurance Commissioner Filed 5/30/90 By Victoria S.Sidbury Deputy Certification • I, Magnolia Gutierrez, the undersigned Insurance Commissioner of the State of California, do hereby certify that have compared the above copy of Certificate ofAuthority with the duplicate of original now on file in my office,and that the same is a full,true,and correct transcript thereof and of the whole of said duplicate,and said Certificate of Authority is now in full force and effect. IN WITNESS WHEREOF,I have set my hand and caused my official seal to be affixed this 9'h day of June,2017. • Dave Jones Insurance Commissioner • • By ag n lia Gutierrez -ASPLUNDHa CONSTRUCTION 7431 Walnut Ave Buena Park, Ca 90620 �NTINGT�. \' e y:rrnca Pilot ,(� Pa�.0 e e � COUNTY �Ppi City of Huntington Beach Public Works Office 2000 Main Street Huntington Beach, CA 92648 OFFICIAL BID SECURITY— DO NOT OPEN Project Name: Traffic Signal on Gothard Street at Murdy Fire Station CC#1672 BID OPENING DATE: April 10, 2025, by 2:00PM ASPLUNDH CONSTRUCTION 7431 Walnut Ave Buena Park, Ca 90620 �NTINGT 0 _ 'I O� •.•`N�pPPOR4T7''..• , `� 1 vvitakGF�,ob......NTY.•CP r# City of Huntington Beach Public Works Office 2000 Main Street Huntington Beach, CA 92648 OFFICIAL BID SECURITY — DO NOT OPEN Project Name: Traffic Signal on Gothard Street at Murdy Fire Station CC#1672 BID OPENING DATE: April 10, 2025, by 2:00PM CITY OF HUNTINGTON BEACH Lisa Lane Barnes I City Clerk July 29, 2025 Baker Electric& Renewables LLC 1298 Pacific Oaks Place Escondido, CA 92029 RE: Traffic Signal on Gothard Street at Murdy Fire Station (CC-1672) Enclosed please find your original bid bond for CC No. 1672. Sincerely, X14.44t6 rn� Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov -, � — or SECTION C PROPOSAL for the construction of Traffic Signal on Gothard Street at Murdy Fire Station C.C.No. 1672 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 40 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site,plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contact will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts,and words shall govern over figures. C-I If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bid Bond in the amount of 10%of Bid which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for10% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. :'Date Received .' ' : ,: Bidder's Signature '' :' C-2 SECTION . P.001terattfiStrfFilYCLZ TRAFFICSIGN:AL QN GOTgARDSTREETATMUtQYFTRKSTATION' ON °Mt t ES ' $15 000.00: $15,000.00 ,.!!‘VurnitilLPtckfgaliiiffetotitr.ot 1 IS ; $16121700i, $16,121.00 3 r,littalitaffoiratititatilittatia,bilii4s 1 LS ti 6,379.00, $16,379.00 , _ , • 4 Furmsh and.Install Traffid-Sigpit I ‘14 $234 589.0C $234,589.00_ s hrruslian4tnstallrtOZIdiikperltt: :UK :I.LF 4330.37 $33,037.00 4 12.-Sug,03;4uu'i"vet Optic f1;5:6 t#' 4 0, 32.06 t 11,222.00 ; 2,501.00 , $,„2,501,00 $14F0 datio; Ikg-fil§kaxt rnn Fl exSntch Complet F '8,161.00 8,161.00 furdshand instaifFiberterniihationtnit 4,263700, ;':$4,,,263790 „ . Eurrastcand Install Sigtifg4Arasta:Oliv ; 1 .1 LS $:9 832.0,0 t 9,832.00 011T.T.affa: 4:4; ;. 270.80,, $2.,7.08.Q0 Test19etwotEcommunte.iiion.5.,:ana$ysiem I !$, 2,171.00 r$2,171.00 13 As-Built Plans I LS $ 2,754.00 7s21754.00_, TPTA.4,4,,,11),ASelcifINT 358,738.o0— TOTALEUMAMOUNTIST WORrIS: Three Hundred Fifty Eight Thousand, Seven Hundred Thirty Eight Dollars and Zero Cents _ Note: Refer to Section 7,Measurement and Payment All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The owner reserves the right to reject any or all proposals and bid items. C-2.2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104,the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. -Bid P(anse and Address of Subcontractor: . Stole I Class Dollar;; .."6.of:' Item(s). '•' .'License Amount Number. .. ';� Contract Superior Pavement Markings 10 5312 Cypress St 776306 C-32 $7,419.00 .02% Cypress, CA. 90630 • i 1 I I j 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 TO BE E E CT L ED SY'BIDDER.AND'$117BMI'T'I':ED' TR Bak I de+ciare:uiider::penalty::vf'pgrjury doter tle:;iayvs of the 5tate.;ol;Carliatia the foi�egiing s'ttte aiii3 cores . arid'#T at this declarrattoi s execs t+ed on 3rd ,at April ... Escondido;,California" Dare 04) Sratea The<idore:,K.Baker•:. being; E%st; Only s iain;. deposes an' ;says. that Vie: or. she- `is 'CEO/President <of Baker Electric&Rei ewables.LLCtha party' taking the-foregoing bid -tlZatitfie:;bid°is,not made.ln>the interest of.:or.:,on the behalf:pf<.any unct sciosed-',;persons patnersbipr;company, assootation organization,,or corporation;tbar the girl is ge ni ine and:not collusive:or shiam,; tthe bidder f as . mot di*ctlyy orindirectly induced.or solicitectany.other bidder to;put.;in a false or sham bid,aridl aa,not directly or indirectly eolluded4 conspired,'connivect, or agreed..with;any bidder Of anyone:else.to put in a sham bid;ot that anyone shah:refrain from;bidding,that:the bidder-has not in any;manner,directly or mdirectlrp sought by agreement, communication, or confe with anyone d price;;t r th of ny:o r`c,bi ider,or t i _ react~ to.`fig the 6Y ,$t; ";a the :secure any advantage: against Yie public body awarding,the c►itr`aet of atzyoiie interested in theIthoi,proposed :contract;;that'all statements contained:In die`bid ate;true, and further, that the bidder has not,`directly'ot izi irectly, submitted:his or< her bid,price or any i reakcdown thereof;"ai< the contents thereof or divulged information or:data;relative thereto, or paid;:and will not pay fee to.any.corporation;partnership,,c impany assi ciation orgatiizatton, bid•,depository,.or to;any member;oir agent thier,"eof to effectuate;a et llusi ve_or:sbani 6td• Baket:Bectric&E.Rene 02b es;kLC- anxe>bfBid Ider $igt*r 07.0 :er :1298 Pad,0,:Oaks:Ptace; Escondido . alifixr iiia 924 29: s;5-udder • e_a 1111U:IYAOlitkkiMEN- 00000,01*-4V100,04.1400TV.t.0,t.t,NM, tillt0FRUNTINGTONBEACAZADIOAVA '..pent*en: The'.undersigned hereby•pronifses-and agrees that '.the,performance,vf'the:',work!spedified in the:.coptract: known g•.:44.0**(4* jgrOi on GOthard Street at 04(.1tflo.$140.0* . employ and utthze only quahkied persons, as iitreihaftOr defined,-;t0,, .:pto;E'frilior to any electrical :;eco40.4 . or fototis_gt4p faci1ities The term ."9:401#41 4060.4. .Ak.:11t4W:it#090 $d:Otts.ori 27OO as *00400 Person. 40.0n ii*octiOt Oliotaieir*Oh*.opodEtoi:40 'beyerforriied tindthe áibedP The'undersigned i proniised.and agrees that Et such .work shall be performed in accordance,with all vottodWo,;:ofod.iiioit 00:110. company's requirements,POtkVfiffil:C::.0.10P11:4004 orders,and:8:tate'00,hittotritOr: al-OSHA re4triftinCriU. • _• Ti*'undersigned 0.04#':.001iitg04';40;d:,qitts:lh4t;the pmvisons herein shaft be and are binding upon 40y- .0.4454040toror subcontractors that may be retained or employed by the indersigned,and that the undersigped _ shalt take steps,a4:are necessary to assure compliance by aiy said*otitgtotott or subcontractors with the 0.04)e41*.S,i0- cntráctot • . . . • „. „ . . • . „. - ,14y dEciliPreidorjf. . . . Title • D,titd:::: April 3,2625, . .„. " • - . - ,. „ : , • DISQUALIFICATION QUESTIONNAIRE In accor4ance 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? El Yes ElNo 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 C.01V.rPPSSAT.jtON;t1Y.SVRArqet,OF4RTIFWAOZ Th#tiat-.4 t.4 5:eeti.Oit tit.lhe5tht0 kpiiNto*Otk 004#410,0-0,04 ::***d'eclAitt I am aware of the pmvisions of $0.494;41.09 of the co*.7iyhicIli:.x.g..94.*of#FY,001,003(of tb be 400,1teict.Ag*§t liability for lotigi4 potv000tiori o to thideitthke;:"WthiMithhaelli.,...iceatdih:ue With: the provisions of that code* 2nd Iwill comply .0c04104 grpo:: commencing the P'ee.40,100.010t.4**Olt,0.ft100.044414-, BO'kerg16,titi.cA RbtiOqi.00jOs LIZ . . , • " :CECIPtdidOit 717i00 ,Aprit 3,,2025 .„„.. . . „ . . .„ . . . „ . BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Baker Electric& Renewables LLC Bidder Name 1298 Pacific Oaks Place Business Address Escondido California 92029 City, State Zip ( 760) 745-2001 Telephone Number 161756/A, B, C-7, C-10, &C-46 State Contractor's License No.and Class July 10, 1956 Original Date Issued May 31, 2026 Expiration Date The work site was inspected by Jesus Ibarra of our office on March 31 ,2025 The following are persons,firms,and corporations having a principal interest in this proposal: Theodore N. Baker, CEO/President Brian Milliate, CFO/Secretary C-8 • The nntiosigned is prepared.to,.satisfy t ie;Council=aE'ti a`Ci#y'af untingten:Beach:.. i s;aii 1:14.-finaoot41.s .gr at erwise, to perf i"ttie;=contraet for-the proposed`,1p#4nd nntitoiondroin accordance.'with the.glans Viand ec�fcaaoins setfaith'. faker Electric i3'Renewaole'.0•LC Cciripaiiy-l�t��rie; ,S"t native of"Bidder Thegdore ft aicec• . .'1 ted`;or;Typod gnatti e. Stibseribe and sworn to;be€ore tnettiis:..3reday.of Alin1 .. _ ZQ , A notary public orot ter:..officercompfieting;this certificate:verifies only the;identity of,°fine individual. . w :o:-:signed the document to which this=ce..rtificate . is attached, and:not the truthfulness;accuracy,or validity of that4ocumetlt.. . ._.. State rot Caiiforriia: :County a 'San.Mead Subscribed a.r, wwrn:to °:;af.+r !,,e)before:rng on:tl is-rd.... . da....01 Atkil . . 2S Theodore N. :Baker :proved to tine:orr::tl e,.tiasis:.o satisfactory.evidence:to;tae the person:(s who a ppeared::befare;me;.. 1 k4 ,1 E RO8ION : : e COMM:,; 24 '5 : ac ems;;"; Natary;Fubl[c--_talikrma, rd �,•. s�: .. m Cornrn:: iraxNaK` 1,`2027.P, *:. • :(Seal:). Signatu, ., -, NOTARY CERTIFICATE Subscribed and sworn to before me this_day of ,20 . A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness,accuracy,or validity of that document. State of ) County of ) On before me, Month,Day,and Year Insert Name and Title of Notary personally appeared Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal. Signature Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-10 ::Bidder's Project iiistoty‘ For the pu1poses of,#•14 ptOjgOt•the -ptovick:project history of 'silt* vsf9k spec 014$ referencing til •coitliti4cir.9,0,0#7400.signal koprogmqp4;pitiktgroprict-Otufgprokit-,...tiditiO logta. atioisif.' fl1er optic cable fcr coiimumcatton Bidders are encouraged to submit supplemental relevant proj iitoty in addition tolheprOjOs!::4;stedhegein. Listed below are the namea,address and telephonemumberfarthreeptihtie:e_goge*:for w the bidder has • performed tlitildt work withia the past five years EzATTACHED:CLOSED PROJECT't, • Name andof Project Manager • • ,....... . „.,. ,„. 00044Amount Type of Work tIat Completed ProvideadditionatprojeddesdiptiOnto ahow- iniilarwaik;, • . . . . . . . „ . . . ameand Toqti.40.0*.4.?ttijoaMoliage.,e;- . . . batito-thottea. li.ofdptec SitshP .sindinog*3. „„ „,„....... . . Name and .„ ...„_..... .„. . „ „ „., . . . .A.'44F.0.$0.fg 4-i0.Agency Name and • ñbact ' .tint ;*pe otWork Date P±O.Vitie-E dditionat#0jedt.idegetttiOn'tb(shoW,ainiAnt Winid ' • "" . .. , C.11 _ • . „.. .a'-,.a.b. �'i.,:;:Pti •; ''''' ��r4 .�...2 j..E...x}w��' t�lECI4 44 .. -.ibj.. gakerlob;Nuirttier _ Proj tMame inittNeiglbathood$user## CLEDRetiaflt;ptoje tPttasa2 .. ...,_ .. Qtuaer:" .. - . ... _... Ctt4it.g0ndid0 . - . . ... Contractor . .... CityatEscondidtr....m:.... .. Contact•Person . Kevin Brtckiey Phone Number.:_ _... ..;760-85.5t6i19 '. . . . _ , ... EmaitAddress. .. ..... . _. ................:. .. .. Goritract Arriiiyrrt 044698.......... .... . ._ ..... . . ... . ....-_... ApprouedGiiange:O tiers:.....' .... . . 5tart-Date:. ` Comptetion:Date. QS-2021 . ... .... , . Type Of Wok i tEl}Retitofit`atvarlous,Cocaiioirs: ... .. ...:."...... BakerlobNum _ -" ber ., . .. .. ... Prgjecl-Natrii - Moreiip:Valtey.RanctilTS•&,Pige rt ssRpaitlTS'.. .. .._... Qlwtter CityotMorerio'•Valtey , -... ...... . . . . Contractor' `Cityof1vliireriiiVa#te 5t . Contact Person .. fotinii<eranyi . . _ ., . Phone Numtter 96i.-44 344it7 EmaitAddiess. CoritractArriourit .$541A-19 Aivioved litiiige C Wit: s Start:Date° Campteti'on:Date 05--2422 • TVpe.Ot:Work , tnstatiatlan'ot"Fiberoptic cable;sptti:ingcondtiit;reptacmentot"TeafIk Slgnal;trtintrotters- Baker lab N.am0er • . ProjecGName BartiMwebs tartyi ttde ADA tnfrasfructur a ifnp[*iriettts . Owner CiFofSaii Ma`e6s Contractor, '"C8 fSan[Ma cos ' "Coritaci'Persor . 'lason#Jnsdau: Address <:1:Givic Cenfer.Di.-:Sair.hlarcir -,.Ca:920,04 Etione,Number. . 16Ci4t2=7218 . .._ Entail-Address" .• . • CijiiiractARiaiini 3:303; . . .. . . Approved'.Change:Orders' •r . . Statt Date completion Date: .. .09=2021 Type;Of Work . .. PubUc 1Jttumjnatioixlirtprovercients . .. 6akerlobANurnher 'Oi:oject=Naine Cutverpr/Soniti C' Drifdrd.Rd-.RegtonatTiaff#gSignat'Syric awiier oitq:gf lrii#ie: Confractor` .City6104e . . ... . EontactPersoir Felfi.Cte1a .. .. . 'Address ,,1.CiyicCetuecDi'--.1tvaie-:CA-S2606 .... .. .. . _ . . i.Phone:Nuriihei 349424 7545.. . .... . ........ .. _...._..... ... ., . . ..........._. _ . ...., ,. maltAddr §s .. . . .. - ._. .. . ... . � . ,. . . .,,,.. . , E ....., . ContractAriiourit, v....5669. 48'• '.. ....... . . ,. . .. .. . ApPioved:Ghange:(3tders:...'.. Start Date Completion Date 12-2021 Type Of Work Traffic Signal Modification Baker Job Number Project Name LA Traffi Signal Sync,Phase 2 Segment 2 Owner City of Los Angeles Contractor City of Los Angeles Contact Person Craig Wessels Phone Number 213-725-1005 Email Address Contract Amount $8,991 Approved Change Orders Start Date Completion Date 05-2022 Type Of Work Upgrade Traffic Signal Equipment Baker Job Number Project Name Citywide Traffic Signal Improvements Project HSIP Cycle 9 Owner City of Placentia Contractor City of Placentia Contact Person Earl Fraser Phone Number 909-595-8599 Email Address Contract Amount $1,283,450 Approved Change Orders Start Date Completion Date 09-2022 Type Of Work Traffic Signal Improvements Baker lob Number 23037 Project Name Construction Upgrade Various Signal hardware at 224 Signalized Intersections on Various Arterials Owner City of San Bernardino Contractor City of San Bernardino Contact Person Musaab AU Madhadi Address 290 North 0 Street-San Bernardino-CA-92401 Phone Number 619-793-7838 Email Address musaabaL()anseradvisory.conl Contract Amount $3,799,306.00 Approved Change Orders $322,61281 Revised Contract $4,121,918.81 Start Date 11/1/2022 Completion Date 6/7/2024 Type Of Work Upgrade signals at 224 cross street locations Baker Job Number 23335 Project Name Torrey View Owner City of San Diego Contractor Clark Construction Contact Person Undey Bjorklund Address 525 B Street-San Diego-CA-92101 Phone Number 202-308-3782 Email Address lirIdev.bjorklund(8ctarkconstruction.com Contract Amount $587,985.00 Approved Change Orders $289,835.00 Start Date 10/9/2023 Completion Date 10/29/2024 Type Of Work Streetlights,Traffic signals,conduit,striping and infrastructure. Baker Job Number 23490 Project Name Hines Riverwalk Owner Hines Contractor Clark Construction Group Contact Person Daniel Stewart Phone Number 858-210-2574 Email Address danieistewartla)clarkconstruction.corn Contract Amount $2,931,533 Approved Change Orders Start Date 1/1/2023 Completion Date 9/1/2024 Type Of Work Traffic Signal InstaUatIon Baker Job Number 23772 Project Name Terramor Traffic signal Installation Owner Riverside County Contractor Forester Toscana Development Co.(Temescal Hills) Contact Person Steve Waddell Address 27271 Las Rambles-Suite 100-Mission Viejo-CA-92691 Phone Number 951-202-2267 Email Address steveClo ironcladcivilservices.coal Contract Amount $607,304.00 Approved Change Orders -$34,826.94 Start Date 3/7/2022 Completion Date 2/29/2024 Type Of Work Install new signals and streetlights with Infrastructure Baker Job Number 24154 Project Name Streetlight Pole Replacement Owner City of Santa Ana Contractor City of Santa Ana Address 20 Civic Center Plaza,Santa Ma,CA.92701 Contact Person Ricardo Perez Phone Number 714-647-5051 Email Address roerez20( santa-ana.org Contract Amount $597,000.00 Approved Change Orders $170,788.96 Start Date 3/8/2024 Completion Date 12/6/2024 Type Of Work Remove streetlight wood poles and install aggregate streetlight poles and new overhead wiring Baker Job Number 24280 Project Name Willow Ave&San Bernardino Traffic Signal Owner City of Rialto Contractor City of Rialto Address 150 S.Palm Ave Rialto CA.92376 Phone Number 949-981-0397 Email Address kaustinC fountainheadcoro.com Contract Amount $609,162_00 Approved Change Orders $28,838.68 Start Date 6/10/2024 Comletlon Date 10/9/2024 Type Of Work Traffic signal poles and complete infrastructure Install new curb/ramps at two corners and striping. Baker Job Number 24285 Project Name Arrow Blvd&Tokay Ave Traffic Signal Project Owner City of Fontana Contractor City of Fontana Address 8353 Sierra Ave Fontana CA.92335 Contact Person Edgar Sanchez Phone Number 909-350-6523 Email Address esanchezftfontanaca,gov Contract Amount $1,237,500.35 Approved Change Orders $36,950.00 Start Date 8/5/2024 Completion 2/28/2025 Type Of Work Traffic signal poles and complete Infrastructure with street paving,curb,gutter,ramps and striping. 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, Michael Aguirre Name of proposed Project Manager Telephone No.of proposed Project Manager. (760)520-3457 Imperial Highway TS Upgrades$1,086,263.00 Traffic Signal Signalization 03/28/2023 Project Name&Contract Amount Type of Work Date Completed TS Imperial San Antonio $1,264,323.00 Traffic Signal Signalization/Fiber Optics 04/10/2024 Project Name&Contract Amount Type of Work Date Completed Nash Street Extension $4,827,979.00 Traffic Signal Signalization 07/02/2024 Project Name&Contract Amount Type of Work Date Completed 2. Jesus Ibarra-Area Superintendent Name of proposed Superintendent Telephone No.of proposed Superintendent: (760)803-9026 Arrow Blvd &Tokay TS $1,237,500.35 Traffic Signal Signalization 02/28/2025 Project Name&Contract Amount Type of Work Date Completed Willow Ave&San Bernardino $609,162.00 Traffic Signal Signalizations 10/09/2024 Project Name&Contract Amount Type of Work Date Completed Hines Riverwalk $2,931,533.00 Traffic Signal Signalization 09/01/2024 Project Name&Contract Amount Type of Work Date Completed C-12 cONT -44". 04_,RGIsTRATIQN'Yymf oiTootortikOggOr:gtio cDLRELAflONs oi! Roott4O,f,to SO $gottoo .17.71,44),pogsoctbrttie:: àb St &nate:an June, 26,.2041. estabhshed a new public works Contractor:Registration Program, winch,requires: 011. contractorsi: and*IticoOtta6tOt*bid4ipt..or4pctiOrming work on Publie Wotiks:;?rOi0t$ to register on an (each.July 1 through Tune lj Department of Industrial Relations the-annual:tiorkeitiodabit6,:.mistRttoo fee.for Contractors! is Each contractor, .whotzi b00.4 00#40.4.441A0 itid.,f011041* otitiott: :-.01X,PAer.$*.)40t011$44$4 :fitti#ik**V.4.dir...-.Oalgiii/DLSE/PilbliOWoiki/SR854Fact$heet: bliV :roiittaotoeRokisilotroliLittk,.Call:0144y522,4734 :1144,://4,1jOg,eltr.;:,.00.goyi/rtivtleActioti8ori,tetlattiodivio0„%ti0,411gtAtiot1Pooti. Contractor Rcgtsttattott! trotitt4k4,44:1*g:;,. jittp.0/4fitittg.eliy;;0400*Pa.$..o4#11.4otioo I am aware and wili goropty*thttio,iptot14004.of Labor CO*SeotiottIrri;40)which states.,,, "A contractor s0.0,001#00.A;iltnot be qualified to:bid off4:::4-11#4.4*#bid proposal, I1iefo4,tiiitotents:tif Section 4104 of the orengage in the performance of Any - contract;forp4.011c`WtYki as definedt in this'chapter,:unless'..currently registered.:4,0d. qualified to Ilerfanti. public work poolitit, to,'..Section 1725.'5. it is nOt a violation of this section,-far an anitniaioritiontraciortn submit a bid that i.-,5,-;a4t4p0z7o4 kty.-2*Ottog. 7029 1 Of 00 Bumess and ,,PiotO$4,10iis Code or by Section r.10:144. I0163,.5 of the Public Contract Code. provided the contractor isi0g1ateretito.:peefOrniTublib work pursuant to Section 1725 5 at the time;tile.contract is 411404" "41 bototorgwi1i Omply b providing pray registrationwith D1 .411i-av'tittioryqgoto±4.otot„-"o§4.411. id &LL rctOrs etttOtiiiigbf submitting the Baker Electric&AdneA6616t. . . ronn:a4Ot • " : „ p6e. - - CEO/Pteictent . . . IWO Datei IC Registration " • 00."" , .. . . F co Fidelity and Deposit Company of Maryland Colonial American Casualty and Surety S� Company - Home Office: 1299 Zurich Way Schaumburg Il.60196 AIA Document 310 - 2010 Bid Bond CONTRACTOR(Name,legal status and address): SURETY(Name,legal status and principal place of business): Baker Electric& Renewables LLC Fidelity and Deposit Company of Maryland 1298 Pacific Oaks Place 1299 Zurich Way, 10th Floor Escondido, CA 92029 Schaumburg, IL 60196-1056 OWNER(Name,legal status and address): City of Huntington Beach 2000 Main St Huntington Beach, CA 92648 Bond Amount: 10% Ten Percent of Amount Bid _ PROJECT:(Name,location or address,and Project number,if any): Traffic Signal on Gothard Street at Murdy Fire Station; CC#: 1672, CITY OF HUNTINGTON BEACH, CALIFORNIA 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 in to 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 by the Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in • this Bond conflicting with said statutory or legal requirement shall be deemed deleted here from and provisions 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 Baker Electric&Renewables LLC (Witness) (Seal) (Principal) (Seal) By: '"--- (Title)Ted N. Baker President Fidelity Deposit Company of Maryland (Witness) (Seal) (Surety) , By: (Ti )L wrence F. McMahon,Attorney-in-Fact ,0"`5 co, ,,' Language conforms to AIA Document A310 Bid Bond `is D a o�P o �-o'% BID7000IZZ03llf _ ieSEALmig= °g tr S 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 Diego ) On March 31, 2025 before me, Maria Hallmark, Notary Public (insert name and title of the officer) personally appeared Lawrence F. McMahon 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. t• of p,, MARIA HALLMARK WITNESS my hand and official seal. Notary Public•California San Diego County Rp ` Commission#2356793 ���.<<" My Comm.Expires May 9,2015 Signature (Seal) ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN.CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND. POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"),by Robert D.Murray,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute,and appoint Lawrence F.MCMAHON,Sarah MYERS,Maria GUISE,Ryan E.WARNOCK,Tara BACON,John R.QUALIN, Maria HALLMARK of San Diego,California, its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in ` Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY•AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 27th day of November,A.D.2023. `N,ou,r,,,yy, N,uu,"ar,� �awauaiiy oSEALm b °SEAL` g °SEAL`' El a .ate`' IGT VI use s 4n,nn,..00 4'n"n,,,,oa• 4411„O",O",,,` ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D.Murray Vice President By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 27th day of November, A.D.2023, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. Genevieve M. Maisan GENEVIEVE M.MAISON =�', PuaL1r'a Zr NOTARYPUBLIC BALTIMORE COUNTY,MD -(f,p.131 : r My commission Expires JANUARY 27,2025 C0 ,` Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President • may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recogni7ances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH A1vIERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of • May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this Met day of MARCH , 2025 . un"„ ,,,,uunn,,,,, ,uu,n,nu,,� `d �� J INSU �'4 `,' it Co d R9i� �' O : O o: ° L.3 0 c � �EA� SL = `a SEAL i_s-a e nn" feautv/z_ Thomas O.McClellan Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF'111E CLAIM INCLUDING THE PRINCIPAL ON THE BOND,1111E BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 reportsfclaims@zurichna.com 800-626-4577 • - Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 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 Diego On /�Zo before me, Renee Robinson, Notary Public (insert name and title of the officer) personally appeared Ted N. Baker 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. .','• " RENEE ROBINSON COMM. #2473151 z WITNESS myhand and official seal. o s=v o: ��;!1 Notary Public•California z twig� San Diego County ° 9 � r�Mx Comm.Eyires Nov.21,2027 P Signatur (Seal) .x.,..-, r ,- -;"'".-7--7---- - -------:-- ,--7;--,a5c ...;-,-.g..-.-----;----- -77,---1,-,--7.--.-:---.----7-Thr."-- -----.;77,7T,I--.7;-=-,,,--,.‘i-vs--i-,7 7., 7.--.,t- ' i.-•>4;2,...,1.lAt,:‘,-,p.,-;;-_,%--:,,:,. , „I-::;,.•- --- l' .._ ,,,,,,,—,....• ;,, r..cr4,--1,"V.IL.•''''''.:.>;',..., ...n- = , -% ..* ....`, Lt't,. .',-' -', .r.'ir.-1.4k--- -,..;,,,,r,''',.;.-i,•4...."';',..,. .V...5.*....e'ett.At.4:*'':*.•...."-;:.-.<, ,i.,',.' ,i..i"'..,,,,, ...4t,;t," • '.'..--4 it"',.-. ' . . Baker • . . ,..,.. _, . ...,.7,.7*..,..:n,.,. 141,4.,:.i ••...; - ' t . . . .- , , ..:_, -_, _.. ., ,.._ . _„,. ,..._„ _, . . .:.,, _,....,...... .,,. .. ... „, ..,... ,,.._...„,.....,„,.7„.,.. ...,?.....„....44i,.,‘„,,,,;,..,, ,.......,,...:, ,t. ..... :----': Electric ,... ........Established 11311 i'-. . ..• ^:' *,., , - -7.-.-- 1298 Pacific Oaks Place ,--'4 --7.-;„,,.-,),,q-j.,..-,-..--A-,,r.:1..t.f-,---.A1-.- -- ----..-1-%. 4..- „.- . r - •.„? -. ,....„„r.,,,,,,,,,,.....r., _... .,,., .. . .. Escondido, California 92029 ;••- - .--. - - 4,..,, .. . .....,„,,,‘.,... ,,,,..,.. ,..,,r„,A ..,,,.,;,,,,,_ , ,_,c , „,„..3.,...,.._ , .. _.#4,,,,,....... „...„_.,,,,.,,..,,. , .•,•-,. , .--.. •-- • - - ,- - - . . ,.-.,,,,.: 1,:yt .„.,.:.,.„ ,.,.,,,R6.---,;--. -....r.„...--*•-....i,-_.--si:-.,,,..-:'..4.y.?..k..4p.061.47.- I 1--...._-,..,..--4.,•,-..],....t.,..,,„e.4.401Ats.its.i..--„OF,,,t ''''AlittI'.., , , .",*.„-_, _,, 01,,,I44t ,,, ,._ _ ,.„ift,,,,,,,,,„,,,,,,,,,,.,:-,,,.. . ,..__ .._., . .: -*'-r" -'. -:' '-.,::-':-;±.:,,t,-.., ,,''''itt3,:•:',.1---' .:-.';: ,-,f1-''W.,7-r.,-.-.-;7.'..,"---:-`'...--.,- --;..:,:„..„„,'v'Si4,..„..i.p,,-1.t,,,.,i!,•,;':'=_':.„,,_^, -':".:_'-;!;;71;;kW4ZIrd.,';1"'4::Ve -. .';:rt.,-;-,:e41-7T-41,.. -4,•--.4.11," -...:41...Z.;.t. „:',-.:47,:f‘.:3--;--...;.' '''''''''4':/ ': i,--',. ..'„;',ij).Z.I1,47;4,a .t:...,-_'''-,-.‘-'17-.--r-7;--1'*.:!..:,----:..':'!,,:-.;--;''7. ''''''''' ';:----:',..f--J---', %_.:;', ;;V-,:i''st:..:''F:'''-',2-s;,--i...,, '''':,...:'.....,;f:N..4; ', I,C.1'.->":.4...lit F',..rcir''..SfeeF4tV`7•1.X.s14 .'::... ;V+e-'- ',-‘,;';`,,..• ;-;'-',eri.':-.. ' - -,''-71',..:7-i,'''''4-.' ..:--r-..,,:,,-;-',„'t).:.,7:t:_*:,,,,,'',..' ',W!';'."-,'''-` ,-,‘^47.4.i.',.:-....-...,.'..';:i•'':-.',.''-4---1.;":4.1.7-M,,,t ,'Cii--11-...;;-,:',,...,Ar-:',,.-,...', •,..',,..; i1.,*4-.',.,V4,e.:.;,Ai-,..,..,14 .,-..,.,,,7:„-''':.!:14t7AVX' . ..'riSittltz”:41.,,.'• ,)*.,,,F,4,.._-,,„......-,..4,...-.. — - -—.. ,,,......„'„i.%.,,z1,,,,,t.--,,,-.1- ,;;?,,,,,....",-.:5,!,,,40, .':- Ll''..'li,..,::.''....'-:*-`-:'-'--;,:'.,:...-2.,.';".".-:"4.;4,..V.41..1-ts'th'.;-* "'4‘.::::„'.::6,: ::'.,i'Y'r.;`,-":4'`...t.. .. ..'' :-' l''--:--4,;:eii; -. l'Il.t`-' t'l v,'-,17'71`.4.'7'''-''' -''''''''''':' '-'.-- i • . '.' '' • .:--:7'----,.'","=, ;:t..',*:.,:-`-'0-, -'..i-'Y'! ...1 ''-',..r_ft'?:.-re*f-1,-;;4.1t/A.,-:;-',:‘--,-'.',''''!".` -'. ::"(:-.e-,'0,4',2'-'14.1-'7,=-1-t..-` 4...7...'-:.- -_';;Zr '7'.*: ...T0-14..-.0, -'"'q't''':'IP',' -.----`'4-.4e_."'--'--"`"r4Z-,r10't- ''',3.4,.*"4,=,-'.. ",';-.::: .- ',--' : - :-.-----.-,-,!--. 1„8.4J,Z..4 .0-.1.k.„fi',4%,--i.A..54E,V,-,,-,,,,,,,x;-;.,--,.. . "1.....,e:.q".-.:,-:;--_:--5,,-- .!-.:-.:* Vii;'i'1r:,,A• ' '-t 30.--44 if.'''.-'.-..`4.'"Y"r;-'7,--:",'.',.-..,--71,:-$4.,vi';',„,•,.-4,÷,:: -1.-4.,..., ...„2--,t,,;,- --- ,...-- ,-4 ,.. 2L. a =- „,„,2t,.-.:,-;-:-----, - ,-_,..-. . ' . .. -,--.-...,)'--: :,...%1:4-!'k.-7.-,-It!..r,'"4,2,',:','fl:,-4-3.Ai,,,,,,,t;''-f,','4.7ni4;',.-, ,,l'47...."'• '*'..;;.•,-%*- -C-0:!.:4;:.;•r:'''''''''744/..1:4:3-e.,4.,'4'-te..A-.-7...Wi-:Y.'-'.2rr'..'..::.-i4^.l'ilot '4''.,-i .‘'.4 li''k-.1.,711-.11C 3i,:'•4•:''.!"1.1.:TIEfr"4 .1-:,71-; ;.-, ''-•:.- .4'5'''''".-..:. :':'''' ,'' -. -.--Y,...-'''''' -'-',:e7..'''''''., 7:r";;E,'-a,,-'.:.:!':;et,,,.''''''',:'''.,...-.;''''7;:*1:?`7-i-;.:.',i''',AZCI;,'11°'bt';'•At.'42' - t.:.:..-- .7?.'t,',1'1 ,--.1-''';"'"'.1-'n-‘;';-:''''.7.-:.1"tirli.,.,-..--' 1::iPr'.*.--'-t:'''''''':'7.V.:''''.':-It'4.'rnW,--..'''f.i.,4-t*', 14' *.'11'4'1:.-t.'..'" ''- ''.'''''.--re',=''''.----.."'.'..:. ' -' .,,..V. -,-7-;---.,-!,.iP-=';-i 15'.:-., ,,, --. °,-1-4165,-4, ?„- -7-.--,i'-r-'--'',L.::;-:'--7,n1TA;-71-:----'...k,--'-':, ,':----,:r4'11;V:i..`..`%4.-..,1-'-'',.-i.-,-`,:--..;;'-'; .45-*'-'7%-1•'.', `-,-.V''''.-14.F..."IP:--V"-• ---ii: ...:--,F, ia, 1,..,,4,„,-;.:.--:...,;:::::,-:,,f.A4,.1.. , -.4,-...,-.7.:„.-..,„;‘,.- ., - .,.. ‘. .:4..„. , . - ..-.-,...,,..,..-. ,,,,„.._2.1t.t.,,,,,,if.,, -4;,,,...?-,.Ati-i -4,4„...„:,..,..,,.„-,..,..4-4-;,, ,,,,Itro.,!4.1.--, ,,t.-_,,,4p.o....-.,,,,f,o,..,,,,,,,,,,„:,F-?7,-41;-4,;'.4.t.,,,rp ,-„, ,' .;-'',,,,,0-7-",i,.-:-'.."-2;,•:.'--,-".-4--•,,,7-='k'''' '71e:t-5'"W,Le;'''''''''''''''''''''-''':' '''`-'''4 -'‘.?'' ' --' f ',..--,',.,-, ''','" -7-::;.:r,..1-10_,,,„'..-,g0P)ez,*..,;,1::e",-7,4,,-;fr.f6„1"...k,Z°:,4,r7v-X.7.,,,i,,,..45-9..;4-t-ty,,,_--,,;*4-=:- .:*"7:N...,:1:,-,..:i:,..4.4r,,c4::'',:',„,, t',e-yip, --'1-.*.4:45f4,,40,„_,....a,.;f.,_.,--..---...;.,. .i....r.,.,...r.. .,....,:.t.-:...r.,, ,.„..A.A.,:..--.4.,..0:-.-?1, = .4'.' ..'' '''.,' ::',.- ':. :' ' '• : ' _ ,41,-,,,•3.."'„.: ,;:',Ir'r,:_ro,..efl,,,,,,:t.'!0;iliWy.41*"...,M,If.-,:4.:',:?,r.'i'''':''s .:I.V. : ' -- •- .,....2..": '-:',......,_. •,,'''''i...::"_:E...44.1.:;-:*'-'-'i".,;: .4,-e4.1,k-.-/le,,-'--"--;77,--- `'' ; -''- -' ' A.,'4,14.7-.,:. 2...:.",t''T'''-.'". :7_:,,,711-i'': --,,-- ""-'— ' -,"'.';'- '_''-'- ")-. ',-‘4,7....."4,11.772t*F-i74;:ii,-;-1"!•-:-. --. '''=---'''''i:4--44,,„441 '7' *-.7", '''..w;,-t.--,--,:.• • -'-''''., .-'--itu4t4'4.4c-...4t17:--"-?Xl'.:..',. =,"=',.'"7 ' • •'"- ''''' .,.'-",_.: ' ..:' ' • .,---*- --.- C -s--.. ,.-'. ----.1_ .„:-. 4..- --1•J_,-„. -,,„7,' - - : - , : • .. ,--,0',..,7-0'....,,. -.-,--A,r-.5,3,)4- :-";.-y..:',:.:..----, -t.", :,,4,-.-1,,-:14t.. -•, ,.. .,...?..,''-,-. -; - ., . . , City of Huntington Beach . Public Works Office ,'',.'-''' ''4''414' ' ' ... 2000 Main Street ... .. ,.„ . _ . . Huntington Beach, CA. 92648 ..., . .. , - . .- . , . - . . • . • ... - - . . . • 1 — ------ "' OFFICL A BID SECRUITY_-DO NOT op—EN .f4k7.,:,:.:„.?..,,„ 7-4.2,,,,,--,---,-, ..,,...„ ,:.,,,-.I..,.,.. .t.,.,..•..-z,-...--,..,:.-.,„,--:Ay.,,,,,- ...4,.,:.,„ ,,,--r 4 ',..7.1 •4 .44,4;;;‘,:,4 .' '-t..-:-_ ' .-i.-...??,:.4st•..,,'*..,,--,-4.-..-'7.:1,,:::_f _lit,..1/4..,',-,,'7',"*"..--‘- -''' ,,.....'...r.F-447.44'-'-'•-‘-'-.4-''''''-'.--4.21,:7:-.';e -'-'.: ',- ' *.PA, *t Project Name: Traffic Signal on Gothard St and Murdy Fire Station i-LI,...', . ' -. “:,--., :',..-' .„- --- 4‘4,:“.'-'.::.-,:4','-:::;*''.-' ''.-'-7': ..'_:4,!,...e,'":...:$4fAk fillt li"•ii:' ;''V‘c.;,r,':'..:' ' , -P__ CITY OF HUNTINGTON BEACH Lisa Lane Barnes I City Clerk July 29, 2025 California Professional Engineering, Inc. 19062 San Jose Avenue La Puente, CA 91748 RE: Traffic Signal on Gothard Street at Murdy Fire Station (CC-1672) Enclosed please find your original bid bond for CC No. 1672. Sincerely, AatottAilliir Lisa Lane Barnes City Clerk LLB:ds Enclosure `'ho /EGG ieteuVe. Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov Document A310TM - 2010 . •.' 0Rd Bid Bond No: N/A • CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place • •' . • • . . California Professional Engineering,Inc. of business) • . . 19062 San Jose Avenue Endurance Assurance Corporation La Puente,CA 91748 4 Manhattanville Road This document has important legal Purchase,NY 10577 consequences.Consultation with • OWNER'. an attorney is encouraged with • (Name, legal status and address) respect to Its completion or . City of Huntington Beach modification. • • 2000 Main Street Any singular reference to • Huntington Beach,CA 92648 Contractor,Surety,Owner or BOND:AMOUNT:Ten Percent of the Total Amount Bid (10%of Total Bid) other party shall be considered . . . plural where applicable. PROJECT: •::. . • .('frame, location or address,and Project number, if any) Traffic Signal on Gothard Street at Murdy Fire Station Project Number,if any: C.C.No 1672 The'Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the . Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally;As provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified•in the bid documents,or within such time period as may be agreed to by the Owner and • Contractor,and the Contractor either(I)enters into a contract with the Owner in accordance with the terms of such • bid,and gives such.borid 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 4th day of April 2025 California Pro es..iona -'-- . . . g, ln (Principal) ' ,r (Seal) • .(Witness) . t V itn • PYCbAt114 Endurance Assurance Corporation (Sure — (Seal) 1 ess) liatic_ (Title)Thao Luu • Attorney-in-Fact Ink. AlA Document A3101"—2010.Copyright©1963.1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This AlA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIAa Dcoument,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 01/2712012 07:23:12 under the terms of AIA Documents-on-Demand'order no. 2008397,183,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 orior in t!s comoletion.ns+11n 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 Los Angeles } On April 9, 2025 before me, Diem Chu, Notary Public (Here insert name and title of the officer) personally appeared Van Nguyen 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 to the foregoing paragraph is true and correct. toaEM cti,"1, ,"$987P.41 ', tz,y i,b ' F'?° E.�or, �rC'�'L WITNESS my hand and official seal. _ W� a 1cso•" h o ary i'utt is Signa ure (Notary Public Seal) 'e")n$eF�R�o,1•,`� ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS VoR COMPLETING THIS FORM This form complies ivith 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/thoy, is/ere)or circling the correct forms.Failure to correctly indicate this ❑ Individual(s) information may lead to rejection of document recording. • Corporate Officer • The notary seal impression must be clear and photographically reproducible. President, Secretary Impression must not cover text or lines. If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file.with the office of the county clerk. ❑ Attorney-in-Fact Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other Indicate title or type of attached document,number of pages and date. ❑ Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). 2015 Version www.NotaryClasses.com 800-873-9865 • Securely attach this document to the signed document with a staple. CALIFORNIA ALL-PURPOSE 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 APR 0 4 2025 before me, Irene Luong , Notary Public, Date Insert Name of Notary exactly,as it appears on the official seal personally appeared Thao Luu 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 � IRENE IUONG person(s), or the entity upon behalf of which the person(s) ',, . Notary Public•California acted, executed the instrument. I �-�y Orange County 4, �=" .•.£,�,y�� Commhsion 8 2384919 I certify under PENALTY OF PERJURY under the laws of ,,FD►• My Comm.Expires Now 30,2025 the State of California that the foregoing paragraph is true and correct. Witness my hand ant)icial Signature 11I . ' ii'_ Place Notary Seal Above Signature•f otary Public Iren= uong 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): El 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 El Other: El Other: Signer is Representing: Signer is Representing: 46, SOMPO INTERNATIONAL POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS,that Endurance Assurance Corporation,a Delaware corporation('EAC'),Endurance American Insurance Company,a Delaware corporation ('EAIC'), Lexon Insurance Company, a Texas corporation ('LIC'), and/or Bond Safeguard Insurance Company, a South Dakota corporation ('BSIC'), each, a "Company"and collectively, "Sompo International,"do hereby constitute and appoint: Christine Woolford, Danielle Hanson, Emilie Young,Irene Luong,James W.Moilanen,P.Austin Neff,Thao Luu,Yung T.Mullick as true and lawful Attomey(s)-In-Fact to make,execute,seal,and deliver for,and on its behalf as surety or co-surety bonds and undertakings given for any and all purposes,also to execute and deliver on its behalf as aforesaid renewals,extensions,agreements,waivers,consents or stipulations relating to such bonds or undertakings provided,however,that no single bond or undertaking so made,executed and delivered shall obligate the Company for any portion of the penal sum thereof in excess of the sum of One Hundred Million($100,000,000.00) Such bonds and undertakings for said purposes,when duly executed by said attomey(s)-in-fact,shall be binding upon the Company as fully and to the same extent as if signed by the President of the Company under its corporate seal attested by its Corporate Secretary. This appointment is made under and by authority of certain resolutions adopted by the board of directors of each Company by unanimous written consent effective the 30th day of March, 2023 for BSIC and LIC and the 17th day of May, 2023 for EAC and EAIC, a copy of which appears below under the heading entitled "Certificate". This Power of Attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the board of directors of each Company by unanimous written consent effective the 30th day of March,2023 for BSIC and LIC and the 17th day of May,2023 for EAC and EAIC and said resolution has not since been revoked,amended or repealed: RESOLVED,that the signature of an individual named above and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile,and any such power of attorney or certificate bearing such facsimile signature or seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF,each Company has caused this instrument to be signed by the following officers,and its corporate seal to be affixed this 25th day of May,2023. Endurance Assurance Corporatiettfpon Endurance American Lexon Insurance Company Bond Safeguard Insurance Company Insurance Company, By: 7-1..e/s4/ (y4 7,,,,2.„J Ty) aiii4.0 P.,.1 011 a#4.0 16,-1,./ (Yr) affp0 By. By. By: Richard Appel;SVP&,Senior Counsel Richard Appel;SVP&Senior Counsel Richard Appel;SVP&Senior Counsel Richard Appel;SVP&Senior Counsel NNN,U. ,,,,„' N,NN„4",,,,,,,,, --.. . NonnlNS'u,,,,� *PSsurance e`oan Ins�,o,,,• ; ,suwweF ',, '�P c�,•ocl•1).0li. r,�,c,G.0%,po T,a�O� ; a' �°a�� 1,', `�0 soATH,�n`_ SEAL �0•,,oIre6 CD - �� L7EAL ; '- °V I SEAT, ,;(7' i%-iSEAL S =u�' DAKOTA ;3 =�'. 2002 ;°'g =G s 13_ 1,N b; :p: INSURANCE b E ca. 1996 1 e Z, COMPANY 1-1. :�•,DELAWARc.JCS 'V DELAWAREAfFKNOWLEDGEMEN ', S T "'O'4 +ri 'o:. C •••••4•4WIL44N,NN"!`, ....,,,,,,,,.. .......-1,;). ,'4�'' .. -pJ�', ,,``�OF S� •f11111I''••••.n4",n„nmumn,Na�\O"``• •••au„14"" ,,`-� Y TAYt ,1,4 On this 25th day of May,2023,before me,personally came the above signatories known to me,who being duly sworn,did depose trid agthat.e/4 y is an officer of each of the Companies;and that he executed said instrument on behalf of each Company by aut •rity of is ice under the by-laws of g h Company. - e • :... .. By. Amy Taylo 1 N•r 1-ublic—My (50 g44r iris 3/9/27 CERTIFICATE '•0,,,,,,,,,, I,the undersigned Officer of each Company,DO HEREBY CERTIFY that: 1.That the original power of attorney of which the foregoing is a copy was duly executed on behalf of each Company and has not since been revoked,amended or modified;that the undersigned has compared the foregoing copy thereof with the original power of attorney,and that the same is a true and correct copy of the original power of attorney and of the whole thereof; 2.The following are resolutions which were adopted by the board of directors of each Company by unanimous written consent effective the 30th day of March, 2023 for BSIC and LIC and the 17th day of May,2023 for EAC and EAIC and said resolutions have not since been revoked,amended or modified: "RESOLVED,that each of the individuals named below is authorized to make,execute,seal and deliver for and on behalf of the Company any and all bonds, undertakings or obligations in surety or co-surety with others:RICHARD M.APPEL,MATTHEW E.CURRAN,MARGARET HYLAND,SHARON L.SIMS, CHRISTOPHER L.SPARRO, and be it further RESOLVED,that each of the individuals named above is authorized to appoint attorneys-in-fact for the purpose of making,executing,sealing and delivering bonds, undertakings or obligations in surety or co-surety for and on behalf of the Company." 3.The undersigned further certifies that the above resolutions are true and correct copies of the resolutions as so recorded and of the whole thereof. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the corporate seal this 4th day of Apr, I 20 125 _- A By:Daniel .Ile,Secretary NOTICE:U.S.TREASURY DEPARTMENT'S OFFICE OF FOREIGN ASSETS CONTROL OFAC), No coverage is provided by this Notice nor can it be construed to replace any provisions of any surety bond or other surety coverage provided.This Notice provides information concerning possible impact on your surety coverage due to directives issued by OFAC. Please read this Notice carefully. The Office of Foreign Assets Control(OFAC)administers and enforces sanctions policy,based on Presidential declarations of"national emergency".OFAC has identified and listed numerous foreign agents,front organizations,terrorists,terrorist organizations,and narcotics traffickers as"Specially Designated Nationals and Blocked Persons".This list can be located on the United States Treasury's website— https://www.treasurv.gov/resource-center/sanctions/SDN-List. In accordance with OFAC regulations,if it is determined that you or any other person or entity claiming the benefits of any coverage has violated U.S.sanctions law or is a Specially Designated National and Blocked Person,as identified by OFAC,any coverage will be considered a blocked or frozen contract and all provisions of any coverage provided are immediately subject to OFAC.When a surety bond or other form of surety coverage is considered to be such a blocked or frozen contract, no payments nor premium refunds may be made without authorization from OFAC.Other limitations on the premiums and payments may also apply. Any reproductions are void. Surety Claims Submission:LexonCiaimAdministration( sompo-intl.com Telephone:615-553-9500 Mailing Address:Sompo International;12890 Lebanon Road;Mount Juliet,TN 37122-2870 No. 5082-3 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, Endurance Assurance Corporation • of Delaware, organized under the laws of Delaware, 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, • Sprinlder,Team and Vehicle,Automobile,Aircraft,and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF, effective as of the 23'day of August, 2016,I have hereunto set my hand and caused my official seal to be affixed this 23"day of August, 2016. •, Dave Jones . Insurance Commissioner By Carol Frair 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. From: California Professional Engineering, Inc. I9062 San Jose Ave DO NOT OPEN WITH REGULAR MAIL La Puente, CA 31748 (626) 810-1338 "OFFICIAL BID SECURITY" Project Name: Traffic Signal on Gothard Street at Murdy Fire Station CC #: 1672 Bid Opening Date: April 10, 2025, at 2:00 PM City of Huntington Beach Public Works Office 2000 Main Street Huntington Beach, CA 92648 CITY OF HUNTINGTON BEACH Lisa Lane Barnes I City Clerk July 29, 2025 Crosstown Electrical & Data, Inc. 5454 Diaz Street Irwindale, CA 9170(p RE: Traffic Signal on Gothard Street at Murdy Fire Station (CC-1672) Enclosed please find your original bid bond for CC No. 1672. Sincerely, iffatLiitt 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 U 0,,(,,,meoce) SECTION C PROPOSAL for the construction of Traffic Signal on Gothard Street at Murdy Fire Station C.C.No. 1672 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 40 working,days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts,and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find A BIDDER'S BOND in the amount of 10%OF TOTAL BID which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, 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 • :.` : :: ••• NONE ISSUED • C-2 SECTION C PROJECT BID SCHEDULE TRAFFIC SIGNAL ON GOTHARD STREET AT MURDY FIRE STATION C.C.NO. 1672 BID ITEMS -VW P:47,1M.5, ranatile”MentkeinakilMWM laWs 44.50111 1 Mobilization I LS $ 3,200.00 $3,200.00 2 Furnish Project Traffic Control 1 LS $ 3,500.00 $3,500.00 3 Installation and maintenance of BMPs 1 LS $850.00 $ 850.00 4 Furnish and Install Traffic Signal 1 LS $252 978.0C $ 252,978.00 Furnish and Install 3"Conduit per SCE 5 100 LF $ 300.00 $ 30,000.00 requirements Furnish and Install 12 Single Mode Fiber Optic 6 350 LF $3.80 $ 1,330.00 (SMFO)Cable Fusion Splice New 12 SMFO Cable to Existing 7 1 LS $ 1,550.00 $ 1,550.00 144 SMFO Cable 8 Furnish and Install Fiber Switch Complete 1 EA $4,250.00 $ 4,250.00 9 Furnish and Install Fiber Termination Unit 1 EA $ 1,800.00 $ 1,800.00 10 Furnish and Install Signing and Striping 1 LS $ 9,270.00 $9,270.00 11 Pothole for Utilities(Not Shown on Plans) 10 EA $985.00 $9,850.00 Test Network Communications and System 12 1 LS $3,300.00 $ 3,300.00 Documentation 13 As-Built Plans 1 LS $750.00 $ 750.00 TOTAL BID AUNT $ 322,628.00 TOTAL BID AMOUNT IN WORDS: THREE HUNDRED TWENTY-TWO THOUSAND SIX HUNDRED TWENTY-EIGHT DOLLARS AND ZERO CENTS C-2.1 Note: Refer to Section 7,Measurement and Payment. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The owner reserves the right to reject any or all proposals and bid items. C-2.2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. -Bid Name and Address of Subcontractor.: '.::State: ::-: 'Class :Dollar %of Item(s) `: .:;.:: ": License: . :.Amount ;;: Contract. Number :. NONE By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 04I09/2o2at IRWINDALE CA Date City State • DAVID P,HEERMANCE , being first duly sworn, deposes and says that he or she is PRESIDENT of CROSSTOWN ELECTRICAL&DATA,INc.the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person,partnership,company, association, organization, or corporation;that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid,and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly,sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder,or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. CROSSTOWN ELECTRICAL&DATA,INC. Name of • Signature of udder DA ID P.HEERMANCE,PRESIDENT 5454 DIAZ ST.,IRWINDALE,CA,91706 Address of Bidder C-4 . . urruity AGREENnorr HONORA1LE 1 yr4YOR:: ,0:CITY COMM crry OE'HUNTINGTON IWA.Cli,'CAIIFOfRNIA The undersigned hereby PrcaniSea and agrees that in:the perfOrthance of the work specified in the contract, known as the Traffic Signal on 'Qotliard'Street at Murdy Fire Station -C;e: soi:ton, oxw000 will employ and utilize.Only qualified:persons, sas hereinafter defined, to work in proximity to Any electrical secondary or transmission facilities,. The term "Qualified Person" is defined in Title 8, California AchniniStrative Cade,•Sectiiiir 2106,as folbawS: "Qualified Person: ApettotiSiho, by reasonofexperience insiruciiini isfermiliar with the operation to bepetArtited rindthe.hazards involved* .. ..,.,...._ ..._ The undersigned also promised and agrees that all such work shall he performed in accordance with All Applicable electrical utility company's requirements,Public Utility Commission orders,And State of California. Ct&OSHA requirements:, The undersigned farther promises and Agrees that the provisions herein' shall be and are.binding upon.any subcontractor or subcontractors that may he retained or employed by undersigned;And:that the undersigned shall :Like-steps as are necessary to assure compliance by Any said subcontractor or subcontractors With.** srettairements contained herein, CROS$TOWN:Rt:F.C.IRICAL 4'DATA, Ceattaetor ' -. ,: . . , .., . Bir , - - DAVID P..HEERMANCt , Titk tfd* .AdltU-10,2025 , C-A DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified,removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes !$No If the answer is yes,explain the circumstances in the space provided. N/A Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INKTRANCE CERTIFICATE Pursuant to Section 1861 tithe State Labor Csode,,:eaeb contractor to whom a*bile work t contract has been - awarded shall sigalhefoildwirkg oettificatk. X am'aware of the provisions of Section 3700 of the Labor Code which:require every employer to be insored, 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 tontract. CROSSTOWN.ELECTRICAL&pATA,INC, Contra „ ciOtt ifit.404AitE ,PgEstbENt Ole Date: APRIL ta,2025 • BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: CROSSTOWN ELECTRICAL&DATA,INC. Bidder Name 5454 DIAZ STREET Business Address IRWINDALE,CA, 91706 City, State Zip ( 626 ) 813-6693 Telephone Number 756309/CLASS A&C-10 State Contractor's License No. and Class 11/18/1998 Original Date Issued 11/30/2026 Expiration Date The work site was inspected by MIKE CUELLAR of our office on APRIL 04 ,20 25 The following are persons,firms,and corporations having a principal interest in this proposal: DAVID P.HEERMANCE PRESIDENT ANDREA HEERMANCE SECRETARY BENJAMIN HEERMANCE CHIEF FINANCIAL OFFICER(CFO) C-8 The tindeNgnectia preparectto sati*the Coatieil Of'the:city of Huatingtoit Beach ails'ability;'financially or otherwise,to perform the contract for the proposed'Work and improvements in accordance with the plans and specifiCatidas attforth. CRIpS,VgilasT ELEcTRICAL:.*DATAt INC.. Company ati :)( . .. Sjgnatux0 ial.Woo , DAVID P,fiEg .RKAN 2 cgS11)BNT . .. : .. .. . -... " Printed.or Typed signature Subscribed and sweat to:before hie-this 9TIAray of.APRIL . ;20 . , e-•. '7. ,NQTARY PUBLK . „ NOTARY SEAL. ',. i , . . . : o4; NOTARY CARbileATE Subscribed and swan, before4ne tbiPTO*,of APRIL. N25.. A notary public or other officer completing this. . .ettiffcate,:lretifies1 only the identity Of the individual who Ogled the document;, to which this certificate is attached, and not'the tttgitfttines*accuracy,or validity:of thatikeume4t, State e.ALIFORNIA coutity j.DS.ANPF,,,LES: o . 202 :10fOtc'me; AllOPT-ak 2.:1:64;NOTARY PVBLW: Month,Day,andyenr Insert.Natoeand Tide of Notary. pemottay appeArod, Nitm,p(4):ofSighet( ) . . who proved.to me on the basis of:satisfactory evidence to be the person(A whose 40,010 )fs.104 subscribed to the within instrument and aeknowiedoed to me that tteishOw executed the same authorized .- enotitA.,i044.)„and that by ,signdute0 on the instrument the person ),or the entity upon behalf of which the personplaeW,executed the,institintent I certify under PENALTY OF PERJURY under the laws of the State.Of.California that the foregoing paragraph is,:true and correct. WITNESS thy hand andofficial,..se4, unialmallill606411064110.0pAINeaum, : „ „ Notitsi kthiie—California • ) ; • •• 4 21127$6 2AY...„"Ift,,Ix(!f:7!g!;:3,1010 Signature Si` SfNOt2yPiibliC. c .NQTAIRY Ai3OVE) c-to Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of traffic signal improvements,underground signal conduit,and the installation of fiber optic cable for communication.Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names,address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: l, CITY OF BERVERLY HILLS 345 FOOTHILL RD.,BEVERY HILLS,CA,90210 Name and Address of Public Agency Name and Telephone No.of Project Manager: MANU DHALIWAL 310-285-2452 VIDEO DETECTION& 09/2021 $1,409,504.00 COMMUNICATION EQUIPMENT Contract Amount Type of Work Date Completed Provide additional project description to show similar work: FURNISH&INSTALL VIDEO DETECTION EQUIPMENT AND COMMUNICATION EQUIPMENT 2. CITY OF LA HABRA 110 E.LA HABRA BLVD.,LA HABRA,CA,90631 Name and Address of Public Agency Name and Telephone No.of Project Manager: MICHAEL PLOTNIK 562-383-4151 CONDUIT,PULL BOXES, 06/2021 $1,528,364.00 FIBER,COMMUNICATION Contract Amount Type of Work Date Completed • Provide additional project description to show similar work: FURNISH&INSTALL CONDUIT,FIBER,PULL BOXES,AND COMMUNICATION EQUIPMENT 3. CITY OF SANTA CLARITA 23920 VALENCIA BLVD., SANTA CLARITA,CA,91355 Name and Address of Public Agency Name and Telephone No.of Project Manager: CESAR ROMO 661-286-4002 CONDUIT,FIBER, 12/2022 $2,677,098.81 COMMUNICATION EQUIPMENT Contract Amount Type of Work Date Completed Provide additional project description to show similar work: FURNISH&INSTALL CONDUIT,FIBER AND COMMUNICATION 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. HUGO GODINEZ Name of proposed Project Manager Telephone No.of proposed Project Manager: 626-813-6693 Perform modification of traffic signals at 17 intersections VISION ZERO—PHASE 2C to include furnish and install new controller assemblies, $4,722,233.00 •APS push buttons,street lighting,conduit,signing/striping and/or concrete work 03/2020 Project Name&Contract Amount Type of Work Date Completed Furnish and install fiber splice closures and FDU's,furnish and install ethernet switches,Bosch CCTV cameras INTELLIGENT TRANSPORTATION and video management system,perform SYSTEM PHASE VI&VII$2,796,863.00 system testing and integration 06/2022 Project Name&Contract Amount Type of Work Date Completed PERFORM REPAIR&REPLACEMENT OF DAMAGED FOUNDATIONS, CONTRACT 07A5185 FOR HIGHWAY LIGHTING,RAMP METERING STANDARDS, TRAFFIC SIGNAL,CCTV,HIGHWAYADVISORY RADIO& 01/2023 $270,160.00 TAKE DOWN TEMPORARY,DAMAGED AND NEW POLES FOR TRAFFIC SIGNALS Project Name&Contract Amount Type of Work Date Completed 2. RICARDO AVILA Name of proposed Superintendent Telephone No.of proposed Superintendent: 626-813-6693 CVAG REGIONAL TRAFFIC SIGNAL FURNISH&INSTALL CONDUIT, SYNCHRONIZATION,PHASE 1 $21,504,505.68 WIRELESS SYSTEMS,FIBER CABLE& 07/2023 COMMUNICATION EQUIPMENT Project Name&Contract Amount Type of Work Date Completed Bonita Ave. Signal CONDUIT,PULL BOXES,FIBER, Synchronization Project PERFORM SPLICING,TERMINATION& • $942,938.00 TESTING,ETHERNET SWITCHES 10/2021 Project Name&Contract Amount Type of Work Date Completed Furnish and install conduit, OCTA MAIN STREET RTSSP, cameras,fiber,switches, CITIES OF IRVINE$755,525.00 CCTV cameras 04/2021 Project Name&Contract Amount Type of Work Date Completed C-12 ct)NTRAcroit REGISTRATION WITA CALIFORNIA DEPARTMENT OF )INIXISTRIAL RELATIONS(DIR)cERTIFICATE Pursuant m SE /154 (citing Labor Code Section 1771341 passed by the.California,State Senate on boo 20, 2914, established a new public works Contractor Registration Program, whiefixertnires all contieeters, and subcontractors bidding and performing work on, Public Works Projects to register on an annual basis (each July 1 through„Time 30 Mate fiscal year)with the California peps**of Industrial Relational(11,113.); Curren* the annitatiien';ieflinitable registration fee for Contractors is $300, contractor to whom a public worlq oniztot has been awarded shall sign the following:rertjOeste: :Dig FACT'SB:BBT SA:$54 http://www,dicea.goviDLSEfftblicWorksISB854Pact$hget !ff!„.30.14,pa DIR's Contractor Registration Link—Call(1144):5224714 httptiffefilingdir,ca.govipWCRACtionSeryleriactionTrAisplay2WPRegistrationfonn ConfrdA.tor RegiAration seurchabledatebagez littpei/efilinakegze'virPC13/Senrekactiritt I arn sparp:aigt Naomi*vyithibe pitfrisiotiS,eftabor Code.Section,1771,1(a)which statest contractor or subcontractor shall not be qualified to bid on.be listed in a 014,PrOPQsalf subject to the requirements:of SecOop 4104 of the Public Contract Code,or engage in the,performance Oa* contract for public Work, as'derma in this chapter, unless currently registered and,:qualified to perform public work pursuant to Section 1725S, It is not to.,100,4 of this section‘for an unregistered contractor to submit a bid tails authorized by Section 7.021.1 of the:Business and Professions Cecile:or by Section lJ164 or 201034 of the Public Contract Code, provided the contractor is registered to perform public Work pursuant to Section 1725.5 at the tune the contract is awatded:" furthermore will:comply by providing proof of registration with PIR as the primary contractor, as well as tor 4,t4t,subcontractors at the time of submitting thebid„ ;CROSSTOWN'ELECTR.ItAL riATA,INC. Title BY DAvtolp„irpgnwsrca PRBSIDBIkIT Date APRIL 0%,2025 pwc RegoStratton#: 1000000155 . .• c:44 �. .,' Public eCPR Search Log in EST. 1127 .:.. Mial -a,.. . Public Works Support Contractors Projects Register Home > ,contractor > Crosstown Electrical&Data,Inc. (cpc skown:Electrical &NO,, 11=1c:) a i Contractor Contractor business email aheermance@crosstowndata.com i E f Contractor c ation eff date I 2022-07-01 I Contractor first name G ' David � E Contractor mailing city IRWINDALE Contractor mailing state CA Contractor mailing zip 91706 Contractor physical city Irwindale Contractor physical state CA Contractor physical zip 91706 Contractor certify date 2022-05-25 Contractor company type Corporation Contractor craft legacy Electrician; Laborer;Operating Engineer Contractor craft snow jcontcactorc ation;ex dat j (2025=06-30) Contractor date deactivated Contractor dba name CROSSTOWN ELECTRICAL&DATA, INC. Contractor entity number C2122963 Contractor ID 1000000155 Contractor last name Heermance Contractor mailing address2 Contractor physical addressl 5454 Diaz Street Contractor physical address2 Contractor source SNOW Contractor we cert date 2023-06-03 Contractor wc exp date 2024-06-03 Contractor wc policy number UB-7W504031 Contractor wc selection Insured by carrier Contractor legal entity name Crosstown Electrical &Data, Inc. Contractor mailing addressl 5454 DIAZ ST. Contractor we carrier CROSSTOWN ELECTRICAL&DATA, INC. O Checked Terms&Conditions Privacy Policy, - Discla[mer Nondiscrimination Notice Copyright 2024 State of California Accessibility, d i rca.gov Bid Bond Bid Bond Number.CSBA-30623 _ CONTRACTOR: SURETY: • (Name,legal status and address) (Name,legal status and principal place of business). Crosstown Electrical&Data,Inc. Fidelity and Deposit Company of Maryland 5454 Diaz Street 777 South Figueroa Street,Suite 3900 Irwindale,CA 91706 Los Angeles,CA 90017 . OWNER: This document has important legal consequences. (Name,legal status and address) Consultation with City of Huntington Beach An attorney is encouraged with respect to its 2000 Main Street completion or modification. Huntington Beach,CA 92648 Any singular reference to Contractor,Surety,Owner or other party shall be considered Plural where applicable. BOND AMOUNT: Ten Percent(10%)of the Amount Bid PROJECT:Traffic Signal on Gothard Street at Murdy Fire Station,C.C.No.1672 Project Number,if any The Contractor and Surety are bound•to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, Vrovision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted here from and provisions confo A' ssu 'Ytgjgtory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bonds elec lg: asi. , statutory bond and not as a common law bond. f,A\ti a O,j7ti - �'� r l� t d: Signed and sealed this 8th day of April.2025 Q S �� v•r' aLl •W Sr tn : Crosstown Electrical&Data.Inc. _ •,d;Yb 'Cf.t _••••c Z. S ;J.�40db°:••••? (Principa0 (Seal) ••.... t < y�y��l 1"•\-0 ([Fitness) c.dWLh N.CtrNV.n�,�0 /Ati tii,.e1 ��• „‘ Kirin„ G�c� . %L 0 MAC �ii i' (Title) Q V 1 a CA.c S t • -<`.,� ....0.,..»«•...�d0! t Fidelity and Deposit Company of Maryland ! = 0 '' O ..' -•(Surey . — :l Hn Vni.a-X:C4,C)/\''''' ) L.C C-la 1D --,. ; oO . ([Fitness)Melissa Ann Vaccaro '.., O ,.`7.y.... `�� (Title)Dwight Reilly,Attorney-in-Fact i4t,,snVQ'��'�9�,```, By arrangement with the American Institute of Architects, the National Association of Surety Bond Producers(NASBP).(www.nasbp.org) makes this form document available to its members,affiliates,and associates in Microsoft Word format for use in the regular course of surety business.NASBP vouches that NASBP the original text of this document conforms exactly to the text in 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. • ACKNOWLEDGMENT A notary public or other officer completing this • certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On 04/08/2025 before me, Melissa Ann Vaccaro, Notary Public (insert name and title of the officer) personally appeared Dwight Reilly -who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MELISSA ANN VACCAROR COMM.#2401942 Notary Public-California tt LL - ORANGE COUNTY LL =� My Comm,Expires May 12,2026 Signature No (Seal) Melissa Ann Vaccaro • • Bond No.CSBA-30623 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND • POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"),by Christopher Nolan,Vice President,in pursuance of authority granted by Article V,Section 8,•of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof do hereby nominate,constitute,and appoint Daniel HUCKABAY,Frank MORONES,Dwight REILLY,Arturo AYALA,Shaunna ROZELLE OSTROM,Benjamin WOLFE,Chelsea LIBERATORE,Ben STONG,Michael D.STONG,R.NAPPI,Adrian LANGRELL,Magdalena R.WOLFE of Orange,California,its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 20th day of February,A.D.2025. 7-4\ .47-z,s,„ eSE • t SEAL:, .g' 7-AL a SEAL ''+>.,.. '• '""`' �•,., ATTEST: ZURICH AMERICAN INSURANCE COMPANY • COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND • a LGf • By: Christopher Nolan Vice President By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 20 th day of February, A.D.2025, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Christopher Nolan,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of • the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were'duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. • yvE M 144 ��10.!1 -• 0.Ve e4Is1+C l.,..ri-^ `l,^ E, ........ r m" �C . ""k O 9,c fie'llple re M.Maison ,<.Q" �dJdtaryPublic ,y Commission Explte January 27,2029 — c1 1 �1\_.L — • J I..•... Authenticity of this bond can be confirmed at bondvalidator.zurichniquom or1410-559-8790 • EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may,by written instrument under the attested corporate seal,appoint attorneys-in-fact with authority to execute bonds,policies,recognizances, stipulations,undertakings,or other like instruments on behalf of the Company,and may authorize any officer or any such attorney-in-fact to - affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I,the undersigned,Vice President of the ZURICH AMERICAN INSURANCE COMPANY,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect •as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 8th day of April , 2025 . e c+'`10,u"�o, h�p�OR1,.k' -.t fOQ40q,�>'c,z _€a elf uSELFIV GSEM SEIiLA c I e yMn.o."n•h' ,,,_,,n,,na%. "i,,4i y,wyd�F Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING'1'HE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way `,,�tlttttl l, Schaumburg,IL 60196-1056 ��`�ppg�Cps ,�' reportsfclaims@zurichna.com 0R �1 ?` .. ,4 800-626-4577 , a VO .; ok o,,,s. SEAL. s A8363 ,„ Authenticity of this bond can be co ./Ottriiiituedplidator.zurichna.com or 410-559-8790 • 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 APRIL 09,2025 before me, ANGELA SHERLIN,NOTARY PUBLIC (insert name and title of the officer) personally appeared David Heermance who proved to me on the basis of satisfactory evidence to be the personks'jwhose name,(.4 is/ate subscribed to the within instrument and acknowledged to me that he/ohc/thcy executed the same in his/hcr/thcir authorized capacity(JO), and that by his/her/their signature(,srjon the instrument the person(,s')", or the entity upon behalf of which the persons 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 eal. . T, ANGELA KOLOPA$HEREIN Notary Public.California i =re - San Bernardino County Commission 4 2392786 `'•_•`' My Comm.Expires Feb 3,2026 Signature (Seal) —�-- 7 •�- _ -fi,,. --,�.;, . ,; _evr.,—r :n!rx� real:n pnI N:•r` z7` s, dam. •.r-:-.,. _ �`-rT :-'fin' ..t. '"y'.• •�I..-1 "r''r '�22•' r= ,n 't _ ri. •i°r �'...r �3. .F' t•1•_. .} r mot.S•4-i-•1. `fir{ �.—. d1. ->� �., L'^�:: 1. _1,{a;� 9 f/+�=r 'fit, .f np, >.,SS .�«rdr. .:}s ar .� :{ :}., a �.�; `:':%� g•.t.,,li;�t .pM$:�+: _n+.. �� �.,•. ^'�d' .� w' .Tfa�''' .3k.:r,. 't.a . :i. "a.s?i {y,, t, ryl'+ ..F.'. �� �:, .,a5+,� >�`C�,,;�'...r � :.; ,..�-.. >t�".'' -^7r"'t y _ .,___ �+.7;';;yE. fS .n •`7.�.d .. ..4' 5 a%'• 7' .._i '•6.. >F.^ . .y�j, ,C':C<,.� �.i:'o-:-'y.. ':5,'r 1• ti.-_ ,t 'Fr.,. 4'�a"rs}dti".s::siK.if�J.st'..+,:Y .' a ' ` .L.._.v._..__•f?'.��•�:. Y:�c '�,.._`• `, '' ;) .iF:�.; i:=e t`,�'3-: ',r .s.:ftM�,d�_,:+.,'3ss•.•--�.w.ea.�n.�... .,;kA?`r �. i�"> t'.v t. is�:=+u�-..,,..e:1+.tiv1�>�c�....t�'�:.,.�.y +:'.; +S 7 r ,. ,-4 :'�':S P. K--'s'*,:r_•sti<v: <,-a �ii4 T' tmr:+wry-.�+r _ �C; 3 1 , t I '` • Electrical 7-Data,Inc. DO NOT OPEN WITH REGUL r • • 5454 Diaz St. 1 f Irwindale, CA 91706 • t r- ,�' •` , 4 r i c: CITY OF HUNTINGTON BEACH f • ` ' ( ATTN: PUBLIC WORKS OFFICE i ' i ' 1c `.1 ? ; E-- - : , 2000 MAIN STREET • mm- 1 HUNTINGTON BEACH, CA, 92648 • t -I OFFICIAL BID SECURITY - DO NOT OPEN ".:,i ' '' PROJECT NAME: TRAFFIC SIGNAL ON GOTHARD STREET AT MURDY FIRE STATION CC #: 1672 �'` '' • Y BID OPENING: THURSDAY, APRIL 10, 2025 at 2:00 PM �' >.' , \I k 'i^' fir'/ 's -.,• Y ,c,a .. • .. 1* ice ."I• •t'.3 t.t;of 'y r•A• / f t 4 . F , `•• , :. r. ..., .. :, : .. :.. 1 • Y e Y byj 1r 1 l y a 1 , "i rr ! 1 r. N,- ,. a N J: 4 r,:,t,f;"• rd.. 7, �a',.�.�'+.:Y,'''.I./rb:.• 1 1 r- • '. ' ' 'z 7 � {trt �` '�� 0 ' y2 ,. uti! 4','i c f , 7 ur � \tlN6+7.y, J �S8p,. OO5N1z- tq:,°•-v''ttiki:" . 1 \ • t - t' '� `4. • �.,s ems ;•;- `� j �i`r`+'''.. .J* ';,,5'1. •....,H'0� 9-b ^, . , � • ,Sri. '1:..,a,y. -` : • • . V I\CIN1 1111N _. __ " r fe4' i , u amiss B LI,�Vp88 - V7 1 -x F ?r @ 6 515 E.r;l;..., Z A':'fir::.':,: 1 @ MI SN° !;"a.-. , : 0: :. •. ,_.�a yH`�I Z Ham j a'',,,c� �j £: Q y iv, , 1 t,r°�-Y;i ,,;zw',�;7w:: c,r';;r',--,e 1 Ii R,it y ; 'T4� yy[ '9 +:'k: '':"=1r.;•li i-;.ti1'�^',y.{`. i:�'-n4 "1•�l"j:"r.'' 7:ej.'11iii;;I:1;1'iii;:ii, , � i' �}I ,,7 1� ,1, f t,'1L1 r �11s. $, { j Awe , y' +1 3' 1, :'' ,1:1 ' ing.4 '.: �11,Ir4 ,`ir;ji:'s'i t r`a: "t". .+�' i'ab`{ , © t J. ,` a 11G, <,n ;M,.7.t+yA .z.. ?F v c.- .t,,?, 111111 ,,. , Py . .7 �y11 111111 , \ . los t = '. ','^.;;: ; ' '-�-� + 11111111111nvii ray r t1X��^iC" ssaj 11 '` ' "�^ [-}$ � Illllllllllllllllllllllllall 91 U9V � , . 1J.+ OZ 's.!,'.''•:,',,',"-•;'.'1;f4.;.)414,-':-t..''',01ki'0.',biligrit. z. • f;y'"�,,_ ,, 1 e`; ,.,,yf r 4 "$a'):r �n NOl N N OM 31, n 11No1 t} -t ;� ,.� . x= - 4, H� Q S� ldls 1 ,ice.?' % $. , "r•.-' 17 s -f;-:r �, � ` dp'3 wr �`xf .`J., µsr a s:� a�� ?s'; g01 6 49 c f.'q•; ,"•', r );;;A Y, f =A'Jt; r;: l +',, b1SZdla �� • t< :F,' 4:44,1;e1-x;.t�tj 4 j'',s '•�y sd ;ss1,u.`1 g1119 R11 31 NM3H�OW \ :., ; z)::,,q,'. ?,yi�'''2;0,4:7'` „``':t.'x . ,,.:. ,+ �13�N3 dld�'dld'J 3�41ddd��01M'JRIO t s;" =tl-ih;x � . ,y,', :. �' st90 9Z•�� 99-.69(9Z9) 2' r, f, s: ;'a.b's? e.M q'.<t;P 9£9ti s-101'. S :,'' e.��firi Kx `<',t sf '"' 'r r 5Z21d r rl' , s t r Fsir°'".•,•v ay,,.0„}11-."u fir, .�ti: ',i n.: ;{:,-4 1',t p,/'..y �.� ,1 ]�t'llx� •4p V 4.•�`.`."..;t'.�.'FF�'Ta,t''"` 1i'rl • :• , �,1•: :3 YY f.'y'S�n:i''l.,'.i^P;d�L 'itl,•'`• - ;°-'i ,,.,, ;•:;: ',k2.; '•; ", err:,,.. r • • • 4•,,r. RJ 1 . � saAl.Ircr' CITY OF ,fff ff:is=e�^nsurO��F - - --.1-FC-1 HUNTINGTON BEACH F��UfVTV ‘i�f Lisa Lane Barnes I City Clerk July 29, 2025 DBX, Inc. 42024 Avendia Alvarado, Suite A Temecula, CA 92590 RE: Traffic Signal on Gothard Street at Murdy Fire Station (CC-1672) Enclosed please find your original bid bond for CC No. 1672. = Sincerely, 14414416*OK Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov /D5X. , SECTION. C P11,013toS A for the construction of • Traita SignaOIl Gotham!:Street 01%1hr*Fire Station' r41`0:: in the • crrY OF HUNTINGTON BEACH TO THE 'HONORABLE MAYOR AND igteXpERS OF Ttui. COUNCIL OF HUNlaNGTON BEACH: • In compliance-with the.NOtic.e inVithig Sealed Bids,the undersigned hereby propteses and agrees. to Mfol7ai,all the work therein described, and to furnish all labor, material, equipment.and Meld*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 sgpervisiott of the of the City of Huntington Beach, and to enter into a contract at the following Prices. The undersigned agrees to complete the work within 40 Working days, starting from the date of the Nonce 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,doctMents.. If thiS proposal-is accepted for award, BIDDER agrees to'enter into a contract with AGENCY at the,unit and/or !wilt,sum prices set forth in the following Bid Sohedule., BIDDER understands that fail*to enter into a.COntract in:the manner and titne prescribed will result in forfeiture to AGENCY of the&amity acionrpanyingthis. proposal; BiDDER understantla 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 tinder the contract will,be based upon the actual quantities of work satisfactorily comigetect, THE AGENCY RESERVES THE RIGHT TO DELETE.ANY ITEM FROM CONTRACT.. It is agreed that the unit andior 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 tune the contract is not awarded,,the AGENCY will reject all bids and will re-advertise the project In the case of discrepancies in the amounts bid,Milt prices shall govern over extended amounts,and*Ordsshall governover„figures. If awarded the.Contract, the undersigned agrees that in the event of the BIDDER.'S'.default in executing the regUiredd contract and,"tiling 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 b"ecome the property of the AGENCY and this bid and the acceptance hereof may;at the AGENCY'S,option,-be"considered null and void. Accompanying this proposal of bid,find Bidder's,Bond in the amount of frlo/R nf hiii which said amount is not leas than 10°%% of theaggregate of the total bid price,as required by the Notice Inviting Sealed Bids,payable to the AGENCY. (please-insert" the words"gash",."Certified Check`, or"..Bidder's Bond tar °% ", as the case may be), Ate sdard Surety Bid Bond forth is-aceeptalite: Bidder shall signify receipt of all Addenda he ,if any: -Ade Nei• fkiti Received 'a;5 arm. 0 Nib; ., 33, Y C-2 I i ' CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT: CNIL'CODE§1189 A notary public,or other officer completing this,certificate.verifies only the identity, of the individual who signed the l , document:to�whirh.this•certificate is'attached,and-riotthetruthfulness,accuracy,or`'validity,-of:thatdocument. State of California' . . ) County of R1uersid'e . . . . . •): On' fl41101202'S before rrreX Sonia Torres; N'Ota 'Public, , ' i Date Here'1nsert Name'and'Ttle of the C7 cat "peronalty appeared aarimes:'C.. Perry Nerne(s)of Signer(s).' 1 1 who proved;to rn on' the. beats of satisfactory' evidence.to, be the person(e) whose' name(s): is/are 1 subscribed to the'within instrument,and acknowledged to me that he/she/they executed same: in, ' his/her/their authorized ca,act p ty(ies),,and that by hislherLtheir signature(s)'on'the instrument the person(s),, or the entity•upon behalf of which the'perap i(s)-acted; executed.the instrument. i ' • f'certify under:PENALTY.OE PERJURY under the laws.' - .of:'the State of.California"that the foregoing paragraph. ; 3 , is true:and correct. . - ' ' 3 ,�><" aUNIf1TORRES' { WITNESS my'hand'and�*"fficiai.seat:. a: Commission Ho,247 ' t 4 ., Lis. l 3AN`DiEGO:PP rf Signature , ',.: Art,: ,, . 1 a , V.-irk =-. - nature at N,otary`Public I Place'Notary Seal Above QPT OVAL , _ -. ... .- i Thoughlhis!section}is optional; completing this.information can=deter alteration{of the—document:or• , fraudulent reattachrrrenf of,this'form,to an uniritended.di cement i , ,Description of Attached'Document Ijj Title or Type of'Document: Document Date: Number'of."Pages:. signer(a) Other Than.Named Above: • .. i Capacity(ies):Ciairried by..Signer(s); . ,i 'Signer's Name:.. James C.;Perry ' . ,Signer`s'Narne:. , :4r.Corporate Officer Titles) peidenrseten%rriessurer •'❑Corporate Officer— ,itle(s):. - ❑,:Partner- :0 Limited ;0 General" - . . ; ',0•Partner— O Limited' ❑:General .. ❑"Individual 0:Attorney-in,Fact" :"❑;Individual 0,Attorney in Fact i i El Trustee: '0 Guardian or Con servator. :❑'Trustee ❑=Guardian or Conservator ❑.Other- '' ❑'Other. , 1 • Signer,Is Representing: Signer Is Representing:' 1 1 1 I i 1 - i { i 3 - 7 ,SEIaION'C. , PROJECT BID SCHEDULE TRAFFIC SIGNAL ON GOTHARD STREET AT iipURDY'FIRE STATION . i C.C.NO..16'72: r - BID ITEMS- t f �' �?tom-se�.'5`:i- «.':;sue. —`. .. _ 1. " .Mobilization. I - .. LS ,"$6,000.00: $..6°,000 00 • i 2- Furnish.Project traffic Control I LS $8,000.00. $8:€00:00 j 3 Installation and maintenance of Etas; 1 LS :$:2,500:00 1 $ 2,500:00 4. . ;Furnish.and,Install Traffic Signal I LS $296;6o0:0o , $298;500.0C1 Furnish and Install'3"'_Conduit per SCE [ 5. too, LF '$1,a0''Ot• Si" '?�Itlfl'or) r Furnish and Install 12 Single ModeFiber Optic ' ' , :6 (SIvIFO)'Cable 3s©. LF :4.00 1,400.00 i 1 ,.Fusion:Splice New 12 SMFO Cable to E-icscing 1 144&VITO Cable" 1 LS ` 53,;500:QO' "$ 3:500':00 8 Furnish and Install'Fiber Svvitch.Complete 1 ' EA :$4.500:00' $4,500.00. i 1 9 Furnish.and Install"Fiber,Termination Unit I" EA- ' $4:000.00 , $4,000..00 1Q' Finnish and Install Signing-and Striping I LS " - $8.500..00" $8';500.00 _I 11 ,Pothole for Utilities(Not Shown on Plans)'- 10 EA. : $600.00 ; S 67000.00 , i ; 12 TestNetwork�Communicatioimand.System 1 LS $4;5'00.00 $4,500:00 Documentation S i 13 As-Boil,t Plans, 1 LS : S1 500::0Q- $1:;500::00- • 1 - TOTAL BID:AMOUNT : s358,.900:0.0 i TOTAL.BID AMOUNT IN WORDS:. Three'Hundred Fifty-Eight.:Thousand::Nine Hundred Dollars and Zero Cents j 1 '1 1 I } 3 1 1 Note:, Referto Section 7,,MeasUretnent'and Payment. :i - All,extensions of emit prices will'be subject to verification'by Owner.In case:verification.is'required f between• the'unit:price and the extension, the umt_'price will.'govern, The owner're_serves the right•to ' ' •• reject any or all proposals'and bid items. 1 f 1 3 3 f 1 i 1 3 { 1 1 3 . . b T Of'S1BCONT� OES - In accordance with''Government,Code Section 4104,.the.Bidder-sbaii set_forth tbie,barite acid business address: • ' of each subcontractor who will perform,work or render-service to,tire'bidder'on:said contract in an amount in excess ypfone-half of one percent:of't a total bid and the portion of the woes to be done by such subcontractor .Bid Name'attd Address:it!',S�coniractor.-' :Suite::' 1=Otis ' ,J)otir�r ,:•:at , 40;172(0. `•License:.s _ Arno CO'ontrac1' . ' '.CD Trenching; LLC: • . '. . ... „. . , . , . ,4 PO,Box 958 Temecula CA 92593' , 9386t�5 A. $2,900.001 0.,8` i 951-699-9988 M J. Directional, Inc. 4 960 601St, Suite:#101A Box 1`1`6, i790871 C61- $4,5.0.0.,00- ' ' 1.25 " i • - Norco,-CA 92860 D09' 1 . ' , 909-322-8445. . ,. . 1 . Superior Pavement.Markings, Inc: - :32, ; -10 '5312 Cypress.St.. 776306 C31,. $7,419..00 2 0 } Cypress,-Ca 90630 - C61/D38 •.71.4-995-91:00 ' . ": . ' ' .611D42, i { j' ; j - ty submission of this'propbsai,the:Bidder certifies., - : - i I - i_ 'That he is able to',and wall-perform the balance of ill work which is not coveered. in the above' 1 . subcontractors listing, i - } i ' ' 2: That the AGENCY w,ill:'be furnished copies•of all subcontracts entered into and bonds furnished by . ' st ontractorforthis-project, ' j e-3 1 NONCOLLUSION AFFIDAVIT TO:BE.EXECUTED AY BIDDEit ANT)SUBMITTFD Willi BID r declare unifer ppridlty ofperjtiry under the latvaofthe State of California that the foregoing is true and correct and that this declaration Is executed on 04/10/25 2:at Teril6Ctita CA. Pate City State James C..Perry , being first duty sworn, deposes and says that he or she is President/Secretaryitreastiter of DBX; theparty Making the foregoing bid that the bid is net made in the interest of,or on the behalf at any Undisclosed'person,partnership,Company, association,organitiota;or corporation,that the bid is genuine and not collusive or sham,that the bitiefer 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,ctinspirect,„conniyeci,or agreed With any bidder or anyone else to put ina 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 Mc 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 contact; 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 s'eollpsiVe or sham bid. DBX, Inc. Name of Bidder James p. Party riatUre crfBidder 42024 AvenideAlvarado,Suite A,Temetula,CA.92590 Address of Bidder . _ C-4 , . . . . . . . . . , . . . . , . . . , . , CALIFORNIA ALL=PURP9SE ACKNOWLEDGMENToBAL CODE§-LIN - . 4,-,-5 ,--.4-<zrs,,,mmr;t,evg-,r....iwtt .,&o: A-,,,,,,Rk -4-- --..,=:o.z,kc---.s-,.6—x-o-,-..4v..,t-,-.••c--,e,.gko--.,-.e.--.(-< z--az--,kt--,&-kN A notary.public,or other officer Completing this'certificate verifieSonlythe identity of the,individual who signed'the document'to which this pertificateikattached,,ancirintthe truthfiiiness,accuracy.Or Validity cif tat decurnent . _ . • State.of California = County of Riverside ): ,. On '041=0/2026 before me, Sonia Torres, Notary;Pgblie . , Date "#lere InSert:Name and tile of the offl,eer - :personally appeared James C.Perry . „ ,Narne(s),of Signer(s) - ' Who proved'to rne on the basis of satisfactory evidence to be the person(s):whose names) is/are subscribed to the within. instrument and to me that he/she/they executed the same'in his/her/their authorized capacity(les),and that byylisit*theit signature(S).on the-instalment theperson(s), orthe entity upon behalf cif which the person(S);ac,ted.,executed the instrument. , = = I'certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing„paragraph :. ' „ is true and:correct 1•••—r.,....."---r—,-----,-,----,.---y.---i ..''''''''''-. SONIA TORRES WITNESS my hand and official seal, . CerriiriissiCallo.247535S . - N0TARrPuBUC:,-CAUFORNIA 3 , iV","i SAN DIEGO COVNTY. t • n,0 ' Connissam Eiti*is(*ember:5,2ot' Signalwe , . „ , = - . i nature of Notary Public . . , . . . „ . , 'Place Notary Seal Above , „ "OPt101)14. ' " " -: - Thoulf-this section,la:optional;completing WS inforrnatiOn can deter alteration of the dbcoment or fraudulent reattachment of this farm to an unintended document. , . " , . Description Of•Aftached"Docurrient , . Title or Type of-Document: Document'Date: . •„ „ - NUmber of Pages: . . Signer(s) Other Than Named Above: Capacity(ies)Claimed by Signer(s); ,, . Signer's,Name: James C. Perry _ . Signer's Narriet ririre_ Corporate Officer ,—'Title(s):"Pe_ entLec im-vitreasure( 0 Corporate Officer--Title(s):: - 0 Partner—• 0 Limited 0 General' = Cl Partner • - 0 Limited 17I-General 0 Individual 0 Attorney in Fact 0410diVidpal 0 Attorney in Fact 0 Trustee .0 Guardian or Consei-Vator 0,Trustes 0 Guardian orConservator 0 Other:, . , 0 Other: „ . Signer IsPePresenting: '. Signer Is Representing: . .. . .. . . .: . , . . . : RESOLUTION OF OFFICER'S AUTHORITY. "WHEREAS, from time to time this corporation, being DEX, Inc., a California corporation, is called upon to execute documen by which this corporation enters into coni7acts, bonds,. obligations of performance, surety and of other legal'&?ngequence5, and WHEREAS:third persons may require Q r request cOrne written authority. evidencing and ide.ntifying those personswho are pfficers af7d%authorized to execute Such documents for ,and on behalf of this corporation; now., therefore, it "RESOLVED, that.ifAMES C. PERRY, who is President and Chief Executiye Officer of this corporation, be, and he hereby is, and has been, empowered, authorized and directed to execute any;and all kinds of documents, contract ,;bonds, obligations of performance, sUrety and other documents by which this corporation assumes legal obligations, dealing With private and public entities, and "RESOLVED FURTHER, that any person Wind relies upon the authority granted and conferred In this resolution shall be indemnified and held;harmless from any claim with respe to the existence or non-existence of suCh authority, and may continue to do so until personally receiving written notice that the authority herein conferred has been terminated." Dated: February 7; 2024 Jaiiiies C. Perry, Secret-47' - SEAL . I l ; ; . . . . . . . . , . 1 . , „ . 'CERTIFICATION OF RESOLUTION 1 , l 1,,„Tarries C. Perry, Secretary of DBX, Inc. a CalifOrnia corporation, do"hereby certify that the 1 , attached-RESOLUTION OF OFFICER'S AUTHORITY, to which I hereby.:ettestr'is a:•filli.;true,and i 1 , correct copy of a. resolution of the Board of Directors Of said corporation., duly' adopted and apprOved by regular action of the said Board of Directors taken'on February:7,: 2:024,in. full ! . 1 . conformance with the:law and the By Laws of said corporation. ' 1 I further certify that the resolution,is.Still- in,full force and,effect and has.nOt been amended . l 'or revoked. . . . . l ; IN WITNESS WHEREOF, I have hereunto ,set my „hand as 'such Secretary and; affixed the •i , I corporate teat'of Said Corporation. „ . . . l I declare "Under penalty of jperjury' that the foregoing; is true and correct, and that .thi , declaration was executed at Temecula; California on April 1,00, 2625. , . ) . . „ . 47 4tal3 ef:' -.....0.:1"---r'-'•-, ,,, . i . . " - : , " 3 ,ea C. Perry,,Secretary SEAL . . , , . I ' 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 4(301:lent. 1:.. STATE OF'CALIFORNIA, )", _ , i I , SOMA tORRES I ; ) SS. . ; ,I.:1,,10..% conitnissithilio.2476 .56 2_..)..' ; 5 1-1-.-cirla vW::•NOTARY PUBLIC-CALIFORNIA SAN:DIEG,OCOIJNTY: COUNTY OF RIVERSIDE ) „ 1 :,N7i,„71-,,, "potrtniissionet*sDecembir5,2147 i ; SubScribed and sworn to before me this 14)0'clay Of April. 2,05,by James C. Perry, i proved to me On the basis of satisfactory evidence:to be.the person who appearea i before,me. „ • " . 1 v• ; , , 1 ! . , t . , ,-.. • — „ .,. . .. — . . .- -„ _.„.. „ . „ , -. , - ...-... - -. .. , UTiLITY AGREEME..NT HONORABLE MAYOR AND CITY COUNCIL CITY or EwNTINGTON BEACH,CALWORNIA ' Gentlemen: The undersigned hereby promises and agrees that.in the performance of the work specified in the contract, known?as the Traffic Signal on Gothard Street at Minty sire Station C.C. No. 1672, (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, California -Administrative Code, Section,2700,as follows: "Qualified Person: A person who, by reason of experience or instruction, is farniiiin-with the operation to ,b e perjbrrned 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-OSAA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that[nay 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:herehi DBX, Inc. , Contractor James-C. Perry, ,President/S'egretary/Tre4surer Title Date: 04110/25 • C-5 ; . 1 I . . [ ' . • i . . , • , . CALIFORNIA:ALL-PURPOSE ACKNOWLEDGMENT cp*,CODE i 1189 , .._. -.- .- , - , ,• _ • • . ..... .... „_... , „ . .. „ A notary public Or other Officer completing this certificate verifies Only:the identity of the',individual:who signed the. dOcument towhicn this certificate's attached,.and not the truthfulnese,accuracy,dr validity ofthat diacurnent,. , State ofCalifomia ) • , . County of Riverside „ „ ) . , Oh, ,04/10/2026 . before me, ' Sonia Torres, Notaqt. Public , Date • Here Insert Name and Title OfIthe•Diticer , . . personally appeared James C.„Perry . ..„ . . Nernek;of Sigrier() . " . who proved to me on the baSis of satisfactory evidence to be the pertor(e)-Whose nerne(s).,isiare, I subscribed!to the Within instrument and acknowledged to-me that he/she/they,executed the same in 1 his/her/their author4edICapacity(ies),and that by his/her/their signature(s)on the person(s), or the entity upon,behalf Of which the.person(s) acted, executedthelnstrument. - . I .1 certify.uhaPt PENALTY OFPEIR,NRY underthp laws ' . of the Of"California.that the,foregoing paraoraph . 1 is true and CorreCt".. 1 . ; WITNESS my hand and Official seal , . SONIA:TbRRES . . m"- • rib 2475356 > E ....-,,,,osf.,:::.t- Cors*" • - fi, ii • t I'S,;:,-.7:2-,;,,,,,,1 , SAN DlaGOIcOUNTY 1 Signature . lt !" - . . I , 1. ' -.4.-ri, tomnission Bcpiiis.11;teoambor 6,MI 1 of Notary Public . . ..., , .„ . , Place NOtaty,Seal,Ahcve . 1 " I - Though this eeetion la:optional;,completing this information,can deter alteration of the sdocurrtent or 'fragdtaent reattachment&this form:to an;unintended dOcurnent: . . Description of Attached Document. . .. - 1 • 'Title or Type of Document: . „ . .. , I " Dticurnent.Date: . .. . , ' , . . Number of Pages: Signer(s)' Other"Than Named Above: .e: . . . . .., . . „, , „_ c4paaitytisi) Claimed.by.Signer(s), , i . ,. Sifier'S,Neme: James Z.."Perry : „ Signet'aNarne:: „ I . i.:"4 Corporate'Officer- Title(s):Fireskient/SecritaryfIreitsurer 0 Corporate Officer-. Title(s): — , I! 0",Partner- latjtaked -0;Gpheral , 0.Partner-- ;0 Limited 0 General 0;individUal 0.Attorripy in.Fact CI Indkidbal " 0,Aftorney in:Fact „ i ElTrustee 0 Guardian or Conservator 0:Trustee ' ' 0Guardian or Conservator ' I D'Other: , .. „ . .0'Othet: , . _ :Signer l's Representing: . Sioner•Is.Representing: : „ : . ! . . .. , . I . . • 4 . . • , . 1 . , ,. — „ A „ ,, , •,, „ , ' „, .,.., „„n,,,, „„ • V., Liberty Mutual. Liberty Mutual Surety 17771 Cowan,Suite 100•Irvine,California 92614•(949)263-3300 SURETY www.libertymutualsurety.com • BID BOND N/A BOND NO. Premium: Nil • KNOW ALL MEN BY THESE PRESENTS, That we DBX, Inc. as Principal, and The Ohio Casualty Insurance Company a corporation authorized to transact a general surety business in the State of California as Surety,are held and firmly bound unto • City of Huntington Beach (hereinafter called the Obligee) in the full and just sum of ten percent of amount bid Dollars, ($ 10 0 )for the payment whereof in lawful money of the United States,we bind ourselves, our heirs, administrators, executors, successors and assigns,jointly and severally,firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for Traffic Signal on Gothard Street at Murdy Fire Station NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, or in the event of the failure of the Principal to enter such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the • amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party • to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. • Signed and Sealed this 31 s t day of March 2025 YEAR DBX, Inc. The Ohio Casualty. Insurance Company Surety -0414t4 C. By: Principal Spencer Flake, Attorney-in-Fact ID-1198(Bid Bond)(REV.5119) • 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 04/07/2025 before me, Stephany Bravo,Notary Public Date ' Here Insert Name and Title of the Officer personally appeared James C.Perry Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their - authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing rti STEPHANY BRAVO paragraph is true and correct. W �v Notary Public•California ,„. _4: - Riverside County WITNESS my hand and official seal. Commission N 2510622 `• « My Comm.Expires Feb 19,2029 Signature ' — Q � Place Notary Seal and/or Stamp Above / �� Si. ture 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: James C. Perry Signer's Name: OD Corporate Officer—Title(s): President/Secretary/Treasurer 0 Corporate Officer—Title(s): ❑ Partner— 0 Limited 0 General 0 Partner— 0 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: ©2019 National Notary Association • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy,or validity of that document. State of California County of Orange - On March 31,2025 before me, Heather Willis, Notary Public Date Here Insert Name and Title of the Officer personally appeared Spencer Flake Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are • subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. °• ti HEATHER WILLIS WITNESS my hand and official seal. V" COMM.#? 865 m NOTARY CALIFORNIA2 ,• % ' ORANGE COUNTY 0 COMM.EXPIRES SEPT.25 2028 Signature .., Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑Partner — El Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual . ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. •��♦♦�o�ii Libe _7 Liberty Mutual Insurance Company 1A ` Mutual. The Ohio Casualty Insurance Company Certificate No: 8212043-971919 West American Insurance Company SURETY • POWER OF ATTORNEY J. KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint Charles L. . Flake,David L.Culbertson,Heather Willis,Karen Letz,Lexie Sherwood,Spencer Flake all of the city of Anaheim state of CA each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 26th day of June , 2024 . �, Liberty Mutual Insurance Company The Ohio Casualty surance 4JPG ikl�,yc ie eRP°R.1,:eyy \c,P�o P°kg,. .6 West American Insurance Company f .. b1n Qe Fo c+ a FG tc, 1912 0 c 1919 1' 1991 07...:4 uc w it.Is'a4cH»_,-- ZD,AMPsa`A Y;s1 • NorAM�a� By: •= U 5— m * > 1 * M * t David M.Carey,Assistant Secretary- c co State of PENNSYLVANIA • 3 Eu_ rn 0 County of MONTGOMERY ss c E o = On this 26th day of June , 2024 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o 2. 'w' t.o m Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes d a)> therein contained by signing on behalf of the corporations by himself as a duly authorized officer. > to tr at 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. 0 co CCOa) C, PAS a''2 O '- k' row f\ Commonwealth of Pennsylvania-Notary Seal >` 1— 45'd °4C,,, t Teresa Pastella,Notary Public C•ta N O }- el z T Montgomery County ce' p a) OF My commission expires March 28,2025 By L2tfC) 0 41 1P c m �o- Commissmn number 112s044 eresa Pastella,Notary Public Q o cu.... JP �(, Member,Pennsylvania Assodafion of Notaries .�C is a) 4�� .ct (9cNi •C 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 ti op M E•S Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE N-OFFICERS:Section 12.Power of Attorney. `o c o E .My 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 co :o 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-cc 5 o have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o a> Z , 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-fad under the o 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. 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 David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall'be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and •has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 31st day of March , 2025 p,,INSUp P,qY INs, a 1NSt//r, j 3°�Pohyfbynte �J�comPogyr� 9 =°aPokg�4 co 1912 0 0 1919 2 1991 0 B ic y• dssoaS -. ` Y �' H� s . 04cHs „ AMP' .4.,, S 01A a Renee C.Llewellyn,Assistant Secretary LMS-12673 LMIC OCIC WAIC Multi Co 02/21 MC illt.'" ' . . . . • . 42024 Avenida Alvarado, Suite A : ' • Temecula, CA 92590 City of Huntington Beach Public Works Office 2000 Main Street Huntington Beach, CA 92648 "OFFICIAL BID SECURITY—DO NOT OPEN" - - For the: ` Traffic Signal on Gothard Street at MUlurdy tare Station !'roiede CC?t: 1672 Bid Opens•" "'-' . ' %r 0. 2025, 2:00PM ��TINgT— CITY OF _; HUNTINGTON BEACH , : _ I °UIVTV G"Ii°r, Lisa Lane Barnes I City Clerk July"29, 2025 Elecnor Belco Electric, Inc. 14320 Albers Way Chino, CA 91710 RE: Traffic Signal on Gothard Street at Murdy Fire Station (CC-1672) Enclosed please find your original bid bond for CC No. 1672. Sincerely, Aft/a, Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov �1U rev SECTION C PROPOSAL for the construction of Traffic Signal on Gothard Street at Murdy Fire Station C.C.No.1672 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 40 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY I1EM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts,and words shall govern over figures. 1 •i l' 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,fmd;•.,:.„ ,,„_,. :_. Bidder's Bond..::::.::::.::.::.::::::.,:::.,.,..in the amount of 10.o.TotalBid,Amount.which said amount is not Iess than .0% of the aggregate of the total bid price,:as required by`the Notice Inviting Sealed Bids, payable to the AGENCY.. (Please insert the words "Cash, "Certified Check", or '•Biiirter's:Bond foi C*;":, as the case may be) Any standard,Surety Bid"Bond fonn is acceptable. Bidder shall signify receipt of all Addenda here,if any: AddenaCa No:, ; ,.Date Received -y i, .:i:cs< e r , T ........... C2 ..1 1 ; i 1 SECTION C li PROJECT BID SCHEDULE, 1 TRAFFIC SIGNAL ON GOTHARD STREET AT MURDY FIRE STATION C.C.NO. 1672 BID ITEMS ifairitr, ti.'4'''V,47.142.,T..---TPT.'''\54:11-1:-JP.' -47:i.;,'. .51t,1"4-;Aiti.',..4/0 4,f_Mirr,,,#t,-*AVOV:atti_:4'W,7.,--.7,7- -• ;,'''''":- ..'i . ,;,', ..P.,V,N.,--gi,...„-e -..,,,..!.•ZA:,?-A,_, !..1--.0.... .e4:4.-5...v.fmlAa`:-.1..."--,..4.4.4g4,441.--,4".' . ''-'afx itiV.,V044, -:'t:'4',,,,,:' — 15 1 ' Mobilization l ; LS . 44-eitt,-, . , 2 , Furnish Project Traffic Control I LS ..$.-"., "edOef 3 .' Installation and maintenance of BMPs 1 " LS $tanve, $t cheNe, ; .....1________ . , . . 4 ;Furnish and Install Traffic Signal I IS i $.2vto,escoe::. $"2-12ciezax, i 1 „ Furnish and Install 3"Conduit per SCE 100 LF ' $tsty. ,. < $Vsfac,cz. i 1 . :requirements ,Furnish and Install 12 Single Mode Fiber Optic 6 .(SMFO)Cable . 350 LF . $ - - . $.% ,;. Fusion Splice New 12 SMFO Cable to Existing:1 144 SMFO Cable :.. ; 1 LS $tie-3c::. , $ visao S .,':Furnish and Install Fiber Switch Complete 1 ; EA 9 i Furnish and Install Fiber Termination Unit 1 [ EA . $.2.0412, $'2,342 : 10 i Furnish and Install Signing and Striping I , LS $13,44d4 $trotAt-k3 ‘, ,....--.7-. .. .. , 7. 11 ' Pothole for Utilities(Not Shown on Plans) 10 EA '. $aloe, $ Test Network ConuilithiCitions and System 12 , 1 I Documentation LS $-F5,6tbre, ': $75„4.a6 i 13 i As-Built Plans , I LS .' $,,75maceb , -, ', $-sizoc, . --- -- TOTAL BID AMOUNT . 4"27-4ti,'IMS'.J .:: . TOTAL BID AMOUNT IN WORDS: ,..44,: ‘11,, -,, - ,...i. . , , , ie,,,.: ,, ...:...c,_ ..___ _., :k.;;,..: ,,,,, ..o.,.• _, ,..„,.; w,,,,,,,,,,,,crut... 7.--,..04...40-04.1-", •'-',,.:.itti.,V, vriettnev., ,LeArvi*, qRs.e9rie1/4.-ii .: -- • :tiji.41-blettc-7-7,e5tx r .. .__Low6C,, C-2.I 1 i il , 1 Note: Refer to Section 7,Measurement and Payment. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The owner reserves the right to Ireject any or all proposals and bid items. 1 1 _ .... .. .. i LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104,the Bidder shall set forth the name and business address - of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. ',Bid. cause and A4drosstvf Subcoar*ta ''``..*State<'�" IDClass P fobmr`.:'n& '1:ti�:. Ite s ,'s<y:.; ry`° i`L 24'icense' A.�w;,.;ma m(). x'„ <., "�;� A oitnt-_'�::';Contracts mQ , 16 SbA2 Gs ,Qcas V:k. . *NAN 9:1 j . .�, Cod 4cp63c . `=C ;; - 4 f i, is ..... ............. ........_.... ...... ............... L, l` i t 3 < L i 1 By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. , . NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH Bhp I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed ort:44---*$' at Chino CA Date City State John Wong being first duly sworn, deposes and says that Fle,"„or she is Vice President -'of Elecnor Belco Electric,Inc. the party making the foregoing bid that the bid is not Made in the interest of, Oi 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. Inc..::.. . . . ,John Wong/Vice President Is,. 14320 Albers Way Chino CA.91710 Address of B idder „ „ 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 Traffic Signal on Gothard Street at Murdy Fire Station - C.C. No. 1672, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code,Section 2700,as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved" The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements,Public Utility Commission orders,and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned,and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the.. requirements contained herein. Elecnor Belco Electric,Inc. Contractor .:::..:.........:....::...:3, :..:::.... _...rJohn:Worms•...: .: By Vice President Title Date:4-3-2025. . . .Y G5. 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 ID No If the answer is yes,explain the circumstances in the space provided. N/A Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contra::tor 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-_o undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Elecnor Belco Electric,Inc. Contractor John..Wong By � Vice President Title 1 . Date•4-3-2025 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Pecnor 13elco glectric,Inc,_ 13idder Name 14329 AlOqs.W4Y Business Address Chino CA 91710 City, State Zip ( 909 )993-5470 Telephone Number 738518/A,B,.C710 , . State Contractor's License No.and Class 7-28-1997 Original Date Issued 7-31-2025 Expiration Date The work site was inspected by Ralph Antuna ,.4:06ur citeicevir 1624. The following are persons,firms,and corporations having a principal interest in this proposal: Alberto Garcia De Los Angeles/President John Wong/Vice President Jeroni Gervilla/Chief Financial Officer Roger De Vito Secretary., C-8 ( i • x; UNANIMOUS WRITTEN CONSENT IN LIEU OF • I 2024 ANNUAL MEETING OF THE SOLE SHAREHOLDER OF ELECNOR BELCO ELECTRIC,INC. March 1,2024 The undersigned, being the sole shareholder of Elecnor Belco Electric, Inc., a California corporation(the"Company"),hereby takes the following actions and adopts the following resolutions by unanimous written consent in lieu of holding a meeting of the Shareholders of the Company: it WHEREAS,the sole Shareholder has determined that it is in the Company's best interests to appoint a revised slate of Directors of the Company. • NOW, THEREFORE, BE IT RESOLVED, that the following persons be, and hereby are, • • elected to serve as Directors of the Company until their respective successors are elected and qualified at or before the next annual meeting of the Shareholder(s),or until their earlier respective deaths,resignations or removals: Jesus Alberto Diez Fernandez Alberto Garcia De Los Angeles David Rodriguez .1 Pablo Sanchez AND IT IS FURTHER RESOLVED,that all actions heretofore taken by the Directors of the Company on behalf of and in the name of the Company,relating to the conduct of the business of the Company,the expenditure of money,the making of contracts and all other acts taken or omitted in the performance of their duties to the Company be, and the same hereby are, in all respects,approved, ratified and affirmed,as of the date taken,done or omitted,respectively. .. IN WITNESS WHEREOF, the undersigned, being the sole shareholder of Elecnor Belco t Electric,Inc.,has executed these actions by written consent as of the date first written above. • ELECNOR,INC. • I?. •Alberto D Garcia e Los Angeles,President&CEO ... E • 5 ; 5 7 s UNANIMOUS WRITTEN CONSENT IN LIEU OF ; 2024 ANNUAL MEETING OF THE BOARD OF DIRECTORS °i OF i ELECNOR BELCO ELECTRIC,INC. .1 1 March I,2024 { l The undersigned, being all of the members of the,Board of Directors (the "Board") of Elecnor Belco • Electric,Inc.,-a California corporation(the"Company"),in lieu of holding a meeting of the Board,hereby take the following actions and adopt the following resolutions by unanimous written consent: i WHEREAS,the Board'has determined that it is in the Company's best interests to appoint a revised slate of Officers of the Company. NOW,THEREFORE,BE IT RESOLVED,that the following persons be,and hereby are,elected I. to the offices set-forth opposite their respective names,to hold such offices until their respective successors LI are elected and qualified at or before the next annual meeting of the Board,or until their earlier respective = deaths,resignations or removals: a NAMES QFFICE, Alberto Garcia De Los Angeles 'Pe'sident'and Chief Executive Officer i Jeroni Gervilla Chief Financial Officer i Roger DeVito Chief Legal Officer, Senior Vice President, • and Assistant Secretary i Pedro Enrile Secretary Leonardo Sancho Frances Vice-President John Wong Administrative Vice President-Licensing 'Pablo Sanchez Administrative Vice President-Licensing ,i FURTHER RESOLVED,that Alberto Garcia De Los Angeles,Jeroni Gervilla,Leonardo•Sancho Frances and Roger DeVito in their respective capacities(listed above)subject to such supervisory powers - of the Board of Directors,hereby are authorized and directed to perform all the duties commonly incident to that office;shall have authority to execute in the name of the Company contracts,leases and other written instruments to be executed by the Company;and,shall perform such other duties as the Board of Directors may from time to time determine. FURTHER RESOLVED,that the President and Chief Executive Officer may delegate authority - to any Chief Financial Officer or Chief Operating Officer or Senior Vice President or Vice President as and within their authority levels as set forth in the Company's Bylaws,as the same may be amended from time to time; AND IT IS FURTHER RESOLVED, that all actions heretofore taken by the officers of the Company on behalf of and in the name of the Company, relating to the conduct of the business of the Company,the expenditure of money, the making of contracts and all other acts taken or omitted in the performance of their duties to the Company be,and the same hereby are,in all respects,approved,ratified and affirmed,as of the date taken,done or omitted,respectively. 1 I P 11 y A • The actions taken by the Board Consent shall have the same force and effect as if taken by the undersigned at a meeting of the Board of Directors,duly called and constituted pursuant to the Bylaws of the Company and the laws of the State of California. This Board Consent may be executed in counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same s document. 1. IN WITNESS WHEREOF,the undersigned,being all of the members of the Board of Directors of Elecnor Belco Etectric,Inc.,have executed these actions by written consent as of the date first written above. t t l F i Jesfrs Alberto Dfez:E :•to di' Director ' Alberto Garcia De Los Angeles,Director ,fi- • I y 1.,. pY . .tea David Rodriguez,Director .: O - - uttch Director i 1 1 I . E' f. P; 2 . i. :I Fi . 11 li 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 1 specifications set forth. Elecnor.Belco.Electric,-Inc. / , , ., John'WOrg/Vice President Printed or Typed Signature Subscribed and sworn to before me thisl"t dayof P - 202s :. = "._ ..._ . - +.r OUG,MCWHCIRTER' _.''.�.F 'Notary Public•California ti...„4:. San Bernardino County I, i , I. t,••• Commission 0 2426775 t es.xU N Exi ire'N 2026 i 4 rm. 11v15 ii�kk NOTARY PUBLIC 4C\)f (F NOTARY SEAL i 1 41 i NOTARY CERTIFICATE Subscribed and sworn to before me this: day of tem. ,205. , 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 truthfidness,accuracy,or validity of that document. _.,... ., , State of CALA Eccol County of 0- ,141-400'''' -:'',-„:- - ,) On Pfau-1, .1°25 before me,., dr..)zt.,wa (\kikkkilf:, f07.0.1..'74., Nelt-kr- , , - Month,Day,and Year -Insert Name and Title of NOtary ' - personally appeared " kt•J tiZe , 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. ,, , ••.,-.,,, DOUG MCWHOFREFt .., : ..;it'-74igis'C.',,Notary Public-Calltarnfa , : : ,A. , c -,., .....*: ,....-; san Bernardino County t " , , :, , , Alsk , _ irsor ..-- A , ,,, .,:1,...,,..„,...,• Cammmikslon Ms024v26157725026 7,- Signature ,' , ,_,'„ 't, - ',fif, ,I'' : , . 411 I , . .;Y ..Sip.: % re of ; otary•PubliNi (PLACE NOTARY SEAL ABOVE) , ,. , , ,,. ,.... ,,, Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of traffic signal improvements,underground_signal conduit,and the installation of fiber optic cable for communication.Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names,address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: I. City of Glendale/633 Fast Broadway Glendale,CA 91206 Name and Address of Public Agency Name and Telephone No.of Project Manager: SaricisgoganesYr/.818.7548-3945 _ $2,844,613 Traffic Signal Improvements&Fiber Work February 2021 Conine- i Ainount Type of Work Date Completed Provide additional project description to show similar work: _ 2. City of Palm Springs/3200 East Tahquitz Canyon Way Palm Springs,CA 92262 „ Name and Address of Public Agency Name and Telephone No.of Project Manager: Kevin Higgins/909-89079693 _ _ . $2,847,759 Traffic Signal&ADA Improvements December 2021 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: N/A 3. City of Victorville/14343 Civic Dr.Vietorvilie,CA 92392 Name and Address of Public Agency Name and Telephone No.of Project Manager: Harty Mayo/760-243-6351 $3,996,873 _ Traffic Signal Modificatien Decemher 2024S. Contact Amount Type of Work Date CoMpleted Provide additional project description to show similar work: N/A C-11 ACTIVE PROJECTS bek+ o: elecnor A, «r 3 c �v f jJ' &3!$ q •'tQ >i A /VM. es .;;,i'_e-,A-i �' e A, ., off _ ". -�.'X�*4>± :q. !^ v +.., , it ��._ -= ♦LULffi.°_-.:, 14:0042 ' INTERSECTION IMPROVEMENT.UNIT.15.CIP/STM._..._ LOS ANGELES .._ ,.. CITY'OF-LOS ANGELES —:....• : $465,582:32.-1..._: 140158 WESTSIDE UNIT 2 SERIES TO MULTIPLE HV CONV. .... .:._',: ,..... .._-"...LOS.ANGELES:.,::._._..<.... ...... CITY:OF.LOS ANGELES": ,::7..:,'::..::.::::" ..:`.r.$2,538;656.38.: 14-0187._.: ... .. . T. .TRAC .-1.7057,AND 17572 CHINO`..'::::::.'• 7-- ::: :' : ALL AMERICAN ASPHALT. • $455;271:50 _ 14-025.7 ,; ,TRACT.19994 BLOCK 4 STREET IMPROVEMENTS _..;. ..; :.°rv-CHINO._: -..--:•.. "-'.:.:.. ALL—AMERICAN ASPHALT ,$1 240;718.1.2 ` :.. .14-0270 ..._, . _ __ENHANCED.MTASECURITY LIGHTING:.J... .'... .. - 'LOS ANGELES "" " CITY OF LOS ANGELES' $538,472.00 11 '714,0327 ..:_._... .RCMUFIBER-OUTSIDE PLANT FO NETWORK• _..-- ,._"RANCHO CUCAMONGA".-... 'CITY OF RANCHO CUCAMONGA • .. . $0.00 '.14=0327.020' ;......"-RCMU FIBER-HOMECOMING AT THE RESORT .. " ' RANCHO-CUCAMONGA' _ CITY.OF.RANCHO CUCAMONGA.. •` , ,$762,917.63.....:, :14-0327A28. .-:_.-.' -- -Mt COMPUTER SUPPLY ` ` RANCHO CUCAMONGA CITY OF RANCHO CUCAMONGA ..., i. ...$933443.00 1 .14-0327.999 RCMU FIBER-EXPLORATORY WORK ..... ' . . O RANCH CUCAMONGA CITY OF RANCHO CUCAMONGA ._ . :._ ... $60,603:08.. ' : 14-0341 VENTURA BLVD. ... LOS ANGELES -_ • ..... ...CITY OF LOS ANGELES . .. ... -.$1,279,687.60 ...: i. 14-0375 WILSHIRE BLVD..._... •. . .. ._. . . .._._. .LOS ANGELES . . CITY.OF.LOS ANGELES. _,-._.__ - _._ _ ,$2,280,913.00 ' 14-0417 _.. SANFERNANDO.RD,.BIKE.PATH_PHASE.3 ......; ._ ,r._... ..LOS ANGELES_ ..:-.__. ..._..-SULLY-MILLER CONTRACTING_:— :'' $3 831,368:66 14-0422 _.. "GRAND.AVE..AND GOLDEN SPRINGS.DR—...._ ._ . ._. . . .... INDUSTRY:::.- ;: LOS ANGELES:ENGINEERING. ":;.': $993,813.35 - ':..... 14-0518. ...WILMINGTON WATERFRONT PROMENADE. ��7.::.......: .........PORT OF.-LOS:.ANGELES`: ::.:.: :_.. SULLY MILLER CONTRACTING;: _1..:- $6,559;095.19 : : ,... 1470540• ".CV LINK MULTI=MODAL.TRANSPORTATION.': .., ..:::rt<':. ;:,::-'COACHELLAVALLEY- " -` 'AMES CONSTRUCTION,INC, --- .$1,536,786:00 ' 1441558. ..,._:..._.. CENTRALAVE:;INTERCHANGEAT.STATE ROUTE=60. .M.. . .. CHINO . - . . ....._.........SECURITY PAVING - , $4597 000.00 .'. • 14-057.1;::.;:: THE NOV: .. - .. WEST HOLLYWOOD . •LAYTON CONSTRUCTION - S52,000.00 .,;:•:.14-0583:-:,--:. . — 'CALTRANS 08-1F7304 - . .. • _. _...."COLTON • SECURITY PAVING • . $1,266;000.00 f 14-0597 VICTORIA ST.AND HERITAGE CIRCLE TS FONTANA .TRI.POINTE HOMES{INC. • . $446;200.00_ ... :--I4-0604 EDISON AVE.STREET IMPROVEMENTS CHINO ry ALL AMERICAN.ASPHALT-....... ... $1,396 190.00. ` 14-0614 HIGHWAY SAFETY CYCLE.6-OLYMPIC BLVD.. .. ..._. . ..... .LOS ANGELES " .....CITY OF LOS ANGELES . ... ...: . 1.. $566,499.00.. ' 1470620 THE HOMESTEAD LIMONITE AVE EASTVALE....._....__ ...... .. ALL:AMERICAN_ASPHALT.: . .._ .$369,000A0:.....,"" ; .....14-0627 INGLEWOOD AVE.&MANHATI'AN BEACH BLVD,......._:.::....._._ _..REDONDO.BEACH:._:....: .. :: • =..:_.....:.....ALL AMERICAN.ASPHALT:... .-'` ..I".-. $27T891.00:._--, .: 14-0638...:........::..:.... . .FULLERTON RD GRADE SEPARATION . ..,.... .-...,:<;::..::.. __:_::._:. INDUSTRY:..::::"=:_;:�w;: `.7 .:::-- SKANSKA__,,7 7 7 7. :.'I.__ ..' :7,.$2,435,000:00-- 14-0668 .... ...:.....:.... .ALLONCREST._-.ARCHIBALD.AND GRANDPARK ...---....._........_.:....ONTA-10--:`:;::: :::::;::1.-,, :-;::::::: `:'.:':;::.: LENNAR:. :• .-,:..;..... .:.:: '. $225,307.00—:: ' -........14-0698 .. ... . . •2__MCKINL.EY.STREET.-GRADE..SEPARATION _::.::.::..::::.::.:_:,:-:::,;:CORONA...........::�.:;;:� ;.::: '._:..... :C .,�...WALSHONSTRUCTION:CO.• -$2s711,100.00- . . .:14-0722::..:_, :. .... .. .......TOWN CENTER:STREETIMPROVEMENTS. .-:`:"` •-.- .. ..CHINO __.._.. ALLAMERICANASPHALT . .___. 1{766,724A0 14=0728 ..::..::- MARKET.STREET CORRIDOR ...- . ..,.. . LONG BEACH µ_= : _ •: ' ALL AMERICAN ASPHALT . ` •$1477�100.00 14=0737 .......IMPLEMENTATION OF ADVANCED DILEMMA ZONE .o` --SAN'BERNARDINO - CITY OF SAN BERNARDINO $3,757,314.00 14-0743 CEDARS-SINAI MARINA DEL REY HOSPITAL MARINA DEL:REY :_`: _BERGELECTRIC $354,843.00.. ' 14-0746 ' . DISTRICT 2 MARINE WAY_. IRVINE i .. "ALL AMERICAN ASPHALT....- _. L ...'1203,904.00 1470752 ... ... ... ORCHARD HILLS(PA-I)NEIGHBORHOOD 4 .._.. .... IRVINE _ ....... ..__. ...HILLCREST.CONTRACTING . _... ._., ._:...$721,000.00 E 14-0769 .__. TORRANCE BLVD.RESURFACING. .. REDONDO BEACH _ ._ ._. ._..-__.HARDY.AND-HARPER. ._ _ .. .. .... $83Q.384.00 ..r '... 14-0770__... ._ SIERRA AVE.WIDENING W_.... .. _._._ FONTANA LOS ANGELES.ENGINEERIN G .. - ._$1,301,980.0g . : • 14=0771- _. _.•LOS:NIETOS SAFE ROUTES TO SCHOOL-PHASE 1 LOS7ANGFLFS EXCEL PAVING 21Z,051.00 140775_7: ,_MERRILL,SULTANA,EUCALYPTUS AND EUCLID FIBER • • ONTARIO, { . EUCLID LAND VENTURE,LLC ....."$867;836.00 i. Page 1 of 7 . ACTIVE PROJECTS beim: 'ileciii / 8/ 025 ... ' ''''''.; ''''''.7:•L'''T-76 '':!..''''''''''''SZ-Vw71,t'-''''',V•Otix•I'''"''''''',44''''''':'-'''';'#1,- '.„,4--0W7•7' -04-•,;(,.:,7•:-.,k-,-,,, i:.5---,:.,,,Tizi-F-.:wt-:.-7.4r,;7,7,i--;'7:,::.`2:---:'-,2 tl,•-•-,:',, ::-',::,','`;':::7'''.5,-7i:'F'Z.;:;',7.-''-' V''''Spi TOT:147-,:l ;::•%•i',i%'''41.ai:'°1:. '1,,'!'''Ai 4 4 4.'''' '''.'"I'',-''''''': -..,i*:4''''::''''1. :4'' ',..ft''''''';-'' "4,........^Vi''' ;'Zki,''''' :'''''t:'• "::=:,', :';"- - t., ',,.':''' ''','''''''''''''''''''''A ',ti''',"".:4, ',..''''Y'„:.:;,' ',.:''' ' •:;:',,,„;',.‘,4,,. ..-_,,-'',L', ..:.:::'t,=':','",'.. .i:- '''''A .i'`'1?,A _,_, ...:L :,!j. • *u'l•;.'...,.::. ,,= ,,,,:, :4e•Y=.> ,.1:11'0,414:0N,4,.. , 4,eef,..v,;-, 2.: - . ..tr41,4y- :, , ,.-',,-•'''-'-'-', I', tyt.4.4vi' .; 41;','.,!,i',.1::;-:,tv17;t:itiAivii,!::,_= ;:ii,::',',-'s1,10:kitei-i4Zie4at-t4I AvN.4.42xiiiiiti ''''';'.-'''',,,..-''',-- ', :-.‘1-,- --'' 3 ':le;':: ''VI‘iikiketikki ,...........,...... 144780 '' -f 4TH STREET ENHANCEMENT PROJECT ,..:..,,-......, .....,..,.::, . .SANTA MONICA --ACCESS PACIFIC - ::-.:'2.11.:.--.:.:::::::::.--.-::.: '..:;$496,12010.,..,; 14=078.1-T----..:EAST LA COMMUNITY ROADWAY IMPROVEMENT._. -,::, _. _. LOS ANGELES.......; ._;q:'.• -•••"•••••••.::-.7.'''--7EXCEL.PAVING7 —...7.-::':--. ...:-:-$19364401i.:.;-:, .14=0784 ':". :c' MERRILL:SUL:TANA;EUCALYPTUS'AND EUCLID'TS -:-- 'Y -ONTARIO. _ ... .EUCLID LAND_VENTGRE;IIC7'.:-..':„Ill ':..'t1,626.581 0-0 ,•:-.:.14.-0786--::: ':1-_:' -.......,..-:::TRACT 20157 STREET-IMPROVEMENTS i •: ONTARIO ALL AMERICAN ASPHALT ., $243,4520017..; 7:1144788...-: i: '-- 7._.,."...-.....L.:':-.3AD ST-3,5TH ST,CORRIDOR -- ', i...- '•• HIGHLAND GRANITE CONSTRUCTION . . .. . .. $1.454.654.00 1:44790,-.' '.._.71 MICHIGAN'AVEGREENWAY...-8i 20THST:PROJECT- -I r•-•'- -..SAIs'ITA-MONICA' ACCESS PACIFIC „ . : $356,349.00 14=0751. : :'._ ....... :... . ..„.....1 .ARTESIA GREATBLV.D.2. :-:.1...;:„::,.. - .. ....:! 1,-.-. . . LONG BEACH. • •:: ' GRANITE CONSTRUCTION ! ::$J 1,782,880.00 • : I ...14-0796. : . VERMONTAVE,PEDESTRIANIMPROVEMENTS LOS ANGELES : LANDSCAPESIJPP-OR-T-SRVICE-S $628,679.00 . .14,0797....., .... RIVERSIDE DR AND HAMNER:AVE:ST.IMPROVEMENTS:'.1, .1....-7.:12,7',:;;:ONTARICi;.:,:. ..1.• .- , .: '.;` - '::,-ALL AMERICAN ASPHALT ' ' ' ,S2350,476.00. ... 14-0799' : . •ELAC-SOUTH GATE EDUCATIONAL-CENTER': --.-ri 1:7 T. . .SOUTH GATE - -.- - -2':' :_'...::...:'...-. --.2-.....BERNARDS-,,.........1..-" ':.--.-7- ' — 5%61:J04100 ...: 14-0805 . . AVIARA NEST.. . . ...., •::,.::'.'' -...,.I. .:....::...... ,'CARLSBAD ..„"WERMERS MULTI-FAMILY CORP.,-.---- "*.:. .;$381,596.00_;;.-1' 14=0807 LAKEWOOD BLVD..TRAFFIC.SIGNAL IMPROVEMENTS_2.1i. .._.„ BELLFLOWER. . •_- .. _.:-I:. 7.. -'''CITY'OF:BELIILOWER:17i..'.7-7.-',, ',$1,545,631.00 14:11815- - '-'-.-- PENNSYLVANIA AVE.WIDENING ... . i- _BEAUMOINT . _ _ .._ ,.., .. .... ...ALL AMERICAN ASPHALT T..'-'''-,'.-.'"'':$28.1446.00' -_, 14-0817 ' * • ----•TRACT 19979 PINEAVE.:.BICKMORE.-AVE.. . ... . ...1 ' . ' .. :CHINO... ' ' , . .. :. ', _ •ALL AMERICAN ASPHALT........ .....„......„..:ff.::$107,591:00...2i. i - . 1.4;08207:a --.....„.... .. CASTAIC RD.AT RIDGE ROUTE RD'. • i : ' CASTAIC COUNTY OF LOS ANGELES_ .. , . :. $1,951,442.00....-,i _HSTR.:TRAFFICSIGNAL.UPGRADE.AND RECONSTRUCTION •: ' HAWTHORNE CITY OF HAWTHORNE . $4.299.186_00.. ..„ ......- ___. _ 1140826.....1':'',7*.-SPLICINGAND TESTING OF'FIBER-OPTIC.CABLE- - ' : - ---PASADENA --- CITY OF PASADENA $452,986,00 . .140828'.:.. . ...'.:. -:.:-ORCHARITHILLS.(PA-9)1s1EIGHBORHOOD4-:i.:;.7.,,.; ..=:..---„ -.IRVINE -- - ALL :$244.444.00 7 ' ,......14,0831........: .......:..........EUCLID:EUCALYPTUS,',SULTANA:ANUMERRILL„....::.„::..*„.:„„„.,..-:::...1..:.:_2ONTARIOL.i..,,...;..-1-1.; -._ . ..:-:_ ....-IALL-AMERICAN ASPHALT - 4393;3-J600 ; . • .14,0835 ' STATE ROUTE-2W/ALDERAVE.'„Z„-,.:1,.:....11: -"„ ":::::.;.1_:., - T.2,-RIALTCL----:,-..„;:'„:: ---..;:.•,-.-..-----77:7..-iftwERSIDE-cciNsTROcricirt,--.7---:.• .- 051.,060:00 - -: I1. 14,0841. . ... ...., ... . . HAW.THORNE..BLVD::.-MOBILITV.7 7-".:•'•::...-2-7—::.:':-,.'; -'..—.'..';..--...:'.1-1AWTHORNE;',:',....:_ - .-.::-.,-.-1...1.1:::CITY-OPHAWTHORNE:2..7.:7........... T...12SA466.06-- 14=0847 ' . HSIP.CYCLE 10 -' - , RIDDECREST CITY OF - 7-77$713-40R00 - 14-6850 1 D2 MARINE WAY AT BAKE PARKWAY IMPROVEMENTS_ 1 _ ... _ . __IRVINE._ _:.„.:.... . . 'HERITAGE FIELDS EL.TORO;LLC--.: ..;': :::$947,1061167 I .-..........---- OAK SPRINGS RANCH II.. .. ..._,„ , ... ...... _ . WILDOMAR,.„ .... __,____., __ WERMERS_COMPANIES .'...:......;:.::: :. ''.$181264A0-:'::: ____ . _ . ....., ._...____ . . _. ......., ...... ....... ._. . . ...... .„ ., . .. 14-0856 : SAN GABRIEL VALLEY TRAFFIC SIGNAL.SAFETY .. ;...._. _ ..... ._COVINA.. . ' .. ' ' ":„.COUNTY„OF LOS ANGELES.... .. . .. ......$1,451,750.00 ... .... . . _ ....... ,,-140851i LAKEAVE.PEDESTRIAN ACCESS. :„ ,_ PASADENA____... : .... - ....-CITY OF PASADENX........„:„ :' .7. '.. :;.::$2,173,8631:34:72: i 4-0859 1 1 ..- : .2022 PAVEMENT REHABILITATION, .................................., ............ ... :CULVER:CITY.. .. .._....;"' :..-- '" ""'1'-1-1ARtitANEi-HARPER":::±:::: "" ;"'.21"....:i::$233,93.5:00":"•:.",: 14,0863_ ...PICO.RIVERA.REGIONALBIKEWAY...PROJECT_.......:....::: -,• ::_._-::_PICCiRIVEL(A_„:::::..":::::' T...7..z. *.%.-.72,GRIFFITH:cciivitqW-. 11';.:.: .,1 .____,:,.2.-16J-6;060:66.-: • '. . 14-0868 . TCC.ACTIVE TRANSPORTATION PROJECTS&&D.. ...'.: .,:.„.:1::::::ORTARial:1-.::--f-'..:21112'..:.„,:-.1:CTSilr.CON.eltETEyAVINO,.INC. ' :St 10,I0ii00i 14-0874 „:_ON,CALL TRAFFIC SIGNAL Alsr0'.SAkETY:-'CONTRAtT A ....' ..,...:„. COS..ANGELES'.. :' •'COUNTY OF LOS - . ; • • ..•.s006.. .---1 ., '.14-0874.001„:...',_.. - .....,::.1.'..._•:-,LHAW.THORNEBLVD;TSSP_.1... .„-7.--..:----- ' - - ' — LOS ANGELES-- - , - ---TCOUNTY OF LOS ANGELES . . 1.."---$ 0;1110:00....: ..-.-.14:08-16....., ' :::. ...IDTSTIUCTIII-Xicr-- -TARkWArAND MARINE WAY - .—--•"' '-- ' IRVINE --- .-' HIL-LMESTCONTRACTING - '.' -$82992.60 44:.--.0879..... : ..1rONiCALL TRAFFIC SIGNAL AND SAFETY-CONTRACT C .--- - LOS ANGELES•' —. ' COUNTY OF LOS ANGELES : $o.00. ..._ . ' 7.1.4-0819.601 - NANDsoR AVE ANDHaltitilgAbit • •- --; - - '. "ALTADENA 1'; . COUNTY OF LOS ANGELES . : . $547,105.00. ..; • 1 ::-44:080-- --- - EAST LOS ANGELES-CESARE.CHAVEZ AVE - LOS ANGELES.. _ '. . ..„ . . EXCEL PAVING _.. , . .$260,770.00 „-• '. 1 14-0882 • SYPHON itESEItVOIR IMPROVEMENT .. . . . IRVINE _ .1 . ..„..__ EXCEL PAVING . ..„,_, ',. .$302,450,00 .. ........,...„.. .. ..._______ ,.. 14-0883 ON-CALL TRAFFIC SIGNAL AND SAFETY,CONTRACT E , . ... LOS.ANGELES ..... „.. 1 COUNTY OF LOS ANGELES :: $0.00 .,...._.. ..... _. ....... . .' • . Page 2 of 7 • --,„ . ..... . . . ,.•.••?-----`,143,,,i,-, ACTIVE PROJECTS beICQ ele-Eriai .... „... ........... ........... , ,,,. . ... ,... _, ..........•__•..,.....• •••,...• •_.•___-•:--.- -- 3128/2025 _. .„:„..., ,• . ......, ........—. ' . ..„,..... In S...—. ... -'-,-,',I.-,':,k-,',.;-,:,,,'.-.,,A,u.,i,.'',..-..47r2,-.iw;7,),/1 it°...,i.i,g,,i,tA.:,,."'0.,:',,40,:,,'N,,..-,..'..,<.-', -,i c.:-1..7.1:,i,.1Y,K'3;,,2,;•:4,g.:i!t'cfr',,„4,;',-n.1,.t;,.....-'14.„1m,.1.k.,'.0.od.4t,,;,:.?t.k.z.,.x.!Ma-4'I.,.,4c-,-,4-...,,,:I,,t,,t4',,r 1..1.1.7;„.7,°;9,S,.SW:r,,,;-,:'.-4A—P.,t,o,,,,,'.„z.:..,.:..Ti .z,io.rp-..,•v:;-'?*..:-4'n,-,:7i,- i-,...;^,P:i,.,,, 4,-,F,:er.i.kf=--.yf.`71 4'.,:,-,7-,-_--'. c,•'-a-'f- 4—*-.a-"1 v--,4:-c.,--1-,,,-,A 5•.4-7';`,-*-',,..P-.*4-t, i-4--i—, - ri--,7, c: ,;‘-. . 45/ ‘NOW7tPR( JEGI 414E WATIOW : 0 '' CLIENT-''-c,-:,:4,.-‘e:L,:;,'2''',7,1`—.::'.,-L•--:,2,.<,—•4-:7,•.°--f;. ,N,,m-7.qt.-D,:w,, ,-- '. _14713883.001..i ........... , .OVERHILL.DR.AT 58TH PLACE/ORCHID DR,-.„.... --I , - ' . LOS ANGELES •••-•--• - ••••• -;COUNTY 0;1,Ci'4Sl'AN: -G.4EL'ES ':. . !• .f.lt:$11:42?,611E45.:00.. .„.....14,0885. ' :.D2 MUIRLANDS AND STERLING SIGNAL IMPROVEMENTS'...';;‘,---..:":-":.712:.:•::..-....-:':'•••IRVEsiE.:::.••:••• "--,••.-.---.."-. ---'••••-• HERITAGE FIELDS EL TORO,LLC••• , $492,000.00. ;! • _14-0887 . :. . .MISSION.BLVD-AND PYRITEST.IMPROVEMENTS 7.-'.- '.. ... -..... ' - -'- -VALLEY' ' -.-- - .... --' .-ALLAMERICAN ASPHALT .....,. $1,270,272.00 ' 1.4,0888 r VARIOUS SIGNALIZED INTERSECTIONS : ..: . • • • • -•--COMMERCE'• -• '' --' ' -CITY.-OP•com-NiEgog - . §1,51.J.p6666.,..• . . .,. . . .._14-0890 .. :,.....,...„ ALDER:MIME SCHOOL SAFE TO SCHOOL :i i' FONTANA ALL AMERICANASPHALT .. . .$188,500.60. . ............. .... ._-14-0891:1.:.i •:"..NEWISINSTALL,ON'BELLFLOWER131,-Vb..AT CEDAR ST-I-'..... BELLFLOWER -- • • - :'CITY OF BELLFLOWER,..., „ . .._... ..$510,270.00 , .... ............_.. ..., . -...-...14,0892•:..-,, •.:'TS MODIFICATION ON BELLFLOWER BLVD:AT PARK ST:. BELLFLOWER CITY OF BELLFLOWER ._ . ..„. .$418,888.00,....1 14-.0895 :". ' GENEVIEVE&RALSTON CIRCUIT LIGHTING UPGRADE '.' SAN BERNARDNTO CITY OF,SAN BERNARDINO....... •. ....... .....$2,045,193.00. , 14-0897 '. -:' ' • TRAFFIC SIGNAL. REHABILITATION PROGRAM . ..'. NEW PORT BEACH„.. .. -, .. • . •CITY OF.NEWPORT BEACH........... .. .........$1,206,888.013 , . 14-000.1 . .•-. HSIP CYCLE 10 PEDESTRIAN CROSSING AT RAMON RD. ' : ,CATHEDRAL CITY .. CITY OF CATHEDRAL CITY_ ......._:":.$1,071,888.00••..;:. 14-0903 I • ON-CALL TRAFFIC SIGNAL AND SAFETY,CONTRACT D ' !' - LOS ANGELES. .1 . COUNTy_OELOS:ANGELES:.177,-.-.-_,,' ...S51;609,882100 14-0904 f : LA NOVIA AV.E AND CALLE ARROYO TRAFFIC SIGNAL :; SAN JUANCAPISTRANO„. . __._. ... .... ..„:„...,..-l'..RJ NOBLE..,,,-... . .---•_ . :::-. .• :••••••••:;$520000.60:-: ,- 14-0907 i i 2785 IRVINE BLVD.CULTIVATE...... ... . •• ' ._.. .111.VINE HILL CRESTCONTRACTING-ii...'",::::-,i:.;.:-..--..31-6,240;00„.., 14-09.08 I I-215 INTERCHANGE AT BONNIE DR., „... ' - -• ..:1-...-......-... PERRIS__„ .. . .. --:.-•-.•••••••••GRANITE CONSTRUCTION' -- •• -- --$4 •• •- - - ' 14-0909 ! ;• .. .. „....JEFFERSON.MONROVIA SOUTH . . .I-:, .. ''':•,, !MONROV1A :-- --• '• . ..._ .............. .... . ,•`,Jp1'.., _..... . .. :. .. . :.......; .. $212,554.00 .14-0910. : .ARPA NEIGHBORHOOD.STREETLIGHTS-7 PHASE 1 - • -.J..j.'•' ''•:-'.•-'..:-SANTA.MA;•-- . • ..•.. • 1•:I:1•'CITY. .0:F•SANTA ANA ' . z...• • ;*---S616,386.00 I ! _14,0911... . PEDESTRIAN AND MOBILITYJMOROVEMENTSPHASEIF.1-Ii:-:•-••-•''......'•-SANTA-ANA7.H," "---" ' •:. . . CITY OF.SANTA ANA -- .:,52,-288081.00.-1 I .. 14-0912 ... ......MERRILL AVE.FIBEROPTICAND.STREETUOFITINO.71•i ,i..::::_i- -;-:::-. ---ONTARIO„_.. ' , '-; ' : ' ELTC. LID-LAND VENTURE 2i•tiC... • $211,512,60 •' ' . . .14.70913 .,.: „ MERRILL AVE"..ASER70PTICAND STREET LIGHTING:7" 'I- - -- ONTARIO• - -." - - • 'GROVE L-AND, VENTURE,L.-LC : ---$261,4•62.00 : ..14-0915.;...:..': ----7ATP.CYCLE 5:CATIffiDRALCANYON,DR. ' •...- --- .; L CATHE DRALCITY" '-• ' -- 'RIVERSIDE CONSTRUCTION $335,770.00 _.... . . „.................... •- - - .. - • BLOCK 9 STREETIMPROVEMENTS - . CHINO- - -ALL AMERICAN ASPHALT • $482,370.00 • ... ,,,.... • . .. ... ..,....... ..... .. . , • '.•.1...14.0911:.:,..;:„ ..•"-..EMERALD•PARK--ARCHIBALD&ONARIO RANCH RD. ' ' ••- -ONTARIO ALL AMERICAN ASPHALT ... • . .,$743,967.00 74,600.„::•J ;.„1-•,,•,-..,-. ,....WATIUNS DR.'&W.BIG SPRINGS RD.TS -' ' -i'!' -- `:--RIVERSIDE '—. . CITY OF RIVERSIDE . . ... . ,..„ . 1602,852.00 „....- ! ... - '.i.•• 1409202.1— CITYWIDE STREET PAVEMENT REHABILITATION i• ' CORONA .ALL AMERICAN.ASPHALT,..... . ._ . .$716,657.00 1 • '1*0921 • — ESCONDIDO-BEAR VALLEY -2 •' ,, -ESCONDID 0 • :.. .... ..TRIMARK.HOMES. . .,....... . . .......$619,980.00 .'. ''. 14,092,3 . 02s1CAL. 1 TRAFFIC AND SAFETY-CONTRACT B ,. ' LOS ANGELES • - -'• COUNTY OF LOS ANGELES. .....„.....„....,:..$3,484 887 00 • ; . ... . .......... .. ......... , . 14-0925 ' CONSTRUCTION OF YORBA'AVE..STREET IMPRov, i . '' • CHINO i ,; HARDY AND HARPER $16 60000 PI-0926 ' . ,..., , 5TH ST.AT PEDLEY.RD........ ..„. ...,„ .. .., .. ,...„.....,SAN.13ERNARDINO.... ..... t HARDY AND HARPER :-.:- -:-:• ' ..-$175.400.00'..- 14,0927 -.., CV_LINK MULTI MODAL TRANSPORTATION SEG.3/4/5 ......„_COACHELLA VALLEY ' ' ' '- AMES CONSTRUCTION...:::". -- ..., ' • :$'1,37741500...."'; i. 1... 14-0929 . . FIRE STATION 9 ATA101 LONG BEACH BLVD... ... ....„I '. . . _ LONG BEACH '' .... ' '' . i Al1e1' G&ASSOCIATES INC .:••••".-.;: •-.1 -$387,358.00.....1-: !I ' • ,.14-0930 „ „LOGISTICENTER AT ONTARIO RANCH........ -........ . _ :•ONT O... ''......-..'..: .-..:,,...,i'.FU....L...IMERCONSTRUGsTION.'..• -:' .... .....,..":.:$760,266.00.;;.... !! : ... 14-0932. : . , SYCAMORE HILLS DISTRIBUTION CENTER 1 8c2-....1._.. ''.. -. _RIVERSIDE- '' FlatIVIERCONSTRIXTION.::-"-T'.1.,..;...:.-...:.$496,60000: ;. pi-0933. . ALTADENA.DR.AND WASHINGTON.BLVD...ROADWAY_1 ..: -..2.. LOS.ANGELES...::•••••• - '• •7-•:::"...1-.S'LJL..'........ . .SULLY-MILLER:CbliTitACTING..--........7..:."- .. . .. .14,0934 ,... . ...„ .OAK.VIEW.STREETSCAPE IMPROVEMENTS T_•-•,-;,, •-• ..1-.•--1:::_-. •TINGTON-BEAC4.„--:-._ ,.7.'...______. ......... .EXCEL PAVING $392,444.06 !- . ... ... ., . .1441935.„.. „......„.TRAFFIC SAFETY_IMPROVEMENTS,HSIRCYCLE...10' -,..„'•...... :.,_-• 2:PARAmOUNT:,-...:____- --:"...1::::''''''.. ‘ ITY.- OF PARAMOUNT ' '$518i888.00 .. 14-0936 -........... ....:. .. ....... .... MARINE WAY STAGE •••••••••":::--*- - - - - - ALL AMERICAN ASPHALT ' $585,000.60 • . . • . ' , . .. - Page 3 of 7 4: - ACTIVE PROJECTS belch: ethcno, r ._ .�`Aw`:�. "g's�r`", `` .�-w KKR• °# ' 'a' ..�-,. ,�,+. ;�� ',a`"��. t .' ;a.•:., €,ssi, �-> ..�'., =.F ,,�.� ,�. �: . :�.. - •:M�. _'�", ^�� -a: ._:� TAT. BS 4.t� �� ,ate`.�{ ;�"� i. ''.s ,g ,s,n�ss) �.,aroi , ' 14-0937 _. _ _ �: : r' .;,:: :a :�:` ' :� �:..y �°�.� Y' LIE: ._TMP REALIGNMENT .....:__ ,.:::.._._..._:..... ,. . _---._ .<-. .IRVINE" : _" : ".....�.:..SAVANT_CONSTRUCTIQN;ING.; vs:$591 651.00 ;_ 14-0939_ : ... ....._.OLYMPIC_BLVD,IMPROVEMENTS PROJECT,_. ...:`.._::. _:-::::;.:,:SANTA:MONICA:`" :T,-: ::::: .::.' .. w°ACCESS PACIFIC _ _....._...._.._...._..__ $182,650 00 '14-0940- . WILSHIRE.BLVD..SAFETY IMPROVEMENTS PHASE'2A" -..SANTA MONICA ' ".. _::.. ACCESS PACIFIC ' ;$460,100.007 -.. .. 14-0941. .. HSIP TRAFFIC.SIGNALS,12:LOCATIONS.:..:..:- :::.:.: .::.::::..:',LAKEWOOD. .:: CITY OF LAKEWOOD : . $1 525 888A0_ .. ..14,0942... . ...... ...... . ...EL.RANCHO.VERDE.... ....:..::: .::.,::...., •-- _:::==:;:.:-..'=::::'-RIALTO . ,...... .... LENNAR $454,950.00...."_." ._,.140943 .... ....TRAFFIC SIGNAL AT:OAKGLENRD:ANDCOLORADO ST. . ... . YUCAIPA _.. —.-'- CITY OF.YUCAIPA. . $314 888.00.' .; _.14-Q944::::. .__. TRABUCO ROAD REHABILITATION PROJECT ...,,_............. LAKE FOREST'. • ALL.AMERICAN ASPHALT $3.40 001,00 ,._.: . 11'_ 14-09441::.::; __ FOOTHILL,BLVD.-OFFSITE STREET IMPROVEMENTS • -RIALTO - 'HILLCREST CONTRACTING.. . ....... .7 . $50,880.00 - :•:::.140947.::....y :,PALMERAVE:&GREEN ST.REHABILITATION PROJECT GLENDALE ALL AMERICAN ASPHALT . $96000.00. .. : :. .. 144949-: .: '..- 'SALT LAKE AVE.IMPROVEMENTS CUDAHY ....___..._.CITY_OF_CUDAHY-... _ . . _.__$200,182,00..._ ; ` !- 140950 ` GRAND AVE.VISION PROJECT-PHASE 2 ESCONDIDO _ .. .NATIONWIDE:CONTRACTING SERVICES _,......,$737,328,00 14-0951 "PACIFIC AVE.AND BOGART AVE.TRAFFIC SIGNAL......... .................BALDWIN PARK..-_...._.-:` .__._-__ ..__CITY OF BALDWIN PARK . _, . ...... :.._$1,808,347.00 .. 1 '14-0952 - - -.. • ' - NORTHGATE MARKET#47. . .... ..__LYNWOOD n,__..... _SAVANT CONSTRUCTION,.INC, .L. ::$570;52400_ :` f. 14-0953 SEVENTH STREET TRAFFIC.SIGNAL.MODIFICATIONS.._. _._..... VICTORVILLE_ ... .''. . CITY..OF.VICTORVILLE` $3,996,873.00::.` 14-095S-m • ARTERIAL STREET REHABILITATION... "'CER RITOS .... . , . .. . .... . _.,,,ONYX PAVING .. .:::1'':`$842:860:00.-:`a : ;......14-0956 ,...__......BANNERPARK.II . , ... ...... . . ....:......:,: :_..._,:...: . ....MENIFEE ,PULTE"HOME:COMPANY,.LLC:.. 2.:.:::$1 041;888.00,_: _,_ 14-0957 .::CHOC SOUTH WEST TOWER . .. .. -..ORANGE:.:'• ` ....... .w..::: . :'::• :BERGELECTRIC` •_ ,..;..:...- :,.`._:....$30 139 00W 14-0958. ... .GROVE&EUCAYLTUS:AND::.GROVE&EAST BORBA IS•.:,:::.:::."..; ONTARIO-..:_.. :_..: ::.:_.. ..:........._:. ... _...: ._..:.::::::::;;, ;;;;; :PROLOGIs::.,:.,;-::. ': $1;016,706:00 :. ....14-0959...... PALMDALE:BLVD.(SR-I38)/_SR:14:z'':7.`_:::.: .µ._...`":.:_ :"'' .`-:"`PALMDALE::,::..::..:;::::::::>.:, Y__'...-._.:M:` H:GRIFFITCOMPANY -- $2,784 880.00 •, :. ...14-0961......:..:: _. . ... D6:NORTH LYNX_ST;. '-; , „..._ _; --: --:...::....::..:.:.:.::IRVINE:::..........::..::::.::':::' ..: 'ALL AMERICAN ASPHALT _. $115,632:00 _. : • . _14.-0962 .. .: ......_ ......:._,.....:- .:.RAMONAGATEW"AY.`PHAStf-:: . "_w':. ..........: > ..:..:-:. :-: : ER.7„.;:PRIS-:. "FULLMER CONSTRUCTION $383,758A0 rr .. .I4-0963:'., ST.JOHSI CAPACITY:ENHANCEMENT.PROJECT '. - •' PASADENA- - HARDY AND HARPER ' -mm-- :$461,523.06 - ' :....__._14=0965:.:.>,,;..:__:...:.:.`1-1::_.:.::-:::::: ":TRICON.WINCHESTER MENIFEE - -WOODBRIDGE PACIFIC GROUP -- $249,815.00___.. :: .:::1-4-0966: '.'".:.2 -NEIGHBORHOOD'STREETLIGHTS=PHASE II ., • SANTA ANA` -_." : "CITY OF•SANTA ANA '$823,888.00 ' :::14-0968:... . CVTINIC-MULTI-MODAL TRANSPORTATION SEG."6 "" • COACHELLA VALLEY GRANITE CONSTRUCTION $1.999 694,00 + ".`,140969• .. ... , . KPC PROMENADE ,- ."..... ...... ..-._.. •. ... _ SAN JACINTO -_. ..._ ` : MOOTS COMPANITES. ... • ''$576 977.00.,, . : 14-0970 SPROUTS NO 465 ' APPLE VALLEY •" AGI GENERAL CONTRACTING . .... ._$366,975,00., , ' 14-0972 FERN AVE.'AND EUCALYPTUS-AVE.TRAFFIC SIGNAL. _.. .. ... ......CHINO._. _ _ , .....1,i..._ CITY..OF CHINO. .... . . ... . $1,146,360.00 .' ' 14-0973 STEWART ST &PENN-SYLVANIA AVE.SAFETY . . ....SANTA.MONICA . _ .."., .",. ,, .EXCEL PAVING:....._-"..........."_.. ,_: ...$1,250,519°00:....... I 14-0974 . _ . . ....JACKSON ST.IMPROVEMENT.PROJECT........... . INDIO_.__._. ...... ..._' ... GRANITE.CONSTRUCTION,:..._....._ ',..:... $431,000.00......: ' 14-0975 - SHADY VIEW-TRAFFIC SIGNAL IMPROVEMENTS-. . • . ..CHINO.HILLS .. . .. ,. ... . . .......... TRUMARK HOMES....:....... ::.:..... ...._ ....$443;632.00.:. 14-0976 v- ... WEST WHITTIER/LOS NIETOS-.MINES BLVD. . . ._ ,;,:,;.....,,_4............ . LOS ANGELES .�_._ EXCEL.PAVING . ., ., : $8I�,6...1...0.0:.... ., 14-0977 . _. ....... . ._SAN.MARCOS..-.._., .. MERITAGE.HOMES...:. .............:::.:." :::..-$381;507:00: ':' CIELO SRAFFIC SIGNAL__. 14-0978 PRESERVE.PINE.FRONTAGE ... . . - ' _ . _..... .._..................._, ' •_. .. ..ALL:"AMERICAN�ASPHALT.s.:- _ ,•:'��:`$19;724:00::..:: ___ __. . : . ___ . CHINO ....,._. __ ..:.... ' . __._..-DUSA(PERI/RUBI) _.... .__..._.. 14-04Z9 _. .. . .. • . .._. .. _ _ __.____..:..._• ----.._. LLONTARIO w. .. "_. :_.-'-._;,,.�,...:; LANDSEAHOMBS:: :..r:..' .: ':--- ;".-::$106,8b7.00:.::.._ .. 14-0980 2022/2023.ARTERIAL AND MINOR STREETS MAINTENANCE . .: ..::.....:.:RIVERSIDE.:.._: '.'.:::::..:• :..._ ALL AMERICAN-ASPHALT " '", `$1,490,938.00 Page 4 of 7 • - 1 ACTIVE PROJECTS 301e0' .4�.Iy p H`}` �'�:� to 'a�� .�"I�1Q. <�'a�.Q�.{� a`` �. Q�:A U _ �.5:;;,.:'e,� 'G1iI�'e�lt� �^.V�r�R:t?�+ _ ..,�. :•.is`�t:+>°' <,� � '':,"'�".�. `tea �:�� .µ.n •�.� r�s¢x' 2 ¢.s .�__._ .,» '"� 03 .-`.� •:.,.A.`�3ai:.�-?�:ssL. ,„,J� y.1 l �Y ,{ � +4 .F ;.a;.{.� vi5.A �. 9 .,,Y.�•.. `. ,,.�.:'if a�dY�t ..,a a .t e„ `,..Y'�aL�"�3 �is:.�::. ... s;.>d .�^i.�i... �: i�"°�>. .. ._„.. ., ...>_ '3.�s : x& 4 - . 14:0981_ : . ..TRAFFIC SIGNAL AT BALDWIN AVE.AND LIVE-OAK_.-:. ...- .. TEMPLE`CITY'-- ::':.- -^,:-'.:--...:.:..:.:.::;CITY OF TEMPLE CITY ':$433,740:00- _ ; 14-0982 COLLEGE PARK-_OAKS AVE., ...... ,-.-„.-,_. • :.,:-`CHINO:. .:,:;:. ":.::.ALL AMERICAN ASPHALT $93,392.00 ,14-0984 ,. . . P.ORTOLA AND JAMBOREE INTERSECTION:: ° ::::;': :._:_:IRVINE.:... _. .. HILLCREST CONTRACTING $11,742.00 . ..14-098 ......... ... OLYMPIC BLVD.AND:26TH.ST,.::,.: :': - '.;:-.;:.:-SANTA MONICA HARDY AND HARPER . $100,841.00 . .14-0987 _ .-......BLOCK 3A,TRACT.16420,5'STREET IMPROVEMENTS:-_ _: `CHINO. _ ALL AMERICAN ASPHALT _. .- $373,120.00 1.4-0988_,.... , CARSON ST._BEAUTIFICATION.PHASE It PROJECT • HAWAIIAN GARDENS ` _.-_. — ` -HARDY AND HARPER :$1 593,974.00, 14-0989... . LINCOLN NEIGHBORHOOD CORRIDOR STREETSCAPE SANTA MONICA .•...• CITY OF.SANTA MONICA . .. $5,118,202.00. ; _.,14-0991,: : :,:_ "_:.SBA-MAIN ST:"PAVEMENT:REHABILITATION LAKE ELSINORE ALL AMERICAN ASPHALT_ • $2,489,128.00 :._I4-0992_::, :-°'_-___-_ CRENSHAW BLVD.IMPROVEMENT PROJECT' INGLEWOOD ALL AMERICAN ASPHALT .__. .. i $6,148,000.00 - : ::•14-0993: I STATE STREET IMPROVEMENTS ' _ - - •,•-': ._.' SAN JACINTO R I NOBLE ._ . __... _ ... ,. ' $280,180.00 • 14-0994 ` _....• PRADO TRAFFIC SIGNAL MODIFICATIONS • --TEMECULA... .- . .. ._ .. MERITAGE HOMES__._ ... ; $359 271.00 14-0996 DOWNTOWN ONTARIO LUXURY APARTMENTS. .... . ;....._- .- .---S.:ONTARIO.' -... • _ _ C.W._DRIVER.:..:..,._............. . .. ....::$159,940:00:.::' 14-0997 ' TS MOD.AT WARNER AVE.AND WRIGHT ST.: _. __SANTA _.... -- - ... . ., _. ANA __ .�... , _. .._CITY OF SANTA ANA - .- . _ -�='$562;868.00";i --14-0998 . . JEFFERSON DEL ORO STREET.LIGHTING MENIFEE ':.,':. ..WI :-:::...'. ..... ..... .... .. .:.:.: '`$136,094.00::: ' 14-1000 COLIMA RD.-CITY.OF WHITTIER TO.FULLERTON.RD...._- ......_. _-._.WHITTIER..._.. .._....,,,.:�:„:-._-_:SUI,LY:MII:LER CONTRACTING:=:;,>- -: . '`...'.$6;224,908:00.... 14,1001 . . .. VAN BUREN RESURFACING......- ,. .. . WOODCREST..:;.. ;;:':.7.:::' -,.....:..-.ALE AMERICAN ASPHALT •• :`::.'.. ::::$514,758A0._ 14-1002 . . ...VENTANA.1B BACKBONE ,.. FONTANA:.....:..:.. ..:.:.:. ',.'. .. ....``FH.IIHOMEBUILDERS,'INC... - :, -.' .$640;360.00- 14-1003... . . ..DAY CREEK CHANNEL BIKE.TRAIL IMPROVEMENT _,.:. ;.:::.:RANCHO:CUCAMONGA':": ;.;.:::: U.S.BUILERS.:&CONSULTANTS µ S232.060.00 il .,... .14-1004 ... .. ... __._..::.:DESTINATION:CRENSHAW :.- - :;;. :....._ , :::::LL::-„LOS-ANGELES:::. - -— BUILDGROUP ._------._--_ $66,200.00 I.;._.14-1005...: .:: . . _ ..:. _ RAMONA-GATEWAY PHASE II,. '-' PERRIS _.-` FULLMER CONSTRUCTION - , $678,596.00 _14-1006.....-- CITYWIDE TRAFFIC-SIGNAL SYNCHRONIZATION PROTECT - SAN FERNANDO — ,._ CITY OF SAN FERNANDO'.,. : $91�750.00- 14.=.1007T-`: :. UNSIGNALIZED.INTERSECTION.SAFETY _ _IMPROVEMENTS ' CULVER CITY ' - CITY OF CULVER CITY ' : $463,407.00 . ............. 14-1008.:::,;..:_. ._.::::::::_:::::..MUIRLANDS&. x STERLING STREET '..-IRVINE HILLCREST CONTRACTING . -$25,881.60 14-1009.:::::: 7-N.IRVINE.CENTERDRIVE_PAVEMENT REHABILITATION_. . ,, _.... IRVINE ONYX PAVING $495,180.00 . :14-1010:.::;= - RANCHO AND LAKE FOREST STREET IMPROVEMENTS LAKE FOREST' ' ' - ALL AMERICAN ASPHALT 7... -.$786,361.00 '._ :14-101:1' ,. :.: .~ . ..: ............. . ....... PD LINK PHASE 2 PALM DESERT . GRANITE I .. .__ _GRANITE CONSTRUCTION .............. . :._.._$158,870.00.......... ; 14-1013 WOODRUFF AVE.PAVEMENT REHABILITATION PROJECT ' DOWNEY. RJ NOBLE.. .. ............_.. ,,.., $65,120.00. 14-1014 COSTCO W HOLESALE HIGHLAND NEW WAREHOUSE.:..,. , HIGHLAND . . W.L.BUTLER..CONSTRUCTION.INC.. .. i '.. .-$254,854.00...... .: ' : 14-1015. . MOVE CULVER CITY 2023 CULVER CITY..._... . .; .STERNDAHL ENTERPRISES LLC....... .... .. .:$271,082.00 14-10.16. . .SEGERSTROM AVE..AND SPRUCE ST.TRAFFIC SIGNAL..... ............. . .:SANTA.ANA:.....-,-..:..`: , CITY.OF.SANTA_ANA -: :_: $642,628.00., . 14-1017 CITYWIDE PEDESTRIAN CROSSING UPGRADE PROJECT.. ._LA.CANADA FLINTRIDGE .._ ..CITY OF..LA CANADA FLINTRIDGE' --..$679;843:00..... 14-1018 .ARMSTRONG FIBER COMMUNICATION PROJECT.. ....__, .,..,,_IRVINE„__... . •,:: ,, . ._ ANGELES:CONTRACTOR,INC:-- ,:M::. $183'523:00 , ' 14-1019 ... ..ON-CALL.TRAFFIC..SIGNAL MAINTENANCE.. . ........... : .EL.SEGUNDO':.::.-:....-..:.- :":1":_. CITY OF_EL SEGUNDOI,L,_::::- " ::.:. :-:.$0:00 _. : 14-1021 ... DOWNTOWN GLENI)ALE SIGNAL AND MOBILIT"L __.., -_._ .. ..... _.. GLEENDALE717 =:: '- CITY_OF`GLENDALE--- _11,___:::_.2$8262;888:00:-.- 14-1022 WALNUT_GROVE AVE..AND BROADWAY INTERSECTION... : SAN GABRIEL ;:::w= .'•. . - .SULLY.MILLER::CONTRACTING $387,1`27:00 ' 14-1023 _....LA CRESCENTA AVENUE REHABILITATION PROJECT:.:- ,•....... .GLENDALE:`.. ? ALL AMERICAN ASPHALT'._., : '$1,978,457.00 • • Page 5 of 7 ': ACTIVE PROJECTS be.l o; elecnor -- .... : -•< _.� _ .. :� ,��. .,,1:,�k ..�i, _�.:� .. , . .�-:;.._ . , ~--=m�'� r. A zee.,,.,:: �" ,.. . gym;. - ,� :.;.;:, * R _.IEC ;x»' n ��:? NANt7G UC" �a rnd $d ;:•�1!ALIJE= ?. 1471024. . GROVE.AVE,_AND.HOLT,BLVD..INTERSECTION..WIDENING_ :...:.... ONTARIO`" ;...::....::.:SULLY-MILLER;CONTRACTING . $1;391,535:00 1.4-1025 . . . DISTRICT 1 SOUTH.BEACON.SIGNAL IMPROV:":-;.'1':: .,..:.:;. :`-.:. :IRVINE`: -' " : ' - HERITAGE.FIELDS.EL TORO,LLC 7 -"$872,500.00 , 1471027 . . .SUNSHINE GARDENS ......:....""---1--..ENCINITAS . m' WERMERS'COMPANIES. $36,985.00_.," . .1.4-1029....._. ... ' ..PROJECT.VIENTO IT::: :. .--:;-" ::....`._ -.' DESERT SPRINGS. -. . _,. - BERGELECTRIC _$52 000.00._.._ .- 14-1030 _. SAN TIMOTEO RD.-AND:AND':NE'VADA ST;POTHOLING ` -. .-. .... ..REDLANDS.., •.._...._. . . . TRUMARK HOMES. $427 508.00 14-1031 - .- :".. ..::::. ,. :. T:T 777 N..FRONT Sr - ...." BURBANIC^ PORTRAIT CONTRUC.TION :. . $463 354.00, ,- 14=1032:-•' WALNUT GROVE.AVE.STREETLIGHT INSTALLATION -: .—. •.._... ROSEMEAD . _ . _..' • -CITY:OF ROSEMEAD. .„ _ ._. '.. ..$619,256.00 ..14:1033-._.: TCC ACTIVE TRANSPORTATION PROJECT &PROJECT C` ONTARIO ..._ _ ALL.AMERICAN ASPHALT.._. :._-;$2,949,,200.00 ' .14-1034-. -GAGE INDUSTRIAL BUILDINGS 1&2 HUNTINGTON PARK.. . FULLMER CONSTRUCTION ......$163,792.00 ...; 14-1035 __ CARIv1ENITA RD.AND IMPERIAL HIGHWAY WHITTIER.. .. COUNTY OF-LOS.ANGELES._ . ...... w,.. $746,593.00 : :::..14:1�036=-.`' ..-:::__' :...TRAFFIC-SIGNAI:IMPROVEMENTS(2024) .. . ,PARAMOUNT CITY OF PARAMOUNT $048,488.00 . ::-:.:14.-.1037.7. - .' ..REDLANDSBLVIS STREETLIGHT.IMPROVEMENTS- -. . . _.:MORENO,VALLEY`..... ::::-::.•.:.... ':CITY OFMORENO VALLEY S2.20.7135;00 14-1038. ' ANNUAL CITYWIDE RESURFACING&ADA-IMPROVEMENT. ,._:: ...::... -PASADENA. :. .:. ALL AMERICAN ASPHALT......... . ...: ._$0.00- .. ', ".:-1:4=_1039-'::: . .---- .STREET LIGHT RELOCATION BELLFLOWER . ._AZURE DEVELOPMENT.. .:.. ' . -2 $4Q, 5:1;0Q.:.-::-1- : ., 4J040- `BLOCK11:-STREET.IMPROVEMENTS:='r:;.::. :::'":.,:^ _`::... :-.7CHINO --: ALL'AMERICAN'ASPHALT S1382i461;00 1.4-1041. . CONSTRUCTION OF_TRAFFIC:SIGNAL IMPROVEMENTS ::' :VARIOUS`OCLOCATIONS :.;:".::;:: :. -.. -":OCTAM .-;-_- : _--:: >-:$451T664.0 14-1042 TRAFFIC SIGNAL MOD.MAGNOLIA AVE_: : : -- ::: "RIVERSIDE '--_:-:":::`- ` - PARKWAY.CONSTRUCTION.:' ";: :_:'$34.888.00- 7.7.2.1.4-41043: :_.:.� ::;::'STREETIMMPROVEMENTS MILL CREEK:RD - ONTARIO ALL AMERICAN ASPHALT .$16�. _....114-.1044T7 - .:.:SOUTH-MALL PARKING.LOTMAN:AND 6TH:STREETS1.: ":. --:..:.:,;.,...:-CORONA ,:...;::<_.-- _. .:. • •_R2BUILD -•- � - -$i 179:8I 0Q ' 1.4,1045 ON-CALL.FIBER-OTESTING-7-_ PTIC .. " :- . :GLENDALE ` -. -772 -CITY OF GLENDALE` -.. ___ • -- ' .$3.500 � - _ 000.00'14-1046 GRACE PARK ... _INGLEWOOD. ...•: .. . PULTE HOME-COMPANY,LLC-.-`:'.'.` `:- 56.j,3$,QQ= 1471041 :..• ::.-.HACIENDA:AVE:.:STREET IMPROVEMENTS-'.. • •':; - DESERT HOT.SPRINGS- ALL AMERICAN-ASPHALT ' $1.419.560.00 . 14:=.1-048 ::. ::::TRAFFIC:SIGNALS AT'FOOTHILL BLVD.AND.VERDUGO ":',: 'LACANADAFLINTRIDGE . : :CITY OF.:LACANADA:FLINTRIDGE- . "..:;;5743:474:00W..::.:.'_ 14-1049 ATP CYCLE 5-VINE ST.AND B ST.BIKE BLVD": ' _.': ONTARIO ",.,".....:`r ONYX'PAVING "$648,004.00. .. - 14-1:050..::...: ::.,4:'::4:...>.:.- ..:.2023/2024.SB-1 STREET MAINTENANCE RIVERSIDE ALL AMERICAN ASPHALT ���330,OQ 14,1051 O SERRANAVE:`REHABILITATION-PROJECT: '•,.._ _... :..',.::::: '':'::::":.:'::ANAHEIM.:'.:..: ....:.`::. :.. ALL AMERICAN ASPHALT $169.Q82:00 14-1052 .. 120THSTREETIMPROVEMENTS'... :. ___. .'..:...:—"."..1.'...-. HAWTHORNE- ..:-.:...- :;Y.' --- - T.. SEQUEL CONTRACTORS:........... .. . -`.$30626:82'_..::A :' 14-1053 VEOLIA . SAN.DIEGO ..ELECNORHAWKEYE_.:" - ..,:._ 0.90;_,_ ....14-1054-.- :.::: �___:: PAVEMENT MANAGEMENTPLAlin,: :.: : •" : LACUNA:WOODS _ . HARDY:AND�HARPER. $55.91 :0 14.._1:035' ... -- :"....: :..:.:' 'BEVERLY PLAZA-.9279�"-. -.. ..,..,,.T":_:......,....• : 10S.ANGELES_..... -- _._::BUIL DGROUP:: ::.. , - �:S?4.63�:p0"� .. .'14-1056 CITRUS AVE.AND DUNCAN CANTON RD. 0' TANA _ _ II'IIOIVIEBUIL ERS'INC: ". _ _ $8 2 606 00 14-1051...J. •.: `HARBOR:BLVD.CORRIDOR TS SYNCHRONIZATION 'FULLERTON• : CITY OF FULLERTON , $1,5S8; 2,3:00 ;., :.:.14-1058:. ' -- ______...HAWTHORNE AIRPORT.REPAIRS -. ..:_-... _ :::-.HAW T'HORNE..::::.,.:;.•;° _- :_ .. . CITY:OF HAWTHORNE::. $6:00° 14-1059. INSTALLATION-OF PEDESTRIAN.HYBRID BEACON::: :::- .. -..PASADENA- -....• CITY;OFPASADENA.:'" - - :•`:),,.':_:$258.:54 :00m 14-1060.1 :BRISTOL:ST:.IMPROVEMENTS', SANTA ANA y: SULLY-MILLER.CONTRACTING.._ . $ . 4 9 �Q9 ', .::-14-1061. ::.W:_7AM13OItEE�RDJMICHELSON-DRY PFIIPSTRIAN:BR1DGE:--.:: TT.: - RV:-m,IINE-::-T_ _'' MS.-CONSTRUCTION '$37.2,52 00 14-1062---` ,,---.__..._----_:.. :ONTARIOGATEWAY . :"... .. „_ : : -''ONTARIO'..- :`.` : MOOk.EFIEIjD CONSTRUCTION: , ..495 998 0(1--- W •14-1063 CO CAMP RD.2C-1 &GIBBY RD.WEST IMPROVEMENTS RANCHO MISSION VJEJO ALL AMERCAN:_ASPHALT. .' , . ""$61.1:622,00-'---:, 14 :-1064 . ON=CALL TRAFFIC SIGNAL'AND SAFETY:-CONTRACT F LOS'ANGFT:'ES• - • COUNTY OF:LOS ANGELES' $3.759,261.00 Page 6 of 7 . .m...., - - ,.......... .....W.^.*, , ... .... ____ ACTIVE PROJECTS ,belco, -eleertor 3/28/2025 h.-77:**.tar7T-1• 'Or "1‘.:,::',.....%---,-Trrtitit,,:r, "gre,,,,.... -,.,..-,•:...ii,r, *****'•:-:,,,:,. . 1:::••• ••••,..-;%.:z....r-:,...;,;, .,:.; .,,..,... Tit:.,,;,-, --.-,‘7A, . --...:.:„,,-...e.,, _.,,,I7F:-;v.,,vi v. /.- 0, .4,, ,,, .,,,,,i i. ** .,roi ".' 3.4\4:* .'.,•*1.t.;'.:4!:. 1 itiii:: :„.r, ve,01, .....A;cyov. ift‘ti•:' . , f„.,-...-i,,/,-. 1„6."„V.,.- ,,-,, .0,-, •.. — ,...71 ..,,,,erv. .,;‘,„- -.7 4110, -...,„:0‘,,.,,,,,,,,-.„, , ,J I( ; _ il 1 1,,,,,,,,,42...t.....,,,,/. . ;„,„ , 8 LA.k.,„ ...0.,„:,; -,,,c..,:to.;:•-.0-,:f.4,41 i..';: *.:4:441/11,„41*,At A,14.1 .*oli ,,t,2Z '' '''*T: .,..'I. 1***1 '''''- :*'1. $A.14**,,* ' V r .....A*;*; ff, :::‘,:6;.,,,142.a., e ,..:c'n......1.44`::....."-**. .., zo,*.......1,,v,t.10:::..- ,,,,. ,,,,,* * ..-14."--A, ,s,, .•.. ..i.-,..:: ....-....c:tir.404...- 1..- • ... ....*1.4,... 1,L1:-.1; ; ,;..,.. . '..,...1,• , ...,,,i,x1.0.*r rt 4.,4e,,,, 4 ,.' 1. 'Ana,. r 1 14-1065 GITANO ", .'.."'"-- - '---- - ' - ------ IRVINE:2_, _' -_ :7_HILLCREST CONTRACTING ..,- -- , -.2 si 0.85,0i) "..144066--- ----- - - - : — CADENCE AND CULTURE IRVINE HILLCREST CONTRACTING' '' - 11.' .:$61.717.00 - , 14-1067 FY 2023-24 ARTERIAL AND RESIDENTIAL STREET REHAB 1.- :HAWAIIAN GARDENS .. " SEQUEL CONTRACTORS $97 25,00 ,1 14-1068 CITYWIDE TRAFFIC SIGNAL IMPROVEMENTS -' ' -SAN BERNARDINO''__i_. _ , CITY OF SAKHERNARDINO 1 __-_,._ ''- .1., 440.000,00 .., 1 -- -- - TOTAL5 Wit ili-8011.0.',, ,.. . Page 7 of 7 • 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. I. T.B.D. Name of proposed Project Manager Telephone No.of proposed Project Manager: 909-993-5470 City of Palm Desert/$2,847,759 Traffic Signal&ADA Improvements December 2021 Project Name&Contract Amount Type of Work Date Completed City of Glendale:/,$2,844,613 _ :,_ Traffic,Signal Impmyemcnts.&_Fiber,Work ,-.February.,2021 _ Project Name&Contract Amount Type of Work Date Completed City of Rancho Mirage/ $6`4345 Traffic Signal Interconnect&Fiber Optic June 2020 Project Name&Contract Amount Type of Work Date Completed 3 2. Ralph Antuna. .......... .......... ... . .. ............ ............................... ........ .." Name of proposed Superintendent Telephone No.of proposed Superintendent: 909.-.993-5470... City of palm pe4e4/$602,259 ,Traffic,Signal Modifications&,Fiber Optic Work August 2020 Project Name&'Contract Amount Type of Work" `Date Completed City of Huntington Park/$1,013,928 Signal Synchronization April2020 ,"µ ." i Project Name&Contract Amount Type of Work Date Completed ,City,.of.Glendale/$2,844,613 Traffic Signal Modifications&Fiber Optic Work February 2021' Project Name&Contract Amount Type of Work Date Completed C-12 COMPLETED PROJECTS belco elecnor - • 4 d'°c,%t`w=. -, ,,,,•. ., .i' ^y.t, .er, 1.1,i, ,,,. i y- 4, r s. .*`e tf :S .- w '''„tom : _.r,;, ', �'; .:i';... 7, rt.__r ..�QB/NU0 ,r,. ,. ,PIt© EG�L'NAME t s ''3 /('��=A If.�71 .; � ����'��L,tf �` a�. '�"'G'(1t111`��'`t��-�/�..s ld0.. •4 4,,, k_ •x_. "`c 1_� �u w.'f i7 ':#-i.. 1':. u� 3 '&.3�`. t iA114 Jlix¢s-{ . . ;14-0001.0001> ;.. _,. _• .. ' 'ALTON PARKWAY WIDENING ' -"' __ .. -� LAKE FOREST HILLCREST.CONTRACTING $115,1.10.79 = i :14-0001.0002• STREET IMPROVEMENTS_AT KRAEMER BLVD.. , , . ';.... . .. ...,BREA ,... ..._ . ....TITAN.ENGINEERING,, : .. .- --... $375,016.52 — 0.1:-003 ... ,_,:,., .., LA FLORESTA.SCE.AND TIME WARNER s•"- .:• BREA" -_..._.._ .._, TITAN ENGINEERING . •: _ ` $112,676.72 ;i '14-0001.0004 CYPRESS VILLAGE ' • -. ... ..IRVINE_-,7._..:.. .7 -11:.ALL,AMERICANASPHALT ............ ;.:-,.. :$51,560.75. ..,.; il GREENSPOT.RD..IMPROVEMENTS.... ......,, .:..:..:::._:.HIGHLAND,:...:.::.::..:::...:::::: ., MAMCO,INC. $1;724,048:57 14-0003.0001: :...:::::........::....._.._.. . . ROSECRANS AND MARQUARDT _ . ;` -SANTA`FE SPRINGS_ ._.$253,419,00 .. . . _ _._._.____._. ._.__. _.r_ ...__.___ _ .__ . .. ._.. _ _ _ _ HARDY&HARPER . �n14-0003.0002 : __ 13.25 GRAND CENTRAL PED,CROSSWALK.._..:..__,__ ,.. ........ _ _ -GLENDALE__.:�.: . ..;,_.- --.:_..::_..:.:...:..:,_...._.._:DIsNEY.;_....__--: ... _...... ; : $98,884.96 :14-0004.0001 ,_,..............:...»,v�._: _.STEWART_ST.UNDERPASS • - '- .. ; "LOMATINDA - USS CAL BUILDERS - . $551,122 10 ' .•••• 14-0005 `........ NOGALES.ST:GRADE SEPARATION, .- . '' _-_. ,INDUSTRY . GRIFFITH COMPANY. ,.,$2,426,618.02_,.'' ' :. ._14-0006 :.... -_.._ _MAGNOLIA BLVD.WIDENING....:.__;,,,::..- -: '.__. LOS ANGELES GRIFFITH COMPANY ;' _ .. $490,860.00 , 7 I=15 LA MESA/NISQUALLIINTERCHANGE VICTORVILLE, _ .RIVERSIDE.CONSTRUCTION ....$460,002.80. _,, 14-0008 .. .., _. l. RIALTO SHOPPING.CENTER. _. .-,w...., ..r , , . . ......RIALTO . ::..: ;.::. :..::..::::.:MOALEJ:BUILDERS $60;951.21 •_ , , .. 14,0009, . _:._ :.•:...... , :.<,:,... :-_.::I-15.CLINTON KEITH _.._............... -,'.::::.<:.: WILDOMAR ., . GRIFFITH` COMPANY ._.` .. $236,931.20- -.. ' 14-0010 ' _ _... L-lO CHERRY AVE. . ..._. ... . ...,FONTANA:..._.... ........-.. i...........................ORTIZENTERPRISES.....:,. .., ...; ......_.$1,673,97.1.92. .:., ..CALTRANS..ROUTE 101/134.(07.-266.104); ..........:.;... ....:r .:..... ........_SAN FERNANDO PETERSON=CHASE - -- -" �$948,095:42 _..; 14-0011 _.. . ....... , • 14-0012 FARE COLLECTION EQUIP.(FOOTHILL TRANSIT).. ." ,._POMONA.._,- ._. -•',.•... .." .. .E-C_.CONSTRUCTION : __....:.$25,000.00''..., 14-0013 INTERCONNECT AND Ts,AT.LA MESARD... ... . ,__, ,...VICTORVILLE: ,..:.. - ...CITY•OF VICTORVILLE $1,278;432.85'.. _:,.,,1470014 SAN JOSE WIDENING ATCHARLIE RD. -';; ...INDUSTRY" . - GRIFFITH COMPANY ... ,.. _. -,$44,570 00• 14-0015. - PLANNING AREA 513-IRVINE BLVD. .. ; IRVINE , '.....::.HILLCREST CONTRACTING.. __ $395,019.20...,.,.. ' _14-.0016„m` _...... ..:....: .......JEFFREY REGIONAL.BIKE.TRAIL-.,._.... IRVINE' .. ..... .............. '' ..' HILLCREST CONTRACTING. _, .... $281,000.00 14=0017 _ " CURB RAMPS AND SIDEWALK IMPROVEMENTS ;: ORANGE COUNTY. _ . • . HIGHLAND.CONSTRUCTION ,..$239,732,53:.. II 14-0018' _ _ CLAY ST./U.NION PACIFIC RAILROAD GRADE.SEP,_, ' " JURUPA VALLEY- .. ...AMES CONSTRUCTION $493,923.55 -. .:_„_L40019_..__. ._ -,. MAGNOLIA AVE.BNSF RAILWAY GRADE'SEP� RIVERSIDE . OHL-USA.:'`..' $1,489,04756 •: 14-0020 _ ____ 20 14-201 IM 6 SITE, PROVEMENTS__...._.. ,_ _PORT_OF LA._ _-_. _ :_ ., __ ._. ,.__.:, _.:.SHAWNAN________„„ .___.: $54,761.21 _. ., 14-0021 .,.. . _LAKEVIEW.AVE..RAILROAD,GRADE SEP.: ANAHEIM OHLUSA • • .. $2,069,636.82 14-0022 SR210 TUJUNGA WASH ,. SECURITY PAVING ._°_.., _ .;._._.. _$1,065,365.55 LOS:ANGELES . .........: i ,......14-0023...._. ', ... FAIRWAY.DR.AND WALNUT DR._NORTH.,._..._.....-.q'r_;,,;_,..,,_;_.....:.INDUSTRY: ..., .:::...,,.:::-..... .....PIMA CORPORATION $136,365:07 14-0024 PLANNING AREA 5B;PHASE 1 BACKBONE' ......`.... IRVINE HILLCREST CONTRACTING.. ._. , ,_-.;$174,866.30 14-0025 .... ................ AS NEEDED.. 14_TRAFFIC SIGNAL. _ ._._.._.._.___._LOS.AI+IGELES....,...............: :.::.._.._.--..:COUIVTY..OF.LOS.ANGELES.,_. $1,864,3.10.92 ... 14-0026. ,,, FIREST.ONE:BLVD,BRIDGE.._::.:_ :_:.--:.__,::..::::::,:::::: .NORWALK ! s REYES"CONSTRUCTION - -v- ` $325;428:99- 14-0027 ..- ''—TRAFFIC SIGNAL MODERNIZATION.=PHASE6--`-_ j ...,,...... NEWPORT BEACH „CITY OF NEWPORT BEACH..._ ,..$837,264.73 14-0028 . ..__CAJALCO RI)„,AND CLARK:ST._TRAFFIC SIGNALS .._... . MEAD.VALLEY ._...„.1.1.... .:,., COUNTY. OF.RIVERSIDE_....... ... .. .. $117,717,50 1470,029„, GRAND_AV:E„WIDENING FROM 1ST ST.TO 4T1/•SL.• !: sANTA.ANA • - 14:0030- 17 BASE aNt UNDERCROSSING AT ROUTE 15 . ....„ ::..RANc.HQWCAMONO.A. . FLATIRON WEST 14-0031 HIGHWAY 111ANDFRANKSINATRADR RANCHO MIRAGE • TRI STAR CONSTRUCTION • -• -$34.,.32$:0-' 14-0032 • •'••-• • CITRUS AVE • • • '! : TBRUTOCO. 7.7 . I a140033 . .......„.„ TRABUCO GATEWAY BACKBONE IRViNE . HILLCREST -,,$26,000.00 --- ,„„GATEWAY CITIES ATMS IMPROVEMENT PROJECT •.•!"--- LOS ANGELES • • •71-couNry OF LOS ANGELES •••• $1,211,38745 .'"ICO-03.5I riAlutta-TOKttlf.tr TURN LANE AT VISTA PALM SPRINGS_ : • .... 140036.. ROUTES...RDSECRANS..(CRINNE-OPERATOR RENTAL) NORWALK. •• • ICK-C614811.ucTiON $I800.0o 140037 • • HERONDO ST1HARBOR DEL GATEWAY MK:, • REDONDO BEACH ['• PAVING 14-0038., cIENEQABLY.D.7.0LYMPIC,TO:AUU)ROME LQS ANGELES • CITY OF LOS ANGELES $1,178,41936-', 14-0039 • B -Aki-TAMiiixtvgnitEt IMPROVEMENTS — LOS ANGELES US$' CAL BUILDERS ....$04,131:34„ 140046 WILSON AVE./HARVEY DR.,AND_BROADWAY ,_GLENDALE_ ...CITY OF:GLENDALE „„ $338,632.43 ..„, ..„,.„.,.„-MOORFARK ST.WIDENING LOS ANGELES-••••••••••••---- GRIFFITH COMPANY•• "":$2487180":213--• '!•-•.•••••14-0044.--I STREETLIGHT IMPROVEMENT • • NEWPORT BEACH: CITY OF NEWPORT BEACH . . BREATRAFFIC„_LIGHT SYNCHRONIZATION-..... • ---ING.LE.W.O0D-- : CITY OF INGLEWOOD ! $537,550.00 -----------1-10 AT JEFFERSON STREET IMPROVEMENTS ! INDIO- - • •1 :' RwptsiptcoNSIX10-Cil'Og.7.77. '-$1;00.,469,99":: SPRINGS 6)„BRIDGE&„TRAIL.IIVTPROV.,, „ HILL CREST,CoNTRAcTING___:. ,$.234,49.6.07: _14,0048. IN-FILL STREET LIGHTING AT FAIR OAKS AVE.'•• PASADENA • - • • •• CITY OF -- $113,400-.00" • • 14-0049 ! „ RIVERSIDE DR AT.cNTRA1.,`AV . CHINO • CITY_OF CHINO„ 2„.!ti .:IN7F.ILL.sTREm‘,LieHTING_ATEAST=C04...ORADo...,.. .„. „PASADENA CITY OF PASADENA $690,93 :53.. i•••--14-6651 1 ----CA:4E40-0AL PAVEMENT RESTRIPING IDIWPA TT".ALL-'AMERICAN A011ALTITI • .$S1 00(00.2...7. 1...:1476052 ELY.D...AND_LAISMERTAD: , _ ..SHAWNAN- --..„$212.235.47---- -14:0053- I. GILBERT STREETIMPROVEMENTS-;,--- •• • --1 Sr - - 'ORANGE "!! ..ALL AMERICAN ASPHALT.......... •••-•$496,555:06-- 14-0054 BICYCLE TRANSPORTATION ACCOUNT TEMPLE CITY. _$18,861.70. 140055 . !! LOS ANGELES LOS ANGELES ENGINEERING • $380,633.90 14-0056 • BEAR VALLEY STORM DRAIN VICTORVILLE .CIDUFFY CONSTRUCTION '•• $178,345.93 14-00.57 GREEN RIVER.RD.,WIDENING: CORONA SULLIWILLER.CONTRACTING — 5800,11935 14-0058 ; • 1446SAtANCHESTER AVE:- • • • • .! ANAHEIM • • "BERGELECTRIC‘CORPORATION $16,830:00•.• — • 14-0059 RAMONA EXPRESSWAY ST.IMPROVEMENT .! PERRIS,„ ALL AMERICAN ASPHALT , .......,,DitEVEKDR„AND:WST.CUFF.JALREHABILITATION NEWPORT BEACH • ALL AMERICAN ASPHALT .$708,517.83 .; 14-0061 SIGNAL MODIFICATIONS AT:OLD RIVER SCHOOL DOWNEY . .. CITY OF DOWNEY 140062 WC FIELDS STREET WIDENING IMPROVEMENTS LOS ANGFI PS - USS..CAL BUILDERS ........ • •••14:0063 • PT2ef14l2015 liAVEMM-RatABILITATION ••••••ONTARIO- - ------ALL AMERICAN ASPHALT -----f3"4;1300:06 14-0064 SFJRJNERS kcgClilitRgNMEDICAL CENTER . :PASADENA__ : EERGELECTRIC CORPORATION...„. CARSON POWELL CONSTRUCTORS $3,330,603.62 14-0066 v FIRESTONE BLVD:- • •;$ NORWALK i COUNTY OF LOS ANGELES $7 .,,. 17,614,21 •t, -. TUSTIN RANCH RD.AND.IRVINE BLV.13;.; ;I 14-0068 VERDUGO AVE7S1111-ErfUp -BURBANK • • ...„. CITY OF BURBANK '$518,425.53 • .. • , .,.. _. 14700.69_ .*Ili.... .. .. :VOalliTLIL.,lARKWAY_WIDENINO ...__...,...J,i'.::„... .___„. .,..,CORONA._.__,---- .-- A1,1,..A.MF-40CANASVHALT ,_., i____.$573,9.0.7.16.. ...i i i .. .. ,• I L„14,0070. 1--I: ,..... ..... ._. .. . .... ._ LOCUST AVE.A'VE.STREET IMPROVEMENTS .'-: RIALTO .... ... ' VANCE CORPORATION : 77 $45..0;327,78- ! 2.....I4-0671„.„..i i,,..._ TRAFFIC.SIGNALS.AT ANDERSON AND.PROSPECT_7.....L 1....... , LOMA.LEsIDA .---... - istitctLECIiiiC,togPoRATION ,1 ..$318;1$600.......... .:: ..,14,0072 ...! !,., , v.STREETREHABILITATioN..,.arywrDE(13/14) :i 1 POMONA - ALL AMERICANASPHALT--.""T -,•••-..$1;166:98 14:0071- i•;''' 1 . BRIDGE SYSTEM -. 7.... i! 1---.T -.. INDIOIT. .....'...... .....,,.... ...-7IMPERIAL IRRIGATION pts'AICT. : -.. .....V243,716,001.-. 14;997*..I.:1:1... .„:7 ..iityliit...Bleyp,PFDEsTRIAN.0yEacROsSING.. .,,,..,..!! L....___ ..... IRMINE. „„, , ,....„)... ...._powELLCONSTRUCTORS -...' - $491,527.15 ! !. 14-0075 ' '' -' CIIERRYAVE.-BETWEENfOlu AND 20TH--"- ' P----SIGNAL HILL ' • r- ALL AMERICANASPHALT 7.--7 -$7,40.0.49--- 1 '.:.. 14-9916._..i.c' . .....TRAFFIC.SIONALS,AT....AMETRYST AND HOOK .,.7‘.,i•-. .. VICTORYILIE .._.--. '.,, ;WY.OF..VICTORVILLE 1, ......„$372 .09103......-:: 14,0077„..:1;,.......,„., SR91 CORRIDOR IMPROVEMENTS .- - -::i :'''''.-- --CORONA i---------SELECT ELECTRIC -----:--1 ,-$1;060-,060.00'"' .. : :. 14,36787 ,177:7 .....: VALLEY VIEWANb.A.Doug:SIF:.'TT:.T...7.:- .., :T. . '-.LA MIRADA „ i !„......„.. CITY OF.LAMIXADA:.,"1,.".. 1: ii6224;‘,10...1$..1....--.! .: L._14,0079 I 1...... ,.., ... ___;„„,•.... ...„....1„.„,SHORELINE DR......,.. . - „--,- :„_.. ..LONG BEACH ALL AMERICAN ASPHALT ;' $193,591.12 ! 7.14:13080.-- !,--------- -ORTEGA RI).RECONSTRUCTION 77.-.7- .- :'. F.—CATHEDRAL CITY...-.....: -..GRANITE CONSTRUCTION $63 100-00 •'' : .- ... . .. 2 .T. . • ....14-070iii, ?. 1:`,- .,' _ . ,1:14F:Mouisli(TARKINO.L.QT..._.___ ____i L _..... ...RIALTO, . ., .. KASACONSTRUCTION,_......., ........$90,93.5,87, ,..„_•,' : 147.0082- ',.i--- -- _ „.. ...BICYCLE SYSTEM GAP CLOSURE--" ' ... ",i,f:.....- - • LONG BEACH-"- - :"""'"-SULLY-MILLER CONTRACTING '. . $336787.-21-- 14:0083 f::1 ALTON PARKWAYTREET IMPROVEMENTS_- . ::.; '`IRVINE ALL AMERICAN ASPHALT .. ...,i $030,141.53 L,....140084_ i LAUREL ST.BEAUTIFICATION..,..GMH_ . .. __.-, b___,,_,...._ GLENDALE__...... ...._....,.._...ALL AMERICAN ASPHALT $238,383.98 _ 14-0085.....'., J.-••-•••'•' 7AS,NEEDED2015-16TRAppje:SIGNALT --....'7.f)...1....... .. LOS ANGELES .., ... ,_ . COUNTY OF.i.LOS'ANGELEST...---„i--$1,484 484.08 •..,-• 14,0086 ' 1., .....„___.... _ „ Okmc-E13.EXPANSION__... ... .... ... j,_....„_„...C.ORONA.____ ... ...,...,...BERGELECTRIC CORPORATION :,,_.___$44,734.80,......„.. 14-0087 ; PLANNING AREA-1 12GBASIN- ' -" ' -1.7"-----''-IRVINE----"-' -'-** '"'-.'.----KECENGINEERING -- -..., ' •..$180,379.25 .14,0088, i '.. .-...MAIN ST.,LAKEST,AND INpiANAii.bus AVE.. ..... ; .....HUNTINGTON.BEACH. .1.......,.....ALLAME.RICAN..ASPHALT.... k .„$7,200:04.1.. „1.4,0080_,...„.'„ i,....„., ....,moilwAYSAFETY.IMPROWNLENT.FRoGRAm..„....._2<; ,_._.. .SOUTH.GATE i CITY OF SOUTH GATE I $634,037.99 !F-142.0090 : 7.-WIDEN.145 MOJAVE DR TO STODDARD WELLS RD. ':, :, .VICTORVILLE , .. [ AMES'CONSTKICTIONI,KC.--.-_-1 7-.'$273725,528,46..-.; ...14,,0091.,..2 ',..._„ _ PLANNING,AREA 1 EASTFOOT.BASIN - -.':-. ,!......,___ IRVINE.,„.. .... ...._.. 1 ... __ KEC ENGINEERING________________4_...$159,766.83.„__ Ji 14-0092 i ; IRVINEBL'VD.'PHASEI--- "'-'-----7 T--------'----IRVINE. .- 7 BILLCREST CONTItACTING ' , $828;812.93-•"" . ...'.--I4:13693 1 ! ' CRENSHAW BLVD..TS SYNCHRONIZATION. „ ,:'! LOS ANGELES.. i !C.OUNTY OF LOS ANGELES. ,.$1,,-5,68,54.0.92 .......14,Q094 ,i I ....._____DPW/FLEET_MANAGEMENT PARKING LOT f i:' SAN BERNARDINO i ALL AMERICAN ASPHALT ', $241,873.48 r-I410095 :I '. HOMELAND MDP LINE 1,STAGE.1. .... ... ,.,-,•-.1 SAN BERNARDINO ; ALABBASI --- 7 .$126780.24 .. li....,14,.0096-,--f',.- .. SONY.S8BslyIRLANa STREET IMPROVEMENTS..,--,, ::_,...,„,,,,--,„.CULVER CITY----...,--- .1-------- -- -. .-. -.-C,W.DRIVER,- - - -,... . , --„,„ $473.762,00..-; 14-0097 -; i'.."--...----FIRESTONE BLVD.BItIDGEWEJENING--....-----.....--ii,. ','''".- IlitiTH'GATE-- •••• -- ' `REYES CONSTRUCTION '''''.. -7- ;$8.0,241'.91-'' ..- .. il 14-0098 • TRAFFIC SIGNAL INFRASTRUCTURE UPGRADES 1. .DIAMOND BAR .ciTy.OF DIAMOND BAR________Ji___.$420,871,90_.._ ' 14.,0000--, L.-.--__jA4oNITE.AyE,PAVEMENT REHABILITATION 4 ',, JURUPA VALLEY , ALL AMERICAN ASPHALT $34,000.00 14-0.104. ':. ,..:FERNWOOD.AVE.&BULLIS RD....TS IMPROVEMENT ,' ' - - -LYNWOOD- ' ' -C.... ' CITY OF LYNWOOD .' ..$224318.00 . ....147.0101.......,1 ',. MAGNOLIA.ST.AND.lioLsA AVE TNT WIDENING „„...........I.,......WESTMINSTEIL.....,„:......„...'. ._...... .............VIDO..SAMARZICII,I,,„„,,,•,„_,.. ... ,,,,,,, 1$300,000.00„_,,,,,„: 7-J42(1102--, 7.-----CONVENTION CENTER PEDESTRIAN BRIDGE. - "!; ii---7 ---togb13E-Acit- -- :------lioWtLECORstiftfetbits----1,- 1 ,o3I-,-858:91-----: .. ,„ ............. ...........,.,.''''',........., ,, •:, ...14-0103........: ........_.......„... . RIVERSIDE DR.NEAR ZOO BRIDGE . ..... .. ...'...,!:, LOS ANGELES ....... -,__ ORTIZ.ENTERPRISES.INC._ ........,1 .„ $485,745.30. .:.....,14=0104,.,..4 .. „.„.f.LRESIO ,BIND,.-CENTRALAVE./GRAHAM AVE. i-ii LOS ANGELES ] - ALL AMERICAN ASPHALT i, $2617114.17 '-'14:61--6-$-'-'i-'----TPMiiii:*40...Vti.gAT YNEZ AND RANCHO VISTA, '. :: TEMECULA .-.... . . ... ._.,.... .. HERMWWEISSKERIT.':'.....- 2 J -_:,$20,705,00' -, . . , . „........14411.36,....., '., BICYCLE FACILITIES AND,CITYWIDEBIKEWAY...,......_: :!. . _GLENDALE : ALL.AMERICANASPHALT i,...,_,_.$183,185,41...._,' , . . . • . • . • •. . . , . . .. .._ . . . . .. . 14-0107 FOOTHILL BLVD,.FROM.ROSEMEAID TO.SHAMROCK LOS ANGELES __ COUNTY OF LOS.ANGELES , $1,268,429.16 147.0108 .. .,.._. ...RIDGE..VALLEY AT MAGNET SIGNALIZATION IRVINE .. HERITAGE,FIELDS.LLC „$436,651,81 14-0109 FIC TRAF. _,,,. SIGNAL LEFT.TURN.PHASING.&..UPGRADE. ..= ., .. .,.CULVER CLTX:::...:...:...._� : ...:::...:_ CITY_.OF_CULVER.CITY:::;:::,....:..::..;:::.:, ,..:,::::.$1,035,7:14,69.... TRAFFIC.SIGNAL.UPGRADES.AT.VARIOUS LOC,. DOWNEY •• CITY OF:DOWNEY $1•,793,000,1T 14-0111.... NEIGHBORHOOD LIGHTING FOR ENHANCED,SAFETY j 5 SANTA.MONICA CITY OI,SANTA MONICA...,..._..... . ...,..$680,120,00 .. 7. 14-0112 MCGAWAVE.AND ARMSTRONG.AVE.TS INSTALL .... .,. . . .._..:.:IRVINE . CITY OF IRVINE $557,490.00" ` 14-0113 TUSTIN`ST.AND LINCOLN AVE: ‘. ORANGE- ALL AMERICAN ASPI AI.T $23.1,31388., 14-0114 • IRVINE . ., . $20,8:19.00. . ., ALTON PARKWAY-WEST CORE TECH ... ... . ...:.'._.....::...: : VERTICAL,CONSTRUCTION,..INC,...:..:. ...:.::::..:... 14 115,.,,,,. PORTOLAPARKWAY IMPROVEMENTS LAKE FOREST KASA CONSTRUCTION' _"$92,190.00 14 0116 PEDESTRIAN STREET IMPROVVEMENTS....____ LYNWOOD..... ALL AMERICAN.ASPHALT_.. .... . $177,600,00 1470117_7.:. .d. ,.. ..BELLFLOWER BLVD.AT IMPERIAL HIGHWAY........- _. .....DOWNEY SHAWNAN $451,891.87 14-0118-.... .....:.. •_ 11TH STREET IMPROVEMENTS UPLAND • , : ALL AMERICAN ASPHALT $241,94480 14-0119 `TS,AT.SERFAS CLUBAND_RANCHOCORONA .- __.._ ....__.,,_...,..CORONA..:- .. ... ... ::....._..,xCITY.OF CORONA.: • $280,225.68 •-•1470120 ; CARSON ST.AND AVALON BIND:INTERSECTION CARSON•...__ ALL AMERICAN ASPHALT $7,158 35 - n314-0121 ,._..... __•NISQUALLI_RD AT FIRST ST,> VICTORVILLE 1 . CITY OF VICTORVILLE .. - :$601,95.1.00 _ 1470122 .._ MISSIONLWINEVILLE;TRAFFIC,SIGNAL__,...-,. ;<= ......JURUPA VALLEY CITY OF JURUPA VALLEY .; $293,381:00 "'14-0123 :.....'._.. --TRAFFIC SIGNAL INSTALL AT CARNELIAN ST.; RANCHO CUCAMONGA' CITY OF RANCHO CUCAMONGA . • $1,092,589.02 _14-0124..... .................. WILDOMARSQUARE ,_ .. WILDOMAR._ PRIMUS.CONTRACTING.;,GROUP :_ >: :..:. .$120,533,00. . 14-0125 KAISER CHINO CHINO... _ALL AMERICAN ASPHALT � $163,324,35 MOJAVE T&M BARSTOW.__... .. . ::... .. _, .PLATINUM SCAFFOLDING:::..::::.....::::.... $217,405,79. 14-0.12Z...;:. TS.:AT..ORANGE.GROVE.:.AND COLORADO PASADENA CITY OF PASADENA $423a950.08" __14_-0128 REPLACE STOLEN WIREATWALNUT STREET. VANCE CORPORATION....... ............ RIALTO_... _...... : . $7,078.78 .... ... .....14.-0129. _ TRAFFIC SIGNALS AT.SUMNERAVE. w__AND...65.THST._ _ . ..r,,.. _..EAS.TVALE ;... ... .,_.._.._CITY._OF EASTVALE._= , $289,9:74.00 14-0130 TRAFFIC-SIGNALS-AT AT ARTESIAAND E:INDUSTRY :.- LA MIRADA_...__ ^_ CITY OF.LA MIRA.DA $299,490.43-._. • 1_14-0131 ._FIBER OPTIC NETWORK EXPANSION._..._... ......._..___._ _... ..........EL SEGUNDO.... .. _..; CITY.OF,EL.SEGUNDO • PEDESTRIAN CROSSWALK IMPROVEMENT CUDAHY CITY OFCUDAHY • $1,012,169.90 14-0133 BASE LINE AND 5TH ST./GREENSPOT CORRIDORS HIGHLAND CITY OF HIGHLAND $21.7,187.01 14-0134 BRISTOL,STREET.__. . COSTA.MESA 3;.._ .SULLY-MILLER:CONTRACTING $331,5.08.87.. ... 14-0135 8TH•ST.AND OCFA FIRE STATION IRVINE RI NOBLE . $370,517.79 _. 14-01361.1 . _ HERITAGE PARK .._ REDLANDS._..:_.____y...:-: . ._ . . _ . ..EBS_.._. _ _. .$55,834.10.,. ,.. 14-0137.-. _, :: FLORENCE AVE. LOS'ANGELES COUNTY OF LOS ANGELES • $2;100,816.77' 14-0138 TS BATTERY BACK-UPAT(20),LOCATIONS _...' DLAMOND.BAR..... .•.'; ,...-.---,,,CITY..OF DI,AMONDBAR -_-- .. . $193,560,00. ...11 ... HIGH DESERT GATEWAY_WEST::SITE.WORK.: ....:_. :.. _. HESPERLA LYLE.PARKS:JR.:CONSTRUCTION ...:$88,816A0. 14-0140 CITRUS ANDRAMONA GRADE CROSSING • .. ........ COVINA SULLY • -MILLER CONTRACTING • $600,651.25' . _ 14,014.IAST.AT 4TH.ST...TRAFFIC SIGNAL......... ..... _... ...:......_. . PERRIS _ CITY OF PERRIS _. $127,209,78..... . . .. :14.. 0142. ... ,...BIKE:TECHNOLOGYDEMONSTRATION SANTA MONICA CITY OFSANTAMONICA_. " $249097:03— 14-0143 ... - -_.. BEVERLY CENTER RENOVATIONS LOS ANGELES,_, ,.. BERGELECTRICCORPORATION. 14-0149.__ ORCHARD.HILLS.(PA..1) • ,.. _............. _......_IRYINE.............::.:. ::.. ALL.AMERICAN.ASPHALT ,_;:.,. �..$406,44:1..32.:.�::,.. if 14-0145 ' DISTRICT,3 BA RRANCA .. . _ ..... ......, .. IRVINE.._.......- .__-__,:ALL:AMERiCAN.ASPHALT.,... , $1,001�159.16 _.14-0146, ;.____....,,...,_ TRAFFIC.SIGNAL VDS.AT.15 LOCATIONS RANCHO-CUCAMONGA: "" ``CITY OF RANCHO CUCAMONGA `; $157,400.00-... _ 14 0147 "IMPERIALHIGHWAYTRAFFIC"SIGNAL"c , .DOWNEY :, ,.. CITYOF.DOWNEY ..... :$490,37477... 14 0148 _.", ...-.__TRAFFIC_SIGNAL INFRASTRUCTURE,UPGRADES DIAMOND BAR .' CITY OF DIAMOND�BAR "•`...' $489,769,00;- 14-0149"- ,`_ : 'EUCLID AVE.EMERGENCY REPAIRS • ,-•i _--.- .-......__UPLAND ALL AMERICAN ASPHALT.._- .:_„_: ._.:.:...:$60,775,00 ._ : :;_. _14-0150 ....TRAFFIC OPERATION__COMMUNICATION..UPGRADE.:,.,.. ':;..:._..:.._: .:., ,POMONA_:.V.,._: _,,.:-- - CITY OF POMONA --'' r``$94-7;10703`-"- :.,..14-0151;.. ,.. FY20 16-17 TRAFFIC SIGNAL REHABILITATION ‘: --•-ryNEWPORTBEACH..':'..:.;,I-- " CITY'OF..NEWPORTBEACH .• ... .'$66Q,817,16 1140152 _,-_---STREET IMPR.ON.MISSION DR.AND PADILLA ST, _, :',_ ,. .SAN GABRIEL,., .,„ • ALL..AMERICAN ASPHALT --.:::_ __..-,:,$57,768.80..... l..::.....14-0153...:._..: ALONDRA:BLVD... . ..: .... .. LAMIRADA':::':''-._..: .:. ,,,:,:..::..:.:CITYOF'LAMIRADA..-.:- -,F "-_$191,140.22 ._ 14-0154_..... - WATER WAREHOUSE#1 PAVING PROJECT.-__ .^- _ ___VICTORVILLE.._.... .. '.._- ALL AMERICAN.ASPHALT_., .. ......,$23,788.00. . ... 14-0155 .:= ..."......VAN.BUREN..WIDENING.:.:.:....:,:::.:.:;::._.:.:,_,.,::::;:.:_:,,,:.:,:::, ' ,,. RIVERSIDE. -:...,... : ALL AMERICAN ASPHALT .... $773 701.94 14-0156 MOFFETT DR EXTENSION BRIDGE. _._ - . TUSTIN USS CAL BUILDERS.... .._._... .$384,185.61-_• mm 14-0157 .._: _. ..-.. RELOCATE.EXISTING STREET LIGHT _,, _.. -. . ._ .PASADENA-_.___ ,: ". - ..._PR CONSTRUCTION -._.-$42,069.51 ,14-0159:.:::__-,:.,.--,.,_TS-IMPROVEMENTS ON SANTA MONICA BLVD. ......._WEST .. i _SULLY-MILLER CONTRACTING" $642,285.83 14 0160 • ., LA MESA AND AMETHYST ROADWAY.REHABr...". -....VICTORVILLE ., C.A..RASMUSSEN.��._.__, ..$120,800.00. ." " -_: -- -. -,.. 2017 TRAFFIC SIGNAL MOD AT 12 INTERSECTIONS ..1 ,. LYNWOOD CITY OF LYNWOOD $1;621,362 2.7 14-0162-" " " "" ' '. DAVID A.BROWN'MIDDLE$CHOOL — -- --I`I ..".WT: WII DOMAR" _. .... HB H GENERAL CONTRACTING_ , .. .-. $276,060.00. . „_14:0163 .,.. . .._.....:__. OCEAN VIEW.BLVD.REHAB..ILITATION --!-. :. ......-„..GLENDALE -„ .,............ ...._._EXCEL PAVING,: ..:.. :....,,,,,...::..'.,,,,,:,:1579,404 7-.7_:.. _...14,01 4;..,._ -.:...:...... -W,.�_...... ... ::.BASE LINE ROAD - `.` 1...RANCHO"CUCAMONGA.; •: ALL AMERICAN ASPHALT.... :. '$35,800.00-......... . 14-0165 ELSWORTH ST.AND ALESSANDRO BLVD., . ....MORENO 4VALLEX__..1 ww._ ......ODUFFY CONSTRUCTION,:.:.,__-,:�.,:'..,..L$202,000.00 ...,. 14.016b........:.... ,.........TRAFFIC,SLGNAL_SAFETY::IMPIIOV.._-AMAR RD. LA PUENTE 1 CITY OF"LA`PUENTE --"`- $849,103.38 - 14 0167 TOWNEAVERIVERSIDEDR. S . •• POMONA -CITY. m. . . $125,987.80....... .A T ..... 14-0168 ...' ._PAVEMENT_REHABILITATION-MARGARITA RD.._.-..'._.,_...:....,-,.TEMECULA. ".:....:.:.::__:>::..::.- ALL.AMERICAli ASPHALT:,. .. ___.:..$1,18,000.00. 14-0169 ' EL TORO TS-SYNCHRONIZATION LAGUNA WOODS m -;If `,CITYOF LAGUNA'WOODS-m_. - ' .-$35.4,506.60 -....14-0170. ___- .MOULTON_PARKWAY REGIONAL_TS"SYNCHRON.<< .". LAGUNA.WOODS_....._-_,1,1 __-.-- .CITY OF.,.LAGUNA.WOODS. , _ $271,101.54.,. _: ......14 0171_,.,.... .. FOOTHILL BLVD.AND:DALTON-AVE.TS INSTALL AZUSA CITY-OF'AZUSA_.... -" $353-;850.00•- 14-0172 ORCHARD HILL.NTS 11Agpi , _.. ... ._._. IRVINE KEC ENGINEERING.... .. ... .$25..1,875,77..:._. ._- 14-0.173-_., _ ...-KAZAN/.WALNIITTRAFFICSIGNAL.IMPROV___.-_., , - .._. :.:.:.........:IRVINE-.::__..:: .. -.'.,..: .. .<:.:_::-:.M_CITYOFIRVINE.:<__:__.-. .-,-,-. $395,368.24._-. ....:.......... 14-0174 TS AT KRAMERIA AND VILLAGE WESTDR ..,:.:RIVERSIDE ...._.ALL AMERICAN ASPHALT - , $279-347,32- " 14-0175,..--:I:. __........ CREAN.LUTHERAN HIGH SCHOOL. .....,_._..... .... . .__...........:...IRVINE.. .. ...s_: ., .ALL.AMERICAN ASPHALT .......:., ._$245,192..18.,___- .-.-14-0.176...� ---.-...., . _..:�__- _BARER AVE.AND 6TH ST., ONTARIO .."" CITY OF ONTARIO $633,140.43". 14-0177 ` SB49966 FIRESTONE&_HJLDRETH-.STARBUCKS SOUTH GATE,_._ W PR CONSTRUCTION. $31,175.21 ....14-0178._ _.. -::TEMP,VDS,AT,RED.HILL AVE.._. .: .._-__...... . ..:. ...IRVINE...--.": }::., SE:PIPE::LINE:CONSTRUCTION.. . .::-:$52,$7.4.00..:._:-- 14-0179 . FASTPRK SENSOR SYSTEM _._. _.--- -' • LOS ANGELES-•_,' r ___-_........... WORLD-SSENSING.. ' • $12 272:02 - BANNING..:.:......_ .....;. _.:-W_.:::::::::_.. . . -..._.. . ............. R _..... - _... EY ST.TRAFFIC SIGNALS......:_.. _ CTTY;OF BANNING.- __..___._.._ ......,.$452,979.50..::.:...: :::. :.,14-018.1:...... ... .. .SR62 AND.LEARAVE._TRAFFICSIGNAL,.V::�::":::::::::::::::._, -•TWENT.YMNE PALMS: CITY OF TWENTYNINE PALMS $551,080.55 14-0182 . ._.. .._. ... ' LOS:PATRONESPARKWAYROADWAY.IMPROV:;:.....;_.,...,. ..__ ._".MI... SSION V. .... .IE......._.JO. .. . RJ NOBLE_........_ .._ ._...._...:.,::::.., 2 .,. 5,5.71.96-.._s: 14-0183....,:_.._.-._....._.. .ETHANACRD.AND.MURRIETA.RD. ,...........•...__., ..„.._...._-.A..._:.:PERRIS.::::::::_..— :. ., t..,... ..,.;:.._._ CTTY.OF.,PERRIS:....,---,-:::--:.-:.,..-:. ...._.....$269,264.00,.... • , • - 14-0184` VENICE DUAL FORCE MAIN ,_ - .LOS ANGELES ' . VADNIAS.TRENCHLESSSERVICES ,_. $5.16,179.38..,... 14-0185 ..; STREETLIGHT INSTALLATION ON.STEWART.ST.;;,.... SANTA MONICA .,._ CITY OF SANTA MONICA` - $165",995:00 ` • _-._14-0186_„,< ,.._..:,._„.._..,m;,..HWY. AT CLUB DR.' : . INDIAN WELLS. CITY OF INDIAN WELLS $233,971,52 _.. 144188 ' I-210 LOGISTICS CENTER III OFFSITE IMPROV :.,..._ " .V RIALTO- _ .. ... ..._.; . .. __........ . _._ ,_ ---......LCREST CONTRACTING . .,. _. -:..$590,326.28 ...:: 1.. 19- . . CAMPUS.IMP.ROVEMENTS.-:PHASE.1B , ; SAN BERNARDNIO i ' ROADWAY ENGINEERING . , .. _-$192,72500_ :- 14-0 190- TRAFFIC SIGNAL ON MOJAVE DR.AND EAST TRAIL VICTORVILLE . ___ , ,,,__ ..CITY OF VICTOB.VILLE . .-.....r:..:...:..::..$417,738.30 .._. 14-0.191 ... . _ ,ATP CYCLE_II: _. . .._, _._.. ONTARIO: ... ROADWAY ENGINEERING. $64;569.00 ...14-0192 CONTRACT D2 OFF-SITE STREET IMPROVEMENTS IRVINE ..... ._._...__ ___ALL.AMERICAN ASPHALT... . l.... .-..._..$983,324,5?._._... ___14-0193 -.,_ . ._. °... ... KARMA.AUTOMOTIVEST.,IMPROVEMENTS :-,_::. IRVINE CALIFORNIA.. .......... . ......... .COMMERCIAL. $530,840.19 , d. .1.4-0194... .,.._........FOOTHILL..BLVD...AND.PALM DR..TRAFFIC SIGNALS AZUSA.. ' _.. ' " - -CITY OFAZUSA_ .;_ . $256,174.5.1 _-_ 14-0195 ' .. MOFFETT_DR',..AND LEGACY R]] . _,__.._ `TUSTII�L.........:.... . :._ SUKUT CONSTRUCTION_,... .., $1,853,032.20,.;;.„ - r....14-0196.....:...... .........:. .FOSTER RD.:,SIDEPANELIMPROVEMENTS .:,..:•" _::: ,NORWALK SHAWNAN -......... ' T$615,810.52 14-0197 TRAFFIC SIGNALS AT LA TIJERA BLVD.&'74THST.-5 LOS ANGELES ' __._.: BUILDGROUP..., ,_.._W... .. $178,586,08 .,_ 14-0198.. TEMP.VDS AT PERRIS BLVD,AND-JFK,DR. , MORENO VALLEY , _._ _ _,. HERMAN.WEISSKER _ r.. ..., $134,104.78 .... - .. ... .:::. .........,'T .A ST.AND BOX SPRINGS RD. , . ..... 'MORENO VALLEY ' •WERMERS MULTI-FAMILY CORP.' I .___.$226,385.08 -___ 14-0200 ' ARTERIAL STREET RESURFACING-ALONDRA BLVD. _ i . PARAMOUNT i i LL AMERICAN:ASPHALT ____..__.. ....._$267,20.0.00t—. _1. -0201... . ....... .. ..STATE COLLEGE BLVD.GRADE SEPPARATION : : FULLERTON -STEINYELECTRIC - • •$33,735.9-4 14.-0202 MADISON AVE.APARTMENTS ... ..._ .... ... ..... MURRIETA r._.._STEINY;ELECTRIC_. ....- .. ,..,$35,539.19__,_.:..... _140203. .,. , __ . INTERSECTION..IMPROVEMENTS AT.PCH_ ...... _ .. ..LOMITA.,,..;.:...__ . ,,,, ....._.._.ORIFFITH.COMPANY $598,271.17-:-• ..__,...14-0204 .' .. ._ FREEWAY AND ARTERIAL SIGNAL SYNCH:.. ', . RANCHO CUCAMONGA'` ' -'CITY CITY'OF RANCHO CUCAMONGA_.. : _,.$649,185,92._..: .14-0205 PENNSYLVANIA AVE.-AND 26TH St._... _ ;. .: ;SANTA MONICA.„. ,....STEINYELECTRIC.. .. ,. ,.:..__..:$94,252 38 : ..,:.;1.. -0.2 .... . -........ ILMAN,:SPRINGS,RD..AND::SH-79..NB.RAMP GILMAN SPRINGS ALLAMERICANASPHALT $207,573.00` 14-0207 RYON AND ALONDRA' • .. : BELLFLOWER_.. ... . ALL AMERICAN.ASPHALT -.� ._ ........$7,200.00.._:.:,,. 14-0208.., , ... _ ._ . . .. . . __SOTO.ST,BRIDGE ... ..... ... ,,::..LOS,ANGELES..:.._ .. ..,�__.STEINY:ELECTRIC $1,053.12 14-0209 _."WESTFIELD ._.. _• _, '._._ _CENTURY CITY ..... :"_ STEINY ELECTRIC 7 : -.. list 053.12..... ._.. 14-0210 B..AKER$T.APARTMENTS ..__ .. .. ,. . „.,... . COSTAIViESA ;,:.: -. .....:..STEINY.F.LFCTRIC _.• . . .. $2,106.23:........ .: :::....:1.4-021.1:..,,:.; _;:.:CSULB MSX.UTILITIES INFRASTRUCTURE UPGRADE . LONG BEACH .: • 'C:W:`DRIVER.. ' ' .7 _. $10,500:00 14-0212 LOS TRANCOS/EASTPELTASONTRAFFIC.SIGNALS. .__ __ . ,- IRVINE _.__ UC.IRVINE .__ _ -: _.,. „$329,905,38_, __.14-0213__ __ ,„_ _,ACCESSIBLE PEDESTRIAN SIGNALS._____.....„....-„ .._:. .ALISO YIEJO-,_.___;_, _ ....CITY OF ALISO VIEJO $100,285.00 14-0214 LOS TRANCOS SERVICE ROAD IRVINE :` UC IRVINE _µ m. $255,326.01 .. 1 14-0215 CONTRACT D1 ON SITE STREET IMPROVEMENTS . . _ _.IRVINE. .--_ . HILLCREST CONTRACTING. .. _. $233,580.03 ___ • 14-0216_...: VAN NUYS.FIRE,STATIONNNO,.39........,-.__._. _:.__,..: LOS.:ANGELES.._... .....:.... ..._..-_.._. .FORD.E.C.,INC. $232,918.27 14-0217 UCLA LINEI LOS ANGELES • KSE UNDERGROUND UTILITIES $6,862.44, . __„ 14-0218., KRAEMER JUNCTION . KRAEMER.._JUNCTION, , , KEIWIT _.. .. ._ -. _;., ,,,$2,123,291.30. . -_ ..147.0219:.. . ,. ..__, ,..:__SAFE ROUTES,:TO SCHOOL CYCLE 10 SOUTH GATE ""' 'CITY OF'SOUTH'GATE • • ::::,. . $456;258.25 14-0220 MP IERIAL HIGHWAY IMPROVEMENTS. . .. _ . ... . ..._ ..... . -.... ... INGLEWOOD SHAWNAN $1,250,$75.67 : ,14-0221 ..- : . . . .. STREET LIGHT MODERNIZATION ,SANTA:MONICA. ...:,:: ...CITY.OF SANTA MONICA $1,551,362.84 14-0222 TALARIA TRAFFIC SIGNALS- ' .,... .. BURBANK; a.. MCCORMICK CONSTRUCTION - '$231,902 00 14-0223 SB47697 SANTA'ANITA,&GARVEY.LL ._,. EL_MONTE___, ,:u ..._..-.PR CONSTRUCTION. .. _- _ $9,904.00 FASTPPRK SENSOR-SYSTEM.(WARDLOW STATION) LONG BEACH `WORLDSENSING $27,80702 14-0225:: ' `'HOBART INTERMODAL FACILITY'.(BNSF) _.._ I,OSANGELES_. ... . .......:,.._GRANITE CONSTRUCTION:.,__..:...:_. ..:. . RESIDENTIAL STREET LIGHTING UPGRADE .DOWNEY._... CITY OF DOWNEY $66;072.36 14-0227 .. 1701 E.EDINGER AVE:BUILDING J • _..__ SANTA ANA ‘VALIN'CORPORATION -... . . . $.13,1.88,21 _ 14-0228 - .......... . .... ..__EUCLIDANR BICKMORE CHINO. .,...-. :.:.:. :::: ..::=;::.... :.....:::.... ._CHINO . .. HILLCREST CONTRACTING,.._.: ,.; $0.00 ; .' .'. .::,.„...,:.:„..:WASHINGTONAVE.TRACT 31467 OFFSITE `MURRIETA HILLCREST CONTRACTING $436,642.00 .. .1441230 LOS SERRANOS INFRASTRUCTURE IMPROVEMENTS CHINO HILLS LOS ANGELES ENG,,,INEERING.... ._ .w,..:::$363,999.29.. 14 0231:._ ,11274W PERRIS:&.ELDER BOOSTER:PUMP:STATION MORENO VALLEY RSH CONSTRUCTION SERVICES 14:0232- PETERS CANYON CHANNEL.... TUSTIN ... .............. J ........ ... _KEC ENGINEERING $440,448.70 _. 14-0233=.. .._...:. 2018 PAVEMENT REHABILITATION .... CULVER.CITY;:_..:..:::...:.:..:. ..:.:.:... ALL AMERICAN ASPHALT • ;$49,198.05 .,14-0234 :.. . .. ......_._. . ATP.SAFE ROUTES.TQ::SCHCIOL;_:;;:>::;:;:...:....,:.::..:.:::' ::...., LOS ANGELES SULLY MILLER CONTRACTING ,_.... $2,396,313.53 _. 14-0235 -CITRUS AVE.AND CASA GRANDE AVE.IKNOX AVE.._...._:= FONTANA ' SC FONTANA DEVELOPMENT.CO. $535,400.84._ 14-0236.:T; SAND CANYON(PA-3 1)FREE RIGHT TURN ._.... ,,...IRVINE- ,-...-_HILLCREST_CONTRACTING $133,551.04 14-0237 RENAISSANCE PARKWAY AYALA DR.IMPROV;, .y RIALTO ALL AMERICAN ASPHALT $481,731.76..,.. 14-0238; _ LAKE ST 11-15 OFF RAMP&STREET.IMPROVEMENTS-,: L___ LAKE ELSINORE R7 NOBLE COMPANY._ _, _ . _,. $419,214.19„__,,. 4TH.STREETLTCP.-_STORM DRAIN RANCHO CUCAMONGA MURRIETA DEVELOPMENT CO:r $17,178.98 14-0240 _....... .. MISSION ST:IMPROVEMENT ... SOUTH PASADENA • AMERICAN ASPHALTSOUTH.... 14:0241. TRAFFIC SIGNAL UPGRADES-PHASE : _. .._: DIAMOND BAR ',_....... : ..CITX..OF DIAMOND BAR $413,975.50' 14-0242 ,.... UPTOWN SURFACE LOT.........:...::.:.:.........__..., .. WHITTIER EXCEL PAVING _...._..._.._... ._ $125,012:04......... 14 0243.. . 2018-2020 SITE IMPROVEMENTS..:__. .,r-... _ LOS ANGELES.....:.... ..._.:..: ..::......... -:,. ...:.._......._SHAWNAN . $14,453.93.:.:. .....::..:::.:::::.........:....,;:.:ORANGE:.COUNTY GREAT PARK 1 IRVINE SUKUT CONSTRUCTION $523,30834 EXTERIOR LED LIGHT.CONVERSION AT VARIOUS CARSON ..._.....CITY.OF CARSON ,, .,. _.___:$303,000,00. 14-0246. STREET RESURFACING.PROGRAM, ._ . !. TEMPLE CITY_.: .. . . ALL AMERICAN ASPHALT $4,710:00 14-0247 • "ARTERIAL SPEED MANAGEMENT PROJECT PASADENA ... CITY OF PASADENA.. • $97,940;00_. .. 14-0248 GENE AUTRY WAY.. ANAHEIM._.._._ GRIFFITH:COMPANY 14-0249:...,.. , . . .EL SEGUNDO BLVD.MOBILITY IMPROVEMENT HAWTHORNE .._ SHAWNAN _...._.... $2,204,218.39 14-0250 CONTRACTING _G MURRIETA_COMMONS...__.._ - MURRIETA .._.... PRIMUS CONTRACTING_GROUP - . ..1235,249.60.�.. WARNER AVE._&SUNFLOWER.TS.MODIFICATION__,• «: SANTA ANA... .. .- CITY OF SANTA ANA $72,752.00 14-0252 PARKPLACE III • ONTARIO • Y _ _ALL AMERICAN ASPHALT _$.63,212:00 .. 14-0253.... ... .. .MEDIADISTRICT.SIGNAL PROJECT -.PHASE 1. ,_..._..._.BURBANK. ----. :.._..__..._... ....CITY.OF.:BURBANK ;.. 14-0254. MERIDIAN-BARTON RD.STREET IMPROVEMENTS....' -RIVERSIDE ALL AMERICAN ASPHALT $276,035_:03 14.-0255 : _._.. ...............B RIDGE TO LOT S_.._. ._...SAN BERNARDINO. ___AMES:CONSTRUCTION,INC, .. .: , $$73,605,37, ._ 14-0256 .SAN.BERNARDINO.STREET.,REHABILITTATION. MONTCLAIR ALL AMERICAN ASPHALT _.. ".;. $69,242,00 ` 14 0258' • •• HARLEY KNOXBLVD _PEWS- ALL AMERICAN ASPHALT $971,933.77 ..,, STREET,TRAFFIC.:SIGNAL_AND-LANDSCAPE_,__.. .... :... ...._._ ._.HIGHLAND:,;:.... _2:::_,: ..:CITY.OF _,_ _ $694,557.40,- .. 14-0260 ...EUCLID,AVE.STREET&TRAFFIC IMPROVEMENTS':;;. ..........:•. CHINO ..._-......ALL-AMERICAN ASPHALT '$454694:40 14-0261..: ..: ::.. :-FERN AVE.AND EUCALYPTUS AVE: CHINO` LENNAR HOMES $342;686.00 . , 0 14- 262 1 - PINE-AVE.STREET IMPROVEMENTS '... i.. :CHINO__ .....„„ . !, 1,,,. , ._ ALL AMERICAN ASPHALT ..,..._ _ $365,320.0.1;11. . „.. . ......„(1470263 .:..._,:.....,......PAVEMENT REHABILITATIONPROORANI .:! ! TEMECULA ,' ! * RI NOBLE COMPANY- •*'''•• - 2 -- $11;223,37-7.-- , 14-0264 ' • SB-1-MAINuNAlstcF AND TRAFFIC '.'.I2 , .......T.7.........."41/.EKSM „.. _ ! ....27._ . .,_.........,..... Bs_.„..„„.. ..„..._.._..,.. .., ,..r..,....,$3 8 1,370.91......._ ............ ..-....i14-6265" ;:'-...„..',..S.... ,.......4REEN VALLY.BACKRONE,GRADING,.„..i...........--,...... „*-,..,,. ....._,PERRIS.....— .... i ! GREEN VALLEY RECOVERY - ' ---$42A91-.00*••••-••'• 1 ....14-9266 ' PROTECTED PERMISSIVE LEFT TURN PHASING-Y-1.: •**1-.-- 1--..- * -IRVINE- ...... „';! . T.. . ''.. .,-.CITY oF'IR:VINF”. .....:. -, . .....$820,034,5.8....7.1 : ........1470203_ , ._ FLETCHER PARKWAY INTERCONNECT galtOlk..„._.......„1 ..,......,....I.ANIESA. -':.:•,.- .. .. . . •kcuy.oF.1.4.14Es4k...,.,...,.... •••: .„,„.$502,136.93 1470268 . ..:. „..:. ..,....,_.„:„,...„.„,......,...„:„.„._.„.FASTPARK ' --- --1 -----ribg ANGELES - '- .1'i -. .. ' -WORLDSENSING-- - **** :2- .$18,69.L6-tf..-•- ...:14-069- -----' - -- --. - - . STEVENSON PARK I CARSON„.. . , . ( !.._. . .„.. CITY_OF.CARSQN-, ..........--.......-...„,.,.........-$5..ti,574.00,....... . ... ..,... . . . .. ,........1470271 , ,.., ., !.:•! HILLCREST CONTRACTING '':----—$274,927.90 14.-0271-*! ----.7-SAN''.10SECREEK WATER RECLAMATION PLANT- i-..-. . ... W.1.11ITIER._„.............7.: ' _.. .....*.sAx.CONSTRECTION,,LLC. .... .7.... ..... ...$95,542,06- .. ;..i.i.(14.7021:37.....-( .::„...-:.7.17.1 I....... .DINAU 11-ii)10 bOzT... .„. .. ......, ... ..:!,....... cATtiF,DRAL„QTY.... . i .' ... ...„ .„ALL.AmE.T4cAN.Aspx.A.t.T $11,631.56 14-0274 ' SAN DIMAS AVE:PAVEMENT REHABILITATION-- -! • •SAN DIMAS ...- f ••- • ALLAMERICAN ASPHALT • _...$45,70609...._., . _14702.75• !„'. ...,„OLymPlAp RD../FELIPE RD.TRAFFIC SIGNAL__ . „ _.,2 „ ,....IsTISsIONWELQ,, ...-,J: ,,,,,,....,.._SITY OF..MISSIGN.,,VIEIG,__:,...„... .,..,$35731.0.0..00.,_ .2 „,.......147027.6 .....:( ..., ,,„..,„...„.„._„...._,W.b...RLD,OILRAT.TRACE..-DICE - LOS ANGELES • .7 1-----...--VALTN CORPORATION - - --- $7,603*,20-- .. - 14401---- PAVEMENT MANAGEMENT riliGOkkg- • HIGHLAND ,' ;L ALL AMERICAN ASPHALT . .; , .$15.040,00.:,.... , ...,......141.-Ots II' ::......:1111.1 ATR,TER.a..t.STRET RESURFACING.....,_ .„—i.....---......PARAMOUNT.,„_____...1 L___.....ALLAMgRICANASP.HALT ' $216,600.00 14-0279 *AT&T*CONDUITS-:-VIOFFETT&LEGACY .•- --7! • .---• TUSTIN.„'..-.. (T .-.1 ......7...... AT&T ' .7.$194,58040.Ti.,... ...... ...... ....... ...... .... .‘ ---14680. ...-. I,GitToLAIiAkkWAYOEPLSITE.Stittitt ilkilliROV4'. : ( . .. .......... IRVINE_ ••,-. _RINOBLECOMPANY................._ i,,....$27.4,794,05,:,.........:. ....,....14.7.0281-„, „............ ..fY(201772018 STREETLIGHT IMPROVEMENT NEWPORTBEACH- '' T.----;CITY OF NEWPORT BEACH-- -, --S513304:03--- 140282---- I215 AT-scgrr RD:rg.r.EKHANGE.WintowMvNTs .;,:.,-..',.', _ TONI.F.E . 1.11 I... GUY F,..Atx,INSoN ....._ ......„..,.,, ,..$2..,3.1.9..,4$3,33.......: . . 1470283 ,...., ..... ...LIMONITE AVE.AT LIS INTERCHANGE IMPROW.,...„.f.„:1...„..„.„...,EASTVALE.„,............,.„.1:!........ ..,-..,.. „GUY E..ATKINSON,„.„.. . •. ...... ...-$2,898,004.44..•.. „.... _ „., .„-., ......,.1470284... .. . .. PHASE 1 SLURRY SEAL-ARTERIAL REHAB. . '- MORENOVALLEY-• i!! • • •••-ALL AMERICANASPHALT . $107,790,00 . . --...•__-14.;0285 • BIKE NETWORK LINKAGES TO EXPO LINE RAIL : ..SANTA.MONICA .„. -I 1( . __CITY_OF SANTA MONICA _$4,735;814.65_... --,1470286. .•.:.....-- ADVANCED TRAFFIC MANAOEMENT_PHASE.5......:„.......: .. SANTA MONICA 1! ,....•••.„CITY_OF..SANTA MONICA $2,084,665.68 14;0-281:77), .•••'•'•:•'''' -•.,.••'...NORTII.kiltiNagrilkID6E PHASE*-2 *": - . '*---LOS ANGELES •-:!:!! - '--UNITED ENGINEERING -- -'' - $451,028.73- I4:6288 ' - TRANSFER TABLE REPLACEMENT ; COLTON ............__J.:i ... __GRANITE CONSTRUCTION_ „,.._„:..__$522,68.0.17.„... .:. , . . . .. 1.470289. . . . ...‘• .... .........REPLACHoLD REAT,TRAc WIRE- - ••••.•••,,,,,.-• . •: - ..-SOUTH GATE . _i :: ... ._WORLD OIL CORPORATION j $1,777.60 • r''*-7.-1470206-..".7'---2. - * ADA--CIIIW'R-A14-P-IMPROVEMENTS ------'"!----HERM-OSA BEAGI I .. EBS $8p?440.69 .„ •140291 INDIAN CANYON DR.: PALM SPRINGS l( !; CITY OF PALM SPRINGS . ..$4 930 262.26 - . - .? , •,. . 14-0292.. . .... . .-... MEADOWS ARBORETUM ..FONTANA. .., ....! '.! „SOLLY7MILLER.CONTRACTING ....!.... $1.74,560.00....„ . - 1470293, __I.2......TAYLOR YARD BIKEWAY/PEDESTRIAN.BRIDGE. , ,, ,.„ _LOS..ANGELES.. ..„ .. „.„: ,...„..„,....C)RTIZ.ENTERPRISES,INC,......„.....((....; -$10.89,919.54_ ‘, -.....,•14,02.95-.*. --..(..• (-OVERIIILL.DIC;.;:i.LABREAAVE;TO,SLAUSON-AVE. ! '• LOS ANGELES •--.11 F-***---- * GRIFFITH COMPANY------ _.••* $2-815,:1181-0--• "1440296-- -ii•IA-5FAI:lAVE-.Agb-UARI----cii-Aiv-IsTI-TRATne SIGNAL '. -" — -"IitittiS ' i 1: HILLCREST CONTRACTING $195,260.65 .._.',. - -.140297: • CITRUS AVE.STREET IMPROVEMENTS „:„. ; . FONTANA .„ ................i!J(.,... . ALL AMERICAN ASPHALT..: ..' .-:$53-,605.58 „ ...1470298. • AVENIDAyIsTA HERMOSA... . . SAN:CLEMENTE• .. ,...i:.1..1 ALL AMERICAN ASPHALT $26,478.00.__,,,• .1 2..1470-299- REROUTE OF TRAFFIC SIGNAL CONDUIT,•-.....--..:....... „..• •CULVER CITY ..J,!•-, BERGELECTRIC.CORPORATION- .... •$5.021":96.-:.•._.. ._ ... . ... ... . --1470300 :. PRAIRIE AVE IMPROVEMENTPRWECt;THASE.L......,,i';,,,,,..... ,...-HAWTHOR11+;•:1E7.2.:-'-7 •**---:*!(CITY:OF:HAwTHORNE $3,430,823.34 '!--;14;03**0 t -''--1ST STREET I/HERBERT AVE TRAFFIC SIGNALS . . ' LOS ANGELES'* il•"! -COUNTY OF LOS ANGELES $956,986.09 _ . . ... „„.. „...„, _.„ _ ...... .......... ........ .. .-- . _._ ... • • • . . • ' . ' • . . . ,. . . . , . . . . . . . . . . . . . „ . ,. ... . ... . .. . • .:--_44-0302. ._: . VISTA CHINO TRAFFIC SIGNALS._. PALM SPRINGS CITY.,OF.PALM SPRINGS... . -.. __-$1,035,543.29,.. 14-0303, ` -... REPAIR SIC CABLE AT LAGUNA CANYON__.._ IRVINE --._ ARIZONA PIPELINE. .-..- _._._.. ..__-:.�:.$9,500.00.'::,::-: 14-0304_,; -_ _... PALM.,AVE.:AND CAMINO,AVENNTURA TS_.__.... .: ::-DESER_TIIOTSPRINGS_ =___.___CITY OF-DESERT HOT SPRINGS -`$400 492.39 0305:.... ._ _,,..__._::.:_.__�, .,,._ :.=24960 MICHELE ROAD.:..:-.:- ; --....- :. PERRIS ..................__.., DUKE REALTY • $134:937:66 : 14.-0306.._:: ,...,'...::-, ARCHIBALD: SL AND FIBER-OPTIC _ - _. --- ONTARIO CITY OF ONTARIO. $146 780.40. _14-0307 TRAFFIC SIGNAL INSTALLATION&MODIFICATION. ...GLENDALE, CITY OF GLENDALE.... _._.. .:.. . .. $2,192,531.44 ... ,.._. 140308 -,. PHANTOM WEST STREET LIGHTING__ _._. . ._.__....;; ' .._ ...,..VICTORVILLE. . ..._...•.. ..... ,: CITY.OF._VICTORVILLE, _____..:__-_$155,494.00._...�:.' _..14-0309 ____ Q._ _...A„--.---' . �:.:.:.:_._. _ _.HSIP INTERSECTION.IIvIPROVEMENTS�...__._.:._._-_.-:ri 3....�,.._:_:<WLA,QUINTA____.._..._.... >.,._.:._.:.:. ---. CITY:;OE.I:A-QUINTA-.-u�:=-�:::; ' $828,2I4:00_ 14,- 331.0.-.: :-,._._,....,:__..,. _,::.:......FIBER OPTIC_CONNECTION-.. '.:.:...;.:-;,:,: __ : T'=';:.:;�FULLERTON . -: .` CITY OF FULLERTON $91 562.27 14-0311.,- . .._-; .::. .,.�.w,:...:_. ._:...6501 MELROSE AVE: 'LOS ANGELES FORZA CONSTRUCTION INC .."_$21 500.00 . ..: :.-14 0312: '' HIGH INTENSITY ACTIVATED CROSSWALK • ROSEMEAD CITY OF ROSEMEAD _. -_ _.... $109,629.00. .....: 14-0313 P,OR.TOLA SPRINGS.(PA-6).ENCLAVE 5B BASIN 70A .__... IRVINE. . . ..ALL.AMERICAN.ASPHALT, ._.w.-.0 - $217.,500.00-_..- 14-03.14.... . ..........PORTOLA SPRINGS-(PA-6)ENCLAVE.SB..BASIN..7.0B_.:_._i ...-.,..:. IRVINE_,. ,.._„..:...• .,_.__:_ALL:AIvMERICANASPHALT:..:.".. °:_ ::$215;700.00 .:--14-0315..-._ -.:._...,.-AVENUE.48-STREET_MPROVEMENT;;._`_,a;:=;__._.: a: ,__ _COACHELLA GRANITE CONSTRUCTION • :. ' `$428 363.19 14-0316 EDINGERAVE.REGIONALTS SYNCHRONIZATION IRVINE _ ._ ` . . CITY OFIRVINE • $1t139�388 00. __ 14-0317 __ MERRILL AVE.AT OLEANDER AVE.. FONTANA........_..._....... • CITY OF FONTANA. ..- $589,690.85:.. _14.. . „ ;TRAFFIC SIGNAL BATTERY BACKUP_SYSTEM .,..,... ' •._. . ..._......_DUARTE_- ..._ . .. CITY OF DUARTE_...... _. .. _, ,$303,288.44 __140319 ......... ____ _._. __.,_ .MERIDIAN PARKWAY -.RIVERSIDE . .___.,,: .�: LEWIS_MANAGEMENT.CORP.U.:.. : .:$726271:06:;--- __ :.._..-..__.._.P,EDESTRIAN.SAFETYIMPROVEMENTS. :v_} ;..,_ ATT;ANBEACH_-: ;g `:CITYOFMANHATTANBEACH " .._..._..$268281:38 ............14-0321-:._.,, _._.::,:-_•....D5-ASTOR,,.CADENCE/TREBLE AND MERIT .,,_..---IRVINE _...IRV -..-•^^_ .=.: - -. ALL AMERICAN ASPHALT $99,162.09 14-0322 mtl -WALKWAY LIGHTING IMPROVEMENT. ...__ DOWNEY. ... +.. . CITY OF DOWNEY.._-._.._. $56,538.00., ..1470323. . .. ... __..,._ DOULA GS STREET PAVING..., .... _.:...... . _._...._..._..EL SEGUNDO..,... :..._-., .... . ALL-AMERICANASPHALT....,. ......... .:. ... : .$66,800.00 ,. --,-.,-_,-_1470324.. ' _--.STREET:LIGHT.CONDUIT..INSTALLATION_.... .................. . .__.__:_:.,:::PALMDESERT-____..:�, :�:_�..._.._:;::::::CITY.ORPAI;IvI.DESERT:_ ......:.-;, :::..$81.608.00......._. ___14-0325,.,, , _ CORONA.-:HARRISON:ST.ANDmMAIN ST, . CORONA _ `- WERMERS 1v ULTI-FAMILY ' mm $8,500.00. m - 14 0326`_.,.._.._•_:_.:._ ALTON PARKWAY STREET IMPROVEMENTS • t..,.. . IRVINE ::. ALL AMERICAN ASPHALT ' . .$85000.00 - 140327.2.1-..._ .".. RCMU FIBER-VICTORIA GARDENS. ` ....RANCHO CUCAMONGA : I__.CITY._OF RANCHO..CUCAMONGA. . -$96,522.58 14-0327.2.2. ....._.....__._....... .RCMU.FIBER-INYO, ....... : __RANCHO.CUCAMONGA.: ,:r-::CITY.OF:RANCHO.CUCAMONGA• $20,478.46 1.4,0327.2.42 ..._-..RCMUFIBER-:VICTORIA;GARDENS-DISTRIBUTION'...- RANCHO°CUCAMONGA---I' CITY OF RANCHO-CUCAMONGA` • $65;367:51- 14-0327.3_:-. RCMU FIBER..:432 BACKBONE _.... f RANCHO CUCAMONGA .CITY OF RANCHO.CUCAMONGA .......$589,369.30_ 14-0327.4.0' - RCMUFIBER-HAVEN AND CHURCH CONDUIT_._......... RANCHO_CUUCAMONGA... ......CITY OF RANCHHOCUCAMONGA.... ..... $4. .480.45.-... ,. . 14-0327.5 . _ ... .. .. RCMU FIBER.-THE ROW ___ .. RANCHO CUCAMONGA...`.;..... CITY OF_RANCHO...CUCAMONGA..:..::, $218,9.82.48.r.., 14-0327.6....., ,_, ..,- .,_.RCMU.FIBER-DAY,CREEK__..._.__::._ .,_- „_> RANCHO,CUCAMONGA.:, -,-CITY,OF..RANCHO-CUCAMONGA.::: -:•7'$322,497.26i:: :14-0327.7 ,.....-... RCMU..FIBER,:_THE RESORT-,:::__ ` 'wRANCHO::°CUCAMONGA ` CITY OP RANCHO CUCAMONGA " $633226:62' :�1470327:$ =_.- ----= RCMU.FIBER.-PREMIER SWIM-ACADEMY- - -RANCHO CUCAMONGA : -CITY OF RANCHOCUCAMONGA. - $4,135.98 14-0327:9_ ' .. " `RCMUFIBER 7.PUBLIC SAFETY FACILITY __. RANCHO CUCAMONGA CITY..OF_RANCHO CUCAMONGA . . 5220-383.01.. , .. 14-0327.10 • RCM!)FIBER-DAY CREEK VILLAS SR.APT . RANCHO.CUCAMONGA CITY.OF RANCHO,CUCAMONGA _.,.$118,178.50,.,_., 14-0327.11 . RCMU FIBER-CADENCE SENIOR LIVING.CENTER RANCHO_CUCAMONGA... :_...,-CITY OF RANCHO CUCAMONGA . -,....,_$60,887.32......._- , . _14-0327.12. ..__..-. .-RCMU.FIBER.-ARROWHEAD CREDIT._UNION... __..._........RANCHO CUCAMONGA-: -.:.>.CITY..OFRANCHOCUCAMONGA ;.w_ -`_:r_38,301:43 `: : _1.47.0327.13_, _.•,_::,-__,::.._;:'RCMU°FIBER=A. SPIRESALON STUDIO.... ---- ' - RANCHO CUCAMONGA' CITY--OF RANCHOCUCAMONGA" •$22 152.06 14-0327:14" .... RCMU FIBER_MAYTEN BUSINESS PARKXT GREEN RANCHO CUCAMONGA CITY.OF.RANCHO CUCAMONGA'....' ::$26,345.70.:._...._. 14-0327.15 ; RCMU FIBER-WESTERN NATIONAL BUII:DERS__-:_. ,.:_RANCHO CUCAMONGA , ,-",_::CITY OF'RANCHO:CUCAMONGA _._.--.$3,501:20 14-0327016' RCMU._FIBER-432,FIBER_BACKBONE.BUILD.ARCHIBALD. ::RANCHO:CUCAMONGA • ` CITY OF RANCHO CUCAMONGA $103;288:75 • 147 327.017 ..._.............. _,__,..RCMU FIBER ,DIAMOND CARD------- ........ ` RANCHO CUCAMONGA ': -CITY—OF-RANCHO CUCAMONGA $93,925:1-2 :14-0327018 • -•"RCMU FIBER-HAVEN ! RANCHO CUCAMONGA CITY"OF RANCHO CUCAMONGA. .. . . ..$5,001.94_ : 14-0327.019 RCMU FIBER.-7TH AND 8TH ST AO SMITH ..:RANCHO CUCAMONGA ; _ CITY OF.RANCHO.:CUCAMONGA... ; ., ..._$56,906.88........5: ;1470327.021.. .. .RCU.FIBER-7199.HAVEN AVE.HAVEN.COURT RANCHO CUCAMONGA .. ........CITY OF_RANCHO;CUCAMONGA . $37,536.92.'._. ". M 1470327.023- _..._" RCMU FIBER:HOMECOMING.AT.THE RESORT:.:; ;..RANCHO:CUCAMONGA . CITY OF RANCHO CUCAMONGA $72,460.30•- : 1470327,024=--- :_RCMU FIBER::-:7199 HAVEN AVE:HAVEN COURT RANCHO CUCAMONGA ' CITY OF..RANCHO CUCAMONGA $21,101:65.. : :14=0327:026' — ' ARRON ROUTE CONDUIT- RANCHO CUCAMONGA ':I. CITY'OF RANCHO CUCAMONGA. • $30,210.00 :14:0327.027 FIRE STATION NO. 178 ..... _ .._ , RANCHO.CUCAMONGA,.: ._ CITY.OF RANCHO CUCAMONGA...:.. ...:..:.::.::.$21,933,4.4._- 14:0328 RIALTO METROLINKPARKING_LOT EXPANSION.. • RIALTO ....EXCEL PAVING_ .. .-- :_..; .. :,$203;S69.16 ;.. .14-0329...: ...... ..::,..__POINSETTIALANE.BRIDGE_.._.___._.,___:... ...: . . .•CARLSBAD ,,. : ;;;: •:ORTIZ ENTERPRISES,INC: '-M.___...-.._....$327,982:00-- ...._..1.4-0330"..;.,.,,_.._,._,_„_, LA.SIERRA AVE:RESURFACING • RIVERSIDE _ ALL AMERICAN ASPHALT _ $133,490:00 -.- I ," 1470331 • 2019 PAVEMENT REHABILITATION CULVER_CITY ALLAMERICAN ASPHALT.. ....... _ ...$226 606.88....... .. 14-0332 EDINGER AVE.REHABILITATION ".HUNTINGTON BEACH ALL AMERICAN ASPHALT-_ . . . _..$28,675.11 .... 14-0333.....:: • SANTA CLARITA VALLEY„SHERIFF'S STATION . .. • SANTA CLARITA ,. : TORO ENTERPRISES.... . $528,756.06 _.. _" 14-0334,_.._ ...-_.__ .: .4TH.ST..EXTENSION., _-.._________.,.__...,, BEAUMONT,_...",_.. ,.._ '. .,,. :.GRANITE:CONSTRUCTION `$1282s567:55 .. ...14-0335.:_.� ....__•.....: _ETHANAC::RD.WIDENING PROJECT':." ' : PERRIS__. . :._, :......_... ._ `ALABASSI • $14 000.00 •, 14=0336:.- ::: STREET LIGHT CONDUIT INSTALLATION _'REDLANDS CITY OF REDLANDS •• • .$66,79.7.00 .• ._• 14-0337 w CYCLES GRANT TRAFFIC•SIGNAL ' MANHATTAN BEACH ' -.CITY OF MANHATTAN BEACH $407,875.69 : 1470338 : IVIONROVIA RENEWAL NORTH SECTION...._ . MONROVIA SULLY-MILLER CONTRACTING_._. $9.43,314.86.... 14-0339 HOT SPOT INTERSECTION.PROJECT,.__:.:.._.._:::. .. ..,,._...... PICO RIVERA_, .,SEQUEL..CONTRACTORS_:. ,. ,:..:. ..::...._$225165:00. ... ._... 1476340.....i....YO,RBAAVE.AND_LOS.SERRANOS:COUNTRY:CLUB ,: r.:. CHINO HILLS._.... ..... ' ONYXPAVING..W.. ..$61c880.00 14=0342 • .. '.. _.-_......... ._ ..PINE&MILL CREEK CHINO -_._._..._..._._ • • .GRAY WEST CONSTRUCTION $8,500.00_.---. " 14-0343 FIRE STATION NO.5 7 LIBRARY FIBER-OPTIC • • NEWPORT BEACH .. TELACU• ••• ._ $40,866.00,1_.. • 14-0344.... .. HUNTINGTON DR,.TRAFFIC SIGNALS_ ..... . .. .. ARCADIA. ... .. .. CITY OF..ARCADIA.... . $704,868 4:1:.. .. ...COVINA 3 TRAFFIC.SIGNALS..., .. ... . . ..COVINA.. _.._,. .._:.: ..CITY VENTURES.... _. . •$285;14:1.44:.,.., ....1470346.._.,..,___..._ ..... ...W LIMONITE:AVENUE: ..:- ::<: ,.---- ::'°.J.URUPA VALLEY : CITY OF.JURUPA VALLEY • $153,421.63 • .. ..1 -0347 SIGNALSYNCHRONIZATION.... - ` HUNTINGTON PARK - = CITY OF•HUNTINGTON PARK ..$1,013,928.64,. . - 14-0348 TRAFFIC SIGNAL REHABILITATION 2018-19 -.......i ••NEWPORT BEACH- ; ' • CITY OF NEWPORT BEACH $874 570.28__ 14 0349 • . INGLEWOOD.AVE.IMPROVEMENTS LAWNDALE . EXCEL PAVING .$532,474.90...... .. 14-0350 SPLICING.AND.TESTING OF..FIBEROPTIC.CABLE_. .i ._._...,_PASADENA_ ...__..CITY_OF,PASSADENA__ ....._.,..._.. ...$169,322.69__.. ..-._14-0351._ ____.. _,,_,. _ .TARGET T2479_SUNSET 2020 - _. .. . :...._ ..LOS.ANGELES_..__-_•-_,S,�::':.:_ WHITING-TURNER_. _,n .1,1$.1,3.19,3.74,00 • 14-0352 •• • WILSHIRE PARKING LOT STALLS - :: FULLERTON HARDY AND-HARPER"______.. $13.,000:00 .. 14-0353. . • UNITED ROCK INTERSECTION IMPROVEMENT . . IRWINDALE . . . SULLY-MILLER.CONTRACTING_..•:.._.::..:..$359,105.33_... • . .14-0354_... .... DEL MAR BLVD.AND.WILSON AVE..TS...._. .......,... PASADENA... ........ . . . ... .. .BERGELECTRIC . __.-...._. > _ ..$123,076.34„..... . 1470355 . ...SUNKIST_ELEMENTARY SCHOOL. .,. . .. ,..ANAHEIM ...:>:,,.,...-PINNER:CONSTRUCTION,.INC.,..-._.._._ .,.....-.$65,160.63.........:.: 1 ... . .. :. - _ . . ..__AMETHYST AVE..:STREET.IMPROVEMENTS : : ::::RANCHO-CUCAMONGA':�" :::.:.:,..:::SEQUEL CONTRACTORS • ..... .._ $237,479:64 -. "14-0357..:: .;2019-CITYWIDE ROADWAYIMPROVEMENT PROJECT " - LAKE FOREST •• ""ALL AMERICAN ASPHALT $411181.05 DOWNTOWN VILLAGE PARKING LOT _.. GLENDORA ...... • 14-0358.... .. _ ALL AMERICAN ASPHALT..�._.__ ..... $0.00.._.:_... ,TT,roxx,-• T .„"T• • _ • . „. , 144339 MONROE st TRAFFIC SiGRAL,INTERCONNECT • • INDIO ....„ _„CITY.OF.INDIO. „. $689,680.39 14703_60 ; .SMO„,REUSE OF AIRFIELD PAVEMENT SANTA MONICA !SULLY-MILLER CONTRACTING $272,242.61 14,0361_ __PARAMOUNT BLVD.AND.SOMERSETRANCH.Ra!!. .!;•.;_SOUTH GATE CITY OF SOUTH GATE .. ._ ....! '$26,925.0:0 .. ..14703 62._ t TUSTIN RANCH-RIX:CI TUSTIN HILLCREST CONTRACTING. .. $506,98.1.02. 14 0363I - • • • MEADOWS ARBORETUM ! FONTANA, „_. • , _ SULLY-MILLER CONTRACTING $86,262.00. 144/364- • - --DUNE PALMS ROAD WIDENING • , . LA QUINTA !_ „,.., JACOBSSON.ENGINEERING_ „ .$1.71,572.80... 14,6365- • VAN 13URENBLvD.PHASE HIVIDENING . .RIVERSIDE .._.„ ALL AMERICA_NASPHALT , $954;53.8.46 14,0366 ,, ALESSANDRO:COMMERCE CENTER . •-• RIVERSIDE 'FULLMER.CONSTRUCTION ! -$28 8,489.00 =14,0367.. ,....._____„„.... _ONTARIO RANCIIRD.AND"A' ST.,! ! ONTARIO' ! • LENNAR HOMES .-$569;106.83,.. • !!!!!!•:14;03681:. ! LAWLESS RD.-AND PIGEON PASS Ra MORENO VALLEY HILLCREST CONTRACTING $14,550.00„... 14 (!',i3-69 - MAIN ST.IMPROVEMENTS „... . LOS ANGELES . SULLY-MILLER CONTRACTING_ .$1,957,689.97 14-0370 GOTHARD ST.AND CENTER AVE TRAFFIC SIGNAL _, HUNTINGTON BEACH_ CITY.OF HUNTINGTON BEACH„ „.-$344;902.287.1_,, _1470371 . _ VARIOUS STREET IMPROVEMENT PROJECT._ . HUNTINGTON PARK!- CONTRACTING $3,406-.00' 1470372._„. ._.WHITTIER BLVD.AND HACIENDA RD: • LA HABRA ! • EXCEL PAVING $336,276.52 „ 1440373 - DOLPHIN PARK . CARSON CITY OF CARSO/I. . $41,426.00 . 14-0374 2017/2018 CDBG STREET IMPROVEMENTS ' _RIVERSIDE, , „ . SEQUEL CONTRACTORS $61,593.59 140376 !!.NANDINA INDUSTRIAL„CENTER. . MORENO.VALLEY_ DUKE REALTY !$80,20000 14-0377 WASHINGTON-ST:TS'INSTALLATIONS- •••'• TEMECULA • PULTE HOME COMPANY,LLC • 14-0378 -MAJOR ARTERIAL PAVEMENT REHABILITATION .RANCHO CUCAMONGA ALL AMERICAN ASPHALT. „. _• . _ . .14-6379 FIRESTONE BLVD.STREET IMPROVEMENT. . DOWNEY. ._ , • „ALL AMERICAN.ASPHALT.„ „ •,... -$139,507.8872. 14-0389 . _STREET1IGHTING FOR,TERRA VISTA.PARKW.AY.......„ RANCHO CUCAMONGA!. '':-.,..CITY:.MRANCHO.CUCAMONGA $11838800 • 14-0381 .„. LOS PATRONES PARKWAY IMPROVEMENTS ..!!;-RANC110-MISSIONVIEIO '-'SUKUT CONSTRUCTION- -$43,11'36.Si • 140382 ELECTRIC VEHICLE CHARGING STATIONS' ••'•. •••• SAN DIMAS . -- CITY OF:SAN DIMAS . $162/,000:00 14-0383 RIVERSIDE DOWNTOWN METROLINK STATION • ••'''• ••• RIVERSIDE., REYES CONSTRUCTION _„. $520,390..19 14-0384 STREET IMPROVEMENTS ON EASTERN AVE._„.. _ „. _BELL ._. . . EC CONSTRUCTION. $271528.86 14-0385 COLLEGE PARK TRAFFIC SIGNAL INTERCONNECT - CHINO. . . ;,!.! LENNAR HOMES $415,47000 14 0386 ATP CYCLE 3 PALM DR.:SAFETY IMPROVEMENTS ...DESERT HOT SPRINGS.! DESERT CONCEPTS • ! • $110,700.00 • •.1,1470387, !T CITYWIDE PAVEMENT REHABILITATION ! MORENO VALLEY : ALL AMERICAN ASPHALT $467.634,34. 140388 EL PRADORD.'RECONSTRUCTIONPROJECT . ....... ....CHINO. . _ ..11 S; -...ALL AMERICAN ASPHALT • „ .„$121,049.96 14-0189 RTVERSIDE DR AND JOY.ST1- ..LAKE ELSINORE_.. HARDESTY.AND ASSOCIATES__.. $355,14,7.89 . 1470390... ,_ ALAMEDA AVE..AND ROUTE.134_WB.RAMPS. „ _BURBANK. _, MCCORMICK CONSTRUCTION .. ! $16059.00 _ 1470391 „ _RE-WIRE INTERSECTION WASHINGTON/IVIILES; „,,, CITY.OF LA QUINTA-- -$49,285:00 14-0392 . 813;tiMAINTtNANCtAlgti TRAFFIC-- ! RIVERSIDE! EBSI: .$1 019 399.38 ....„ 140393 'TS-MODIFICATIONS AND INTERCONNECT ! • PALM DESERT i CITY OF PALM DESERT 1 ..„ $602,259.05. _ 14:-.0394. TT ONTARIO RANCH LOGISTICS CENTER TS ONTARIO _ 7: ONTARIO LAND VENTURES LLC„ . ; $1,131,215.15 14-:0395 „PARAMOUNT BLVD..MEDIAN ISLAND . „ DOWNEY „_ AMERICAN ASPHALT . $19,515.82 „ .... 14,039_6 _ BUTTERFIELD STAGE RD._ _ „..„ . _,TENIECULA WOOtiSIDE HOMES $1,104,209:22 .„14,0397..„„ . ..., NEW TRAFFIC*SIGNAL INSTALLATIONS.. BET I FLOWERi CITY OF BELLFLOWER • i $700,476.91--- !..-,TEMP:VDS.AT RESEARCH AND SCIENTIFIC IRVINE ! r ARIZONA PIPELINE -$21,0o6.06 , ,. . . 14=0399---- •- SENIOR-CENTER-SCE PERRIS • CITY OF PERRIS $49,903.00• . . . • • • • . . . • • • .• . . .. 14-0400,_.. .__...... EL PASEO PEDESTRIAN IMPROVEMENTS;_.. _ ._.''i i_ _ ._PALM DESERT........... . .....•. .._CITY_OF PALM.DESERT $931,355:98 a i ._ 14-04.01.. .. • _.. ............._.. .SANTA ANA RETAILCENTER_ _._ _. ::::....SANTA'ANA:_._:_:;�::: ` PR CONSTRUCTION _....,.__.._ _ ___._$6 000.00-.--, __14-0402_- STREET.LIGHTING MODERNIZATION PACKAGE 2 �Y SANTA MONICA - : CITY OF SANTA MONICA $O.QO... ..:"14-0403°--`:__::,..:,-.::,: .:;:. .:INSTALL TRAFFIC SIGNAL CONDUIT.- __ _ ,,. ....__.._ CARBON RJ NOBLE ..-_.._......._....... .... $33,006.09 14=0404 ....•.`.. .. ELECTRIC VEHICLE INFRASTRUCTURE . SAN- BERNARDINO _.,SAN BERNAR LINO COUNCIL.., -.. .. $363,000.00 14-0405 - 103RD ST..GREEN IMPROVEMENT LOS.ANGELES: ..: ..r ` ..,.,.:,.:::.:.:.w...:SEQUEL.CONTRACTORS.,:::2.:, "..:-�.;;$71,096..64':.... . ....14-04Q6 . _ _..TRAFFIC SIGNALS.AT PIERSON BLVD_ ._.._.._..; . DESERT.HOT SPRINGS :. ..:.":CITY`OF.DESERT HOT SPRINGS $600,922:54 _...:.14-0407 W�:_ .._..... .. -µ -.MCCALL BLVD,.a1ND,AQUA.DR-TS: MENIFEE LENNAR HOMES... - w,-_. • :. $537,744.86'.- 14-0408 .. ': , CITYWIDE TS-COMMUNICATION(EAST) -. MENIFEE _. CITY.OF.MENIFEE.. ....$455,740.80- , _._'14-0409 MONTEREYRD.STREET IMPROVEMENT.... SOUTHPASADENA.. _._ EC CONSTRUCTION.:.-_._..._ .$263,469..09._:::.:_ _14-0410. ", . . SANGORGONIO,VILLAGE..TRAFFICSIGN AL_..._. .. .,. _.__._. .. .BEAUMONT L. ' .LYLE.PARKS.JR_CONSTRUCTION- "-:"-_-Li-.: $116,416:02 :.' 1-- 4 TRAFFIC SIGNAL BATTERYBACKUP-.,... .,_ __...___...._..-_ CHINO:. .. z_;:::. :::;_' CITY:OF CHINO T $234,000.00 2 . ....:..........ALICIA.PARKWAY_ARTERIAL.:PAVEMENT°°-. : :.... __.LAGUNANIGUEL; ALLAMERICANASPHALT_. - _ - $54000.00 rt,...14=0413a.;x .= :;:TRAFFIC.SIGNAL AT WARREN AND AUTOBLVD: HEMET CITY OFHEMET.. .... $29035.6.39.... • 14-0414"" EDINGER PROTECTED BIKE LANES SANTA ANA._... ... 1 ALL AMERICAN ASPHALT - ....$199 764.20.. 14-0415 . MCCALL MESA TRACT.31098 TRAFFIC SIGNALS ..._.....,.. .... ..._ . MENIFEE ._. .."_...... ,::.<:. . .LENNAR HOMES..,. "_ .... .._. "._$906t446.07 „. 1.,...1..-. . 1 ,,._ ... . .. . PEDESTRJAN.COUNTDOWN.BIGNAL IMP.R._,._..... ., , .. __• 1NHITTIER........... . ._.., ..�.N.._.__.__,, CITY OF WHITHER.. :'.._ _ $347;766:66 14-0418_.,:......._,.. -....�..,... .-PINE AVE.•STREET_IMPROVEMENT: : '_;:; ;':::.' ;;:':CHINO'HILLS `' "<' : ' AI I AMERICAN ASPHALT $56 000.00 14=0419.-_m-. :".�_::SCHOOLSFIRST RH-2'OFFSITE STREET IMPROV;; STIN M C W DRIVER .00 14-0420 VALLEY BLVD.OFF-SITE IMPROVEMENTS • RIALTO BIG.BEN.ENGINEERING,.INC,......_ . . $107,510:00 .. . 14-0421 TRAFFIC SIGNAL.INTERCONNECT.., _.._. .._._._. ._ . __.-RANCHO MIRAGE..._ . .__CITY..OF RANCHO _..: :"".$2,932,003.00_-__ 14-Q423....... ..................MERIDIAN PARKWAY.AND.TRUCK ACCESS:RD,,- _....RIVERSIDE_.._......__.__ 4... ,PRIMUS-BUILDERS.INC:::=_`_'-:-.--:, `'._._$292,200:80 _14,0424_._.• __.___..,..,...,_�,; :HWY74_AND_SOPHIE.ST..... : .:__::..:;......._ COUNTY.OF:RIVERSII)E- _ COUNTYOF-RIVERSIDE' '•_ ,. - _ $500�58590 14-0425 . . . ...- ::;;.:.ATP;CYCLEZCOMMUNITYLINKAGES_ ._. : _, - LYNWOOD ALL AMERICAN ASPHALT - — $159913.97 14- _0426�'✓ 4SHER1IMANWAYSTREETSCAPEIMPROVEMENTS • LOSANGELES • SULLY-MILLER CONTRACTING $279,440,45 14-0427 -'..........._....FIBER OPTICS COMMUNICATION _ i' ... GLENDALE. CITY..OF_.GLENDALE._.......-. . .....•. :.,.$1.49,858,0Q........._ .14-0428_ ....NUEVO.1tD."BRIDGE RECONSTRUCTION.. .PERRIS... ..:.... . .::::_.___.....:._ ALABBASL....m.:.... .. y $344,270.00::::.' _._ .1 - . 9, . :-..,._.:...ATLANTIC,BLVD.CORRIDOR.IMPRO.VEMENT -� COMMERCE.:.:_, ,7.77, :: .SHAWNAN- '... _-- .`..$184,763:47 ...._14-0431.._ _....__.�._:_ .HIG PO_._.. ... HLAND:SPRINGS.AVE:<II�ROVEMENTS" ...:'.BANNING....: � _,,: � ALL AMERICAN ASPHALT .. ', $1,118 729.56 . 14-0432' • — SAN PEDRO WATERFRONT BERTHS 74-84 -._..• LOS ANGELES. ..... _. GRIFFITH-COMPANY . ._ $4,904,548.21 _ 14-0433- . ....._ PALMDALE RD.AND MCART RDt,. . _. .. .VICTORVILLE..... i__...._.._.DESERT DESIGN BUILDERS._ €.. . $358,576.18 .__14-0434__�_ .... POTHOLING LEGACY PARK IMPRO_VEMENT.. ._,.. ... . 'CHINO... LEWIS_MANAGEMENT,CORP..._....: ._ $20,000.00._ : ..1_-0435 _-..:.- __GARFIELD AVE._AT_RANDOLPH STr; .- _....,.:.:..... LOS.ANGELES_...-....._ ,_ :, ....:,,..__COUNT. Y-OF_LAS:ANGELES`-: ..;_: '_ �"$667;037:52`:.:" __..::.14:0436_.... .�. . . .. ... _..._,.(2)..TRAFFIC.SIGNAL:CABINETS:- .;___.; :-:. : w; : : REDLANDS_.._..: CITYOFREDLANDS :$169,236:86 _ ' .._.__...._..............._......:........... ... .........._.__...__....__ ;..... RIVER _—>_14-0437;� .' "•---CITYWIDEBICYCLE AND PEDESTRIANIMPROV,, SIDE , ; CITY OF.RIVERSIDE • ... ......:.:..--t971-471.62 . 14-0438 ORCHARD HILLS BASIN REWORK.. _ ...IRVINE.._.......... . , `...._.._...............:.._.......KEC ENGINEERING $69 647.88... 1 14-0439 INNOVATION PARK OFF14-044Q.._. .__ PALM DR.STREET LIGHTING.AND.SAFETY.IMPROV..._.; DESERT HOT SPRINGS.. ......:ALL AMERICAN ASPHALT.._ ... $7"14,549 27.: ...e _ 1470441_.__ __...._.__ INGLEWOOD.INTERMODAL TRANSIT/PARK_�._. INGLEWOOD.:�::__ *n: :..:.m:_ _GRIFFITH-COMPANY. . - $356,820:00 -;;:..-_: :.. ,...:� .:UNION SOUTH _ CARSON KATERRA CONSTRUCTION �'- $160 708.75 14-0443 r_- _. ._._. . TR19006 ORCHARD HILLS IRVINE . HILLCREST CONTRACTING $1,497.69 ..."14-0444 ATP-CYCLE III=SAFE ROUTES TO SCHOOL. Y. ..._: -_.. . ONTARIO .._.._ ... ., , EPSILON ENGINEERING. _._...- <-_.._$64,452.00_ 14=0445 . THE MERGE OFFSITE&RETAIL _..... _.. _; _._. EASTVALE.,,. . _-_•,_... „FULLMERCONSTRUCTION__...:_-.-;' .........$538;437:00�,�.�< 14-0446 • CULVER DR._AND IRVINE BLVD.,.._.._.__._._.__ _ _ . IRVINE.... ....., ---..... __ ...:._,HILLCREST CONTRACTING`:F,,_,,,,_ : ': $92,241:85 14-0447,.; .W.._. .. -..CROSSWALK.UPGRADES PHASE II:::.::..:.:. .. ., ', :.::.- •,SA.iVTA_ANA • • CITY OFSANTAANA '` _ $288,106220 ...._...,14.-0448..-_. CITYWIDE TS:;COMMUNICATIONJWEST .......... .....:f.>-,• ._ MENIFEE- .- - . CITY OF MENIFEE $484 577.24 .' 11 14-0449 1 II. FLORENCE AVE.WIDENING i: . SANTA FE SPRINGS:..__ • HARDY,AND HARPER.. ... $522,422,26.....:..:' 14-0450 TRAFFIC:MANAGEMENT CENTER...__.... • ;.... ................FONTANA_... �.._ _,CITY_.OF.FONTANA ....___. :...- ...$1,259,299,83— J : :. _ .HAMNER.PLACE________.- .L_,_:�._.,EASTYALE_ .-..... -...,.< -._LYLE.PARKS,JR..:CONSTRUCTIONL.):_w- $263 454:08.:." , _' : .>_ . . -�:.al.............. . .. CIAL.TRAFFIC.SIGNAL_...._ ......:� .............. _ _HLIRBANK_'=--::::; , :: _, :..:CITY OF BURBANK._ _ ;. $3 004 555:26 ._.:;14-0453 i.:....:.....:. :INNO_VATIONPARK(SPECTRUM7)ON-SITE W_ '. ' 'IRVINE HILLCREST CONTRACTING $428 252.65 . _ 14=0454 f —'":-BREA BLVD.RECONSTRUCTION __ FULLERTON . .. HARDY.AND,HARPER . $119,609.43..... :: ' .: . ': ............ CASCADE STREET IMPROVEMENTS...__. ...... :....___._ ._ONTARIO_- .. - ..,_. ..___._ALL AMERICANASPHALT.•„.._.:, : '__ $126,281,00:__. i .. ._14-0456 ..:,_.. S.UNDANCE CORPORATE.CENTER_:. . ..._... :w_ __.<„BEAUMONT..:.............._ i....._.._,.._._LISTER CONSTRUCTION ..:: .......... --_--$273,042.00,.' i:. _14-0457,._ .:. .. -HIGHLAND AVE._REHABILITATIONPROJECT::::,::... ..` :::: :::GLENDALE ....:,.:..:x_`w .;`� -.VARTCONSTRUCTION;INC.• ` $25,709.94' -. _1.4-0459_. : ....::._ HARLEY KNOX BLVD.AND REDLANDS AVE. PERRIS . .. . M'. . ..''_— HILLCREST CONTRACTING $29,677.00 14:0460 : SAN JACINTOAVE.AND REDLANDS AVE.TS • • • PERRIS µ .. CITY OF PERRIS, .. - . $27,811.00. ,__` • • • I4-0461 BICKMOREAVE. CHINO.. HILLCREST.CONTRACTING $683,804.97. .._. . .14-0462 ': .INSTALLATION OF EV CHARGING EQUIPMENT. '__ .. ..........__.. ._.,BREA..._........... ... .. '...PREFERRED P.OWER.SOLUTIONS...... _..: ,..$28,475.00.. .-:... F;.. 14-0463-_.-: '.-_. _._.TAHQUITZ:CANYON.WAY_AND CIVIC_DR-TS_e.__,-w..< ',--.—PALM SPRINGS, -.��-:. -.—.. CITY-_ :_ . - OF P.. . _SPRINGS...._..._......_._ $436�624.08 ...._.14.0464. ..,. :__....HAVENAVE::AT.MERRILLAVE::'TRAFFIC.SIGNAT S... ' - `•----ONTARIO - _ LENNAR • 4 $369,83- .58 14-0465 • •WILIVIINGTON AVE.IMPROVEMENTS; _, _ ` 'COMPTON • SUPERIOR PAVEMENT MARKINGS i $697 _.,928.49 .. a 14=0466. . SAN PEDRO WATERFRONT... .._.. LOS.ANGELES......... . .. SULLY-MILLER CONTRACTING.. .._ _. . $1,207,04.1.51...__ • 14-0467_= .. ..__HAWK SIGNAL AT.GAGE AVE..........-_._..._.,. _. . ...,.HUNTINGTON PARK_.. .__CITY.OF HUNTINGTONPARK_:_...A -_:.:.$194,731.00 ___14-0468.......... :.. VARIOUSARTERIALe.AND RESIDENTIALSTREETS.. .._; ,;._._,._GARDENGROVE_ , -,..,..., „.. RJ:NOBLE_..._;:.:.;.::-__e_.... _:.f :$91,754:03: .::-: . .__..14-0.469_...r ..._...:..........NEW.TS..AT GARFIELD AVE..AND::MULLERST. :`;.-. , _. •BELL GARDENS: • ..—-CITY OF BELL GARDENS $305 717.02 ,_1 -0470.. . ,... . WALMART STORENO..2077=07... ' ., LAKE ELSINORE ' SHAMES CONSTRUCTIONCO.,LTD. . $161,104.10 -..:.:140471. . , RRFB FIVE POINT IRVINE RI NOBLE .......... .... ... $36,000.00.............. ' j. 14-0472 - ... ..... PEDESTRIAN SAFETY IMPROVEMENTS...._...................... :..... ORANGE_................_..,..:: . .. . __.. CITY.OF.ORANGE_._ , ... $145,772.00 . ..14-0474 '. .. -.... HARDY..AND.HARPER.._ -.: $455,`500.00::-.::: ii CITYWIDE.PAVEMENT,.REHABILITATION_,..-_,,::.... , :���_..�MORENO.VALLEY. .......___:. =14-0.475.W' ,:_.�. ... . :LAS VIRGENES-RD.:TRAFFIC:SIGNALS.•: .= :—.... LOS-ANGELES: COUNTY OF LOS ANGELES. -"• :; $146 847 00 ' ._:;_14-0476:;.3�... - :.:_«w. , FLOWER STREET BIKEWAY •...._....... ;. SANTA ANA ...............::::..............._CITY OF SANTA ANA -_- -$757,163.09- -., 14-0477' �'_..-SANFERNANDOROAD REHABILITATION-✓.• ;w• .. GLENDALE_. ._ GJ GENTRY .... $21.003.12_...__. 14-0478 : ... STERLING.AVE, ... .. ._ . ....._ _.. SAN.BERNARDINO .........ONYX PAVING . .,. _$93,230.33_ ... . 14-0479.. i._ . .. ..._LYONSAVENUE AT APPLE..STREET _._ SANTA CLARITA..........: :...:........CITY OF SANTA CLARITA. :_:__s.....-$130,099.00 14-0480..... _..__.........:._.._E.ANAHEIM-ST..ANDATLANTIC.AVE.--�.. . .........._ _._ ___LONG,BEACH :::. .-_ �_PR.CONSTRUCTION_-_.- 2 ,,I,S41;19:7.79:-:::;�:. I.. ..14-0481:_:..' ... .......3670 W..IMPERIAL:HIGHWAY STREETLIGHT-- ......... ' HAWTHORNE-_. ,,`.., ...._..... - POURNANIDARI I NC. - $20,388:00 14-0482.... ... --- PEDESTRIAN HYBRID BEACON MORENO VALLEY SIDRA GROUP INC. •.._- .. .. . _ $135 507.51 . . ___ 14-0483 ' FY 2019/20 FLASHING YELLOW ARROW • ` RANCHO CUCAMONGA CITY,OF RANCHO CUCAMONGA ........$287, ,- 056.83.. _14-0484. . T._ ._.. LONG BEACH BLVD./.105 FWY INTERCHANGE_.._ .LYNWOOD.___.. ... __ ,,HARDY AND HARPER_._.,....... -. .- $16 938.91 ,_14-0485..._..:. ... ..._ .A STREET.IMPROVEMENTS:,:.__...-....._.. .___..:__°. .i_,..--, ,. . .PERRIS -.... . __.--,a.HILLCREST_CONTRACTING, ,::..�_,_$203,256:197: . ... ... . .. . 14-0486 KATELLA AVE.WIDENING :1 ...._:............ANAHEIM—.. , '•1 . ARCHICO DESIGN AND BIUILD " ._.._..__-$718 892:51 . : ...... . '....., ....... ..• ..... ... , ,„..... ,..,‘ ,.., -:,........... •-•.,,, , ,.,,..__ . .......---... • . ; 1..14-0487- , •••••• - ADVANCED TRAFFIC MANAGEMENT.-;-;- ;.:11: RANCHO CUCAMONGA. ;1 .. CITY OF RANCHO CUCAMONGA . ... .$1.,166,626.80.. 14-0488 ., N.VERDUGO RD:TRAFFIC SIGNALS ........„ .__11:.... _ GLENDALE . .._...i i._ ........ ,..__CITY OF GLENDALE _ __. .....$3,104,823.35_.„ •;-.1 . 14-6484'. ; ---; '; ,CONDUIT ALONG BOB.110PE.DR ___. ._____....;1 t....,...RANCHO.MIRAOH_,..,.....:', _. ...,CIDLOERANcHOIAlliAG-.5::::z•st. ;:s..,—;':$24;366.CiO- - . .1' 14,0490... ....„.2020..SPRING.PAVEMENT MANAGEMENT PROGRAM„„......-J i. .,..___LANCASIER-----•;;;;;••;; .....'SULLYLMILLEICCONTRACTING- '. $581739:19 '... ..14,0491„... ::::::.. .;CV.,LINKONSTREET"CLASS•IVANDNEVPATI1" 1: - 'PALM DESERT- . • ;•-•• •'GRANITE CONSTRUCTION .-; .'' .7 i.$20Ei,782.-3 -1.;i - . .... . , ,,, .„,___„.„_.. !•••‘; 14-0492--; •CHAICE-MCOST:IMPROVEMENT GATE SOUTH ' HARDY_AND.HARPER....... 1. _ _$68,28.1.74...„.. . .. .... . .. ... :„. 14-0493 : 3190 ALAB-AMASTREET.E01tOVEMENTS ........ _i•::. . ... REDLANDS .. „. . : i__ :...... . DUKE REALTY ... . ,$40,701.00.....7;:„ 14-6494 ............20519..,..GL.ENDORA„, _ „. ... ....._...._„___,S'......_. ._GLENDORA_. ...,„..._;::.CALPACIFICCONSTRUCTORS;INC. : $17215.00-- 14-6495...............__ ...U.PORADE EXISTING..MARKED„CROSSWALK&:.-: . .,i ii."..."....:MORENOVALLEii' — 1 CITY OF MORENO VALLEY • ..----$289;860:00 ._ 14,04964_ --....NALLEY.t.LVD:-AT ALMOND-AVE:TRAFFIC SIGNAL •.-- D. • .;'..-FONTANA I ALL -AMERICAN ASPHALT • 7............$404,130.8 .- "'• 14.-0-497 • -----TRAFFICSIGNAL AND ADA IMPROVEMENTS-. 7 ;:i[1:-- ; PALM SPRINGS ......... ; ... CITY OF PALM SPRINGS ... , „$3.097,702.37 . 14-0498 ' - VENTLJltABLVD:._TY1ONEAVE:MOORP.ARX....,...-..........! ...„.._'SHERMAN.OAXS„.,„_. .;,. ......____PACIFIC_STAR.CAPITAL„ ,„„. ....._$344,573..53....• .14-0499._S . ,...„. _ TRAFFIC SIGNAL IMPROVEMENTS_ .... ..............., !.i.......CATHEDRAL CITY. .._; - .... .CITYOFCATHEDRAL:CITY,..,;;;;-::,'„::71 $1,369366.54;;;:;„;!: ,..._,_14,0500—; ,...._,.......MERRILLAN1).HAVEN.AVE.STREET,IMPROVE:77.-,1 .••,..i ..-.7.1-Z.ONTARIO- • • • • ALL AMERICAN ASPHALT • ---- ---$31.[01.00 . :.•.:.J405017..i,:.::::!.ifi.:'!::-.';'.'.:,„IIWY•iiAND-APPLEVALLEY•RD: -- •'- • •::- - -APPLE VALLEY• - ; ; '--PO'WELL.CONSTRUCTORS ''-- ‘.$650;8.85.41- 14:0501-• , • TRAFFIC SIGNAL INSTALLATION • CI 'GARDEN GROVE _.. .' . CITY OF.GARDEN GROVE ..... . ..._: . . '$794,49.6.00. ...: 1420503 CAS MALIA ST,IMPROVEMENT PROJECT _. ...I.'... , .......„._RIALTO . ,,:j.. „ ......HARDY AND HARPER_ ; ...$92,475.00...„ .14-0504 , .........71.... ...- • RANCHO.DIANIANTE, I., . _ . „....._HEMET.. 7,77.' 1.„ ,, ,,,„ LENNARBOMES________„....:. ......„$158;265:91:::::.' 1470505. ..:._ ....LOOPREPAIRON.PHILADELPHIA.AND GROVE .. ...._ . ...„-. ONTARIO_;---.:•:;•••-•--7-:::::•,. i;",-,-:-:::•:::::::•-::: .:•PRICONSTRUCTION.„....: ••.-••••‘ ; : '----$1;;500:00' •- ----14,0506....:„ .....----„.„. ..„.VAN-VLIETSTREETLIGHTING ", — • :-- CHINO'--------II [ '---LEWIS-NIANAGEMENT'CORP*, • II65-7 16.15 -: i * 1465611 ----- LA-BREA ANDQUEEN'itt:WIRE ._....„ IlibLEWOOD. -..';, : INLAND ENGINEERING SERVICES:T!. . $19,637.00:... ! . 14,0508. HIGHLAND FAIRVIEW CORPORATE.PARK PHASE III :: MORENO_VALLEY.. „..i 1 ...... ...... MILLIE AND.SEVERSON._._ . ... _ .....$673,059,20 .._ 14-0509 -: ._... COLORADO_ST.AND,COLUMBUS.AVE,_ ;1 _ GLENDALE...,._ „....[.i_______ ,,HA.RD_Y_AND_HARPER._.......__„..„..,„..$540,055.78___ , .. ._14,0510 •____ ... ......_ ___:.VERNOLA,MARICET PLACE_ i :....._. JURUPA.VALLEY:...-.:::,,.::i.':„...,..„WERMERS.MULTI,EAMILY CORP.,.--: ,.,...,-;;$3;720.00: • ....,.14,0511 ... .- ,..0.180ALAE.:AMA;OFESITE PACKAGE' I REDLANDS ALL-AMERICANASPHALT-''''---- -$82,1748j-,......'' --..-0512-- --• - FOOTHILL BLVD.PAVEMENT REHABILITATION : -RANCHO CUCAMONGA ': :. ' ';ALL AMERICAN-ASPHALT $14;190 ..61 --- ;;---140513 ; • VINEYARD AVE.AT SAN BERNARD' INO RA- : ! ....RANCHO CUCMONGA ..7..JCITYOYRANCH-O.CUCAMONGA. ... . . $109,323.00.. . ...44-05.14.. : :... . EUCALYPTUS.AVE_STItEET.IMPROVEMENT,•. . ... ._ ONTARIO ....... .. ;L: . _ALLAMERICAN ASPHALT . , . .....: ..- . .---. .„._... $724,;691.75 140515 GOETZRD WIDENING,IMPROYEMENTS PERRIS ALABBASI $70118543 140516_ __SIERRAAVE.PAVEMENT REHABILITATION7- NORCO ONYXPAVING- -•- = -- $34 4200-.--- : .1 14.;0517_,", . . :- _; • :::::::: 'PROTECTEDLEFT=TURNSIGNAL--• ----'*; --1; ; • .' •RIALTO • -.:: ; .' -- --CITY OFRIALTO - • . ;--. $786,079.27 _ .. . 1465171 ; ---; PROTECTED LEFT-TURN SIGNAL . RIALTO . :. = CITY OF_RIALTO _.$31.8,67060.. . _ 1470519 : __BRIGGS RD:AND EVENING GLOW DR.iTS::_ ._____. , FRENCH VALLEY__....'.;.. ...„, COUNTY OF.RIVERSIDE_ , _ „$327,932.t.18..._ _14,0520_ !.. .._SYCAMORE.CANYON BLVD..AND.MINNESOTA.W.AY_....1_-___:_,BOX_SPRINGS„....„.. ...,1..: . COMITY:OF RIVERSIDE___...........__S459,023.00.,.._„, .14,0521_2__.TRAFFIC-SIGNAL LEFT TURN_PHASING:11P0 RADE;_,, -77.77Cank-CITY -1";-;•-•,J.[....-:—.........i.;CITY.-DECULVERCITY-.1::•!..71:::::',-.:-.41,813,26486- ' ...:-.....144522,1;:..,;:.i ,.. ....,...-....:..„1.::,.....,,. BROADWAVAMPROVEMENTS ---------------- ''. -----. - 'CARSON •'---""- -'1 ''''---- '''' CITY OF --'--- : $14386665.63 1.: • 14-0523•;:,; ' -'13AS-ELNEROAD RVIPROVEMENT PROJECT.' I RIALTO - . 'I !! . ALLAMERICAN-ASPHALT- -... $247,151:63 140524 •' —'TRAFFIC INTERCONNECT SYSTEM UPGRADES I ..COMMERCE. 1:, CITY OF COMMERCE : $1,286,678.42 . .. 14-0525. .. . _ _GROVE,MERRILL AND FLIGHT AVE, _ ., „CHINO....„.... ' ; L „.„..ALL AlvTERICANASPHALt.:. __... ....$.135,224.76...„._ ,...._..1.4,0526._. ...__...........GROVE,FLIGHT.AND.MERRILL AVE_TS.. . . ....!. ._ ,. CHINO_ -.i:: MILLIEAND:SEV.ERSON... .... ...'-...:.-.$851.,312.51:71.;;:f ..,.. 14-0527......... TS FOR BOX CULVERT:CACTUSNETERANS•WAY-:.:•• -----MORENGVALLEY"--1 ii.----LEWIS-MANAGEMENT-COO: -I .S8,10-0:00 . ,..: ••..., . .. . •. .. . . , . . . . .. ,. .. . . . •. • . . • .. ....... . . . . . . . . . . . .. •••-. • - • • • ' • • . .. .. . . . ... . . . . .__„, ..„, „......„ " .•" . 14:0528 ! BEVERLY.CENTERRENOVATION LOS.ANGELES BERGELECTRIC.... . -':_•:,..—$14,564.40 • .„ „ 140529 I •GILBERT ST./IDAHO,ST.REGIONAL TS SYNCH... . „„ . FULLERTON -CITY OF VULLERTON------ -f''''''-$232,465.15 14-0530 . _PALOMAR AVE.WIDENING PROJECT „ YUCCA VALLEY. - ALL -AMERICANASPHALT :** $124,124.09 i- _14-0531.. I , ..„ MER1131AN-K4SIGNALS - • --MORENO VALLEY' LEWIS MANAGEMENT OP. „ i • $843,440.26. 14-0532, .I.'FAIRVIEWItD:11SIP IMPROVEMENT PROJECT • ,; • COSTA MESA HARDY AND HARPER_ $307 877.19..„.. : 14-0533 • SADDLEBACK:COLLEGE(TM ._ .missION.VIEJ6 . RJ NOBLE_ . . 14-0534 EL.SEGUNDQBLVD.AND DOTY.AVE..- . ..:HAWTHORNE SHAWNAN 14-0535.. EUCALYPTUS AVE.STREET,IMPROVEMENTS 1.s.,;.ONTARIQ. • -ALL AMERICAN ASPHALT . $6085.00 • ROSECRANS.AVE..RESURFACINGPRoJECTIMIii::7MAJIIL&rrAN BEACH ALL AMERICAN ASPHALTI '•1 $2046926 1.4-0537. • " " " • - HUNTER COURT-- • LAKE FOREST---- NvEsTtimBUILDF-RS„INC.1. Jr--14=0538- PRAIRIEAVE:IMPROVEMENT•PROJECT:PHASE II HAWTHORNE , SHAWNAN .„ $518,485.05 14-0539 ROADWAY AND UTILITY IMPROVEMENTS „.. „. RANCHO MIRAGE _ „ GRANITE CONSTRUCTION I •„$080•715:91" 14-0541 . . . MAJOR STREET . - „ POMONki,':„::::7.;:11-,"."_• ',IL_ :-•.'-ALL AMERICAN ASPHALT-- -$1218,860.45' 1470542_ „SOLAR,RADAR SPEED SIGNS.. ; .• , —RIVERSIDE -LEWIS MANAGEMENfCORI $12,110:00 —14.70543:„,„ ADVANCED DILEMMA ZONE DETECTION ZONE -! MORENO VALLEY CITY OF MORENO VALLEY $790,076.62 14:0544- • • ALTITUDE BUSINESS CENTER TS CHINO. .„ PACIFIC COAST ENGINEERING,INC. : $1,318,90517. 14-0545-7 • — . REPLACE DAMAGED IS POLE SHAFT . DESERT HOT SPRINGS ..CITY OF DESERT HOT„SPRINGS „:•_:.„$28,231.00- 14-0546 . „.. WEST HAVEN OFFSITE STREET IMPROVEMENTS •• •"-- -.Att.A3AERICAN•ASPHALV--I • „_.1470547. ..MERRILL AVE..BRIDOEVIDENING„.12.:, .:.•.'• ONTARIO C• I•• POWELCONSTRUCTbitg"' ;.•11-$259,171,711.1. 14-0548 • -- REDONDO BEACH CITY OF REDONDO BEACH $i 56,356.66 14:0549— ' " •-LITTLE LEAGUE DR..AND MAGNOLIW.AVE.'SL SAN BERNARDINO 1:11.• 1 TR.UmARK,HOMES .„ ..$129,746.00. 44-0556- - TS REPAIR AT ROSEMEAD/114ARSHALL . . ...„ „ROSEMEAD._ ENGINEERING_ ........,,„ . $4,019.22,„ 1410551._ TRAFFIC SIGNAL HARDWARE UPGRADES__ PALM DESERT CITY OF PALM DESERT --".$287„912.6o 14-0552 „„ . ALTITUDE BUSINESS CENTER ST.:13v1PROV.: -• • HARDY AND HARPER 1$6223.536.06-***1 14-0553 • -CROSSROADS II ""'' • BEAUMONT I GRANITE CONSTRUCTION $676,710.98 ,........ „ 14-0554 CANYON SPRINGS MARKET PLACE RIVERSIDE DPR CONSTRUCTION. ., $502,518.00.. 140555 •• HIGHLAND AVE.AT iLp ALL AMERICAN ASPHALT . .$79,346.82....„ 1470556._ ..RADAR FEEDBACK SIGNS .„ „_„.„. CITY,,OF,ORANGE. 14,0557.. p.cH.AT.HAWTHORNE BL'VD.INTERSECTION IMP •:: GRIFFITIICOMPANY• $936,465.W. . „. . „14,0559,,, • .-"" •SANTA CLARITA ! PARDEE HOMES .$22,410.00 • 14:0560 ''''''- LOS ANGELES COUNTRY CLUB LOS ANGELEK. ! BERGELECTRIC . a21,644.00 • 14-056 F — SOUTH GATE POLICE DEPT.PARKING LOT'. „... SOUTH GATE . . EC CONSTRUCTION „„ _$20440.12 14-0562 . „ JAMES,A..MUSICK FACILITY JAIL _ .IRVINE „,''''' BERGF.1...FCTRIC , $3153,086.06 1470563. . . „... ._ _RAMONA EXPRESSWAY. _GILMAN HOT,SPRINGS '• ALL AMERICAN ASPHALT• -!- $139,319.00 _14-0564 _SHADOW_ROCKANDHIGHLANDTARtIT$ JURIJPA VALLEY' • • LENNAR• r! — Vi41,775.67 :11565 • TS.MODIFICATIONS PROJECT • • -1LANctic1CUCAMONGA CITY OF-RANCHOCUCAMONGA. .$209:074:00. . 14:0566'" • --5TIftTltEET'WEST AND AUTO CENTER: • PALMDALE OF PALMDALE_ $360,815.06 .. • ...„ _,..... . 14-0567 „ PROJECT.BRUIN. . ...„ ...„ ....OXNARD 'I . ....$28,589.00 14-0568„. _„ ...USC,HSC VALLEY SURFACE APRKING LOT „.__LOS ANGELES,„ „. ..BERGELECTRIC„ $17,622.50: ...- 140569 .„.„_ AMAR RD..AND.NOGALES ST.„ 1,..'1„,..:•::ALL AMERICAN ASPHALT:: .! : 9TH AND VINEYARD RANCHO CUC-AMONGA-!, - FULLMER CONSTRUCTION'2- • i $64 743:00 • . . , • • : : : 14-0572.:�. . PAVEMENT REHABILITATION PROGRAM r' TEMECULA , .. ..... :. _._._ RJ.NOBLE._ $49,682.20 14-0573... _.._ _. -- PERRIS MARCH PLAZA.. ..._ .__.._..._ .. .'...PERRIS. ,.q_.w...._...; _..ROCKWOOD_CONSTRUCTION �._n..$4,540.00 --. `• 14-0574 _. .. ,RESIDENTIAL ST..REHABILITATION . ... ..._ .w:.,.,.,,..,TORRANCE;,�.. ._..;_ �..; MALL`AMERICAN ASPHALT... ... •-$62937.24 - . . 14-0575... . .859 N.DETTROIT_ST: . - ._.._.. e ,;_.,;_ ,__...LOS`ANGELEES............_..... ` JCA CONSTRUCTION COMPANY ; _ $34 913.89 . ..14-0576.. b, .ARTESIA,MITIGATE..PEDESTRIAIIT.AND:BICYCLE`-•_... , ARTESIA ....... .....__-`. HARDY AND HARPER ,$240,380.45 . .. <..:_:.14-0577... . :.....I. .':. ' UCR STUDENT SUCCESS CENTER ,` ... RIVERSIDE • . ........_ • - _BERGELECTRIC.. ... $4,700.00. .. 1440578 _ . ..: LOS ROBLES HOSPITAL, - ..R • ..THOUSAND.OAKS .. ..BERGELECTRIC_.. $3,500.00_ 14-0579. . ...• LINCOLN.AVE.PEDESTRIAN.PATHWAY:..._._.. . . : :... . _. --SANTA_ANA ___ WRIGHT-.CONSTRUCTION :.;`- : .._ $111,642.28 . 1.4-0580 N..INDIAN:CANYON.DR...WIDENING..:::._:...:.:.::;... - :., :...N::PALM:SPRINGS , .,. , : ALLAMERICANASPHALT:... '°' -__...-$304,794.32' _.14-0581. ... . . ... .. .GREEN:.TREE BLVD.EXTENSION.— . _..._.VICTORVILLE _. . . SKANSKA $1252,329.33....... ............. ';14-05$2.w:., ' : EMERGENCY REPAIR WORK SOUTH GATE. CITY.OF SOUTH GATE $2$,355.6.1... .. _14-0584 `.,_._. .. ALISO VIEJO BEHAVORIAL.HEALTHCARE._... .. ALISON.VIEJO BERGELECTRIC._ . ....;:,:„_._., ...._,.,$3,500.00 14-0585 • ,.._ _WILSHIRE BLVD..TEMPLE EVENTS BUILDING . .; ... ...LOS ANGELES:..,. ...., _ ..BERGELECTRIC " . :.: .�� - ._..._....._ _............._ _ _:: ' $3940.00 ......,. ..14-0586 1..._.. ._: CPRPARKING LOT LIGHTING REPAIR...., ...._., :..._. .,.._,SYLIViAR,.`: :�.:...:�� :°µ;�,:.::�ALL;ATvIERICAN ASPHALT..... $8 853:11 • .....14-0587 . ... ..GLASSELL.ST..AND_COLLINS:AV_E..LEFT.:TURN • ORANGE • CITY OF ORANGE . . • ..... $284 331.07 .. , ... 14-0588_: - ..� TS MOD-LAKEWOOD AND HARDWICK _ _°1— .. LAKEWOOD ' .CITY*OP LAKEWOOD.._ . $269,735.27 .:14-0589 • . .....'.. , ..._.... .._._.....13131-LOS ANGELES St. . • . . ... . .. IRWINDALE -... DUKE_. REALTY,... ,. ...,..,... .. . $728,791.51._:.:.:., 14-0590 : .... .CHAPMAN AVE.AND FELDNER RD. _ LEFT_TURN . .: ._..'........ . .ORANGE ..:.. � ...;.: . ........,_.:.,: .CITY OF_ORANGE . ...:.-:...: . , __:.$259,463:82. .,. 14-0591 . : .. �..._CHAPMAN.AVE.,ANDFLO.WERST.LEFT.TURN_.. .__.> ..__ .. .ORANGE- -.. :;..-__.- :. ' CITYOFORANGE .• $281,728.94` . ...14-0592 ; . ....... . ..TS INSTALLATION AND MOD.:--:PHASE2 ' :. GLENDALE _ CITY OF GLENDALE ' i' $2m 19:1 269.60 ,„:„.,:1.4-0593 .. ` ,r` : ANAHEIM CANYON METROLINK..STATION...... ..- .. . _ ANAHEIM .. STACEY AND-WITBECK - . ' `$904 164.98._...• _,,.'14-0594 • " _ ' 2021 FALL PAVEMENT REHABILITATION ... . .. ONTARIO. . .. ALL AMERICAN ASPHALT__ . ..$162 440.00....._ 14-0595 CHINOADARAMPS.(T&M) ._ ..... _. CHINO_...._..........:..__.:: ...... _......MILLIE AND-SEVERSON.. ... $6,996.99—,- . - - . ..' 13344 MAIN_ST.. . <-:-: ..:L .S.ANGELES.._......_...t _.,........, .MILLIE AND'SEVERSON--:::.. • $1.9,677.00 .._..14-0598. . : -.- ... ... INDUSTRIAL.BLVD.AND.SILICA:DR._ :.....:.... .:.:::;;;;:.,,::,::1..;:.:;;;_VICTORVILLE • SULLY MILLER CONTRACTING $26,084.00 147.0599;: ._..,:..„:.-:_::„_'...:::_:.:":::BUILDING-14 CONSTRUCTION. SANTA ANA -. 1 ._.. BRIGGS ELECTRIC INC. $819,107.6211..12._.. '• 14-0600 .... SUNDANCE CHERRY AVE. • BEAUMONT, HARDYAND HARPER $33,563.69 - _14-0601 _-._...:-.. .. 13TH ST.PAVEMENT.REHABILITATION ...... UPLAND .. ..._ , . . .HARDY.AND HARPER..: :. .. ;$7,409.43__,.„ _._. 14-0602.. ..: ...... . STREET RESURFACING AND.SEW.ER REPAIR_.....-__...... ...... .-..GLENDALE ... . . ....._TORO...ENTERPRISES $135,456.00 3.. ... .... .::... 223RD.ST.IMPROVEMENTS:...__... __ ...:,.. _.a` ;:::...::: CARSON� : -.: : `::; . ALL AMERICAN`ASPHALT $193,566.79 , .14-0605__ _,.:_DOWNTOWNFIBER OPTIC'COMMUNICATIONS- • ...•••••1HUNTINGTON BEACH -CITY OF HUNTINGTON BEACH $806 118.61 - 14-0606 ,`_....'__..__. TRAFFIC SIGNAL MODIFICATIONS - •HUNTINGTON BEACH CITY OF HUNTINGTON BEACH.. $4119162.78..._.. 14-0607 'SCHOOL CROSSWALK IMPROVEMENTS RANCHO_CUCAMONGA.v' , CITY.OF RANCHO CUCAMONGA . .$131,078.68. 1470608 .. . _ MISSION.BLVD.PAVEMENT REHABILITATION. ..:_... JURUPA VALLEY.... ..ALL AMERICAN ASPHALT.._.._..._...., _..._ ._$22,488.00... , . _ - - . .. .. _ CITY-WIDE TS IMPROVMENTS PROJECT., _._. _.CLARE T;:��, MO.N <,-..;:`: ._.`.;:_;:..:;;r'CITY.OF;CLAREMONT ` . , $525,364:57 ._....14-0610... ...... ....................:..HARBOR BLVDAND ARBOLITADR TS.;::,: . LA HABRA._.................... :' CITY OF LA HABRA $298,467.60 -..- 1 .. . . •.. BASE LINE RD:STREET LIGHT • f RANCHO CUCAMONGA: : •CITY OF RANCIIO CUCAMONGA $16,706.29„....... : ..14-0612 •2019/2020 ARTERIAL AND MINORST.MAINT ... . . RIVERSIDE.. _. ALL.AMERICAN ASPHALT ' • _.. $380 195.89 . 14-0613 , _ .........,_HENDERSONAVE. ._. ... PORTERVILLE .. CA PROFESSIONAL.ENGINEERING_: $20,000.00_ . ..14-0615 ... ..... . HERITAGE.TRAFFIC SIGNAL.MODIFICATIONS_ . _ . -.REDLANDS,__-_-.:.s.. ; .. . ..._.._: LENNAR ..__,. .._.: .:$339,040.15.:.::, . 14-0.616.......,, CITY OF HOPE CANCER CENTER IRVINE " ` :' BERGELECTRIC .......................:.., µ $0 00 ._ 14=0611-... ..... ,. .... ._. HIGUERAST.BRIDGEREPLACEMENT -- •- ' _ .CULV.ER CITY_ . . .. _...ORTIZ ENTERPRISES...:,._.- : . .-:::.$309,014.15';_. 14-0618 .; _ . BADILLO.ST.IMPROVEMENTS...... . .- . . .... , COVINA..- . ... ._.....,. .SEQUEL CONTRACTORS • $24 420 00.»:...3^... 14-0619.. O... , LOS.ALISOSBLVD.. .,�;MISSIONYIEJO:. `::, _ -; , , ..ALLAMERICANASPHALT-., ..,:_: . . $96453.00 14-0621 INSTALLATIONOF FLASHING BEACON ` •- ' " `PALM SPRINGS CITY OF PALM SPRINGS :$,333;,355,02 14.-0622... CENTINELA AVE. :; INGLEWOOD ALL AMERICAN ASPHALT _. .... $3,250,306.53 : 14-0623. • _ ... EL MONTE BIKE BLVD. . .. ,-, EL MONTE__. ....ALL.AMERICAN ASPHALT. ... __..$24,969.87...,::`- 14-0624 STREET REHABILITATION--.GRAND AVE._ .......... -....CHINO:-. - -.... SEQUEL CONTRACTORS.:..- "; r-$850,977:17" -.14-0625. .. . .. . ..D3 BARRANCA AND LAUNCH. . . ......... ;, .:: ....:.,.__ 1RVINE_-:: .• '• .: 1.' '_. HARDY AND HARPER :: • _ ::$281364.08_ . _... .14-0626:...... . GRAND.AVE.PAVEMENT REHABILITATION : : CHINO HILLS '•.- RJ NOBLE `...:. •. ,... ._ .. $84 53165 • : .:..:...14-0628 ._.:::::.:::;..:: = r:--ill;-,...:: GLENDALE RATPMS . GLENDALE ..... CITY..OF GLENDALE_. .. $370,500.00... :.... 14-0629` • ON-CALL FIBER OPTIC TESTING GLENDALE...._.._..,........ `. _..CITY OF GLENDALE . .. _....$1,199,999..99..-.-... 14-0630• -. .:.._ _ CONDUIT.INSTALL-REWIRE&-_TS CABINET..._... .. ... ..... . ..REDLANDS.::::..„::,-.. i I._.., -....._..CIT.Y_OF REDLANDS :-:.-°:.w:.: :,.x:.;'..:$111,3I2.71 _............. . .... .... . . .1470631 - NEIGHBORHOOD.STREET.IMPROVEMENTS.. PARAMOUNT: :=::;e . :: ;. ALL AMERICAN . .' -_.$24;894.00 . 14-0632:.._..: .::.;_. INYOKERN AND.JACK'S:RANCH CAW:: --. -::- CHINA LAKE- • • :BERGELEECTRIC ...._.. .. $655,916..16- . _,_14-0633': - :YNEZ RD:AND WAVERLY LANE - - TEMECULA .-. • . MERITAGE.HOME OF CALIFORNIA, $507,149.41 .- •14-0634 VILLAGE CENTER DR ' .. CHINO HILLS .. . .HARDY AND HARPER.. .. . $84,500.00 14-0635f • SLOVER AVE.DRAINAGE AND TS IMPROVEMENTS - SAN BERNARDINO . . -VANCE CORPORATION . .:......:: .:,:.._$244,912.446 .._.14-0636, . _...... . WINCHESTER RD..AND THOMPSON.AVE...--_.. ... ' . ._.,...,F.RENCH VALLEY. . ..._FRENCH VALLEY MARKETPLACE. `":$371•821.45 14 7__.. .._......_ . FIXED:.NETWORK_P-OLES..:. _:.-I::_:-.:-.;;.: .._ :;;::.°°F'ONTANA CUCAMONGA VALLEY WATER $29 000.00:.. .1.- 14-0639Y,: _ • LIGHT POLE INSTALLATION - POMONAtl • . . FOOTHILL TRANSIT' . .$24150.00 14-064U UCI VERANO 8 IRVINE. BERGELECTRIC _ _..- -. ._�_.$.17,500A0 14-0641 _ _- . .�ATP SAFE-ROUTES TO SCHOOL... .....__.._. ONTARIO.. . -... _. ... ALL.AMERICAN.ASPHALT_ ..- ..$849,351.25. . 14-0642.. . .... . RUNWAY EDGES ENHANCEMENT PROJECT_._.__.... . . . .FULLERTON.. .._..:'±_.._..._._•ALL.AMERICAN-ASPHALT ::::_M:_ ::::$1,068,098:26 1470643 :.. . HSIP..CYCLE.8 TS IMPROVEMENTS -. LAKE ELSINORE�-; --: CITY-OF LAKE ELSINORE _ $593,872.74 • :14.0644. ITY.OF:HOPE NORTH EAST PARKING STRUCTURE'' .-.... ... DUARTE • -- BERGELECTRIC $10,959.00' ..-.:14-0645 . WEST CARSON COMMUNITY BIKEWAYS LOS ANGELES HARDY AND..HARPER . . .$88,210.33_ .... 14-0646 17TH ST./SMC/EXPO BIKE PATH SANTA MONICA ,...._ - . ACCESS PACIFIC,INC; .. $2,09.0,192.84 - 14-0647 • • • PAVEMENT REHAB.._:._. .- .__....... -- ... .... .... _�:.....MORENO,.VALLEY_.,... _; _._.ALL AMERICAN ASPHALT „ _,�$80,378:00 _ 14-0648.... .. . ..-.•ALABAMA.ST.AND ORANGE AVE ....::: :.:.:........:.'::=.: REDLANDS:.: :::.-:f'.....: '`: WE'MARS COMPANIES- ' .. $427,604:88 .14-0649...,._ ;._.�.._• .POTHOLE'EXISTINGUTILITES:-<. • '.:.':: - - MENIFEE- LENNARm. $1,390.33.. _14-06501 : CLARK AVE:REHABILITATION PROJECT BELLFLOWER RI NOBLE COMPANY_ .... $55,260A0...... . - 14-0651 HISP PERRIS BLVD. PERRIS......._. _ . CITY.OF PERRIS .._ ' ... $789,826.59.. . 14-0652 • • _. .... PLAZA,DEL AMO ..._....... TORRANCE..._... , .• . ,......ALL.AMERICAN ASPHALT__-.__.. .. :_... .$95,457.90..:-7' : 14-0653 • TEMPORARY:VDS.CAMERAS._-._:.... . .._......._.:.:_: SANTA CLARITA...: _ . ...- :.,.ALL-AMERICAN:ASPHALT - ` $22;938.08 14-0654 _' _ , BATTERY BUS CHARGING INFRASTRUCTURE ` NORWALK _.CITY-OF NORWALK -$102,155,91 :...14-0655..;::_.: :.:- .:_; ., -.- GREEN STREETS PROJECTS -- -_.- .. • LAKE ELSINORE HILLCREST CONTRACTING. .......$29,801.00• .. 14-0656 ... • HUNTINGTON DR •SAN GABRIEL BLVD. . _ .SAN GABRIEL_ _. _SEQUEL CONTRACTORS. __ .... ......$414,614.82..-• :....14-0657 GLENN RANCH RD.REHABILITATION LAKE FOREST. • ALL AMERICAN.ASPHALT $4,000.00.._ 14-0658 '.. _...__.EUCLID-WESTMINSTER INTERSECTION V...- _,_.. _.GARDEN GROVE_.- __._.._._._RJ NOBLE Y:-„,.:::17..::::". r. ..:.-$392,707A0 . 14-0659 SAN.JACINTO.ST,.RESURFACING..._._...._..... , ,:..... .;.::::._:.. :RIVERSIDE---:w._..:i, ':. .... ., HARDY AND.HARPER $101,110.96 ..,,,,..:14-0660::.... REPAIR BBSAT FIRST ST:AND EMORY AVE ... ..,-._...: ........... ._ BEA(JMONT . ._; ' LYLE PARKS JR.CONSTRUCTION...• 7 T•$3,120:21 • .. .... .. ..____ _ „.... . . ... .. _. „ .. _.„„ _ „ ..., 14,0661..:2„1!..„-.'1'..:...:.::.:-:-e:-.-"*".-- *EUCALYPTUS AVE BRIDGE '', -.. • ONTARIO ,' P.OWELL CONSTRUCTORS. . . - . .$287,870:22'.!. .:- .': -1'4:0-662- "..';---. --- ' - LUGONiA'ST.CONDUIT INSTALL .„ ....... ... . : , „ ...... .REDLAN_ D. _S.-.- -. .: -._ -. _ . . !CITY OF REDLANDS---- '','i, . 510;850.-00'''- •.' . 14-0663. :, _ „...„..-,......., ELAN-100&200 ELK LANE . .„.„., .. _ ...._..] ..,..„„„„„.,,,,,SANTALANAZI-7-..!'"'' - " '- WERMERS COMPANIES----: '-'• .5409 006 OI. 14-0664...... .!! ..... „ . „..........„...TERRACES AT WALNUT.: ,...,1,-:..-:•:,.. - -' ['. • '•- '--WALNUT • ' ' SUKUT CONSTRUCTION : 1450,215.53 14-0665........„' I....:„...„Py2020;,21 ANNUAL PAVEMENT.MAINTENANCE ..._-.)y c . ORANGE-.-- 2;1„.. . 1!. '... -. RI NOBLE COMPANY ,.. ..„ .,!!; $1,830.02_ 1 •:•:..•:.1.4,..0666 1'r i'*4 • ' --- FY 2620-2 1 ROADWAY REHABILITATION 1 PLAcENTIA.. .„.„. .' ...,...... . 1U.NOBLE.COMPANY—....„....--.1'.;!.. „SIASO:Of- :. • 1420667 ,! 1 '' OCEAN Litith,....'SIDEWALK IMPROVEMENTS ",-- . . , ., NEWPORT BEACIL.,_.- ..... . „.„Vitio,S-AMARzr- CIL INC., ''' '- '•i•;• -'s20d30.16 ' 7 14-0.669. , , JOIOJ.BENOIT DETENTION CENTER. .. .,,,, .„..,..„.-..:,RIVERSIDE-:„..;-.7'.'••••' ''''"••'•••'••• ••GRANITE CONSTRUCTION ----,. i $589 J'§I.1-0. . . -............. .., ... L....14-067o .„.,,. STARLING AVE,AT CHINO AVE •''''..;_:.!,:.„......:-- ,:-["..... - ^ 'ONTARK).-'' '' -. LENNAR . - ' .$762,519.62 14-0671 ... :!.. „...VAN NESS AVE.,AND.139TII ST.IMPROVEMENTS - -: . --GARDENA. —'1: ALL AMERICAN ASPHALT. . . .. $31,153,15 „:„...„....... .•C;„14-0672•"" T .. ALEXANDER :BEECHWOOD AND SHIRLEY :. LYNWOOD i'....: . '.. . SULLY MILLER.CONTRACTING., „.• „.. $37,000.00. '''.---14:6673 --:-'-' :- MILL CREEK AVE..AND ONT.ARIO.RANCILRIV i! .ONTARIO„ ,,,,,„_ . . . _,._........„,.„SHEA HOMES,.:- ...„:„ _.. .i - .11,008;01,3-5.---'. „ . ... _...., . , . . . . : 14-0674_. .. .... ,FIRESTONE METRO BLUE LINE STATION- .... ........-„:;„ .. .._,LOS.ANGELES---.1 ' -...LOS-ANGELES ENGINEERING-O' " • '•.$397,791.86. .., 14-0675_ . „.. . „„sANTE FE AVE.SYNCHRONIZATION "" .•--."-- -..1' •--• • LONG BEACH- - : " CITY OF LONG BEACH. 2...Ti $3,170,5111 68........ :. ......14,0676,„- ,,"..;,::;::-;PEDESTRIAN CROSSING ENHANCEMENTS • I•r- -- -PASADENA -1 . ..CITY OF PASADENA .. .. ..1, _ $152,745.80..„ 1441677- ' - --- DESERT SANDS PARK CITY FIBER CONNECTION .., .. ......PALIvIDALE.. .- . . . CITY OF PALMDALE ,. . !: . $63,072.58.., 14-0678 •• -- WILMINGTON WATERFRONT PROMENADE. .„.. ..,... •:,...1„:.... „LOS.ANGELES.. _..... -!J-SQUARED GENERAL CONTRACTORS,:.....:;,;$81,180.60.'„ , „...... .. • 14-0679 i BASELWERD.......... „....„._ . „...„ ... ,_ ..',!;i „....„,_,.__ RIALTO.„.- . ... .. ,_ ,.:-...„„...!';ALL:AmERICAN ASPHALT 7 '$1(004:00— 14-068-0._- ...... _.... .. _..„ ,RANCHO,ILOS.CERRITOS__..,-... .;1_1::;CERRITOS- - ' ",'''' ' GRIFFITH COMPANY 1 • 1 - ' :$216967.01 14,0681,.................„..„„..,....._ADOBE SPRI•NGSVVINCEESTERIth' . ' :i.--• ••••' MOW ETA' . . - : ALL AMERICAN AsPHALT. i S56.404..8.8 :[...:.::--1;‘0683.-.-•• INTERSECTIONSAFETY-IMPROVEMENTS HSIP7! s, ':',-- SAN GABRIEL „ ..:: ! ,! CITY OF SAN GABRIEL .. ... . . $824,461.45 ' I! • 14-0684 'i POLYTECHNIC SCHOOL PEDESTRIAN IMPli. I'.. i!„ . PASADENA . . . .. PERRY C..THOMAS CONSTRUCTION, „.... „.$243,771.04..- 140685 . .,STONEHILL DR.AND PROJECT DRIVEWAY „„ .„ ,•Q SAN.JUAN.CAPISTRANO_i „i-GANAHLIUMBER.COMPANV::'"'T'', :""'"!!!!$486 .147.02 . . .14,0686.. . . _ ._ ...IFEACOCK ST._ ,-,._ —_-___„--:„...„„:--.- i;-.. MORkNaliAtt,EY"-''''71' ••''"'ALL AMERICAN ASPHALT • $24000.00 : . 1440687.. . .........ANNUAL RESIDENTIAL REHABILITATION-. :- - • 'COMPTON . ' - ' SULLY-MILLER CONTRACTING-....-. 2 1105,217.00 . . .. ......... .. ., ......., . ... ' ..1'...!1470688.... "....•" .CITY OF HOPE NORTH PARKING STRUCTURE •". i IRVINE . - „........ . BERGELECTR1C..... ..... . ....:.......... $0.00. .„....„ : . . 14-0689 'i — LACCD SOUTH GATE„ . „ ',.. . „.. ....i. SOUTH GATE. . „• !:TbitNER CONSTRUCTION.COMPANY. . .......:$5,802.36_ : - 14-0690 -... HOLLAND RD.AND.EVANS RD.TRAFFIC siGNAL,.. „., .„ , , „mENIFEE... ....... , .. ,..... .... ..... ..LENNAR.LiomEs........, :...i,,.:,, .:.:f:-.$538;:465:77•••.- 14,0691 .2......, ... ._.DEScANSO.DR.,STREET_IMPROVEMENTS- .... , „.- -- --LA_CANADA;,,„----,-.,„1 1. SEOUEL.CONTRACTORS ' ""''"i -"140i148.00.. 14,0692„.:„' ..,.:SOUNDWALLCONSTRUCTION.ON„.1416AEEWAYT!„*„. IA'CANADA-FLINTRIDGE T ' ' - POWELL CONSTRUCTORS. ...-$305,239.52 14,0693„...:'.:2:::::„..ROCIIESTER''AVE.PAVEMENT REHABILITATION - ': RANCHO CUCAMONGA , -- • •- ONYX PAVING . .. . $234,600.00 - 14-0694 •- - COOPERATIVE CITY I COUNTY PAVEMENT REHAB-, : ... .....HIGHLAND . •'...„.'„ E!7....... ... ..MATICHCORPORATION„ .... , ... $75,829.61 .... 14:6051-•'''- - - • ..- itAlutANCA WO MARINE .. .. .1 . .. . ' . . _IRVINE._. • - .BERGELECTRIC.. .. _ . ...... _ ..' „„.$37,452.1b .. „„„.. ,, , • 14,0696., LANDMARK TOWER_ . .. „..„-, , .,,.„..,LOS.ANGELEs... ._ .- ....,. .......,.._,-..„BERGELECTRIC„:„ „.--..- ...::•:...;- 7-'$11,04400 _14,0697._.. ., _„. ,., ......„„„... .CANYON SPRINGS MOB.„„... ..... . - .-,—.....::.:..: •...•:„ AIVERSIDE- • • •f - -BERGELECTRIC- . -i - -$16566.-.66- „.....,1440699 _... „....... _HONOLULU AVE.:TRAFFIC SIGNALS - ' •".: ..' --- -GLENDALE - : .-...--. --CITY OFe GLENDALE " 25$4 3- 239:85. , - - - 140700--'''''-. " " .. - ' • - '' Arblit.AVE: -••-•---- -- • •• '- ' --SAN:BERNARDINO_ . : HARDY AND HARPER . $119,680.00 ..„. . 440I01 • ----•- STREET IMPROVEMENT.3RD.ST,..„... . .—......- 1:SAN BERNARDINO. -:-1 ... _ MATICH,CORPORATION, ... . . ,$61,780.00„._ ,.. 14-0702 RANCHO.LAS PALMAS,SITE.&SHELL „ _ ,- „ RANCHO MIRAGE. , i .SAVANT CONSTRUCTION,n4&:,.,„_,, •-. '1-7 $16.086-.00:'-'""--" 14-0703.... „....,„ ..: ... ..... ...MAIN,ST.,AND WALNUT ST.„....._„.........„: . „___ ' ...._„....,..sANrA,ANA".- ,..,,,-,-.: .,,,-:-.-,„.,•••••, „..ary OF-SANTA ANA -- ' - .:"''' -8338i,920.04''•'. . ....14-0704„........ ! MAIN ST.AND.13111 ST;j: ''.' - "- ' • - - ''"•SANTA ANA U.;-7" 'CITY OF SANTA ANA s419'162024T • . . .. . , . . , ... , . . . .. . . . . • • . • . " • . . . .. . . . , . •. .. . . ,,, . ..$ , 50 . 2_ .14-0705 TRAFFIC SIGNAL INSTALLATION. - GARDEN,GROVE .,. ._. CITY OF.GARDEN GROVE 7 _ . .6240 PRESCOTT COURT .. ._.. . ... .... .. ' ...... CHINO. _.__ ::>.._...-_., -.ALLEN PROPERTIES:::: :::„: .,L.:.°z•$6;205:00.:::'.'` _14-0707 .. .. ...... __.OLIVE AVE.AND_IRIS COURT AREA_,__. ._.... .._.___:=:_.._ : .. -FULLERTOON_:,_:•-'.'.-:::: := ..HARDYAND.HARPER:; :w._. .; .'-2:.:;::::` :•50.00._ ,14-0708._j ... . ... .. . ._LA.PAZ RD._AND VETERANS WAY ,> MISSION:VIEJO J •" CITY OF MISSION VIEJO - _. $76040.00 --- ., 1.4-0709;..)........... .......:....CALTECH.RESNICIC SUSTAINABILITY, _, . _ , ` - PASADENA _..__._._...._.. _a—BERGELECTRIC _..,. ..I __Y..$16,800.00. :. .14-0710 UCI CAC STREET AND PATHWAY LIGHTING ..:..'....... •' - . IRVINE i. _._. BERGELECTRIC $1,055,000.00_ 14-0711 HIGH FRICTION SURFACE TREATMENT -._--._ ' . _..... RIVERSIDE_.....,.-. • CITY OF.RIVERSIDE_____: ..._' -...$1,765,093.42::. ..14-0712 . .. TAY_'S LANDING-,ST.,ANDREWS..ST..AND-CAMPUSAVE.` .....:,_.-.. ONTARIO_n-:-::: MERITAGE_HOME OF:CALIFORNIA=; -_:_$389,509:8.7 -- ' ^.......14-0713 .:....:...„...MAGIC,.MOUNTAIN:PARKWAY AND..TOWN..CENTER...„,„ ............:..SANTA.'CLARITA.-::,: :.::::: ::�::.CITY OF SANTA CLARITA:. .. ':::- $53-,840:00 •:14-0714 ._ :...,. .-... ~:. ...CASAGRANDE.AND:CYPRESS AVE. " `;' , ----FONTANA FONTANA _ .' : SC FONTANA DEVELOPMENT CO., - -$1,356 064.89 . t. ' :;:_14_0715 '` ' - REDONDO-BEACH TRANSIT CENTER REDONDO BEACH _ M.S..CONSTRUCTION_. . _ , .$139,515:87.._.. 14-0716; DUNCAN CANYON RD:AND COYOTE CANYON RD._ . ..... FONTANA ,-...._......._.. .. .. .. . . ...LANDSEA HOMES_-._ .$898,86i4.89.,.....- '.; 14-07.11 , ... FOOTHILL.BLVD...PAVEMENT..REHAL, •,__ .. .j 5-_,RANCHO CUCAMONGA..' . _,. _ALL:AMERICAN ASPHALT-,>...... 1. .$313,668.74- ... _14-071 ._. CITYWIDE PEDESTRIAN..&:VEHICLE:TRAFFIC____.-...: I..__-..__.:.WEST.COVINA, :. ;:.-.SUPERIOR-PAVEMENT 4ARKINGS $22 640:00 ._. 14-0719,:. .: ......._...__SIGNALS:ATKIMBALL'AND-MEADOW-VALLEY '. .CHINO ._..__.._........_ ORBIS'REAL ESTATE PARTNERS ` W�.$7,226.13 :;'.'14-0720 NEW ELECTRICAL SERVICE AT 18014 WIKA RD. ':.'. -APPLE VALLEY • - ' TOWN OF APPLE.VALLEY-. $42,388.00 r 14-0721 ,.•_. ... .._REDONDO BEACH BLVD.STREET IMPROVEMENT ._.. LAWNDAI$.__ _; _........._..._.__ HARDY.,AND_HARPER.. ,-_.:_....,..... ._..564,960.00:.___ . _. 14-0723 _... -.. FY 19/20 LOCAL STREET OVERLAY PROJECT .CHINO.._..__.... j i...._........._.....__.EXCEL,PAVING__,; _.,., -_....'. .$3,044.15_w .. .14-0.724_.. _. GTRANS,ON-STREET.BUS..SIGNAL_PRIORITY. ....... ...M ,. --.."GARDENA.-. • ._._._- .._._,-,.-..—CITYOF:GARDENA:___ _:-_:;_,_- _ W$83;693.00. . 14-0725... .... _ ROSECRANS..AVE.STREET IMPROVEMENTS .,.. 1::!.:;..._ _ °FULLERTON RTNOBLE:COMP`AN : -` :` :-::_x`:...: $0 00.a,--..,..-.. 14-0726...,,. ._...........:... _ ._.•.,.--_. ..__.-....ATP-CYCLE..3_;::...._.....:.:::::::_.::,::::::; :::., ..:..::.-':..:;; -..:::HUNTINGTONPARK: _. -.' CITY-OF HUNTINGTONPARK .'� . $946.452.98_.,..,. : .-. '14-0727.,:. ` :..:::.-.PAVEMENT REHABILITATION•AT14 LOCATIONS .. `-.. SAN BERNARDINO .. ': . - MATICH CORPORATION • • -.. _.._...... .$42 800,00 14-0729 , .. ..LITTLE LEAGUE DR.-REPLACESTOLEN WIRE SAN BERNARDINO...... :: _. .. __. .TRUMARK HOMES...... _. .: .. $28,873.85_ . . ' '14-0730 SURGERY CENTER PHASE II OFF-SITE_IMPROVEMENTS-. ____ ...,.MURRIETA__.... •: TURNER CONSTRUCTION_COMPANY ..$1,02.1,826.21,_., 14-0731....._.. .___... . ..._.DESERT HIGHLANDS TRAFFIC SIGNAL PALM SPRINGS........,.. CITY:OF PALM SPRINGS:_........._ :$653,496:60 . .._14-0732._ ..-,,:rTRAFFIC..SIGNALINSTALLATION,SANRAFAELDR..........::: .:...:.:::.....'PALM:SPRINGS : ::__ :: `-CITY OF PALM'SPRINGS _ •-_—: $497,370:52 _. :14-0733 ::`'.PACIFICA'HUNTINGTONBEACH.PARKING STRUCTURE .:......:HUNTINGTONBEACH:-:- .......BERGELECTRIC.. • _ • $44,860.00. — _:.___,,.14-0:734.; .—. ::.MOUNTAINVIEW RD:RESURFACING DILLON-RD: _ DESERT HOT SPRINGS ' MATICH CORPORATION- -- $131,524.55 —.14-0735 - --UNIVERSITY ST.AND BROCKTON'AVE.TS PROJECT REDLANDS -- - C CITY OP REDLANDS $507,745.00 ._ 14-0736 NUTWOOD-YALE.AREA STREET IMPROVEMENTS .. FULLERTON. _..SEQUEL CONTRACTORS..,_ ...... $9,780.00...._ . 14-0738_ . .. 2021-2022 INTERSECTION IMPROVEMENT, . ,.. SANTA.CLARITA.............a. .__-_,...,..CITY OF SANTA CLARITA.. ._.._._:__._..$153,409.79_ ...-:.1.4.-.0739._...... ..AIRPORT.SIGNAGEAND.LANDSCAPE IMPROVEMENTS.. :.__FULLERTON.::-::.:::::::::.:..-. -:_.-.:.,:,-:,.;::.::::BUNKERENGINEERIliG :- - :..'$46 948 87 ....:::14-0740...... ...,„. ..:.�.:_.. .LIMONITEAVE::COMMUNICATION:.:::.::= ;..:,._ m,...:EASTVALE:::`::�'W`-"1___. CITY'OF EASTVALE" :-. $145;420124 14-0741>.,,.. : ::.W.2020=2021STREETOVERLAY&RECONSTRUCTION ' RIALTO ' CALMEXENINEERING INC,:, $111,353.12 14-0742- FY2021-22MAJOR ARTERIALS PAVEMENT RANCHO CUCAMONGA. . .. HARDY AND HARPER_._ ._ __:$56,845.80! 14-0473.001 CESAR.AVE AT.ALMA AVE.. EAST LOS.ANGELES.... .. COUNTY OF LOS ANGELES. ............... :._....$180,722.61,... . .14-.0473,002 _ ... . POTRERO GItANDE AVE AT.DEL MAR AVE.::_..... .,.: .........S,AN GABRIEL.. :COUNTY OF:.LOS ANGELES„:..: .: , .. ..$391,911.1.4. :._. . 14=0473.003. .,.. . _____. ...EASTERN.AVEAT.CITY.TERRACE DR_ . _EAST,LOS.ANGELES.....<._'=a....,...:.COUNTY..OF LOS ANGELES_ .:,..,:...:.:,:;._::.$359;600:411:::..::: -•14-0473.004... ._.._.:......_.._...:._..CYPRESS:STAT.IRWINDALEAVE,-._ :.:. - -.._' :-"IRWINDALE ... ..•,:I" COUNTY OF LOS ANGELES- $160,721.29 ... .......... .. 4=0473.005; HILLCREST PKWY AT BERYL PLACE CASTAIC' COUNTY OF LOS ANGELES $160 535.73.. 4-0473.006, 1ST ST AT MAR IANNA AVE EAST LOS ANGELES COUNTY OF LOS ANGELES $192,116.24. , .,„ .... ..,_.. _ .... ... ..... .,.... . .., .... . ..... ...• . . ...... ,.. . . -..._ .... ............. ..„........ - .. .......... .... ...... ..... ... , I 14=647100! --FAIRGROVE.AVE AT SANDIA.AVE.._ . ' '... __ _LA PLIE_NTE _ _.. : :., COUNTY OF ----",!-.-S-155;979,89:- '. ...1470473..008 i , • COMPTON STAT NADEAU AVE.„__.,,..._ . '!. '________COMPTON,;:.--1•2_,....,"-„,2 ;.11;.'..COUNTY OF LOS ANGELES ----"1- ..!.$75-,244.94 - -i-_1470744 SLURRY SEAL ..,...:-...:..:... ...„,:.;-'!:-.:„!MANHATTAN BEACH ' '•''''' - ALL AMERICA.N.ASPHALT... 1 !..$11,241.00... :. -,--.......1407.45 ..1,.. _„. .,....„...„,.._.,... ....TR,1.8901 ,,'MCKENNA PARK -..-- !-- - - ' !! ---- CHINO •! *-. HILLCREST CONTRACTING .i... .. . .$0.00, „ .. ...„ 1470747,,,,t,„..I.:,::,„:',-..,:RANDALLAVE.,...STREET IMPROVEMENTS . *----'.1!---- -" --RIALTO•."-. " If:,- 1::-- - '..!" WHEELER PAVING . .. 1 . !$24,869.19„......j 1470148••••,....,....!:`:•:11....,...:- --DATE'ST.ATMURRIETA.HOT SPRINGS11.-0.,,, ••'ji ---•••MtfkluutA , ... ::.. ..._MHS RETAIL LLC. .., ..„ ...,„.... .$517,810.00„_.„: i •i- 14:-.0149 !' ------ .--- 1-ELEVEN STORE 441985171...a__: _ .... ..., :!! 1_. SAN BERNARDINO . , .: „ _1(Z.MILLER.CONSTRUCTION-1.,!-:-.‘-$48084:67-:'•••''.., 1 14-0750 -i __ STREET IMPROVEMENTS FOR WESTMINSTER EILVD,..„:11!,„........__WESTMINSTER., „_1,I:!-.:.,..c,„.,..„,...:;-;,-.1;,_;„,-...R4.!NOBLE ! , $40,883.-16-- : .140751,...... ...... PARKING.STRUCTURE..#.3.DEMOLITION.pRatcri,:::::: pr.:::::.:::.'„':SANTKMONICA-------:I.-. --AMP-00 CONTRACTING,INC,„; .; - !$19;973.42. -- ! ...1470753 BROADWAY.REHABILITATION PROJECT..!" --•!:1!-!! -- !.--GLENDALE ^ ! . '1 ---- - HARDY AND HARPER ........".'......".... .„...$988,508.31 ., .:!..,...-',1407541:',;-.1:.'„..;.„.... !.....„-";-.RIVERSIDE DR.'AI.NID MILLIICEN-AVE:- -- II-!l-1 ----- 'ONTARIO .. . 2 j...'... ALL.AMERICAN.ASPHALT. „. . „ . .. .$0.00., - • ---14:075S ',--! ---- CRENSHAW BLVD:REHABILITATION -..i._ ...' L ii,_.....„„. _.. TORRANCE.. ..... .':L _.-ALL.ANIERICANASPHALT__...,_..„.....:S13.1,054I8 -;„-, 1-40756-•-•--:CITYWIDE PAVEMENT REHABILITATION PROGRAM '...._....IVIORENONALLEY__!„1,, _ ALL,AMERICANASPHALT . , ' $1.53;738:82 .-- 14-0757.._! ....... ...........LION..AVE..HAWK SYSTEM_CROSSWALK.._ ._.....!: .......:: , ...:S-ANIA.CINTO-, „.,L4;...LSANIACINTO UNIFIED SCHOOL!' -'! .,:$182404.04 T...-..-...-, !, _ .14-0758._ ....„._. ....,...,.... „__..MONROESTREET AVENUE4.1..;-..„._„'L.1;:•.''';'„...'. '! .----. - .---INDIO ''" ^--- '11 : - CITY OF INDIO - • " ---- t4.6•51441.83.....: ' - .1470759_- ,• .. STREETIMPROVEMENTtSLOVER AND OLEANDER : --.- FONTANA. - . . .......__DUKEREALTY. .._... .. ......:. . . ..$148,596.95 .,.:. 14:0760 —-PAVEMENTREHAB.FOR-VARIOUS LOCAL STREETS • _MORENO.VALLEY. ('__ _. ...jiAIIII)Y,AND_HARPER...... „.......... „.....$23,383.00„„„„. 14-0761 : ...._MERIDIAN PARK .. _._ . . . .! ,,.. RIVERSIDE____.:.. !......„.OLTMANS..CONSTRUCTION CO, ..---$743,73294-- 1.4;0762 ' DATE.ST.AND MORRIETA.RD.STREET IMPROVEMENTS; -- -_MURRIETA.:!!-!7'.. „.;,..!:',.,„ ,;:„..,;:-...11ARDY'ANDHARPEW-- '- -158085.00 1470763_,.. ....„. „ • TRACT 37509.HEIRLOOKST.IMPROVEMENTS,:i:„-!' ,„, ,. 'TEMECULA' - 1 ''! - : -. HARDY AID HARPER : - --. -$8,00000. ' 1470764_ .--..... . ...-.`,.....1-. - 'RAMON RD.:RESURFACING ! - -' ' -THOUSAND PALMS!" - ! -- HARDY AND HARPER_:7_ .- :- .. $1.1415.00 .. _140165• .. 2022 FALL PAVEMENT REHABILITATION-.- .ONTARIO. -: ' ALLAMERICAN_ASPHALT ,. _$73,967.47 .... '7140766 • '' -••. -!- !ATP CYCLE 5-PALM DR. . DESERT HOT SPRINGS...', ! ! _ ONYX PAVING„ .. . ... _.....;1 _$270,494,56_.:.:".-... . ! 14-0767 --- . ONTARIO RANCH R.D.BRIDGE : „. ,......... ONTARIO _ !•-....... RIVERSIDE CONSTRUCTION__.... ._$406,553.88-2:1 14=0768 RESIDENTIAL AND ARTERIAL PAVEMENT REHAB. .! . ..TORRANCE. . „. '•.. ALL AMERICANASPHALT_..„....,„, :.$66,64S-1-007.-.7 14-07727 --SILVERROCKPARK VENUE WI-El AND CAMERA . ! .. : LA 9UINTA.. ...... .: !'., . _.. .. CITY OF LA()UINTA. ..„,„,............- -2, .s.71:,,I1231..17: --14-0773'• i LONG BEACH 2 .... . .LONG BEACH... !......CITY VENTURES CONSTRUCTION.....' ... -$24,257.97- .! -• 140774' ! " - •! - - ' HIGHLAND SPRINGS..... BEAUNIONT, , ....... .!- . . . .TRI.POINTE HOMES,..INC:„..... , , . „...$13,5 10:04- .... . .... ! -.140716 202012021 CDBG WARD.2 STREET IMPROVEMENTS .. „ . . ... ._RIVERSIDE . . . .-',.: .._IE GENERAL ENGINEERING. .......;_.....$83,598.00!..1.-„.... ----140777 ---, -..--" ---ON.CALL DIRECTIONAL BORING FOR CPE ' • VARIOUS !',•• CALIFORNIA PROFESSIONAL .. !.. .....$15,200,00 14:0778- - . BRIDGE ST.AND RAMONA EXPRESSWAY. .. ,.. .,,. . LAICEWVIEW._ .. ;- f ..COUNTY OF RIVERSIDE.....„. ._..„..8761.667.64_....„ : 14-0779 "' --! - -.". ---CAMPUSAkitiA‘rstgEwiRING . , .RIVERSIDt.. _ .. ' . .CIT.Y„OF RIVERSIDE.... .. ... ' ,.S24,995.00 .. .. _ . ! ' 14-0782 ' •- ! - - - MONTE VISTA PARK . . . . CHINO., ... ., . .. -:. LOS.ANGELES.ENGINEER1NG .. ..:. ....•$246,298.73„.„...: 14-0783 -' ' ! STORM DRAIN REHABILITATION FY 2021-22. . ." !..I. .... CHINO„_..., .. . -":!!i .__ , BONADIMAN WATER INC.._... ..,.:„..„.:$45.265.00-....; 14-0785 STETSON AVE.RESURFACING ..HEMET. ,.. . ........i ii. . . .., .ONYX PAVING ,..... ..... . ___....• . .$461,173.28„. .! ..... ,, ... .. - 14=0187 . .2- -TEMPORARY VDS CAMERAS:At-ALTONt PARKWAY ..: ...... . IRVINE.: .. .. .. ... ..1 L, ,_ ___ . _ARIZONAPIPELINE- • .. „„ . ! - !-., ,S0.00.......--- I-4:0789 " ORANGE GROVE-BLVD.AND SUNNYSLOPE AVE. .... PASADENA....... ;! , . . - CITY OF . _.. . , !. .$387,048,00.....! , 14-0792----.'.." --- .--AVENUE R AND 45144........STREET EAST _. PALMDALE ... 12!._. ,R.C.BECKER AND.SOLINC, .,... ..„$465,212.00,-; -7:14=0793 --! -.-- -VILLAGE.bk.AND TAWNEYRIDGE LANE 7 VICTORVILLE !1,:i CITY OF WCTORVILLE. :.. ._$567,9.1.7.79........„ . ., ...:7140794---1 ------- . !MURRIETA.REi.AND LA PIEDRA-kb, - "---- ----MENIFEE g."-. ...__LENNAR HOMES... .... . _ ! $630,996.14 2: 14:-0795.-.._ 'I:::-.-7.-MONTEBELLO MUNICIPAL GOLF COURSE - MONTEBELLO '. s. LOS ANGELES.ENGINEERING.... „. :: ._$659,968.28......... ,:;•2„-;.14;13.798-.77i ---,HIGHLAND-SPRINGS--AVE.TS MAINTENANCE BEAUMONT , : BEAUMONT SUNDANCE LLC .. .. ... ,S5 165.00.. . • . . , .. . . ' ', . . • - ,.. •• . . • . ' , • ! . . • ! . . . • - ,., . . . . .. . . . . . . . . . • • • . . . . . . ..... ., „.. „.... .... .. ..„. .............. _. ,. ... ............... ...._........ . i ...14.0800..„-J- ir----'''.:•••••••'-'-- --VALLEYBLVD:AND'OTHER.ROADS - -,- BLOOMINGTON . MATICH.CbRpORATION:. . . ., .-„.....$79,194.00 :.,....,_14.-..08017:'f i:— .1.1:-.-----..... -7;80"..'W:TOTH ST., . ... i -COSTA MESA ..... ALL AMERICAN ASPHALT 1 .$8.907.00. ,„.- .......... ... 140‘802:1-7.:. 7••.'.:-.TEMPORARY,VD'S.ATIAMHOREE AND CAMPUS' . ', IRVINE CASTLE CONTRACTING,LLC ..,A.......$2550000. 140803727 'J..2..:;..:.s.::':.-„,VIA.VERDHAVE.:-STREET IMPROVEMENT- - ' . ' SAN DIMAS ' . .SULLY-MILLER CONTRACTING.....:: ........$78,670.00 .....-.....', : .140864-::7,'..'i.7.. .17:!.. ...7„::::: :;!!!!! T.:,....„....757.1.2...CHERRY AVE: - •• -- 1 -LONG BEACH . SIGNAL HILL CONSTRUCTION .; . .. Si 8.043.00...... V. 14•4080C-:-:EYE.;;;:-..:-.-„,CENTERT,ST:ANDSTEPHENS;:AVE.RESURACING----;7-- -HIGHGROVE • * - * HARDY AND HARPER $193.415.00_,....A 1 „14,0808-Tf2; !--.-1'..---.-.--TRACT-2a794.COMMUNITY.PARK SITE LIGHTING---- : -• ----MENEFEE -T i ....—LENNAR.HOMES .:..".. . .......d I.__$1.388.012.64 i..; ;:::.•...14,•;08-0-9.7.7 PAVEMENT REHABILITATION PROGRAM- ; •-- r' - MORENO-VALLEY ... . .ALL AMERICAN ASPHALT . .. .. -: ...„_.$84,266.00„ 1-440810= RE-ROUTE EXISTING LOOP CONDUIT- -, :'---; INGLEWOOD GOLDEN.STATE WATER. _..$8,107.83„ 14;08 It'..".T'j:j••••.7-;:.S-ANTA-CLARALAVE,113IKE-tANE AND PEDESTRIAN- II I-----SANTA.41A, - ; ,. ......HARDY AND HARPER._„...„.._......:;..i.;...........,$698.370.86............; .1 1408I2,;22. ::::.T.:::::f.:11AWK PEDESTRIAN SIGNAL AT RACQUET CLUB- ;7,- PALM SPRINGS ... ......„..........CITY OF PALM SPRINGS .: ,...* -;. .,$349.059.74.... ... . . , . -;1:12.14-418I1Trf.:ii,.71::::•::.1.11._-.-1 ATWELL-AND WILSON TRAFFIC SIGNALS :i.;. BANNING .. ... • .... TRI POINTE HOMESLINC..........„... ;;;) .....$443,698.72..- ; !: -, Er-T.14:0814:***„.,11.;-7,...-7------NEW-PORT,COAST DR.-AND-BALBOA BLVD NE'WPORT BEACH7 • .. ...ALL AMERICAN ASPHALTI.. ... ..!!I. ,.. ..$28.463,00-- _14,08 16.:2.-‘, -F:.•:-.•.-••.-.•:-'::::::;.7,GIRARD:STTAND ACACIAAVE. ..-.-. ' '-, ; .1-IEMtr. : . .. . . ALL AMERICAN ASPHALT .. „„_•., . ____ $126,434.73 14.*:0818::::.11 ;.,.....1•TT$TMOD,:AT-MERCED AVE: V1NELA/4D-AVB.; '-!! BALDWIN PARK -. CITY OF BALDWIN PARK ..........: i ..., .$523.806,70.. 14;0819.-7::..:INSTALL:CONDUITt.AT wrcsoN.ST.AND'FORDHAM-DR!-- .. -- COSTA MESA ._ALL AMERICAN ASPHALT .........i . . -11.7.815.72_ 14,0821 :..,'„"-NEWPORT:COAST:bk.AND BALBOA BLVD..PAVEMENT.'.: - NEWPORT-BEACH , ... .... ALL AMERICAN ASPHALT ..... 1. ,$188.161.23 1' 1,40822-..;.:f.--::::j:-.**);;::::::..-).-.....:: $IXTHST.-AND BEAUMONT-AVE.- . BEAUMONT ; . ... CITY OF BEAUMONT ._. . ... ; ___ $159.742.70.,_; • •I, 14;08-24:::.::- -:::::.--,...:..T.-CITYWIDERETROREFLECTNEBACKPLATES 1 . ,, 1 EASTVALE ... '........ ... CITY OF EASIVALE._. . - .1 ,.$241,875,68 140825 ,..Z....a:.TR36430-2 OFF SITE liRIGGS;RD.STREET ' :;;ill -- - MENIFEE E:) IIILLCRESI'CONTRACTING. ., -.... ......_$4.29.7.55 ....._.. 141,0827-s--::: =-17:.:701:137-NITEVORD.SIDEWALICANDSTIttETLIGHTS- :. 11 PERRIS ; ALL AMERICAN ASPHALT .. E, .... ,$62,216.39--- . T..-..;;;.14;081297,7 T.T.:.-,-..-.7 - • • SIC REPAIR AT FOOTHILL BLVD: ;I! ijPLAND ..... .... ; ; . LENNAR.. . .. _ . ...... - .i. ;-.•',S21,300,00;,...., .... ' -14:08.10--;_:,; _TT• -----EL SEGUNDO BLVD:IMPROVEMENT PROJECT-- - *J. 1-- -EL SEGUNDO.._. ..... 'SULENNILLEREONTRACTtNG....::...._$.704.622.42.: „...- 1:4.:0-83-2:::--,-CITYWIDE NEW TRAFFIC SIGNAL AND HAWK SIGNAL )..::- COSTA MESA . :--,..; .......;.. - .CITY OF COSTA MESA „ .! .$85.22485,89.,..... I•4418-31:„,;.-- -: .:7:s.-BRISTOL ST.AND*SANTA•CLAIIA AVE. 1;i -.- SANTA ANA ... .•../. .'... CITY OF SANTA ANA........ . . ----;. $51.6.592.30 .....• :,•-•.:-;,14-43834-:.2 LANDFILL ROAD REHABILITATION AND TRUCK SCALE i: BEAUMONT ,, ; GRIFFITH COMPANY .. _.... .. .$642,000.00--.-- ., •:-.Z,:_14--.4-1837E.-•. •_.;.-7 ----RRFB INSTALLATIONS-PHASE 2 PROJECT . ,. . GLENDALE............ .....i'!I. . .. CITY..OF GLENDALE .. .........i ...x.$179.1.332.,27..,.: :f.. ....:140838';::.,::' '....S.4eili,JACINTO;AVE.-AND*SHAVER'ST:TRAFFIC SIGNAL Es --- SAN JACINTO ... -;; . .. .. .CITY OF SAN.JACINTO . .......,.._ . ... $812,793.32........; ,.....;_14,..08-361:;7* ':-.E:::".."- '- BUILDING RISTREET LIGHT POLES - 7 il • 7-7.. SANTA ANK. . .. ..E : . ____BMOGS ELECTRICt INC.. ....:.:.„. ..;.; . ....$10,420.05._ ..---)14-0839;-:::: 7.7..,' - -• ".- CONDUIT INSTALLATION . , .. ..]II .. -REDLANDS . .CITY OF REDLANDS..... ......... .. „. :.$101,590.00: -; • .......1-408401:;:, ...S.:-.:-.7.1:„.T.T.));------40TH ST.AND OTHER ROADS - -- : - :. '.I " .:SAN'AERNARDINO . -.;i .... I MATICH CORPORATION. . ... „.... .......-$71,700.16. 14:0842'„,-;: .-„NEWITS.POLEAT E.WILLOW ST.AND DAWSON-AVE. 1.; ; SIGNAL HILL 1 ; ...CITY OF SIGNAL HILL '. $79.951.96....... ....,-)14;0843_;.;,:' :I:CITYWIDE TS UPGRADES 1ST-ST:AND BEAUMONT -i .; - BEAUMONT 1, 1 ..„CITY OF BEAUMONT_. .. .....- . ...$225.537.84 ' .„....14,43844. -2- .-:::-E„,-....,:,-„,-;....:,,-. „GRIDLEY ROAD REHABILITATION CERRITOS !! 1 HARDY AND HARPER. . ...„... _ 395,206.66...._..- .•,-;:14;0845.11„)-.;.-„;:-E,,;;;:TAXIWAY LIGHTS AND WIRE REPLACEMENT TORRANCE CITY OF TORRANCE_ . . ...' _ .$518.711.99).;,.. . ., •' •--;14;;;0846::::::-`; .--;,---;;;;;;;;;;-.:VEST WILLITS ST.PROTECTED BICYCLE SANTA ANA i; 1 EXCEL PAVING _. .... . .;-,. $155,529.18. .. , ;, • --1„--,14:0848•1•:;;;;;.;--. CHERRY AT HIGHLAND INTERIM TS FONTANA ; ; .„. _CITY OF.FONTANA .„.......... ; .....$290.433.01__. . -- --,----„;;;14:0849:.1717:-.,:lltillINE CENTERDR:PAVEMENT REHABILITATION I ; IRVINE . ..-i ; ........ALL AMERICAN ASPHALT.. . ..... ........$103,749.99.... : ::::----14,08527.:::: 2:.11.......1....;.7:-1•:CHAP MA/sTANDIIEWESINTERSECTION • •• -- I •ORANGE '---• ; - . CITY OF ORANGE. .... ............... ...... 1105,828.00 • -- 14;0853 „ .- ::.:.:_ OSPRY STREETLGHTS -- .' CHINO _- ,;-.._ • LEWIS HOMES .. .. ..._ ..$6.800.00 . ...- .. _.. .... 14;0854:-.2. ;TT.f.:ROCK,SPRINGS-D1.PAVEMENT REHABILITATION : -'CHINO HILLS 1 !I .HARDY AND HARPER .... „I . .......$65,278.89;_ .... . •--.. ._ .... ; 14-0855 - " - •-- *-sAPEItterts TO SCHOOL TWENTY.NINE,PALMS Ei-,_ IE GENERAL ENGINEERING....,... .: .. $219.643.58. .; .7-1410857 - TEMPORARY VDS AT MACARTHUR BLVD&JAMBOREE NEWPORT...BEACH • ;;--. ; . ARIZONA PIPELINE _.........„ _ . ..:$27.000.00... ....... , _,.._., .„...._ . , ...___.... .. ,.... . . ..... . .... ...._. .........- . : • . E •.. ,. .. . .. . . • „: . , . ' "•,... ..,.,...,'••••.""''.',."-.•,, .- '''' „____....__....___.......__. ,_ . ,„........„.......... :, .. . ',- 14:0860-- - •"-; " ' ARTERIAL STREET IMPROVEMENTS - „..._PARAMOUNT_ .:: I,. . ., . EXCELPAVING__:_;_:::::,.1-"------'--•--$1-11-20•61-00 ; 1 1-4-08‘61-. 1]--.,-,: STREET,iMPROVEMENTS,ONEASTERNAVE_„ _.; ....... „_......... .BELL..._„,±-2T:.::;:;L":--1-' --HARDY AND HARPER ' . al-108:00 • 1 .1,14862 7 - VERMONT..AVE.,STREETIMPROVEMENTC.1-:-.:-,:-.. :; GARDENA - :-', -ONYX PAVING ; . $1:40,869.34. ._ 14,08.64__ „.ONE QUAIL PLACE PARXINC 120TREHA1311,ITATIOW ; • PALM DESERT ...I J.,.... .......JACOBSSON ENGINEERING .. .... ,..,* ..,,..,.. $4,161.00_ :: ... .,_i'..44-41.865'....•;i•.:---- - - • - TUSTIN AVE./ROSE DR.RTSSP -- .1.....-; .....: •ORANGE.... , „il i ..... .,„.... CITY.OFJDRANGE ,.., . .„„., • ......$799,412.54. -.1 . 14-215866- ' _.„.. ... LOCAL STREETS IMPROVEMENT ;,: ....._.GARDENA.........._ i- L.__... , ONYX PAVING ...":-..:1-::-...1-:::-....1:. i.-:::-:-:7$'69,735,00-----, .1 .-.1 14-.0 861: ;'. _ ".- ..._ ."...*::. ,. .. _THE MERGE_OFFSITES....,_ ....,.... ;; :-..J. ....... __EAST:VALE:::,--;-' -:.-1 f--:i:'!: ;:i I:-AME-RICOSUILDERS------•--; •--•tio,26g.il-- : _14,0,869...,.:. ...BANYAN STREET PAVEMENT REHABITHATION,,..,:;:'.1:;'"::-,;.,'RANCHOCUCAMONGA -. ' -'-':- SEQUEL CONTRACTORS 2 $154,500.00 .. .,.,...14,0870_ _.„_____tNarr.AW,.AND HOLDER St.TRAFFIC SIGNAL '--1'--— 'BUENA PARK - --Ti'T---;- ;CITY-OVA-0-4NA.PARK 7 : : $444,972 13 ... ....,....144187 I. '-:•------- -sANDQuisriii):Agti LAURITSEN RE)::: .... ; . .... CHINA LAKE .,.. ......1 ;i SULLY-MILLER CONTRACTING..........,...„..$364000.00.. ., ---'44:601--".- ....-tEMIAL,LIBRARY FIBER OPTIC DESIGN PROJECT.. : . .HUNTINGTON,BEACH.....1: ,...._Cary,DEMINI1NGTON BEACH-,.....,,,,L.,.;. $45L1S8litf.::=. ....._... ....._ .. .... _..„„. ,. 14-0,873_. . _ .„ „. .._. .. HEIL AVE.EIRE.STATION,8___._,.,,,,_ .. . ...., ..._HUNTINGTON BEACH__IL„..._,CITY-OFIEINT1NGTONBEACH 11 ----$32T,59-1.48- ...._14,0875. . . PEDESTRIAN HYBRID SIGNAL(HAWK)INSTALLATION "..1.-". 71--LAsP1.1ENTE. —" -'-•. -- ---OtiltOF LA-PUENTE- •• 7---**;; --'..$247„(28 .66... • , _14,0877_ ... -,.._.:-,-„, „;VAN:NESSAVE_STREET IMPROVEMENTS — -- GARDENA.:" .1.•-• :";....I -; 'HARDYAND HARPER ..•..„..: ...____$A4,415.00: 4-46:687,CT: .7 :7. -MOJAVE DR:-AT CONDOR;RD.TS --- ; ... VICTORVILLE.. -,.. C".„„...... ^....CITY OF VICTORVILLE .. .. „...._... ._._$7_78,318.25._..•. ..___..... .... ,.,...„..., .„...... ..._ .... ; ,. .. . . . ............. .. „.. ..., ,„. ...... -, 14-0881 GLENCOE AVE.STREET LIGHTING_. „ _.._. . LOS ANGELES . ..., , L.„,.........__..BERGELECTRIC,..„,...,.._„.... ..._„;..........:.$84,297.41.„.. . • 14-0884 PURCHASE AND DELIVER(9),MYERS.TYPE II.SERVICE/..i . , ..____IRVINE ..:_.....„„; A_HERITAGE.FIELDSTELTORCVLIC:::::::::=$103.4 71:00- .1 ..' 14,0886 T ::'TS MODIFICATION AT VARSITY AVE..AND UNIVERSITY.: :. ....,,SAN.BERNARDINO::1:-4"--1:,;:;;1:"-.2,.1,,,-'..,11-PGCADILDEK$ i 1183,045.08 ; 1 _14„0889._:_.,,,..,._.....2022/2023,CDBGSTREETIMPROVEMENTS .--la .._;...":1•;•.:7-•••• RIVERSIDE• — --• 11 - • - -• HARDY AN])HARPER -I • .*--:I- • $37.1.309:97,••..:- ! ---14,0893::,,---------2:::::::;-._.:MARINA-HILLS DR.-RESUFACING PROJECT - : - ; LAGO-NAIslIGUEL---7^,I: - - ONYX PAVISta • •""-....--.... • 1016 820.00*.. ' --;--14:0894' ;- -•-TSIMPROVEMENTSAT VARIOUS LOCATIONS- • SOUTH EL.MONTE _ , .__.„.CITY OF.SOUTH EL MONTE .$470,416.17,...... 14-0896 i IOWA AVE.STREET LIGHT RELOCATE .i .. ,_ „..... RIVERSIDE .. ...„.:...._ ii!..... ...SIGNAL.HILL CONSTRUCTION .,..„.„......;.,$24,243.00__:,-. 14-0898.. :7 .,. _TEMP-VDS ON LAGUNA CANYON_Rae ., IRVINE. , _. .!11:__ _ .ARIZONA PIPELINE $56-',80011.06.„-..:.-: ... 14,0899_ • ....__..FY.2022,2023.STREET REHABILITATION .---- ...-:-.--.._.—PLACENTIA:::„,,_;;;..,,,..-,,,•::1; ItINOBLE:,"- 11--'— ; -"-_, ,$164,318;2-4- .14,0900.. ..... ......CYPRESS.AVE..AND„CA.TONST:.TRAVEIC:SIGNALL-:-.-.;::LILL: ,----: .REDIANDS--- " -;; ' ---- CITY OF REDLANDS- ----' : - $6.00' • ; ': , : ........14,0902 REDt HILL AVE ;REHABILITATION ; TUSTIN -- ----l:;- — ONYX PAVING - • ' ;.$1581,668.07 2 . _14,0905 -_,.: ::-• PEDESTRIAN IMPROVEMENT PROJECT - - •- • INGLEWOOD - ' ALL AMERICAN ASPHALT-- _.• ,1$71,751.00 --- 14-0914— : CITYWIDE TRAFFIC SIGNAL VISIBILITY UPGRADES. ' .: .. .HEMET___. .„.:'• ,„._ ...... .„.. CITY_OF HEMET. _ ; _$326,489.00 • . 14-0918 .„ARTERIAL STREET REHABILITATION .. ..; .......„_...__CERRITOS. . .. ,••;,....__,.......„.HARD.; IAND HARPER._„..,,.....,......, I„::,$1,071.124*,79.-1,': 1 ,. 14-0906, •„ ........................ „...„. . _CALTECHRESNICIC . . .... . . PASADENA.2:.7 • - '17-7:1-:1-1::'1.1181tGELECTRIC,:::_.,. -- - ' ' '-1210:00.0.00- 14-0922.... _____.CROSsWALKIMPItaVEMENTPROJECTL-,11,1.;...1:-. 1.. -:-;;MANEATTAN BEACH; : : • ----ANEEN CONSTRUCTION - ' --;$18-5:12-0:00- --' _ . 14-0924 TRAFFIC,SIONALMICATIONS-UPGRADE "---- ; . ' - - VERNON ' ,----—^ CITY OF VERNON 1 ; $226',399.97 -. ! 14,-,0925,...... :....;CONSTRUCTION OF YOftBAAVE:STREET IMPliOW: - ,-- ;-- •CHINO HARDY AND HARPER : _ .$0.00 14-^0^918--- 7-- TRAFFIC SIGNAL UPGRADES AT PIGEON PASS RD. ' ....MORENO VALLEY . ..::.' CITY_OF MORENO VALLEY . .. , :. .$285,445.00 14-0931 J.__ RELOCATE PULLBOX AND INSTALL.LOOP.STUBOUT_ . .... ..WHITTIER . .' .,. .ONYX PAVING ._-$1.1,375.60,...- : ; .......... . .... ... '. ...... ....„ ., .._ :. 14 __-0938 HAWTHORNE AIRPORT REPAIRS.: - ,HA .WTHORNE.,,,,__ : _HAWTHORNE MUNICIPAL AIRPORT: . 71:-,116,926:or.-t- . _.. ._.... . , , .: .14,0945_, ,...... _LEGADO.COMMUNITY::,,POTHOLE.FOUNDATIONS. ....„„ IMENIF.EE-:''...,... ..-; .-- -.:- . --. .. .LENNAR ',I':..... . - • • ;;$23,500.00 - I 14,0948_-.1 '..-CLINTON.KEITERD..84.DATE.ST;P:AVEMENT:REHAII; ,",L.: 2- --MURRIETA ••; " 1-•" ONWPAVING ' ": $51;040.20* 1404 .1: :1.7 '' "' ' INSTALL CONDUITS ACROSS BRIDGE ----- ' -*- —LONG BEACH i ;. VCI CONSTRUCTION LLC j . $54488.02•• -- - 14,0960 -- REPAIR TRAFFIC SIGNAL LOOPS AT AND 223RD: -CARSON- • : SIGNAL HILL CONSTRUCTION ..7'......... $9,765.00 ----14•4064 -:‘,----—7 'ANNUAL PAVEmggf.-MATicitRA.i4OET. '• ORANGE, .. .,...„... --: HARDY AND HARPER .i $26,104.00 il . . .. . . . . . . . .. . , .. • , . - • • • . . . •:‘: •. . . . . „. • , . . . . ..:.. . • , . . • . • .. .: • . .. . . . : . .- :: ,_ . .- • •J: . :-,, 14-0967 ; HSIP PEDESTRIANCROSSING ENHANCEMENT REBID „„ SANTA CLARITAL.::„..1 ;-:: •CITYOFSANTA CLARITA $99;410.00 1470971 LEFT-TURN ELONGATION IMPROVEMENTS IE ENGINEERING 2,..$1706310; 14715985 ; CITYWIDE PAVEMENT REHABILITATIONPROGRAIid- ; 'MORENO VALLEY I HARDY AND HARPER $358,51628.- _1470990 .. 'TEMPORARY'VDS.ON BAKE PARKWAY-- - — IRVINE ARIZONA PIPELINE_ $77,850.00 14-0983 BEAUMONT SUNDANCE REPAIRS BEAUMONT. „ „_ LISTER.CONSTRUCTION $8,589 89 14:0995 ": TEMPORARY VDS ON TRABUCO RD.,AND KEYSTONE IRVTNE. _ , . NATIONWIDE CONTRACTING $29 950.00 14-0990'; PARKVIEW AFFORDABLE aousiNa(1351.E.41ST ST,)_...! _LOS ANGELES LENA CONSTRUCTION $24,442.00 1471612 _PROGRESS LIGHT FIXTURE_ „ _ _ _ HILLCREST CONTRACTING $5,823.00 .14-1020 _ORANGETHORPE:AVE.INFRASTRUCTURE-- - FULLERTON SULLY-MILLER CONTRACTING $7,622.68 _ 144026: : .-:91.171:FREEW.WAY FIBER REPAIR WORK 111 CORONA DB ELECTRIC,INC, „ „ _$15°,344.82 14-1028 GARDEN.OkOvt BLVD.AND BROOKHURST GARDEN GROVE „ .RJ NOBLE „.„ _.$4,500.00, f•Z • • • 'f CONTRACTOR REGIS'.R i'ION 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 httpi/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=displayPWCRegistmtionForm DIR's Contractor Registration searchable database: httpsJ/efling.dir.ca.gov/PWCR/Search.action 1 am aware and will complyprovisions of Labor Code Section 1771.1(a) with the 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. Elecnor.Belco.Electric,.Inc,,, Contractor ,, -:. • r John WongBy .. ............... .. ...... Vice President Title Date:4-3-2025 _ _...-._. PWC Registration#:100000.4804 . , ,GI3 Document A310 TM — 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 r jbusinecs) Liberty Mutual Insurance Company Elecnor Belco Electric, Inc. 175 Berkeley Street This document has important 14320 Albers Way Boston, MA 02116 legal consequences.Consultation Chino, CA 91710 Mailing Address for Notices with an attorney is encouraged • 175Boston Berkeley, MA Str02116eet with respect to Its completion or OWNER: modification. (Name,legal status and address) Any singular reference to Contractor, City of Huntington Beach other arty shag be Owner considered 2000 Main Street plural where applicable. Huntington Beach, CA 92648 BOND AMOUNT: 10% Ten Percent of Amount Bid. PROJECT: (Name.location or address and Protect number,(caw) Traffic Signal on Gothard Street at Murdy Fire Station; CC No. 1672 The Contractor and Surety arc bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by smid 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 tc 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 31st day of March,2025. Elecnor Belco Electric, Inc. (Pri al) (Seal) r i (Witness) B : mile) Liberty u rance Company tJ�,••A 1,/10,rein0A (Surety) (Seal) 2,• r+ at 1912 ; (ninety) Stacy-Ann Morrison , �9 By: %14c tie)Michelle ne McMahon,Attorney-in-Fact • S 0054/AS 8/10 NOTARY ACKNOWLEDGMENT OF SURETY: State of Connecticut County of Hartford ss. On this the 31st day of March 7025 before me, Alyx Nardini,the undersigned officer,personally appeared Michelle Anne McMahon known to me (or satisfactorily proven)to be the person whose name is subscribed as Attorney-In-Fact for Liberty Mutual Insurance Company ,and acknowledged that s/he executed the same as the act of his/her principal for the purposes therein contained. In witness whereof I hereunto set my hand. ALYX NARDINI NOTARY PUBLIC - #192451 STATE OF CONNECTICUT Signature of otary Public MY COMMISSION EXPIRES AUG.31,2029 Date Commission Expires:August 31,2029 Alyx Nardini Printed Name of Notary 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 SFr, at---Q,...0=, ) On kwkt_ 2O 2 before me, ` k-, V\AC.�A -v--, 'JOTb°c '{ 3U(' (insert name and title of the officer) personally appeared DwUl 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. AcyCwHoi:r�tt Notary public•California ;" San Bernardino County f Commission N 2426775 My Comm.Expires Nov 15,2026 Signature ejt (Seal) S rr • �V 1\ ' liberty POWER OF ATTORNEY PMutual. • Liberty Mutual Insurance Company 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 Michelle Anne McMahon all of the city of New York state of NY its true and lawful attorney-in-fact,with full power and authority hereby conferred to sign, execute and acknowledge the following surety bonds,undertakings,recognizances.contracts of indemnity,and all other surety obligations related thereto,the execution of which shall be binding upon the Companies as if it had been duty signed and executed by its own officers: Principal Name: Elecnor Belco Electric.Inc. Obligee Name: City of Huntington Beach Surety Bond Number: Bid Bond Bond Amount See Bond Form IN WITNESS WHEREOF,ills 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 31st day of March 2025 Liberty Mutual Insurance Company 'v,insu _or INs& '� u+sup_ The Ohio Casualty Insurance Company tis ot1O1r+,'+' ro`� oeP0 4 fs �4 po+'�a4r 4c+ West American Insurance Company t 3F "om + 4 bt+ a3 s . i,- a ,(� c 10 =1919� 0 1991 e aln i ZYd,, 4,..,,„, a yO�hA r, rd, woiee .4_ By: �,I g eii * )w- 4'4,4 * i• 441 * i-* co Nathan J.Zangerle,Assistant Secretary m o c STATE OF PENNSYLVANIA ss a ci •To- o c m W COUNTY OF MONTGOMERY c w rn On this 31st day of March , 2025 before me personally appeared Nathan J.Zangerle.who admowledged himself to be the Assistant Secretary of Liberty c E cr w Muhl Insurance Compa y,The Ohio Casualty Company,and West American Insurance Company.aid that he,as such,being authorized so to do,execute the foregoing instrument o m for the purposes therein contained by signing on behalf of the corporaBars by himself as a duty authorized officer. 3 w I-- > =— IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal al Plymouth Meeting,Penrsy vania.on the day and year first above written. co It Ud .2re cc 7 PA SP Sr ^� C �co Q•Fo Onwp4 FCC Commonwealth of Penneyhania-Notary SealCO ptie4ti Q(f)o y a o f s v Tana Paslflle,Nohory Pt Liilti) ...._ O vP�e My cmrr�On expires Starch 28,2029 By m xn c m �rq � Pe rq w AncoMion or Notornes Teresa Pastel/a,Notary Public E m rry ai This Power of Attorney is made and executed pursuant to arido by authority of the fotl ving By-laws and Authorizations of The Ohio Casually Insurance Company,Liberty Mutual Q c min co m Insurance Company.and West American Insurance Company which resolutions are now in full force and effect reading as follows: o v t�= ARTICLE IV-OFFICERS:Section 12.Power of Attorney. m N E.0 Any officer or other official of the Corporation authorized for that purpose in writing by the Chaimlan or the President,and subject to such limitation as the Chairman or the 3-r L. til President may prescrbe.shall appoint such attorneys-in-fact,as may be necessary to ad in behalf of the Corporation to make,execute,seal,adai wtedge and deliver as surety a es s m • any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-n-act subject to the limitations set forth in their respective powers of attorney, o r shall have MI power to bind the Corporation by their signalize and execution of any such instrunents and to attach therein the seal of the Corporation.When so executed,such .o m.o E 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-fad under the m > E 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. c 3 Z ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. o w 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, m shall appoint such attorneys-Si-fact as may be necessary to ad in behalf of the Company to make,execute,seal,adcncMledge and deliver as surety any and all undertakings. n bonds,recognizanoes and other surety obligations.Such attorneys-in-fact subject to the imitation set forth in their respective powers of attorney,shall have full power to bind the Many by their sgnatae and execution of any sixth 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.Zargerfe,Assistant Secretary to appoint such attorneys-i fact as may be necessary to act on behalf of the Company to snake,execute,seal.acknowledge end defier as surety any and all undertakings,bonds.recagrizances and other surety oblgators. . Authorization-By unanimous consent of the Company's Board of Dtsedors,the Company consents that facsimie 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 coumecfon with surety bonds,shall be valid and binding upon the t,clfa,aly with the same force and effect as though manually affixed. I,Renee C.Llewellyn.the,ndersigned,Assistant Secretary,of Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company do hereby certify that this power of attorney executed by said Companies is in hull 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 31 st day of March 2025. INSU Zr INs, ,oisuk. . AJe off' vo 4J3 04''b c+ f.e'oa�rfo�ctn a 1912 o c :1919 c Q 1991 c By: c. 4y.' rd*,''o a o h o lee ra wa.M► Aa� C.Llewellyn,Assisted Secretary air * i,� sHl * i•? 0,M * pi, . LMIC,OCIC,WAIC-SurePath 012025 . • .Ei• pecJoR- EL co • I . . 1 iV !i • ORIGIN ID:ONTA (909)993-5470 SHIP DATE:07APR25 ELECNOR BELCO ELECTRIC,INC. ACTWGT:0.25 LB CAD:9736563/INET4535 14320 ALBERS WAY w CHINO,CA 91710 BILL SENDER UNITED STATES US is,.) WILLIAM JANUSZ CITY OF HUNTINGTON BEACHg IV 2000 MAIN ST U . (...' . V HUNTINGTON BEACH CA 92648 (909)993-5470 REF: PC: P0: DEPT: ' , II IIIIIIIIIIIIIIIIII111111110111111111111111111 • •��ress 'n elfD O ! ti� , II I I 10 f ' rg • +, E g it) ) rl M ;< C m c � m z `" sA WED - 09 APR 10 : 3 OA a x CD.fp c a. MORNING }1DAY =* X �°a� 0 0 8803 6779 6139 ! . N f- CD C -Ih 92 648 0, N v • CZ APVA cA-Us SNAcu -II P � N- a. D- o . r+ �O- rn• o• 0 (a > oC- CI V o • � n lii H m es � goa 6 r+ = A" in 3 (Da) d eo - ; �. o ?. la R 4944,WED 04/04'07t38',';`- 9Z648=Z70T-00'. I • m .a o - Z000.MAINST., .HUNT.INGTON^BEACHH;CA' O =H. O . • 929-'1:05 ;;;-: ,,:•,., : Q. a n ETP:6 ',SP:%X:100: -:.860367.796139, }, , 0 mCu X _ C • n = N cD 1.0 r_'F o. n• o '� — I 141104110 CITY OF �r`:& HUNTINGTON BEACH Lisa Lane Barnes City Clerk July 29, 2025 Ferreira Construction Co. Dab Ferreira Coastal Construction Co. 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA 91730 RE: Traffic Signal on Gothard Street at Murdy Fire Station (CC-1672) Enclosed please find your original bid bond for CC No. 1672. Sincerely, 1714--it/X6416 Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov CAIA Document A31OTM - 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name,legal status and principal place Ferreira Construction Co.,Inc.dba Ferreira of business) Coastal Construction Co. Berkshire Hathaway Specialty Insurance Company 10370 Commerce Center Drive,Suite B-200 1314 Douglas Street,Suite 1400 This document has important legal Rancho Cucamonga,CA 91730 consequences.Consultation with OWNER: Omaha,NE 68102-1944 an attorney is encouraged with (Name,legal status and address) respect to its completion or modification. City of Huntington Beach 2000 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) CC#: 1672-Traffic Signal on Gothard Street at Murdy Fire Station 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. • Signe and sealed this 10th day of April 2025 Ferreira ction Cp.r4AC dba Ferreira Coastal Const ction Co (Contras as Princzpaj`� (Seal) (Wi ess) _/I-`at ,�n,,,� (Title) J-,or 1(Sl �Mlwrril;, Berkshire Hathaway Specialty Insurance Company r I ,,,' D (Seal) (Witness) onathan O o ( ty /�/ (Title)Marisol Mojica,Atto din-Fact CAUTION:You should sign an original AIA Contract Document,on which this text appears in RED.An original assures that changes will not be obscured. snit. AIA Document A310TM—2010(rev.10/2010).Copyright @ 1963,1970 and 2010 by The American Institute of Architects.All rights reserved. WARNING:This AIA®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.Purchasers are permitted to reproduce ten(10)copies of this document when completed.To report copyright violations of AIA Contract Documents,e-mail The American Institute of Architects'legal counsel,copyright@aia.org. ACw3070e10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of San Bernardino On 04.10.2025 before me, Marla K. Gibbins,Notary Public Date Here Insert Name and Title of the Officer personally appeared Brandon Pensick Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the pe on whose name is/a/ ' subsc'bed to the within instrument and acknowledged to me that he/s /th executed the same i his /tVgir authorized capacity(),and that b his/j3r/tlyefr signature)on the instrument the person or t e 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. g`r MARIA K.GIBBINS Notary Public•California Ili San Bernardino County g Signature MOJA My Com CommissionmExpires J a 3646 u17 31202� Signature of No Public • •••"•'' . , Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: f 'Corporate Officer —Title(s): n Corporate Officer — Title(s): i !Partner — ❑Limited ❑General I I Partner — ❑ Limited ❑General I Individual ❑Attorney in Fact ❑Individual ❑Attorney in Fact Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator I Other: i.1 Other. Signer Is Representing: Signer Is Representing: ©2014 National Notary Association•www.NationalNotary.org • 1-800-US NOTARY(1-800-B76-6827) Item#5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 truthfullness, accuracy or validity of that document ♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦ State of New Jersey County of Morris On . April 10,2025 before me, Madam Kased , Notary Public Date Name and Me of Notary personally appeared Marisa!Molica,Attomey-in-Fact Name and or Names of 9pner(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. MARIAM KASED I certify under PENALTY OF PERJURY under the laws of NOTARY PUBLIC the State of kitailfoxike that the foregoing paragraph is true STATE OF NEW JERSEY and correct. New Jersey PAY COMMISSION EXPIRES FEBRUARY 12,2030 COMMISSION:#50230378 Witness my ha d and official seal. Signature 1.1onature Place Notary Public Seel Above Madam Kased OPTIONAL Though the information below Is not required by law,It may prove valuable to the 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 Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Titie(s): ❑ Partner- ❑Limited❑General RIGtITTHUAIOPRINT ❑ Partner- ❑Limited 0 General RIGHTTHUMEPRINT ❑ Guardian or Conservator 07 SIGNER " ❑ Guardian or Conservator Tumb cpohuTop mb I]Attorney-in-Fact ❑Attorney-in-Fact ❑ Trustee ❑Trustee ❑ Other. ❑ Other. Signer is representing Signer is representing Berkshire Hathaway Specialty Insurance Company ♦♦♦♦♦♦•♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦•♦♦♦♦♦♦♦•♦♦♦♦♦♦♦♦♦•♦♦♦ Berkshire Hathaway Specialty Insurance 49409 Power Of Attorney BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY NATIONAL INDEMNITY COMPANY/NATIONAL LIABILITY&FIRE INSURANCE COMPANY g IL E Know all men by these presents,that BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY,a corporation existing under 1 g and by virtue of the laws of the State of Nebraska and having an office at One Lincoln Street,23rd Floor,Boston,Massachusetts In t 02111,NATIONAL INDEMNITY COMPANY,a corporation existing under and by virtue of the laws of the State of Nebraska and having an office at 3024 Harney Street,Omaha,Nebraska 68131 and NATIONAL LIABILITY&FIRE INSURANCE COMPANY,a corporation existing g under and by virtue of the laws of the State of Connecticut and having an office at 100 First Stamford Place,Stamford,Connecticut 06902 (hereinafter collectively the"Companies"),pursuant to and by the authority granted as set forth herein,do hereby name,constitute ��,, and appoint:Marisol Maiica,Kevin T.Walsh.Jr.,Thomas MacDonald,Krvstal L.Sttavato,Andreah Moran,Ryan Gray.Jaclyn Maffev, e. 100 South Jefferson Road.Suite 101. of the city of Whippany,State of New Jersey,their true and lawful attorneys)-in-fact to make, execute,seal,acknowledge,and deliver,for and on their behalf as surety and as their act and deed,any and all undertakings,bonds,or g 1. other such writings obligatory in the nature thereof,in pursuance of these presents,the execution of which shall be as binding upon the Companies as if it has been duly signed and executed by their regularly elected officers in their own proper persons.This authority for the Attorney-in-Fact shall be limited to the execution of the attached bond(s)or other such writings obligatory in the nature thereof. f,'yam • t In witness whereof,this Power of Attorney has been subscribed by an authorized officer of the Companies,and the corporate seals of the Companies have been affixed hereto this date of August 24,2023.This Power of Attorney is made and executed pursuant to :N and by authority of the Bylaws,Resolutions of the Board of Directors,and other Authorizations of BERKSHIRE HATHAWAY SPECIALTY IQ INSURANCE COMPANY,NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY&FIRE INSURANCE COMPANY,which are in full t force and effect,each reading as appears on the back page of this Power of Attorney,respectively.The following seals of the Companies and signatures by an authorized officer of the Company may be affixed by facsimile or digital format,which shall be deemed the i equivalent of and constitute the written signature of such officer of the Companies and original seals of the Companies for all purposes regarding this Power of Attorney,including satisfaction of any signature and seal requirements on any and all undertakings, i C 1 bonds,or other such writings obligatory in the nature thereof,to which this Power of Attorney applies. m 10 BERKSHIRE HATHAWAY SPECIALTY NATIONAL INDEMNITY COMPANY, E P. i INSURANCE COMPANY, NATIONAL LIABILITY&FIRE INSURANCE COMPANY, itionwl-7- tow.- _ - ....-.A__ 1111,..4._ „„ By, By. t p David Fields,Executive Vice President David Fields,Vice President g • prnEt�,�, 141'o%rsrE oiyry ',, i ,`�oerokt�e;'1, ��{o�ro�G ,'', u ram% / %it=c . ,.off ` . ((A,; ;of SURETY • ; I, SEAL "�' •,1,134 AEe4,0:6"- ��'r6y�4NA,Nf 2% ,'' �hN t'' t 1 O 1p' NOTARY 'I, B State of Massachusetts,County of Suffolk,ss: I On this 24th day of August,2023,before me appeared David Fields,Executive Vice President of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY and Vice President of NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY&FIRE INSURANCE COMPANY, I who being duly sworn,says that his capacity is as designated above for such Companies;that he knows the corporate seals of the V s a Companies;that the seals affixed to the foregoing instrument are such corporate seals;that they were affixed by order of the board of o, directors or other governing body of said Companies pursuant to its Bylaws,Resolutions and other Authorizations,and that he signed ;E said instrument in that capacity of said Companies. .8 [Notary Seal] a o t ii B.SKINNotary Public co . ,1/4:1.:4A.-Itse. ealaY Pubic,Cargnomieelth of Mussalusetts • .�_.-- 4511118 Januar"22,2027 I,Ralph Tortorella,the undersigned,Officer of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY,NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY&FIRE INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies which is in full force and effect and has not been revoked.IN TESTIMONY WHEREOF,see hereunto affixed the seals of said Companies this April 10.2025. ysrErmok ,, ."4OEM1y%T:'', = r'FtnF//,'s!,'' �9 ii SURETY U %i( SURETY 0t;t ':et SURETY R SEAL R% %9 SEAL #b; �•' SEAL Ralph Tortorella,Officer .,, 44„„,s4 'I,.4 44NA,0,e,-' '',yp0hNECTO gt BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY(BYLAWS) • ARTICLE V. CORPORATE ACTIONS EXECUTION OF DOCUMENTS: Section 6.(b)The President,any Vice President or the Secretary,shall have the power and authority: (1) To appoint Attorneys-in-fact,and to authorize them to execute on behalf of the Company bonds and other undertakings,and (2) To remove at any time any such Attorney-in-fact and revoke the authority given him. NATIONAL INDEMNITY COMPANY(BY-LAWS) Section 4.Officers,Agents,and Employees: A. The officers shall be a President,one or more Vice Presidents,a Secretary,one or more Assistant Secretaries,a Treasurer, and one or more Assistant Treasurers none of whom shall be required to be shareholders or Directors and each of whom shall be elected annually by the Board of Directors at each annual meeting to serve a term of office of one year or until a successor has been elected and qualified,may serve successive terms of office,may be removed from office at any time for or without cause by a vote of a majority of the Board of Directors,and shall have such powers and rights and be charged with such duties and obligations as usually are vested in and pertain to such office or as may be directed from time to time by the Board of Directors;and the Board of Directors or the officers may from time to time appoint,discharge,engage,or remove such agents and employees as may be appropriate,convenient,or necessary to the affairs and business of the corporation. NATIONAL INDEMNITY COMPANY(BOARD RESOLUTION ADOPTED AUGUST 6,2014) RESOLVED,That the President,any Vice President or the Secretary,shall have the power and authority to(1)appoint Attorneys- in-fact,and to authorize them to execute on behalf of this Company bonds and other undertakings and(2)remove at any time any such Attorney-in-fact and revoke the authority given. NATIONAL LIABILITY&FIRE INSURANCE COMPANY(BY-LAWS) ARTICLE IV Officers Section 1.Officers,Agents and Employees: A.The officers shall be a president,one or more vice presidents,one or more assistant vice presidents,a secretary,one or more assistant secretaries,a treasurer,and one or more assistant treasurers,none of whom shall be required to be shareholders or directors,and each of whom shall be elected annually by the board of directors at each annual meeting to serve a term of office of one year or until a successor has been elected and qualified,may serve successive terms of office,may be removed from office at any time for or without cause by a vote of a majority of the board of directors. The president and secretary shall be different individuals. Election or appointment of an officer or agent shall not create contract rights. The officers of the Corporation shall have such powers and rights and be charged with such duties and obligations as usually are vested in and pertain to such office or as may be directed from time to time by the board of directors;and the board of directors or the officers may from time to time appoint,discharge,engage,or remove such agents and employees as may be appropriate,convenient,or necessary to the affairs and business of the Corporation. NATIONAL LIABILITY&FIRE INSURANCE COMPANY(BOARD RESOLUTION ADOPTED AUGUST 6,2014) RESOLVED,That the President,any Vice President or the Secretary,shall have the power and authority to(1)appoint Attorneys- in-fact,and to authorize them to execute on behalf of this Company bonds and other undertakings and(2)remove at any time any such Attorney-in-fact and revoke the authority given. � I General Correspondence. BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY 1314 Douglas Street, Suite 1400, Omaha, Nebraska 68102-1944 ADMITTED ASSETS* 12/31/2023 12/31/2022 12/31/2021 Total invested assets $ 6,702,817,810 $ 5,680,246,430 $ 6,504,184,299 Premium&agent balances(net) 690,388,245 582,469,494 552,510,359 All other assets 204,404,036 217,334,073 142,765,038 Total Admitted Assets $ 7,597,610,091 $ 6,480,049,997 $ 7,199,459,696 LIABILITIES & SURPLUS* 12/31/2023 12/31/2022 12/31/2021 Loss&loss exp.unpaid $ 1,825,674,253 $ 1,495,870,171 $ 1,142,116,028 Unearned premiums 604,899,743 536,797,683 484,660,143 All other liabilities 1,240,939,865 1,065,221,844 1,163,007,683 Total Liabilities 3,671,513,861 3,097,889,698 2,789,783,854 Total Policyholders'Surplus 3,926,096,230 3,382,160,299 4,409,675,842 Total Liabilities&Surplus $ 7,597,610,091 $ 6,480,049,997 $ 7,199,459,696 * Assets,liabilities and surplus are presented on a Statutory Accounting Basis as promulgated by the NAIC and/or the laws of the company's domiciliary state. ;.b','A, FERREIRA , 4 :#4:1 ORA FNRRARA COASTAL COf41RUCT7ON CO. 1'• ,? 10370 Commerce Center Drive, Suite B-200 ,,, Rancho Cucamonga, CA 91730 4y,yR-,",.. 1 h npL4'4'1. r :hry x. s_. .r: .-F t.':"tom. ` OFFICIAL BID SECURITY — DO NOT OPEN '�` t� Project Name: Traffic Signal on Gothard Street at Murdy Fire Station `,,`'4 CC #: 1672 <, '°.; Bid Opening Date: April 10, 2025 at 2:00 pm vN.F', a;i{., R CITY OF ; ;;' HUNTINGTON BEACH Lisa Lane Barnes I City Clerk July 29, 2025 PTM General Engineering, Inc. 5942 Acorn Street Riverside, CA 92504 RE: Traffic Signal on Gothard Street at Murdy Fire Station (CC-1672) Enclosed please find your original bid bond for CC No. 1672. 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 Orlgiertive SECTION C PROPOSAL for the construction of Traffic Signal on Gothard Street at Murdy Fire Station C.C.No. 1672 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND -MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 40 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands_that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts,and words shall govern over figures. 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. Bjddees Bond in the amount of 10%of Total Amount Bid which said arnounf'is not less'than 10% of the aggregate of the total bid -price', as required by the Notice Inviting Sealed 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 Bidder's Signature :> .......................... . ................ C2_ 4 SECTION C PROJECT BID SCHEDULE TRAFFIC SIGNAL ON GOTHARD STREET AT MURDY FIRE STATION C.C.NO.1672 BID ITEMS s ,. -_ -4._ ,- ..°: .. Y ,.,fr,,., _,r.',:.y am;...:_.u:;e. �.._ ,x.<.i;z::s.*`^.�`<,'-9:a^�.s's "��`���.�c' -.r3?3c?�`�`°..�,7�,°x"�,e"+34' ��;;;t'.:H.4 � w���M.,.c.i;v _ �b .3�.-r"° r:.:.:-.v ,..._ 04--:..^..•'..3L"^ .<, ytCz}�:�^-.;R am.:d.b:.i`r?w-3�v': :-.ti":%?'.'•'.,..�,,•.'`i,Y:r _ cd'-_ _'�r: - . 1 ' Mobilization l LS ; $ l S,000.` $ 1£,000.- 2 ' Furnish Project Traffic Control 1 ': LS $ 5,Z00. _$ 5,200.- .-. '3 Installation and maintenance of BMPs 1 -: LS ; $ Vro0:- , $ S I00.—" 4 Furnish and Install Traffic Signal 1 < LS $2371,9'o0 $ Z 37„ 00.- ' _ i Furnish and Install 3"Conduit per SCE f 5 100 . LF $ l55- $ 1rs`t 500,-- requirements E. ; Furnish and Install 12 Single Mode Fiber Optic , 6 ; (SMFO)Cable 350 LF $..„Zila_.. $..,..Sy7•-.. 7 :Fusion Splice New 12 SMFO Cable to Existing 1 L3 ., $,3,213. $. ....3}2i3."...,r 144 SMFO Cable <, ' S ` :;Furnish and Install Fiber Switch Complete 1 EA $ 6,35- - 3'f. t.35y. _.. 9 `Furnish and Install Fiber Termination Unit l ; EA $:..2,.N8y". $. 2/191.' 10 Furnish and Install Signing and Striping 1 0LS 3 $ 9. 12V1.- $ q,2ga.- ..... 11 Pothole for Utilities(Not Shown on Plans) 10 ; EA ` $ I.006. . . ; $•_,.10,.000.- `, i Test Network Communications and System 1 LS • $ 2,24/�r:..r^j- '$.;2,;2Q.7 • Documentation d 13 As-Built Plans 1 LS ` $.:..:I;-20C-..,.. ':$..._1 200• "._ _ TOTAL BID AMOUNT 0 $ 314,.I°12. 0 TOTAL BID AMOUNT 1N WORDS: z :Th.reeluri-d(ul.._ ;,x}een. -, ;6u a44J ei,t ,,.hunt/i a .,n,zk: a:.Ic//ars.an.` ..'0 '. • C-2.1 Note: Refer to Section 7,Measurement and Payment. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The owner reserves the right to reject any or all proposals and bid items. ,i i� ,Z _. i8 i G2.2 1 LIST OF SUBCONTRACTORS • In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor.. .Bid . Name arid Address of Subcontractor.;'. ,:::Slate:-.:':"`Class ' '..'Dollar;•.•::::- %:of•;..•.. Item(s•). =• :::.••:• `..` License _ :Ami ount Contract , u er f. Trend,Jett read lnc. £15 �1s�3 el��'� el 1033 0 A q,coo- ` 2.Sb it ,tit, ��:8.60 J.Is .......... �asr�or' uen+enf Mark' f tnC l0 c3lz C ypreff Si- !774306 C-32 "Mill." 2.36, E �, repf AO130 ,: 6.1 i €j' 1 i. - t t a By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. 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 on04.10.2025,at Rancho Cucamonga,CA Date City State Brandon Pensick , being, first duly sworn, deposes and says that he or she is perreua on�c�on Co.Tnc. ba senior Vice.President _ .... . of Ferrefr��nastaTConstrus7ton o_ 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,arid 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. I i i} Ferreira Construction Co..Inc. dba '' Perrei4astal,Constructs..n.Co.::..:...:... Name of Bidder 71 .-atA, .: Signature of Bidder 10370 Commerce Center Drive Suite B200 Rancho Cucamonga CA 91730 Address of Bidder i UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA -: Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal on Gothard Street at Murdy Fire Station C.C. No. 1672, (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, California Administrative Code, Section 2700,as follows: "Qualified Person: A person who, by reason of experience or,instruction, is familiar with the operation to be performed and the hazards involved" The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements,Public Utility Commission orders,and State of California , Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned,and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Ferreira Construction Co.Inc.dba • Ferreira Coastal Construction Co. Contractor-; ' y Brandon...Penick:. Senior.•.Vice..President.,-.:::..... .;,..:: ::,:.- - Title Date: 04.10.2025 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder,any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified,removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes ®No If the answer is yes,explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. '1 • COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Ferreira Construction Co.Inc.dba Ferreira Coastal Construction Co. Contractor - By Brandon Pensick-Senior Vice President Title Date: 04.10 2025 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Ferreira Construction Co.Inc_dba Ferreira Coastal Construction Co._ „ Bidder Name 10370 Commerce Center Drive Suite B200 Business Address It.4nclitzrUcamongA CA 91730 City, State Zip 909 606.5900 Telephone Number .985180 AX-10,-,C-13 _ State Contractor's License No.and Class 07.12.2013 Original Date Issued 07.31.2005 Expiration Date The work site was inspected by Bo Doll of our office on _04.07_ 2025 The following are persons,firms,and corporations having a principal interest in this proposal: Nelson Ferreira-President Brandon.Pensick-Senior.Vice.President Loy Pacheco-Secretary/Treasurer C-8 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. Ferreira Construction Co.Inc.dba Ferreira Coastal Construction,Co._ , „ , Company Name Sgnature Of Bidder _ „ -<Siánfor Vice President Printed Typed§iinature Sub d,sworn to before me this day of ,20_. Please see attached NOTARY PUBLIC • IsIOTARY SEAL • C-9 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE§8202 VSee Attached Document(Notary to cross out lines 1-6 below) I See Statement Below(Lines 1-6 to be completed only by document signer[s],not Notary) • -- • Signature of Document Signer No. 1 Signature of Document Signer No.'2(if anY) 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 thetuthfulness,accuracy,or validity of that document. State of California Subscribed and sworn to (or affirmed) before me County of .San Bernardino _ on this 10th day of April 20 25 by Date Month Year co, Brandon Pensick (and (2) '.40:-,41irt.i. MARLA K.OWNS Name(s)of Signer(s) x Notary Public•California San Bernardino County I proved to me on the basis of satisfactory evidence %Ii,.zr..*-11 4 Commission N 416:1631 ckvP'"`MY.CoMtn•Entrqs to be the person(s) who appeared before me. SignaturelVlitiCLL, Signature of Notary Public Seal Place Notary Seal Above Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Number of Pages: Signer(s)Other Than Named Above: \-14 ©2014 National Notary Association-www.NationalNotary.org 1-800-US NOTARY(1-800-878-6827) Item#5910 NOTARY CERTIFICATE Su ribed and sworn to before me this day of,. ,20_ A notarr, .lic or other officer completing this certificate verifies only the identity of the individual I signed the document, to which this certificate is attached, and not the truthfulness, • •cy,or validity of that document. State of .) • County of Month,Day,and Year Insert Name and ritleofNotarjr— personally appealed N: ,iof Signer(s) who proved to me on the basis of satisfactory evidence to be: ;erson(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they uted the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument '; 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 o : 'fornia that the foregoing paragraph is true and correct WITNESS my hand and official sealSignature Signature of Notary Public (PLACE NOTARY SEAL: yE) c-io Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of traffic signal improvements,underground signal conduit,and the installation of fiber optic cable for communication.Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names,address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. San Bernardino County Transportation Authority: 1170 W 3rd Street 2nd Floor San Bernardino CA 92410 Name and Address of Public Agency Name and Telephone No.of Project Manager: Todd.Johnson 562.217.7386. . . ........ . . '$442.421.00 Traffic Signals 12.2024. Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Modify lighting system.traffic signals.instalLtype E loops,-install ty_pe_D loops „In odification of video detection zones...:....................:..:...: 2. . City of Hesperia:9700 Seventh..Avenue..Hesperia.CA.92345, Name and Address of Public Agency Name and Telephone No.of Project Manager Andy Chen 949.599.5400 - i 1.2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: _ Traffic srgrtalsand lighting;interconnect"conduit and cable • 3• City of Wildomar:23873.:Clinton.Keith Road Suite..110 Wildomar.CA..92595. .. ,.. . Name and Address of Public Agency Name and Telephone No.of Project Manager: Henry Nao.:95.1.677.7751 U'S988,033.00.. _ - Traffic Signals._.. . Current W . Contract Amount Type of'Work Date Completed'.. " Provide additional project description to show similar work: Traffic signal modifications,install new;pull box and extend conductors/conduit • 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. Name of proposed Project Manager Telephone No.of proposed Project Manager 909.21t2665 :SBCTA-Metrolink Station Accessibility,Improvements 12.2024 Project NaMel Càiitthi tAmount Tye.Of Work Date do mpleted City of HesVeria-Ranchero Road Corridor Widening,' Traffic Signals 11.2024 . Project Name&Contract Amount Type of Work Date Completed City of Wildomar r Palomar Street Widenini] „, Traffic Sitinals „.„ Current Project Name&Contract Amount Type of Work Date Completed 2. _Bo Doll „ , r Name of proposed Superinteiidelit Telephone No.of proposed Superintendent: 909217.6141 ,S13CIA MetrolinkStation Accessibility Imbroventents Pha.se,fi. ,.....Traffic Signals 12.2024 'Project Narrie&COntinct KrtiOnnt Type of WOW Date ConipIetiti City of Hesperia-Ranchero Road Corridor Widening Traffic Signals 1.1,2024 Project Name Contract Amount Type of Work Date Completed Cjtcfof Wgdgmar-Palomar Street Whieninzi . Traffic Signals Current 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 S300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 httpJ/www.dir.ca.gov/DLSE/PublicWorks/SB854FactSbeet 630.14.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 I771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on,be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Ferreira Construction Co.Inc. dba Ferreira Coastal Construction Co. .. . for .. . .� nex By Brandon Penick.-Senior Vice President, Title Date: 04.10.2025 - PWC Registration#:._ 1000001634 C-13 f T"" o A Document , '310 s „.... .. Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and princOal place Ferreira Construction Co.,Inc.dba Ferreira of busbies's) Coastal Construction Co. Berkshire Hathaway Specialty insurance Company 10370 Commerce Center Drive,Suite B-200 1314 Douglas Street,Suite 1400 This document has important legal Rancho Cucamonga,CA 91730 consequences.Consultation with OWNER: Omaha,NE 68102-1844 an attorney is encouraged with (Name,legal status and address) respect completion or City of Huntington Beach modification. often. 2000 Main Street My singular reference to Huntington Beach,CA 92e48 Contractor,Surety;Owner or BOND AMOUNT:Ten Percent Of The Total Amount Bid(10%) other party shoe be considered Mural.where applicable. PROJECT: (Name,location or address,and Project number,if any) CC#:1672-Traffic Signal on Gothard Street at Murdy Fire Station 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 mayin 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•ierefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When to furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bend • Signet and sealed this : 10th day of April 2025 ' a ( o7r1 L4 ::. tale: (Seal) al)( ille)�i-CY V1. . PYttdtrk,• _ .., ,. _Berkshire Hathaway Specialty Insurance Company (Wiiness)y onathan Orozco 3. 'aide) Mojica,Atto • ;in-Fact • , CAUTION:You should sign an original AM Contract Document,on which this text appears In RED.An original assures that 1 - changes will not be obscured. .... .. , frltt AIA Document A310rTM=2010(rev:10/2010):copyright'01903;1970 and 2010 by The American Institute of Architects.All rights retailed ) WARNING:This me Document le protected by U.S.Copyright Law and international Treaties.Unauthorized reproduction or distribution of this Ale Document,or any portion of it,may result In several civil and criminal penalties,and will be prosecuted to the maximum extent passible _ / under the law.Purchasers are permitted to reproduce ten(10)copies of this document when completed.To report copyright violations of AlA Contract Documents,e-mail The American Institute of Architects'legal counsel,copyrightfigala.org. AmisoiTa 4: CALIFORNIA ALL-PURPOSE ACKNOWIPX1411108!, CIVIL CODE§1189 -..,......,...,,,„...,„,..,,,,,...„,„ ' ....*. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. ..... , , State of California } County of-- San Bernardino- On, 04.10.2025 _ _ __, before me, Marla K_Gibbins,Notary Public ., ,_ „ _ . .., Date ' Here Insert Name and Title of the Officer personally appeared Brandon Pensick Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the pegg0 whose named is/44 su to the within instrument and acknowledged to me that he/s executed the same is hi rittatfir authorized capacity(104,and that by his/0416*r signature0 on the instrument the personfar, rFbed or e 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. NSan Bernardino County g Signature :fL1 - • • , 4,...',1‘ ''''' Aiy,•Cornrn.Exploit 4017,2025 , , Signature of Notary Public Place Notary Seal Above OPTIONAL ' -- - Though this section is optional,completing this infomration 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: _ , .. .1 Capacfty(les)Claimed by Signer(s) it! Signer's Name:, ,..-- - - , .... . , f-'Corporate Officer—Title(s): .. s. El Corporate Officer — Title(s): . I Partner — 0 Limited 0 General I t Partner — 0 Limited 0 General 1 1 Individual 0 Attorney in Fact 0 Individual 0 Attorney in Fact Trustee 0 Guardian or Conservator 0 Trustee 0 Guardian or Conservator 1 I Other: ! I Other: Signer Is Representing: Signer Is Representing: ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,...,,,,,,,,,,,,,,,,:.„---,-....-.-%%,%,..?•k,,,W,,,,:L^,---",‘S.,,NSAti:44,,AWI,IVIt...,,,Z,..,_,,,,,,.::::,y,...y.IW,S.;,,,Z,,,,,.<,,,,,,,,.....*:•;44.^,,,,,,-",.....,:e,,;:r...„1,...,,,,,,,,,,,,,,,,,,,, @201 4 National Notary Association•www.NationelNotary.org•1-800-US NOTARY(1-800-876-6827) Item#5907 , i CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 truthfullness,accuracy or validity of that document •••••••••••••••••••••••'•••••••44•44•44•4••••••••••••••••••••••••••••• State of New Jersey , On. . .• April 10,2025 before me,Notarniftged - — . _.Notary Public personally appeared,mtiritoi mow.momaril-Faci ... „ „ Nem and at Now aitSvaalto , . 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/hedtheir authorized capacity(ies), and that by hisftieritheir signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument '.. ' " -!<ASED I certify under PENALTY OF PERJURY under the laws of NOTARY PUBLIC : • the State of iiiiefdoxela that the foregoing paragraph is true < TE EO EW J RSEY . and cored. N"jer4c/ ,.: rssioNRE:16023037F,BRUARY8 1Z 2030,,.,. ' MY COMMIScSontvimN Witness my ha ,and official seal. )4 Signature ' ' ' SNIT AA k iA Mmt ' Race Hairy Polio Sod Aiwa - Marion Wand . OPTIONAL . _ . .... — Though the Iolomtelion below Is not required by law,A may prove valuable lo the pessons isikIng on the decimal and eoild prevent houcluietil remover end reattachment dUlls foam to enather document . . . Description of Attached Document Document Date Signer's Name: , CI Individual CI Individual 0 Corporate Officer—Title(s): CI Partner-ClUmfted CI Gent-ire!' '- ,-.FifIl ITTNOVill:i--r 0 Partner-CILIrrifted 0General 1--,:I.:- ..‘.,...P• -.- .: crt,ezr.i...= l'' c:,, +•.E4 . 0 Guardian or Conservator CI Guardian or Conservator , 2: at Sorb IZI Attorney-in-Fact 0 Attorney-in-Fad 4,atil CI Trustee CI Trustee . CI Other: — , 1:1 Other: , Signer IS rePreserging:. 1 " " - L .„-=, i Signer is representing ,Bericshlre,Hattlaway Specialty Insurance Company , . ••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• . , 49409 Berkshire Hathaway fl ` •Speciallty Insurance Power Of Attorney '' BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY NATIONAL INDEMNITY COMPANY/NATIONAL LIABILITY&FIRE INSURANCE COMPANY Know all men by these presents,that.BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY,a corporation existing under Ye 4 II and by virtue of the laws of the State Of Nebraska and having an office at One Lincoln Street,23rd Floor,Boston,Massachusetts 13 02111,.NATIONAL INDEMNITY COMPANY,a corporation existing under and by virtue of the laws of the State of Nebraska and having an :.t office at 3024 Hanley Street,Omaha,Nebraska 68131 and-NATiONAL LIABIU Y&FIRE INSURANCE COMPANY,;a corporation existing i' under and by virtue of the laws of the State of Connecticut and having an office at 100 First Stamford Place,Stamford,Connecticut 06902 ill i 1; ' (hereinafter collectively the"Companies"),pursuant to and by the authority granted as set forth herein,do hereby name,constitute 5V and appoint;.Marlsoi Malice:'Kevin T.Walsh:Jr Thoma{:MacDonaldi Kivstal L;•Stravato,.AndreahMorann:fRya Griv,Jedyn!Mefev EL 200South.Jefferson.Road,Suite101.'afthichvofWhirroan`;StateofNevrJersektheirtrueandlawfulattbmey(s)-In-factto make, ;.`.. 4t execute,seal,acknowledge,and deliver,for and on their behalf as surety and as their act and deed,any and all undertakings,bonds,or ? ., ._ I-, other such writings obligatory in the nature thereof,in pursuance of these presents,the execution of which shall be as binding upon the I i; Companies as if it has been duly signed and executed by their regularly elected officers in their own proper persons.This authority for ° the Atttomeydn-Fact shall be limited to the execution of the attached band(s)or other such.writings obligatory in the nature thereat. ,..4 In witness whereof,this Power of Attorney has been subscribed by an authorized officer of the Companies,and the corporate seals V. 1 ES i. of the Companies have been affixed hereto this date of August 24,2023.This Power of Attorney is made and executed pursuant to e and by authority of the Bylaws,Resolutions of the Board of Directors,and other Authorizations of BERKSHIRE HATHAWAY SPECIALTY is i : INSURANCE COMPANY,NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY&FiRE INSURANCE COMPANY,which are in full ? force and effect,each reading as appears on the bade page of this Power of Attorney,respectively.The following seals of the Companies ,� ' ', and signatures by an authorized officer of the Company may be affixed by facsimile or digital format,which shall be deemed the a:, L equivalent of and constitute the written signature of such officer of the Companies and original seals of the Companies for all purposes reeardingthis Power of Attorney,Including satisfaction of any signature and seal requirements on any and all undertakings, F sa '+ '' bonds,or other such writings obligatory in the nature thereof,to which this Power of Attomey.applles. 4 1 j BERKSHIRE HATHAWAY SPECIALTY NATIONAL INDEMNITY COMPANY, I i , I i INSURANCE COMPANY, NATIONAL LIABILITY&EIRE INSURANCE COMPANY, By: BY = 'David Fields,Executive Vice President David Fields;Vice President'' .. A L 'A'' 'u� SEAL , Q. L ' I. i i .i# :. r;i:: . ,x sr, . ). '' 4 - NOTARY State of Massachusetts,County of Suffolk,ss: ' On this 24th day of August,2023,before me appeared David Fields,Executive Vice President of BERKSHIRE HATHAWAY SPECIALTY m INSURANCE COMPANY and Vice President of NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY&FIRE INSURANCE COMPANY, • ' • who being duly sworn,says that his capacity is as designated above for such Companies;that he knows the corporate seals of the i 15.Z. Companies;that the seals affixed to the foregoing Instrument are such corporate seals;that they were affixed by order of the board of ;I directors or other governing body of said Companies pursuant to its Bylaws,Resolutions and other Authorizations,and that he signed _ I said instrument in that capacity of said Companies. [Notary Seal] I ql.,40sarpoie,commleaolsofmessichuota: Notary-Public e . I,Ralph Tortorella,the undersigned,Officer of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY,NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY&FIRE INSURANCE COMPANY,do hereby certify that the above and foregoing Is a true and correct copy of the Power of Attorney executed by said Companies which is in full force and effect and has not been revoked.IN TESTIMONY • WHEREOF,see hereunto affixed the seals of said Companies this Aarll 10.2025. • fY 'vim., •raEMNIt , s a r,'; ... HIM 2 - ,-, a; S'$ ` 'Ralph Tortorella;Officer BERKSHIRE HATHAWAY..SPECIALTY.INSURANCE.COMPANY(BYLAWS) ARTICLE V. CORPORATE ACTIONS EXECUTION OF DOCUMENTS: Section 6.(b)The President,any Vice President or the Secretary,'shall have the power and authority: • (1) To appoint Attorneys-in-fact,and to authorize them to execute on behalf of the Company bonds and other undertakings,and (2) To remove at any time any such Attorney-in-fact and revoke the authority•given him. •NATIONAL INDEMNITY COMPANY.(BY-LAWS) • • • Section 4.Dfficers..Aitents,..and,Erriplo+rees:. • A. The officers shall be a President,one or more Vice Presidents,a Secretary,one or more Assistant Secretaries,a Treasurer, and one or more Assistant Treasurers none of whom shall be required to be shareholders or Directors and each of whom shall be elected annually by the Board of Directors at each annual meeting to serve a term of office of one year or until a successor has been elected and qualified,may serve successive terms of office,may be removed from office at any time for or without cause by a vote of a majority of the Board of Directors,and shall have such powers and rights and be charged with such duties and obligations as usually are vested in and pertain to such office or as may be directed from time to time by the Board of Directors;and the Board of Directors or the officers may from time to time appoint,discharge,engage,or remove such agents and employees as may be appropriate,convenient,or necessary to the affairs and business of the corporation. • NATIONAL INDEMNITY COMPANY(BOARD RESOLUTION ADOPTED AUGUST 6;2014) RESOLVED,That the President,any Vice President or the Secretary,shall have the power and authority to(1)appoint Attorneys- in-fact,and to authorize them to execute on behalf of this Company bonds and other undertakings and(2)remove at any time any such Attorney-in-fact and revoke the authority given. • • .NATIONAL..UABIUTY&FIRE INSURANCE COMPANY(BYLAWS). • 1,ART1CLE IV • Officers • Section 1.Officers.Agents•and Enitiloyees: A.The officers shall be a president,one or more vice presidents,one or more assistant vice presidents,a secretary,one or more assistant secretaries,a treasurer,and one or more assistant treasurers,none of whom shall be required to be shareholders or directors,and each of whom shall be elected annually by the board of'directors at each annual meeting to serve a term of office of one year or until a successor has been elected and qualified,may serve successive terms of office,may be removed from office • at any time for or without cause by a vote of a majority of the board of directors. The president and secretary shall be different - Individuals. Election or appointment of an officer or agent shall not create contract rights. The officers of the Corporation shall have such powers and rights and be charged with such duties and obligations as usually are vested In and pertain to such office or as may be directed from time to time by the board of directors;and the board of directors or the officers may from time to time appoint,discharge,engage,or remove such agents and employees as may be appropriate,convenient,or necessary to the affairs and business of the Corporation. • NATIONAL LIABILITY&FIRE INSURANCE COMPANY(BOARD RESOLUTION ADOPTED AUGUST 6,2014) RESOLVED,That the President,any Vice President or the Secretary,shall have the power and authority to(1)appoint Attorneys- in-fact,and to authorize them to execute on behalf of this Company bonds and other undertakings and(2)remove at any time any such Attorney-in-fact and revoke the authority given. General Correspondence BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY 1314 Douglas Street,Suite 1400, Omaha, Nebraska 68102-1944 ADMITTED ASSETS• 12)3112023 12/31/2022 12131/2021 Total invested assets 6,702,817,810 $ 5,680.246,430 $ 6,504.184,299 Premium&agent balances(net) 690,388,245 582,469,494 5.52,510,359 All other assets 204,404,036 217,334,073 , 142,765,038, Total Admitted Assets $ - 7,597,610,0'1 $ 6,480.049,997- $ 7,199,459,696 LIABILITIES & SURPLUS° 12/31/2023 12/31/2022 12/31/2021 Loss&loss exp.unpaid 1,825,674,253 $ 1,495,870,171 $ 1,142,116,028 Unearned premiums 604.899,743 536,797,683 464,660,143 All other liabilities 1,240,939,865 1,065,221,844 1,163,007,883 Total Liabilities 3.671,513,4361 3,097,889,698„ .2789 783 854- Total Policyholders'Surplus 3,382,160.299 . Total Liabilities&Surplus, $ ' 7,597810,091- $ 8480,049,997 $ - 7,199,459,698, • Assets,liabilities and surplus are presented on a Statutory Accounting Basis as promulgated by the NAIC and/cr the laws of the company's domiciliary state. ;: SECTI.ON' 4; I''ROPC.SAL :: . forte;con r_ , on of i gnai on • Gotham Street at Murdy Fire Station C;C.>NO, 1672 in'the CYTY Of OB.NT IGTtdN:BEACH' TO THE HONORABLE MANOR AND .:MEMBERS OF THE .COUNCIL OF HUNTINGTON BEACH: In compliance With._the"/lotice Inviting Sealed:Bids,'the undersigned hereby proposes'and agrees 'to.,perform alt the-work therein described and to fuiaiish: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 lviutitmgton Beach. The undersigned agrees to perform the work therein to the satisfaction,of and under the,supervisioi,of`the City Engineer of the City .of Huntington ;Beach,. and to enter into a contract at the ;following<prices. The 1 • undersigned agrees to complete•thework within 40 work rig;days,.startingfrom the:.date of the Notice to Proceed. BIDDER;declares that this proposal:is based:upon careful'exanih ationn 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,jnto a contract with,AGENCY at the unit and/or lump=.stmit prices set:forth"-in the following Bid schedule::: BIDDER understands'that farlure to enter into a:contract m the manner and tithe:prescribed,will result`in forfeiture'tnAGENCY of cc mppanying this;proposal..:... the guarantya BIDDER understands that a.bid is required for'te:.entire work that the.estimated quantities set forth in' the Bid ;Schedule are;. sorely 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:sutra 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:thecontract is not awarded,;the AGENCY will reject all bids and will re-advertise the project In the case of discrepancies in die amounts bid,.unit prices shall govern over extended amounts,and words shall govern,over.figures.. C=t - 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 IQ,working days after the date of the.AGENCY'S notice of avvard of contract,to the BIDDER, the proceeds of the security accompanying this bict's11411 become the property Of the AGENCY and this bid and the acceptance hereof may,.at.the AGENCY'S option, be considered null arid void, Accompanyin this proposal of bid,find bid load in the amount of 10/ 4:bg.4 447huse Which said amount is riot less than .10%of the aggregate of the total bid price,as required by the'Notice.Inviting Sealed Bids,,payable to the AGENCY. (PleaSe insert the Words "Cash", "Certified Checks* or "Bidders Bond fOr Vo'•9,1 as the case may be) Any ,standard SuretyBid Bond form;is 4ctpptabld. ;Bidder shall signify receipt of all Addenda hat,ifAny:- ., Added&No Date Received • •, ''''.111idderii.SiOra1ure • , . . „ . e • 1 4 • I 9 SECTION C `PRQJE BID SCIHEDUI.E `TRAFFI<:::$10 YAL;0 001100;STRIirET:AT MITAriy FIRESSTATION' C:C.: Q..1&7 ;BID. EMS . M8i12On • Furnish.Project•Traffe<Control ) L'S S '1 to .'', $ .tto ^- .. 3 Installation and main-tenan a ef:$, s. .. ::.. 4 ,,: LS `;;5:, S - .._ :4 Furnish and:Install Traffic Signal.' . I LS . ' ai $, $ . . Furnish:and Install.3"Conduit per:SCE 'El.: ?OW'requirements :WO i1 ; —�--� , _ urnish and Install' :2 Si_ Mode::Fiber O tic lit aci1. . :6 F:.. 1 . 35E1 IF .. _ - .. . 60'; (SQ)table ` --.Fusions. '.lice Neva:11 SMFO:Ca61e to'Euisting;; . 114�' I' 00 144`SMEQ.Cable LS 8; ,; Furnish4and Install Fiber Switch Complete . . .I F4. ':',1�_ :..$ .' , �o 9 Furnish a nd:Install Piber TerininationUnit I; EA. $. $ . '. '. t . 5 .. :1 � per, ,tit.-. :l iir tishand:install Signing and;Stti i 1 LS ' 5►' �n $ ,� �` p . . :1I; 1'1063le for Utilities Not Shown on:P.10 ) 10 EA n'$..tQa^' :-`S. :',OAa�.. . Test*tetwork Communications and System: Documentation 3' 44*0iai>s .., : :., TQTe4Ll3ID AMOU�'� -. . - r . '." TOTAL:RIP AMC?17I+1'1'04 v.i•QPS:.Itetarz . : . ', {LfI I414 " �(/xis t40`aao.FL . . • 4 j F;iZ:1 1 • , , • 1 Note; ,Refer to Section 7 Measurement.and Payment- .;..; .. All•extensions of unit prices will be subject to verification by Owner-In case verification.:is required between the unit price and the extension, the unit price will govern. The owner reserves the right to reject any or all,proposals and bid items:. E :LIST OF SUBCONTRACTORS . accordance with Government Code::Section:41fl4,the Bidder shall set.forth the name and business address ,of each:subcontractor who.will perform work or render.service to the bidder au said contract in.an amount excess of one-half-atone percent of tf a total bid and the.portion:of the work.to be done by"such subcontractor. ;:Bid` Naipii an Addy ss oj/Subcv�iitractmr, .Mate;;:`=`. '`+C s. 'Ddlliir;' rv°l:o�f. £ He's. sP •; i.. .'"Y:::st. .. dumber 4.411 q 5L( L4 J 4t .$f • .04e a 3f1 4' / Cam. F12 /oeaceso �r Su!svt `k'av r 1' ti+t t s ..# . �° 53 4c 30 C 3= . '•' —.. . /• £y ove.4, A �063a.: By submission of this,proposal,the:Bidder certifies 2., 'That he is able to and will perform the balance of all work which is not covered.in:the., above • subcontractors listing. .. That the,AGENCY will be furnished copies of.all subcontracts entered',into and:bonds furnished by subcontractor for this project. :C4 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID declare under penaltY.ef perjury under the laws ofthe State of California that the faregoing is true and correct and that this declaration is executed on 4925 ,at Itiveraide CA Date City State Er4abeth Ft Mendoza , :being first duly 'sworn, deposes and says that he or she is President CFO of YrAt General Engineering•Serviceianc. 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,connive&or agreed with any bidder or anyone else to put in a sham bid,or that anyone shall refrain front...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 thereat or the contents thereat', 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'. FM General Engineering Services Inc Naive OfBid er Slizalastli.if Mendoza Pres,dntj CFO Signature of Bidder 5942 aopm.Streek girrsicle,CA 0240 .Adclress of Bidder C;-4 'UTILITY AGREEMENT • :HONORABLE MAYOR AND CITY COUNCIL :crry.QF HUNTINGTON BEACII,,CALIFORNIA • Oeittlemens, The undersigned hereby promises and agrees that in the performance Of the Work specified in the contract, known as.the,Traffic Signal on Gothard Street at'Diturdy Fire Station ‘No. 1672,1rg:*eXit).Will employ and utilize only qualified persons, as hereinafter defined, to .work in proximity to any electrical secondary or transmission ,ScilitieS. The term "Qualifiad. Person' Is defined, to., Title:8, California „ Administrative Code,Section 2700, follOwSt: - 'Qualified Person ration:: 4:porztoit who, by tetoo.r:i.O1Ax*rie*e,Or Instruction, wfqmthor with the operation to - "he perforpta awl the h00,414,involve4" The undersigned also promised -and agrees that all such work shill be performed in accordance with all applicable electrical utility company's requirements,Public Utility Commission orders,and State of Califoniit :Cal-OSHA requirement.s; The undersigned further promises and agrees that the provisions herein shall he and are binding upon any subcontractor or subcontractors that maybe retained oremployed 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 . , . , PI1191GOlidfatEpgineotiiiig Services Inc. Pioktelit CF0 Title Date:: 49•25'.. i , • • . ! , • I _ ; . . .. .. .. DISQUALIFICATION(111ISTICON AIRE . . , . . . . . . . In accordance with Qoifertittient.Code Section 1010,the Bidder hall ottlpilttd, tiodo penalty Of perjury,the A f011owing questionnaire. ; . , •..1 QUESTIONNAIRE 1 - :Ras the Bidder;any officer of the Bidder:or any employee of.the BidderWho has a proprietary interest in the , Bidder ever:been disco*: lified,Temated or otherwise prevented from bidding on.or:completing a.Federal,.State, or 1oo.4.1.govennnont:protoot.boottoso ofa ylolation,nflaw.0ra:safety:regulation? 1 • • ,. . .,, • . 0 Yes — 0..No If the answer is yes,,c94ii.!the,cli!ninnstannen in tlig:,sp4pe proytdoct, • , i. . • •i . .... _ - , •_ . •, „ . , , . _ • .... „ .. ' . . . , . , - . . . ... . . ., , • .•, . .. , . , . :. . :,•: .. . ., . . .• , . . . . ' • , • . . . , .. , . •. - ..- . •• - . , ...: ..... ..,. _ _ , „....... ........„... . . „ , . , . „ . „ , _ , , . ,,„ . ... _ , • ,. ..- • . . . , .. • , , • „ , . „ " • • .., , ..„ . . . .. ,- - Noto;', This cinestionnaire•constitutes a part:of the Proposal, and a signature portion of ihe,.ProppsAt shall Onstinne,Sipanne of this gne$tinnnaite.,, . . . . „ ., .. C4 COMPENSATION INSURANCE CERTIFICATE: Pursuant to Sectia z I861 of:the State Labor:Codes'each contractor to,whom;a:public Worrks contract has been awarded,shall'sign the following certificate: I aril aware;of the;proyiisions or Sectioni 3709,of the Labor Cod ,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 !befor."e commencing the pertormanice:of the work of this contract, , • ,;PTI[2:Gorier`atti'ng,neering Services:Ync:. Contractor E]izabeth.H:: iendoza By . Presides CEC}: . . 'Tit* Date;: 4.9.25 , - • . s . ... . . 4 ., .. . . . .{. . , ,.... • , .. " . • ' 1 " •• - BrODERiS INF.ORMAT'.ION .,. . .. • 1. gIDDEketrtifiesthat the:followiiig information is true and-correctt • . . . . .1. i ,, 1110.0enqrAple.noio#--taerocga Ind. . 'i • , BidderNatilet • " . - : ..,. . . .•• . . 50.4.2•Aor4,Street . BUSIDOS Address . • . . , . . : .. .: .: : . eo#c* CA - - „.., .... . ..,. .,.. ..... .• 82584: . . , . „. . ',.•• 11. City,. gt.ato Zip . 1 . . . . • ,. . .. , • 1.901, ) 71%1:880_ . ... .. . . . . . , .. .. . .„ . . .: .. . .. ,. ... . .. . .. • .• • • • TelepbeineNurnber - . . .. , . 891266 _ ctass A CIA) . ., i . . . . .. State Contüctp?s Ligen.sg' Nt;1, and ct4ss . . i . I: .• oOt oibi2 ,.. ...... -.. . , . „ .. .. . ., . ... . ....„ .. . ,:. Orliinal.Diie Issued . . 02.4,2027 „. , .... , EX piratigri,Datc: _. _ - 1., . : . . , . . . . . . . ... . . . . • ' ' • - . .. The Obit site WA'S,inspected by •AriadMenabat. °four-.office on. .4.4:. ...„..,.*20A . . . , .. . ,. . The following actigerson4;.'fitirts.,,anci.:corporations having a principal intoteg:.inthtspropdsal: .... : . . •• E112•4ibetl1H:lirefictd2:02'Pw6icienit 6F0, :i• . ... . .. .. . . , B,rian:14e1.4.4474 Vice P,A1M14i3nt.i*,tc4W:arY " , -- . „ ,.. • . • , .. ,. . ,.. . • . . . ... . . . . .. . . .. • • . . ., . .. ,..., , ..... .. . .. . . „. . .... ... . , .. . , . .. .,'.. . , . _ . . .„ •. , ...-.,•„ ,..... '‘',...„. „'. , . . , . . .,.,.. ,. . . .... . .,;-• .. .. . . . . . . . . . .. . . . • . . - . ........ . . . C-8 . . . , , .., • . . - . . ... . The uriejoigp.tct,14.-.00p4re4(to sat*to.Cowit qf ihe'city otRotitingtoti lioach,of its abiii tziandiaily Or otherwise to perform the contract for the prOposed work and improvements in accordance With the plans and spectficationa seifoith. PT General Engineering:4Orrnms Inc, ColnpanYNa A' 8ignatiir • =idder Elizabeih II.Mendoza-P'resfcinnt tC7() Pnnted or typed.Sipattire „ . =.Sill6sc4beCi an4 sN.AfOrti„to bOtote rite thia. d#:of „ID P., NOTARY punue 140TARYsEAL * „. • „ „ „ .i 1 i i NOTARY CERTIFICATE Subscribed and sworn to before me this sift. day of .April; ;2Q 25. A notary public or other officer completing this certificate verifies only the...identity of the individual who signed the .document, to 'which this :certificate' is attached, and: not the , truthfiilness,;accuracy,or validity of that document. 9 I 'State;of Caiifoinut: County of. Riv as ), I On. . befo e-me,.: ,. , ... , Month;Day,and Year Insert Name:and Title o f Notary, personally appeared Naine(s)of Signet(s) . who proved to me on the basis of satisfactory evidence;to be the person(s)whose name(s)islare subscribed to the'within Fnstruitient.and acknowledged to that he/she/they executed the:same;in:hisiher/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 andcairect WITNESS my hand and official seal:. Signature • Siggnatureof NoarY Public (Pk� CE-VOTAtY SEAL ABOVE) t . c la . . . . ,,"k••,.....-.-y..,..?;••,,,,z,„,,,,,,,,,,25.7::-0 . 1.-",--;;i:OCEAIR`.7. ,•1 • • :c.-;,:,i•q...,.., -42.7,.•,„4,,,,,•,;.1,,,: CALIFORNIA AL4,011IRPOOE AOKNPW4EPPMENT • OWL tObit I lilts: . . . .. . . , . A:qotarrpo4licor other officer completing this certificato vgrifie,s Pnly theidentio/of t!lefocOirival whas,igned The . . decumentto iiihjchihis,certificate is attached,and not the truthfulnessScuract,or v.alidityrof that documept. State at California 1 :cqurity of.Riveraide ) ' . . . " „ ":." . • .•:: on a.----- befote re Yee.PI Leung, Notaty Public , . .... •Date Here Insert Nqing and Title of Me Officer - Elizabeth 14 Mendoza Fersenally appeared ' : . - • . 1 . . . .. . . Nam*/of Signer(# i . . . t . . . „. . . _ .. .. „ . . . „.. • • „ .. 1 who proved to me on the basis of sati'sractory evidence to be the person(s)whose name(s)is/are subscribed to, the within Instrument and acknowledged to me thatAi/shett,60exectited the same in NI/her/their authorized FL. capacity(ietb and that by bit/herAheirsignaturetl'o.theinStrurneritineperton*cirthe entity upon Of whien the persorM,acted,executed the instrument [ I certify under PENAL:MOP pERILIRY under the laws of the I 'State of California that the foregoing paragraph 4:tine:arid c-- YE PING .LEt.ING i correct.: . . I ' ' . - • co mm #24t623,9•a WITNESS my hand and official seal,. .. ). •q-Ea---.::-,4".I 'R...1Y.AFkal.P•i•doL untY. .. .r.,'''' •: ,...::,.;71-4, "I-,Callforn fa:44,Ota ry Publi471 . • • 4 • • • ";•: • . 4400‘•Comm.EXp Rept,16,'2026: Signature, '14 ' -1 - Lu4riS . . ! , , ion'acne 0400 Pr.ObliC, , . . . . .. . . 4 , . . lotace.NotorySeal Above OPTIONAL . . • Thoughthisleitiqtrysopttonal,completing tins information cqn,d0tgralte'rgtgkr.of the igfeumofitp.f faludtilentteattachmeneof this.fotratqart unintended dbcurnent Desitiption•OfAttadted Document Title or Type of-Docunient Doctinient Date •• . .. . „ . . . ... . „ Number of Pages SignerS):OtherThari Named Above •Capacity(fesj,i Caimedby signet(s) Sigrier'S Nettie . Signer's Name' El Corporate Officer—Title(s)„ . D Corporate Officer—Title(s): E:1 Partner tji Limited 0 General E3Raringr El Limited QGeneral 0 Individual ElAttorney in Fad' [IIndividual Ej Attorney in Fad E3,Ttotog ',E3,gOarttiart:gf 0.3hOrkiator D'iruslee, 0 Guardian or Conservator • 0 Other pOther, , . . ... .. • Signer is Representing• . Signer Is Representing . . . . .. .. . . . ,. . . . -...• ...... . „ , ' . 07014National NotaryA•ssociation A,www:NationalNotary.ote.•:1-800-US NOTARY:4400476-682n Itern#5907 • Bidder's Project Histety For the purposes of this project, the bidder Shall provide project history of similar work, specifically refetenoing,the construction of traffic Signal improvements,nnidergronori signal!conduit,404 the installation of fiber optic cable for ogronninicatiori„$idders are encooragedito:stibmit supplemental releyant project history in - addition to the projectslisted herein. Listed below are the names,address.and telephone numbers:for three public agencies for:which the bidder has Perforrnertiirrillar.work Witin Iliepastfnie • • 4!"r4fat Si.00 Improvement at Covina Blvd&ileutoo Ave Name and'Address ofPAgency - . . _ 1441,tle atidtttePhOne,No..bflh'oje4Mariaitt: f'2!•34.75`.'9 2 S541,00 TS Igataltation 0OM24 • „ , • • Contract Amount Type of WO* :Date Completed Provide o4iii;ooatprojeOf c,iegtiption to OltQW. concrete fckr 11:6!*.ea signal 1,• City ottyp7i)04t164Ac]gi'..e441.Ioti at the In ectionofAtlanen Ave st:QatVli. . • . . ,Nanie and Address of Public Aptio• - 'Nan*and Totoplionc346.;Of PrOjeOtivartaget. NTr.WY:Otani RE 040.441,0505 • $47. o47.. TSttallation 041202,4 • • Contract Anima* -Type of Work Date Completed - provide additional project aosoiiption.to;Show similar work: ., Elettrical,atzaping,coacrateina new traffic . . , ray,of Monterey Park-Traffic Sfqwittp***;43.0iit4 . . „ . . goltlanct A4Cliel4 olktifAlit Agency and totoiihoot oftrolootMitiaget: 046...PP,4#1714.431•PS•147 " ,• „ . • :.$1,045;500 TS fnatimatzio, 01/2024 „ . , • , (ontract Amount of work • • • iii4e I,Icxnp,[044 • Provide additional project description to show similar Work: . „ ;Electrical.,atritiirig,..eaacreta for•new tittf.ffiaitnit . • , ,•,, , , . -• . „- • Bidder's'Critical Staff Listed below are the:names-of the;bidr1Qrs,proposed;Construction1 Project Manager,and Superintendent. Far each of these critical positions,please list at;least-three projects for which;the critical.staff has performed similar work:within the last five years. These projects do not have to'.be under the eemployment.of the bidder aithis project.Bidders afire encouraged submit supplemental relevant project history in addition:to/die projects listed herein. . Btiian.Mendoza-Vice-Fresident./-Seesetaiy Name ofproposedProject Manager ,Telephone No.of proposed-Project Manager: MMM.:7,10390p :same.as.page Ou Project Naive&;Contract Amount Type of Work Date Completed Project.Naive&.Contract A ietint Type of Work Date.Completed '::::Project Name&.Contract,Amount ,Type of Work '1?4te Completed: 2. Briari:Mendoaa-Viee President/Seczetary Name proposed Superintenden t nt Telephone No.of prOposed.Superintendent.', • Project Naive&contract Antonia Type or Work Date.Completed ProJectName&Contract Amount type:ofV. ork Date:Com leted "Pro1ect Name&Contract Amount. Type of Work,_ • .• . -Dace Completed . • ••: • .•• • Brian MenifO*2 P08 o 7745 Riverside CA,02$.134145: EilleRbtiOtal**ehg.cOm Cell 95l.,722$755 i — . , • . 0 .841glatgr and:$opertisor of Outside.Operations; Supervisor of Outside operations With over.1$years.of c*per i en CC electrician with over'20:.Years of experience An eitecthia communicator and team leader,experienced in coordinating and execntittem,g4: and fast pacedprojects.. CAttEFR.t XPERIENCE Freevitay'ElettrictPINA'gngineoring Services.Inc.:Riverside.PA 06M/06 inDate Chief Estimator/SupervisornfOutaide Operations In charge o(Managing the estiinatingdepartntent and finalizinghid packages:,coordinating the beginning phase of an awarded project between the companyand auenty,Projectstibmittals,,contract:review Coordinated and manage creWsCalifetniattgtomkaftdredyilijou$sized projects ranging in size from ST.000 to34.5:million dealingwith dry utilities,wetulies affic:Signals4And road isnprovements!4: maintained coordination freeway Electric I PTM General Engineering and subecuitracter,and project • owners,In charge of handling pinjecs administrative work monthly gross estimates project progress schedute,•materiats requisitions,contract change order negOtiMiona and equipment purchase and rental. • High.LightElettric The;IPete:4 SoilS:.•Cdit.tructica Inc.,KiverSide,.CA 10/199$to-06/2006: Chief Estimator • In charge of Managing the estintatingdepartment and finalizing MO packages Coordinating the beginning phase of an awarded project between the company and agency•or prime contractor that include project$011iiit*,contract review,.Successfully bid on projects totaling$112 Million with an average spread OcYcy. • ,Area$Opervisor Coordinatedarat manage.TO crews consiating;e6menibers per team inthe southern California region handled various sized projects ranging in Size from$1,000 to$4.5 million dealing With • dry utilities,wet ntilities,traffic signal and road improVements.Maintained coordination betWeen. High Light Electric Inc and subdOntractor,general contractor and•projectowneri In charge of handling project s administrative work;monthly gross,estimates,project progress schednie. , . materials:reonisitidttS,,COhnaet ObangeOrder hagotintloils and quipre tpurchase âdreprIs.purchase Page I cit4 , . „ • Bri Oft IVIetidtaa % t,1• ^, A MA A A, CAREER EXPEIONCE CONTINUED MBEElectric,Inc.in Riverside,CA 10/1989 1010/1995 Vice President and Head of OtitsideOperations Manage outside opetatiotia,fcir allprojects ranging in:s4e.:frOnt tooto zs million.Headed an. around the:cloCkelectric crew and cOOrdinated with CC Meyers to repair the'1149,Sonta Monica. Freeway after It collapsed during the I 994 Northndge Earthquake to complete the fast paced project in:66 days.Maintain coordination between MBB Electric and subcontractors,general contractor and project owners:'implemented and enforced eatery guidelines,Handled administrative work:monthly progress estimates,Materiat requisitions,contract Change order negOtintiOnS.• Vasco CorpOration in San Fernando,.C'A .10/1287 Act 06/1 9$9 Foreman(parr Time) Managed riny to day pp *ions of work crents.andvariOns project rantirto",in Si,m;ftnin$1,llt)t):to $5;006:in:Eastern Los Angeles County:.traffic signals,vreet signal interconnect. Raymore Erect*ingoternead,VA 06/186 to W/1987 Crew Lend (Part Tiro) In charge of Working:Crews on projects that ranging from$25,000 to:250,000 throughout Los Angeles Count , • WORKING SIM'S Capable of operating heavy equipment such as skip-loaders,cranes and backhoes • Handsfronexperience with hand toolsand power tools • Capable of overseeing ftist.,paced and high profile project • An effective commonicator gol reader' EDUCATION • International Brotherhood of Electrical Workers • 'Completed training course(1988-1989)invreet lighting and fraflic signal installat.ions,code enforcement and blue print reading.. lir South Gate High School • Received High Scheel Diploma in:198S Page:2'0f4 • BRIAN MENDOZA CONTINUED LANGUAGES • English(Nathe), . Spanish(Fluent) AWARD RECEIVED • Recipient Oldie BnsinesaYoung Entrep,renenr of the year Award in1996,nationally. • Recipient.ofthe Certificate ofRecoanition by the City lo Los Angeles far"SmallausinesS"in:1997. • Recipient of the Certificate of Recognition by the State Assembly, Assernblytnan Mr.Ftod.Pacheco,for the"Top 500 Inland Empire Small Business itt 1997. • Ranked among the"Top 500 Inland Empire Hispanic Owned Companies"Since',I997, • Certification Of Appreciation for our participation and maximization in the"Century Freeway Affirmative Action"by(TAAC pRonssioNAL AND PERSONAL REFERNcEs Caltrans project#0712241,j4(Electrical contract amonntS4.5 million) Destription of project:Installation of traffic signals,ramp metering,sing HigitWay LightingFiber'optionebttniunication,and electrical irrigation along the.1,10:Freeway in Loa Artgelea County. • Doug•Dawsoa,-PrOject Manager for prime contractors Balfbur Beatty Cell (949)232-3216 and()Mee(909)'397-8940. • Patty Galvarh—Resident Etigineer,,Office(909).594-4270 • Veronica Ross—Electrical Inspector,Cell(714)606-6311 Page 3 Of 4 ° BRIAN:MENDOZA REFER-NC ES CONTINUED City;ofRedlandsCotitract:42083.06-7230414I068(Electrical contract Athena is •S2l8,8i10)projectCompletedin,2003, DeStriPtiOri:of project Installation oftrifile Sip*,.modification Of*Op rneterittg4. jig Ong and siguilIttraination. 1 • Bill Hensley $ertior Civil Engineer-Ofilce,(909)79845845 ekt.2 a Juan Uwe& PrOject,Mnnager for general contradtor :14414 Construction-Cell (95 1)-453,7712 Offlte(909)473-731h Cattratwproject#08.-4567Y4):Electrical contrast amount is$93V3A)project completed 14 2005,Description of project linoallqii.oripfifiOrog;system along the 115 freeway in att.Bernat4inncoitri4F,„ • 'Parylingei Project Manager,forprirng contrattociranite Cfren,:stractitirt (6.51):549,3951 and0fAcc(60)7264447, $andivg.ProjectS,.Segtnent lZ 3 early selpaent 9;..and alder Aye..(Total electrical contract anicuavos.$3.2 million)Project completed 42004, Description Of Projects:Installation of traffic signals,ramp metering,sign illuntinatiOn, highway lighting,age optic.contattnication,,:and electrical itTig4tipp along*-1:-Eq. •Fttiway.in gan-Bettoditto County. -so(ibog contract Manager 0048024730 and 0111cc (9.00).415-80.29 0.421 q., • Tim}Iambic-Caltrans Inspector (950 11241024! • Al Ortega-Project Manager-for prinie contractor;Yeager Skanska (710 240-5333. City--of!Odle Project4ST0131(Electrical contract amount was$1.4.tnitlion)project completed in 2005, Description f of prOject Installation of street lighting system,traffic:signals,electrical Irrigation,:and Ory1,1:-OM*. • Gary fkliter-Area,Manage )rprjn tractor,YeagerSkansita construction Cell (909)721-9749',and Office:(70):343,-$472.2, • Tommy Young-Project Manager for prime contractor Ceil:.:(951):232,66t8 and Office(760)-343-5412', • Mebran Sepelte,-city Etigineet Ccli:(760)250-2201 Additional Professional References: • Zalc flarris Caltranalnapeetor-Cell:(951)2.89-0047 P4ay gcgito, wpervispr-colt(909)7994)00 Page 4of 4 ceNTRAcroRREolsTRATIoN.wrru CALI:Fo RNIA:DEPARTNIENT OF INDUSTRIAL RELATIONS (DIR)CERTIFICATE Pursuant to SB 0S4 (citing Labor Code;Section 071..1(a)), passed by the California StateSenate 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 through June n state fiscal year)with the California Department of Industrial Relations(MR). Currently the annual.non.-reftindable registration fee for Contractors is $300. Each.contractor to whom a public works contract has been awarded shall sign following.0,ertificate.: • P.i,CT SHEET on SB 854 littp://www.dir.ca,:gov/DLSE/Publieviltorks/$13854FactSbeet 4.,30.14.pdf DIWs Contractor Registration LiAk—Call(844)522.0734 httpSfllefiling.dir.agOV/PWCR/AatiOnSeOleVaCtioni=aisplayPWCRegistratiOnTonn DIR's ContractorRegistration searchable database: httpsdiefiling.dirictgov/PWCRISearch.action I am aware and will comply with the provisions of Labor Code Section 17713(a)which states: "A contractor or subcontractor shall not'be qualified.W bid on,be listed in a bid proposal,subject to the requirements-of Section CS Ofte Public Contract Code,or engage in the performance of any contract for public work, as defined, in this chapter,;mitts Currently registered and qualified to perform public work pursuant to Section 1725:5.: It-Js,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 11164 or 20103:5 of the Public Contract Code, provided the, contractor is registered topertbrni public work pursuant to Section 1725:5 at the time the contract is awarded.” I fOthgnnore 17,111 comply by Providing proof or regiOritinri-w vDIR as the 1-4,4tharlr coAtragtor,ass well as for ALL subtontraCtors at the tine of submittingthe Geal?ri4Engina g enrices Tug, Contractor Elizabeth li Mendoza By President/d#0 Title • ' Date: 4.92i , 1 pwc kegistratioll# 71111*1000001433 .1 :Pp Y,? R eCPR Public Search Log in 111 01111111161Mt fit EST. 1027 Ogdpiidsalisio Public Works Support, -Contractom Rejects Registpt kipme ALOngrArgatotjapjm FIR GENERAL ENGINEERING SERVICES INC., PTIA GENERALENGINEERING SERVICES INC. CLIStOrrler Account Lookup Name I PTM GENERAL ENGINEERING SERVICES INC COstPrnerAccquiit [ 0 , PTM GENERAL ENGINEERING SERVICES INC. I 1 Type 1 ContrKtor _ Web,ite (empty-)- ] La i :Email - -.! I, indira@ptrn-Ong.cOm i Address 1 1 • I 1 5942 AtornSt Adclrets_2 1 ' , 1 I . I, v ,,,, . • ) , City , •i : ,r Riverside ......5 State 1 -California :! .. .. . „Zip 92504 f - , Contractor Status rn i r ' Dm:Approvd:1 CSLB '4 11 I , '! 691265 I ' Legal,Name. i - PTM:General EngineeringSorvices,Inc Business Structure L r i p 1 Cororaton-Sicorp _I— ',. Business Phone. 1 951710-1000 1 i, gqgigranoti,Nt,trnbef L • ,,, . .,, „ , 4 . President .1. : . . „ . . I i ,1 Elizaiwth,H Mendoza if 1: PW:CR ! ,, • I 1000001423 i ( : • ., , . , i 1 i! Ftgi$tration Star(Date ) I 2024-07-01 1, ! !, [ : t ,... ; .ROgrati9n End Date i - - • 1 ! 'c : 2026-06-30 Doing Business As(D.BA) • ) . i . i , , „ • I1 PTM:Q.BRERAL ENGINEERING SERVICES INC 1 i Crafts Operating Engineer: i,a4prer and_Related,Classifiations',::Electrician Legacy•RegistratiOn Date 1 i r. • 2624)74)1 . . . . Legacy Registration Expiration 1 , .), , • 2024-06-30, . i Related Lists ,• .. 1 Aistbrkal itegiAration,Dates 0, •. : 1 ' • iiro- 4.14:,,c0Som priyamedict ,pisclaimer t•landistrirriin‘ptioniNoticq 0;;Iplefght=4%?:fe of^calj.figrO. Accetibility . „ cp.,ab!oitasonia dor um gepptusentirt ecPR Publk Search Log in ESL 1917 wow widass public Works Support cbritraCtOrS Projects Register > gustamer ktocaLQ.91sup ) Superior OeVettent Markings Inc Superior:Pavemprit Markings Inc CustornerAtcbunt Lookup Name Superior Pavement Markings Inc Customer.Account Superior Pavement Markings Inc Type Contractor „ . 'Wd5Site (empty)' flinaiC' Toren@superiorpavementrrrarkings:corn. Address 1 53:12•Cypress.St. :Address 2 City Cypress State CA Zip 90630 COntraCtgr Status Di:R.Approveci 'CSLB .w . '77630f Legal Name. Superior Pavement.Markings;I:nc BusinessStructure --,Norte-- Business Phone 7.149959100 _Registration Number ` ~ � = ' � ' �� , .., ~~ Pvwck. Starimote ! 202�3-07^01 � Ehd.��ate ` - ' . ` E)ming Asf[�B-A\ | � . � `..... -_' ^ ' ...-..... '.... ~_-^ `_--_`.~'�`~ ~^~.�^~���__.......---.` `~_'~..... ... .-_- � Crafts i � �M� � ���������mR� r���/nma� ��xuv�wv�����uqp�n�,�vu���u*nu Operations!-Laborer� | ~—~~�g ='e --,—p -'--- l ` � ' �*"+= +~ ��g~~ ��x. ��~���*� � 2023-167701 } i `'--- -- ---------------- ---- - - ^ - ~' ~-' '--- -- --'— ' -- --' / ` -~_-.......__`~.............. _'____.....~_'__--_........ -,-- . | � ---_- -- _- / ���� n�e I ated 06:sts .'Historical.Regj5�trajpp g es ' Th Lm:-t 2024 State ofCalifornia, . { ` ' , • Agges§ibility. titelgov: • • .•• •• • • - • pg:publit:$eatch 14g.' Rarlivoillist_oont— EST. 1:911 PUNIC Works.:Support contractors projects Register. 'Home >. ,c,qs,t'unier..0,7kce..ourit,Lookup.. c'russtovottEiettrR4&Milt lefo.„ crosstown-Eltttica`l. ..D#4,, 1 - r-' - Cuttotti6r Acedunt Lookup • Name . . •:Crosstown.Electrical Data Inc Custo.rnerAccount • • ••'• • 0. Crosstown Electrical Ei..:Datai. - Type . ...„ • .C9ntra0Or : IWebSite feITIOW): „1 a 1 1 Email, , 1 .alieermance@crosstowndata.corn t Address 1 . .5454,Diaz Street 3 i' s • €. 1 Address_2 1. 1 j: . q.. • r• ;City a irw'mndale State .CA ,Zips � .r. 91706 'Contractor:Status ff .'• DK Approved j CSLB. 7S6309 . f J Legal Name 1 ; Crosstown Electrical&Data;::lnc "° Business Structure • 1 j. 1' tio$iinossPhptig . 626-813-6691 s :Registtatron Number 4' .... i' President :• , i . :••• „ ... :.- . . -. . ... David P.Heettnance . . , .....„ „... .., . .., . ... . . . .. . .. . i 4 PWCR .. . . .. .. . ... .. . . . . . . .. . ... .. .. . . ,.. . .. . ., , 1 : 10000001$5 .. .. .. .... . . .. 1 . i Registration..Start•pate ! 2022-07-01 1 ' • . , , . . .. . ... .1 Registration End Date •i . 1 . . I ! .. 2025-06-3Q i \ ... . . ... . . . . . i . i Doing litiiness.As(DBA), I 1 : (FtC)58TOWN:ELECTRICAL 0130A,,INC, :1. . .... .1 . • ., - • - 1 Crafts. :1 Operating Engineer(Heavy and.Ilighway)i.VOrIO ';LAPPRER,i•••:` Electrician : 1 : 1 : ' 4 •i - Legacy RegiSttation•.Pate I . . . .. . .. , .. . . . .. . . . . ! 1 ., 2022-07-01 :1 •. . ., - . . . . ; .r, LOgA:cY ,RegittrOtibl):EXONtiPil . 1 . • ii. '.. . . • 1 I Related Lists, .,. Historical Registration Dates® :1 . i . .. . . .. . .;. 'L.. - . : . • . - - .; . . . .I4.034-44P0410.4, Privacy Policy DIStiairnler ,.K1c5Ocifscrirninatiartkotice Copyright2024 State of CAlifOrrita ,Actesiibility • DID BOND • BOND NO. BBSU KNOW ALL MEN BY THESE PRESENTS, That we, PTM GENERAL ENGINEERING SERVICES, INC. as Principal, and NATIONWIDE MUTUAL INSURANCE COMPANY a corporation authorized to transact a general surety business in the State of CALIFORNIA as Surety,are held and firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called the Obligee) in the full and just sum of TEN PERCENT OF AMOUNT BID Dollars, ($ 10% )for the payment whereof in lawful money of the United States,we bind ourselves, our heirs,administrators, executors, successors and assigns,jointly.and severally,firmly by these presents. WHEREAS,the said PRINCIPAL has submitted the accompanying bid for TRAFFIC SIGNAL ON GOTHARD STREET AT MURDY FIRE STATION NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a • Contract with the Obligee in accordance with the terms of such bid,or in the event of the failure of the Principal to enter such Contract, If the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and Sealed this 25TH day of MARCH , 2025 . YEAR PTM G ERAL ENGINEERINGRI SERVICES, INC. NATIONWIDE MUTUAL INSURANCE COMPANY �Giaohei4 /WPll�o7& Surety i P&A'Walc C By: -��% �/ Principal BRITTON CHRISTIANSEN Attorney-in-Fact 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: BRITTON CHRISTIANSEN; KEVTN VEGA; PHILIP E VEGA; 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 UNLIMITED 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 Attomey 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. 447a4L Antonio C.Albanese,Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT ��r vuixw,p�� STATE OF NEW YORK COUNTY OF KINGS:ss � •' 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 � �',i.SEALi/0 preceding instrument,and he acknowledged the execution of the same,and being by me duly • sworn,deposes and says,that he is the officer of the Company aforesaid,that the seal affixed �Ofr � hereto is the corporate seal of said Company,and the said corporate seal and his signature `\t1 were duly affixed and subscribed to said instrument by the authority and direction of said Company. Sharon Leburda Notary Public,State of New York r No.01 LA6427697 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 25th day of MARCH 2025 . c% Assistant Secretary BDJ 1(04-24)00 ;3y .......... IJ y _ 3 N2 3201 STATE OF CALIFORNIA • DEPARTMENT.;OF INSURANCE • • SAN FRANCISCO AMENDED • • Certificate of Authority 1 THIS IS TO amain-, That,pursuant to the Insurance Code of the State of California, • • NATIONWIDE MUTUAL INSURANCE COMPANY of COLUMBUS, OHIO ,organized under the laws of OHIO ,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, WORKMENtS COMPENSATION, • • COMMON CARRIER LIABILITY, BOILER AND MACHINERY, BURGLARY, SPRINKLER, • TEAM AND VEHICLE, AUTOMOBILE, AIRCRAFT and MISCELLANEOUS insurance, is as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. . i Tnrs 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 rnade 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 t. or amended. IN WITNESS WHEREOF,effective as of the__ 18TH ____.day I. APRIL _, 19 72, I have hereunto set • my hand and caused my official seal to be affixed this__18`11___ i; day of APR - _,3972 . • ;its �� .* . f �� . • ,.. /Jr RICHARDS D. BARGER 'g •:� A•,t; r nrmm��e.0 mmissioner '.. «Ρ',.::` : JOHN FABER ..(r Y.,, +�;= By ti: t. Deputy NO I' ' • 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 Ins. Code Sec.701 and will be grounds for revokhig this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. FORM CD-S 41011.11123 a-ra sae our O oar • • to ' CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE §1189 �nt�Ass�r z f zutY r- �4 r _r�. �cn roc+ •t�:: 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 the truthfulness,accuracy,or validity of that document. State of California County of Riverside on 4• 8•aepas-- before me, Yee Ping Leung, Notary Public ' Date Here Insert Name and Title of the Officer Personally appeared Elizabeth H. Mendoza Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(5)whose narne(s)is/ase subscribed to the within instrument and acknowledged to me that iWshe/may executed the same in hiS/her/their authorized capacityü �),and that by b /her/thir signature(.e)on the instrumentthe person(e),or the entity upon behalf of which the person(p)acted,executed the instrument. I certify under PENALTY OF PERJURY underthe laws of the Y E E PING L E U N G State of California that the foregoing paragraph is true and correct. COMM # 2416239 Z V7�ig RIVERSIDE County ri WITNESS my hand and official seal. Jr*;*California Notary Public P 44,F `P Comm Exp Sept. 16, 2026: �� Signature �� r Signature oAlotary Pub Place Notary Seal Above Though this section is optional,completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document Document Date Number of Pages Signer(s)OtherThan Named Above Capacity(ies) Claimed by Signer(s) Signer's Name Signer's Name Ei Corporate Officer—Title(s) El Corporate Officer—Title(s) J Partner 0 Limited El General ©Partner 0 Limited 0 General ®Individual 0 Attorney in Fact El Individual El Attorney in Fact Trustee Guardian or Conservator Trustee ©Guardian or Conservator El Other El Other Signer Is Representing Signer Is Representing :�.,,,,..,�ws..A. ©2014 National NotaryAssociation • www.NationalNotary.org•1-800-US NOTARY(1-800-876-6827) Item#5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 ' � z 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 LUIS OBISPO On MAR 2 5 2025 before me, McKENZIE SALAZAR, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared BRITTON CHRISTIANSEN 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. MCKENZIE SALAZAR WITNESS my hand and official seal. Notary Public-California c. ' San Luis Obispo County �,• Commission 2459004 ° my Comm.E:cpireNs Aug 17,2027� Signature Signature of Not ry Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer —Title(s): 0 Corporate Officer — Title(s): 0 Partner — 0 Limited 0 General ❑Partner — 0 Limited 0 General 0 Individual 0 Attorney in Fact 0 Individual 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Trustee 0 Guardian or Conservator 0 Other: 0 Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association •www.NationalNotary.org•1-800-US NOTARY(1-800-876-6827) Item#5907 K hi s •. : 'Nyi7� .SS^ �7. ,s' H.r • '� +: .yk'^ 't _ ... , f x - is k z• �''�. '�'4s s` _ . tL' .,C ,':t- [Wit• : "A; -- "A f. -l ', '2` :•t �, - ... - ry.. _ •i .. *i ,�+' 3 I* 'r; �g f ,. ..- ,•t_ ... _.,.. .x. _•,� _. r. `_ �....' ._. „_,�.:R, `_ - - •r r•i Y F '��� ! [�.' r-., k,3i AK - - i .". -. - -,,,.;11-;.,,,,'":'',..,..`..1,..,-; -.mot` . '""' " A a PTM • General Engineering Services, Inc. t � Y µ' > _ 5942 Acorn St. ' N ' Riverside, CA 92504 Y tr > x = ,is 951.710.1000 „i• }k h {Lt I f • ye;, 4. .1. r r M 1, City of Huntington Beach , 7" r. T 'm Attn: Public Works Office , 14 r 1,1i -,, 2000 Main St. 1 :" 411'' Y Y }F Huntington Beach, CA 92648 " ' z • AFL F _ 1 r.,F +I {4-'� y ,,. ,. OFFICIAL BID SECURITY - DO NOT OPEN PROJECT NAME: TRAFFIC SIGNAL ON GOTHARD ST. AT MURDY FIRE STATION 'sr, ,_ BID OPENING DATE: APRIL 10, 2025 AT 2:00P.M. _L i ...,.�_.-_...._. 5zg.es _..�,.,�. __ +...+r_...—.._ - v...._.3...�..u__ ...,-.9-}--','�'•, CITY OF HUNTINGTON BEACH Lisa Lane Barnes I City Clerk Select Electric, Inc. 1700 E. Via Burton Anaheim, CA 92806 RE: Traffic Signal on Gothard Street at Murdy Fire Station (CC-1672) Enclosed please find your original bid bond for CC No. 1672. Sincerely, X74-tiletottAKIlle." 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 r- Wit/ SECTION C PROPOSAL for the construction of Traffic Signal , on Gothard Street at Murdy Fire Station C.C.No. 1672 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 40 working days, starting from the date of the Notice to Proceed:. BIDDER declares that this proposal is based'upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is requited for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily.. completed. THE AGENCY RESERVES THE RIGHT TO DELETE.ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts,and words shall govern over figures. G1 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 Bidders Bond in the amount of $28,525.00 .w, .... .which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here,if any: Addenda Aro. :',Rate Received y ' nature None ..:: .::.:::::...::......_.....:z._ 3 _ . C2 SECTION C PROJECT BID SCHEDULE TRAFFIC SIGNAL ON GOTHARD STREET AT MURDY FIRE STATION C.C.NO. 1672 BID ITEMS tliiiii::1 tgo:lff;;.'40.:?f.;;4.A**:ij4.4:4>cf::',.:X:.leqe;::*;:5-:5":'„Cij,P,Z§; t:7:,4;Yt5:;vg.•k::**fP:4rii.''t;ir:fi5a.Z;r:s2g.,:,,:: „;!,kii.;.7-'-:,,;?,..,‘, ::,5i.1.,.1. 477,1rifttliVOS:tyfi'7.., ''l....",,,,,},:.Z.;'';',.,-,S4e.:;":'....0"::A.74::47,,,allreteliptitin:;4.:1:,,,,:,F,,ii-e.,,, ,,-.,:,!;.V:7...i..4 f:::;.Q*itftti?;:*ini-tZ„rMjr.dtr,0Vlt,V,:;:::::ihltr,.:E:L:Zmj•LZa,,r,,;:?:: 7.:Waft'.."0;.??..-i;E:2 : -..'41.5tA:47::44--,'n:..'.. .a.,,s7i.'467:;ivi,:fff4c,7.•. i,..731:-Y3'-.÷:01,..0'7,z,:-:-.-.?-n-r:::.1•:-54.,-;‘-',,ki,;',;-?-7.-3g..',..-2;t7.7e. F,Z;-;;;-:=,i&tEXt40$-._ 1019:::.,..: 1 ., Mobilization 1 : LS $1P,738 .1,: $16,738.00_ ,.. , . ...... .. :,, $ :i: ,2 : Furnish Project Traffic Control 1 : LS 5,105 $ 5,105.op. ! ; „ „ - •.-r; ,. •,: : , ' ' 3 ti Installation and maintenance of BMPs 1 , LS !:i $1592 $ 1,592.00 -!! „ 4 ) Furnish and Install Traffic Signal 1 i. LS 7 ' $ 207 90111 $ 207,901.00 . .1 1: f 1,i, •.,:., Furnish and Install 3"Conduit per SCE 100 : LF : ; $,1.57 . i;',$ 15.700.00 :! 1 5 , , requirements ,i,,. ,,•:, 6 Furnish and Install 12 Single Mode Fiber Optic!:.• i'. ' , 350 !i LF :::!';$:,2 . ___.,,, i : $700.00 (SMFO)Cable !ill ' Fusion Splice New 12 SMFO Cable to Existing i 1 : LS $ 1,269 .': $ 1,269,00,, !! 144 SMFO Cable 8 ' Furnish and Install Fiber Switch Complete ., 1 : EA :: : $ : 5 293 '! $ 5,293.00 .. -„'•!,. 9 Furnish and Install Fiber Termination Unit 1 EA : $ 1 104 :: $ 1,104.00 . _ 10 i Furnish and Install Signing and Striping 1 ': LS - $ 9 087 1 $ .9,087.00 11 Pothole for Utilities(Not Shown on Plans) ;.- 10 i EA ! $ 1,500 ' $ 15,000.00 12 Test Network Communications and System LS $ 2,801: $ 2 1 : ! , _ .. " , ,801.00 Documentation . .. • 13 ' As-Built Plans 1 i LS ,.. $„„960„.„ $ 960.00 ,i... . t. . „ TOTAL BID AMOUNT , $ 285,250.00 TOTAL BID AMOUNT IN WORDS: Two,Hundred Eight Five Thousand, Two.Hundred Fiftv Dollars and Zero Cents , c-2.1 _ . Note: Refer to Section 7,Measurement and Payment. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The owner reserves the right to reject any or all proposals and bid items. C-2.2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104,the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be doneby such subcontractor. :-Bid:' Name en'd Address.9f S beontractor." ..••::State: '1 Class :Dollar•:•• 'i%:af 1 Item(s) . • •.� • :I: 3i'!License, •. Amount `Contract,i is ! Superior Pavement Markings `776306 312 i $7,419.00 . .03 10 5312 Cypress St. Cypress, CA. 90630 I C-61/D38: "C-61/D42,. I 'fit { is i`[' :, . _.., ... ,. ,.,...... P. _....-... .. .. , g ki S: ! Y,, 1 pt' i is a ....,,. ............ y , I. ir. i i 11', 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 4/9/25 , at, Anaheim CA Date` City State ...James Staab being first duly sworn, deposes and says .that he or she is President _.._._,,... -... of_.., _Sel.ect.Electric, Inc. . , . .`...... the party making the foregoing bid that the bid is not made-lit-the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation;that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited any other bidder to put in°a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company_ association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Select Electric,.inc. Name of Bidder . Signatu ' 'of. er 1.700..E..Via,Burton. Anaheim, CA. 92806.. 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 Traffic Signal on Gothard Street at Murdy Fire Station - C.C. No. 1672, (I)(weXit) 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. Select Electric,.Inc.... . . Contractor By President Title Date:: 4/9/25 .... ..._.. :....... . C-s ..... DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder,any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified,removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑Yes ®No If the answer is yes,explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. - _. .... :............. , Cam.... _. ..............:.......�.....:::..._.... .. .... ........_. . ..... , ......... ... . . ..... . COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Select Electric, Inc. Contractor . By - President Title Date: 4/9/25 C-7 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of traffic signal improvements,underground signal conduit,and the installation of fiber optic cable for communication.Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names,address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. .._Cityh°of,Chula Vista- 1800 Maxwell Rd, Chula Vista, CA 91911 Name and Address of Public Agency Name and Telephone No.of Project Manager: Oscar"Ojeda- 61.9-397-6000.....: ...:.. $895250.00 Traffic Signal Upgrade 1/2025... Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Fiber Optic, Ethernet communication systems, pull boxes, conduit 2. City of..Downey-11.:1...11..:..Br.:.00kshire Downey;..:.CA....:...:.:_.. ... :......... . . 'Name and Address of Public Agency Name and Telephone No.of Project Manager: Edwin Norris 562-904-7296 .:J$1:,045.950.00..:.................... Traffic Signal.Uporade . 10/2024 'Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Video,Detection,. EVP, Fiber..Optic,.CCTV 3. City of La Mirada- 1,3700 La mirada Blvd. La Mirada, CA..90.638 ,.._.�_: Name and Address of Public Agency Name and Telephone No.of Project Manager: "Lori Wolfe.-.,_.7...1,4-4.02-9645._.....,,....._.... .... ,, $565,465.00 - Trafffic.Signal.U:p4rades...:.: .,..,....,.:..............8/2024.:::_:.......... .....:...:. .:.... Contract Amount Type of Work Date Completed Provide additional project description to show similar work: signal heads and`;push buttons replacing high pressure sodium overhead_safety ;:lights.with energy.efficient LED overhead safety lights, and"replacing overhead *street name signs with high visibility, reflective street name signs c-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. **See Attached Resume** Name of proposed Project Manager Telephone No. of proposed Project Manager: Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed 2. **See Attached:Resume*" Name of proposed Superintendent Telephone No.of proposed Superintendent: Project Name&Contract Amount Type of'Work Date Completed Project Name&'Contract Amount Type of Work Date Completed • Project Name&Contract Amount Type of Work Date Completed C_12 Chase Britt ` GeneraiForeman , ._ . SELECT E.LECTRI I.N.C..._. +A'>+n Yt;Y+erns»sr>..a•yxte..e.na;;ae,..`p«db:t.....s>4dre9'6t>itvidlaf':d3t;;xi:iPb.Pawv Se:ti66.niiew:oari3�r.F..a'z«si<:ia:'.src":sl'd..1.air.ssrti5x;F6:e5:a.a."saeeo'axae,.xir4..eaee xe sves•s':,,.s.«.va.edm-i>rl4rxi.CAREER ..gstkea- OBJECTIVE Hardworking and detail-oriented management professional.with several years of hands-on experience overseeing construction projects from start to finish. Skilled in managing teams of individuals and,ensuring that projects are completed on time and on budget. Proven track record of successful project completion with minimal errors. Experienced Construction Crew Supervisor with several years of experience leading construction crews and managing complex projects. Proven ability to coordinate tasks, provide direction and delegate responsibilities to ensure successful project completion. Committed to safety and quality control to ensure cost-effective results. in depth experience in all aspects of project management which includes material submittals, material procurement, requests for information, billing, schedule building, change orders, coordination, contract interpretation, financials,cost-to-complete,and . special attention to documentation practices. ftidtf(iat0...ifti9dif459Edttetidsit1ed6eittd A t4fdi(tit,,ti.itia;4.i;•iiPSfefax6ifavttdf,.6,IfS4A5da(e5t3fti14,iSS:Sfxtg8t441,)a86f Aa4?1,04f4dtbx8f4440,4t1ettf1t(sittf166Ee6 44t44(ff As,fYe)Pit44ids6s,1,f44Sti4Afffdedsiittil8d,A= EXPERIENCE GENERAL FOREMAN —Select Electric,Inc. Anaheim, CA, March 2024-Present GENERAL FOREMAN — Sturgeon Electric Chino, CA,April 2022—March 2024 • Fostered an atmosphere of collaboration between colleagues within the organization in order to achieve desired -- outcomes. • Successfully managed a team of 20+employees, ensuring safety and quality standards were met. • Worked closely with project management and field employees to ensure the entire team was always well informed.: • Developed project completion schedules which included projections encompassing all aspects of the project, weekly labor schedules, and equipment scheduling. • Involved in financial reports, material procurement, submittals, RFI's, billing, and change orders. • Proactively identified potential problems or areas of improvement to minimize delays or cost overruns on projects. • Coordinated with subcontractors and suppliers to ensure projects were completed in a timely and efficient manner. • Identified opportunities for cost savings and areas of potential gains throughout the duration of projects while still meeting quality requirements. • Initiated claims and change orders whether forward priced or under force account which included negotiations with prime contractors and/or Owners. GENERAL FOREMAN,— !LB Electric Corona, CA,April 2015-April 2022 • Worked with coworkers to complete tasks. • Collaborated with departmental leaders to establish organizational goals, strategic plans, and objectives. - • Created completion schedules which encompassed various subcontractors and trades. • Demonstrated ability to manage multiple tasks while remaining.adaptable and flexible. • Troubleshot issues and spearheaded resolution processes. • Managed and coordinated multiple projects-while ensuring timely completion. • Diligently pursued and documented change orders and additional work outside of the contract scope. SKILLS • Operations Processes • Verbal and Written Communication • Accurate Reporting • Planning Projects • Safety Policies and Procedures • Job Site Supervision • • Crew Direction • Job Reporting and Documentation • Attention to Detail • Project Management • Blueprint Interpretation • Delegating Work Assignments • Dedicated Work Ethic • Bluebeam • .. .. S.9c::-=.:..«.Kgt"..x'."Gn.rra+;:`salrr<•.ar-;.e>Cr..ep..:r .y."y'».,s b.esau^e CERTIFICATIONS • • General Electrician • OSHA 30 • First Aid/CPR • LIST OF PREVIOUS PROJECTS Sturgeon Electric BAKERSFIELD CENTENNIAL CORRIDOR (SECURITY PAVING)—$2,060,124.01 5/22 TO PRESENT BAKERSFIELD MANOR ST BRIDGE (SECURITY PAVING)— $615,957.06 5/22 TO 3/23 (PROJECT COMPLETION) MERCED COUNTY CAMPUS PKWY SEG. 3 (TEICHERT . CONSTRUCTION)—$2,281,552r36 5/22T0 7/22(PROJECT COMPLETION) CAL-TRANS 06-000304 COALINGA (GRANITE • CONSTRUCTION)-$150,361 5/22 TO 9/22(PROJECT COMPLETION) CAL-TRANS 10-3A7204 ATWATER (BAY CITIES)— $2,347,625.38 5/22 TO 12/23(PROJECT COMPLETION) • • CAL-TRANS 06-0U3004 KINGS/TULARE—$11,575,225.59 , • 5/22 TO 12/22(PROJECT COMPLETION) CAL-TRANS 06-0U4204 SELMA(SECURITY PAVING)— - • $2,184,136.82 5/22 TO PRESENT CITY OF FRESNO AS H LAN CORRIDOR ITS—$1,739,974 2022 -VISION•ZERO PHASE 2E PROJECT (WORK ORDE 5/22 TO PRESENT NO. E1908828) (CITY OF LOS ANGELES)-$5,115,034 CAL-TRANS 06-0T3504 TULARE (CAL-VALLEY 2022 -WESTSIDE MOBILITY PHASE 2,COUNCIL CONSTRUCTION)—$905,769.54 5/22 TO 6/23(PROJECT DISTRICT NO. 5 (WORK ORDER NO. E1908861)(CITY OF COMPLETION) LOS ANGELES) -$4,719,105 2022- HIGH VOLTAGE CONVERSION FED PROGRAM HIGH SPEED RAIL MCCOMBS RD,:MERCED AVE, POSO U N IT 1(STPL-5006(900)WORK ORDER NO.L2049449) AVE UNDERPASS, PEDESTRIAN UNDERPASS(J STREET) (CITY OF LOS ANGELES) -$1,351,443 (CALIFORNIA RAIL BUILDERS)- $1,586,991.90 5/22 TO PRESENT ILB Electric 2018-CITY OF RIVERSIDE WOODS ST STREET LIGHTING IMPROVEMENT 2019- USC HEALTH SCIENCE CAMPUS BEAUTIFICATION PROJECT SAN PABLO ST&ALCAZAR ST(WHITING TURNER) 2019-LAFC STADI U M STREET LIG HTING IMPROVEMENT(PCL) 2019-CULVER BLVD REALIGNMENT PROJECT(ORTIZ CONSTRUCTION) 2019- CITY OF PASADENA TRAFFIC SIGNAL IMPROVEMENT LAKE AVE&ORANGE GROVE BLVD, LINCOLN AVE & MOUNTAIN/SECO ST, LINCOLN AVE & FOREST AVE (HSIPL-5064(084)- $599,239 2019 - ROLLAND CURTIS 38THST& WISCONSIN ST STREET LIGHTING IMPROVEMENT(APLHA CONSTRUCTION) 2019 - MAIN ST STREET LIGHTING IMPROVEMENT UNIT 1(CIP/STP STREET LIGHTING..PROJECT STPL-5006(824) D- 34976 WORK ORDER NO. L1250075) (CITY OF LOS ANGELES)-$1,265,472.04 2020 - VISION-ZERO PHASE 2D PROJECT(CONTRACT C- 135501,WORKORDER-NO.E1908593)(CITY OF LOS ANGELES) -$9,933,093.20 2020- OLMYPIC BLVD—FLOWER ST TO LAKE ST (VISION ZERO STPL-5006(853) D-35123 WORK ORDER NO. L1649428) (CITY OF LOS ANGELES) -$847,354 2020-BUDLONG AVE FROM 38THSTTO LEIGHTON AVE STREET IMPROVEMENTS(ALPHA CONSTRUCTION) 2021- HIGH VOLTAGE CONVERSION FED PROGRAM UNIT3(STPL-5006(902)WORK ORDER NO.L2049451) (CITY OF LOS ANGELES) -$1,225,870 2021 - CENTRAL AVE PUBLIC TRANSIT IMPROVEMENT (SL-8948 WORK ORDER NO. L1819736) (CITY OF LOS ANGELES) -$339,428 PAUL FISHER L -ELECTRIC. INt . OBJECTIVE Seeking a Project Management position with room for growth at a reputable construction company. I would like to be involved in all aspects of the construction projects from estimating to project close. CORE COMPETENCIES • Team Oriented •Excels at critical thinking • Efficient Time Management • Great attention to detail • Effective with Microsoft Office ACCOMPLISHMENTS • Guided and advanced a team of inexperienced project engineers •Increased contract organization through implementation of contract management software •Dramatically increased efficiency on traffic signal project at Camp Pendleton EXPERIENCE STEINY &COMPANY,INC. Baldwin Park, CA May 2007-October 2014 Project Manager/Project Engineer/Estimator/Quality Control Extensive management experience in all aspects of elect ical;construction projects i.e. initial take-off, labor estimates,bid quotations,project start-up, creating budget, creating baseline schedules,material procurement,project monitoring of construction activities and project close-out.Projects ranged from street improvements,new street lighting/traffic signal construction,highway improvements,power systems and building construction.Work with various agencies including Caltrans,NAVFAC,private developers and various cities and counties throughout Southern California.Notable projects included various roles involved with Metro Gold Line Eastside Extension project,Metro Express Lanes project, Space Shuttle Endeavour Transport, Chevron Coke Drum Transport, Camp Pendleton Bridge over Vandegrift Blvd. etc. SELECT ELECTRIC, INC. Cerritos, CA October 2014-April 2021 Sr.Project Manager/Project Manager/Project Engineer Most notable project was the SR-91 Corridor Improvement Design-Build project. Participated in the design-assist portion of the electrical facilities and toll utility buildings. Involved in the coordination of all electrical construction activities ranging from infrastructure installation to fiber optic communication integration. Other responsibilities included maintenance and monitoring of the budget, schedule updates, billing, coordination with other trades, writing RFI's, transmitting submittals and material procurement. In addition,performed in a manager/engineering role on the I-15/215 Devore Interchange Project,I-15 State Highway Project in San Bernadino County and the Crenshaw/LAX Metro Transit Corridor Project. STURGEON ELECTRIC,INC. Chino, CA April 2021-November 2023 Sr. Project Manager Most notable project was the Metro Purple Line Section 2 & 3 Stations Design-Build project.Participated in the design-assist portion of the traffic signal and street lighting scope. Responsibilities included maintenance and monitoring of the budget, schedule updates,billing, coordination with other trades, writing RFI's,transmitting submittals and material procurement. SELECT ELECTRIC, INC. Chino, CA November 2023-Current Sr. Project Manager EDUCATION California State University Long Beach 2001-2006 Bachelor of Science in Electrical Engineering University of Redlands 2012-2013 Professional Designation in Project Management OSHA 10 Hour Training Completed 2013 Construction Safety and Health REFERENCES Paul Roman Phone: (213) 798-1885 Skanska USA Email:Paul.Roman@skanska.com Los Angeles, CA Isidro Soto Phone: (323) 695-3782 LAPD Los Angeles,CA 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/SB 854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call(844)522-6734 https://efiling.du.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Select Electric, Inc. Contractor By President. Title Date: 4/9/25 . PWC Registration#: 1 Q00001036 . C-13 Document A310 TM — 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond • CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place r f hresinecc) Fidelity and Deposit Company of Maryland Select Electric, Inc. 1299 Zurich Way, 10th Floor Schaumburg, IL 60196-1056 This document has important 1700 E. Via Burton g+ legal consequences.Consultation • Anaheim, CA 92806 Mailing Address for Notices with an attorney is encouraged 1299 Zurich Way, 10th Floor with respect to its completion or OWNER: modification. Schaumburg, IL 60196-1056 (Name,legal status and address) Any singular reference to Cityof Huntington Beach Contractor,Surety,Owner or g other party shall be considered 2000 Main Street plural where applicable. Huntington Beach, CA 92648 BOND AMOUNT: 10% Ten Percent of Amount Bid PROJECT: (Name,location or address and Project number,rang Traffic Signal on Gothard Street at Murdy Fire Station; C.C. No. 1672 The Contractor and Surety arc bound to the Owner in the amount set forth above.for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by!mid bid,then this obligation shall be null and void,otherwise to remain in full firm 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 fir acceptance of bids specified in the bid document.,and the Owner and Contractor shall obtain the Surety's consent lirr 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. ��t t t t t t r tt When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project.any p ot'i%, R!L' rr". this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions confirming tdRt .•• lE''.4.4 % statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond sh uecL,v 6- as a statutory bond and not as a common law bond. r V _. Signed and scaled this 1st day of April, 2025. —I—tV Cv 1. 1OJ�� Z•. �v Otr Select Electric, Inc. '.� � .... • '* �? �� (Principal) (Seal) -'/�a� • • ‘%% (!'unless) fs �S ����/1 f 111��`, BraZY,1 �1-- (..eyvt, �...asit Co,hp',%, Fidelity and Deposit Company of Maryland ;'4e`?�•PP° any !Sumo) (Sc al) p Lo :o (Witness) V. en Jara �(� ( r/rI �p� mI SEAL T. 5,...` BY �1i1 V lY� V UU�r "V `' %s ;oho ..**;F Mile)Heather Saltarelli,Attorney-in-Fact 1" ' s • S-0054/AS 8/10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 ! vrr-ter . • 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 1 2.023 before me, Kim Luu,Notary Public Date Here Insert Name and Title of the Officer personally appeared Heather Saltarelli Name(s) of Signer(s) • . who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to nt 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 icial seal. KIM LUU 3- Commission#2472703 : •_e Notary Public-California a' Y ORANGE County Signature .,: My Comm.Expires DEC 17,2027 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: Corporate Officer — Title(s): Corporate Officer — Title(s): Partner — Limited General Partner — Limited General Individual x Attorney in Fact Individual Attorney in Fact Trustee -_ Guardian or Conservator Trustee Guardian or Conservator Other: Other: Signer Is Representing: Signer Is Representing: �.-secss:cssa��^�cs�ct�cs�vx�c^�cs�c�rd'�^s��c�ec-��^5�sx.�s�u.�u�cs�c.^u�c^s�c.^s�c7:c�czc^s�c^s�ss�cua�casc^s�c�c.s:czs�c:s ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 ACKNOWLEDGMENT A notary public or other officer completing this - ' certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ORANGE County of ) On d''C' before me, SHARAD GORAJIA (NOTARY PUBLIC) (insert name and title of the officer) personally appeared fr1 S St44i3 who proved to me on the basis of satisfactory evidence to be the person) $whose name,(2ris/pc- subscribp the within instrument an acknowledged to met t he/et executed the same in his/Iuthorized capacity(i and that by his/ Ir ature on the instrument the person)atri , or the entity upon behalf of which the person cted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. SHARAD GORAJIA `ohs, NotaryPublic•California WITNESS my hand and official seal. T Orange County r 'r i" Commission#2431686 �,i,F°� My Comm.Expires Dec 31,2026 Signature S . \ (Seal) v ti . Bond No. Bid Bond Obligee: City of Huntington Beach ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY . KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"),by • Christopher Nolan,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof do hereby nominate,constitute, and appoint Heather Saltarelli ,its true and lawful agent and Attorney-in-Fact,to make, .execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 7th day of February,A.D.2025. f�t �� '41(1t—TAIIAO letup `�..1011 .- ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND efifr11 By: Christopher Nolan Vice.President 4c>L' By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 7th day of February, A_D.2025, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Christopher Nolan,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the cralc affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. sad"' Genevevo M.Mason �•: Notary PuNic My Commission Expire January 27,21122 • Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 • EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 1st day of April , 2025 . SEAL i 1t SEAL F� )t) E QT�l Mary Jean Pethick Vice President TO REPORT A CLAIMI WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 reoortsfclaims@,zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zmichna.com or 410-559-8790 ,IN^,1,,nay 3. r.., , SELECT ,,,,:.,,,„„,,:,„„ ":„,„,.,,, °`: ;" .,<,,;' E L E C T R I C, I N £ _ -i•'t..,.,1., 1700 E. Via Burton :y:, r�tip, ''# Anaheim, CA 92806 `,b. License # 297034 A, B, C-7, C-10 ,ta:i .: Ph: (619) 460-6060 Fx: (562) 658-2201 1Ef;' `=„r; City of Huntington Beach, Public Works Office "`k,. „, ,''' 2000 Main St. � : <K Huntington'Beach, CA. 92648 ::r,4 ju:,m.<. • _`.i. . ..,, OFFICIAL BID SECURITY— DO NOT OPEN ` ''x.:° "`s Project Name: Traffic Signal on Gothard Street at Murdy Fire Station rM ',, CC#: 1672 ., ay.4 '.12..; -,.. , Bid Opening Date: April:`10 2025 at�:2:00 PM CITY OF =t HUNTINGTON BEACH Lisa Lane Barnes I City Clerk July 29, 2025 Servitek Electric, Inc. • 13330 Bloomfield Ave., Suite 102-114 Norwalk, CA 90650 RE: Traffic Signal on Gothard Street at Murdy Fire Station.(CC-1672) Enclosed please find your original bid bond for CC No. 1672. Sincerely, • 041fataittAKIV-4' Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov Ser-071- 4 SECTION C PROPOSAL for the construction of Traffic Signal on Gothard Street at Murdy Fire Station C.C.No. 1672 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 40 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts,and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bid Bond in the amount of 10% of Bid Amount which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, 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 SSnature ' N/A N/A C-2 SECTION C PROJECT BID SCHEDULE TRAFFIC SIGNAL ON GOTHARD STREET AT MURDY FIRE STATION • C.C.NO. 1672 • BID ITEMS ; 44orriWaYara— V,6,..ftw .sw- -a•bg.alftlen71.1.4.'fir"- 1 Mobilization 1 LS $ 21,000.00 $ 21,000.00 2 Furnish Project Traffic Control 1 LS $14,000.00 $ 14,000.00 3 Installation and maintenance of BMPs 1 LS $ 3,500.00 $ 3,500.00 4 Furnish and Install Traffic Signal 1 LS $ 252,452.00 $_252,452.00 Furnish and Install 3"Conduit per SCE 5 100 LF $ 59.00 $__$5,900.007 requirements Furnish and Install 12 Single Mode Fiber Optic 6 350 LF $ 36.00 $ 12,600.00 (SMFO)Cable Fusion Splice New 12 SMFO Cable to Existing 1 LS $ 16,800.00 $ 16,800.00 144 SMFO Cable 8 Furnish and Install Fiber Switch Complete 1 EA $10,864.00 $ 10,864.00 9 Furnish and Install Fiber Termination Unit 1 EA $ 1,927.00 $ 1,927.00 • 10 Furnish and Install Signing and Striping 1 LS $ 10,387.00 $ 10,387.00 11 Pothole for Utilities(Not Shown on Plans) 10 EA $ 140.00 $ 1,400.00 Test Network Communications and System 12 1 LS $7,000.00 $ 7,000.00 • Documentation 13 As-Built Plans 1 LS $ 1,400.00 $ 1,400.00 TOTAL BID AMOUNT $ 359,230.00 TOTAL BID AMOUNT IN WORDS: Three Hundred Fifty-Nine Thousand Two Hundred Thirty Dollars C-2.1 Note: Refer to Section 7,Measurement and Payment. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The owner reserves the right to reject any or all proposals and bid items. C-2.2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. -Bid • Name and Address of Subcontractor '.;:State: :: Class ; °::Dollar : %of • Item(s) :::;.:,.. ' ` ::License:.` `:.Amount :: : Contract. Superior Pavement Markings, Inc. 776306 C3i 10 5312 Cypress St, Cypress, CA 90630 C-611D38 $7,419.0( 2% C-61/D42 p 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 onAp"l s,20,at Norwalk , CA Date City State Geoff Reyes , being first duly sworn, deposes and says that he or she is President of Servitek Electric, Inc. the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation;that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. SERVITEK ELECTRIC, INC. Name of Bidder EOF S Signature of Bidder 13330 Bloomfield Ave, Suite 102-114, Norwalk CA 90650 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal on Gothard Street at Murdy Fire Station - C.C. No. 1672, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700,as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved" The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements,Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. SERVITEK ELECTRIC, INC. Contractor EO By PRESIDENT Title Date: 04/09/2025 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 47:1 No If the answer is yes,explain the circumstances in the space provided. N/A Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. SERVITEK ELECTRIC, INC. Contractor LEO ES By PRESIDENT Title • Date: 04/09/2025 C-7 BIDDER'S tiFORMATION BIDDER certiAeS that the.tommtigidOrmation is:true and correct SERVITEK ELECTRIC, INC. Bi40PrZst4PV: 13330 Bloomfield Aye, Suite 102-114, Business Address. Norwalk CA 90650 CrtY,, StateZIp (626 e.) 227-1650 Telephone Ntiniber 1035350, A & C-10 State ConfisaCtor's License No,and class 01/30/2018 DateJssucd 01/31/2026 ,ExpiratiOnDatd. 'The'work Site was inspected by Geoff Reyes .cifour office on. April ,2025 The:rgllowing aTo petsomtims.,:Art4 otvoiratipm:hot *pthitipal intetost ittfitiototioott Geoff Reyes, President • .,..... "The iniderS*60,1S Keparedto satiSet:theCouncil ofthe:::City cif:Huntington Beach of its abilitycfinancially.0. otherwise,to;p6rforrnibe,coniract:for the proposed work andhnprOyerriefiWin accOridan66.with the plans and 41.6.6ificatibriaset foth: SERVITEK ELECTRIC, INC. 100,0.113-laii.'Nriid- '40 „ . .S:i0W40'df:PkItkt. . GEOFF REYES Printed or Typed SignOili '— ' 0th , Subscribed and sworatabeforemethi1day of. s April i 1025. NOTARTPUBTAC Otiimia" C- 9-- 64A4-a James E Purl , Notary Public, State of Texas SOTAttit$E10.4 . , Tarrant County 0,\""w"imi i . i -,,,,,ttr-4.!!!.4.):4• Jape$a pufc • 1,•;;;,;. i,,,,0571 iiiittUidiER , A', ".." 1*64474 ..,, sc**410.1.404110 ' : Electronically signed and notarized online using the Proof platform. • gonimi0-' bcaiber4i,AN • . ... . -.. „. . .. ... . . .. . . . . . : .,„ , .•.„ . . .. ..... , . ,.. .......„,.,, ., ., . .. . ... , . : .. .... .. ....„.. .. ...... . . . . • C=9: -Npr..rAig.y,cwliwicAlig :SUbscribed and swormiabefore me this: 10thlayttApril . ,„ .. . A.notary public or other officer lo0o*letirig this certificate''.verifies only ,e1.10.identity of t110;' :individual who Signed. the :document, to: which this. certifiCate is attached; and not the, '67401filli:10S.i:ACP4r4C5c:Pr validity atiiat:tietunient. Texas :Statebt )-' COurity Of . Tarrant ): On , 94/10/2025 before me, James E Purl Moittli,Dad Year' Wert Nanteraltd Title of Nizita4 Geoffrey Reyes personally:appeared, . ..._ ,. .. . . ...,. .. . ... ..„. , ,, ,. ... . , W.X.P0.0)'9r.5W,q( )• . - 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 hei.:Stici:they,executeri the same in IliAPritheii-authorized eapacity(ies),and that,hy'hiSiherlitieitai0OtttrecsY P*.;'theln.Islrumeritthe:person(s);,:or the;:exitity upon'behalf of whiCktheiperscm(sYactedi executed the instrument I; certify.•under PENALTY OF PERJURY under the laws of the State of California that the foregoing P4-41#401 it101..0 404:Obt.t44 WITN. SS.illYb011d 444.4(041,,s0L- 9rovvytka-- C-- 61A4mes E Purl Signature , . , . . .. „ Signature ofNetaryi*lie: .0).1,AcT. NpTA,R.y SEAL ABcry ) Notary Public,State of Texas \tivioui* , 74.1!t. ..k4, ..iwnitca E PUTfi Tarrant County Es•'' ,O.." ,1, ---S IN• .12-z-• .c\\...... Id ililMiatit 40'153474 , S,N.:'•aii-if- ` ,CPMMISSION'EXPIRE4: *1141100 October:314020 , Electronically signed and notarized online using the Proof platform. :C-10; Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of traffic signal improvements,underground signal conduit,and the installation of fiber optic cable for communication.Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names,address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: I. City of South Gate-8650 California Avenue, South Gate, CA 90280 Name and Address of Public Agency Name and Telephone No.of Project Manager: Jose Loera (323)563-9578 • $351,857.00 Electrical Works October 23, 2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Replacement of Damaged Traffic Signal Poles Project 2. City of Los Angeles, Bureau of Street Lighting- 1149 S Broadway, Los Angeles, CA 9001E Name and Address of Public Agency Name and Telephone No.of Project Manager: Robert Tom (213-473-7426) $922,708.00 Electrical Works February 10, 2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Riverside Drive Lighting Improvement Unit 2 CIP Convert existing high voltage series street lighting system to a low voltage lighting system 3. City of Ontario 1303 E. "B"Street, Ontario, CA 91764 Name and Address of Public Agency Name and Telephone No.of Project Manager: Jimmy Chang (909)395-2033 $731,914.00 Electrical Works March 14, 2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: FY 22-23 CDBG City Fiber Conduit Installation West Ring Segment 2 prepare a conduit system along the Segment 2 build for the future installation of fiber optics. C-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. GEOFF REYES Name of proposed Project Manager Telephone No.of proposed Project Manager: 626-478-1300 Westside Unit 5-Street Lighting $ 1,230,090.00 Electrical Works February 3, 2023 Project Name&Contract Amount Type of Work Date Completed In-Roadway Warning Lights (IRWL) Installation Project $468,503.00 Electrical Works February 3, 2023 Project Name&Contract Amount Type of Work Date Completed Citywide LED Replacement Project $468,503.00 Electrical Works August 12, 2024 Project Name&Contract Amount Type of Work Date Completed 2. *Same above mentioned Name of proposed Superintendent Telephone No.of proposed Superintendent: Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed C-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 hops://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayP WCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on,be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. SERVITEK ELECTRIC, INC. Contractor EO S By PRESIDENT Title Date: 04/09/2025 PWC Registration#: 1000058315 C-13 2/27/25,2:41 AM SERVITEK ELECTRIC,INC Due to scheduled maintenance on 02/28/2025 from 10:00 pm to 11:00 pm, this site will be unavailable during this maintenance window.We apologize for any inconvenience. eCPR Public Search Log in S '. 102 Public Works Support Contractors Projects Register Home > Customer Account Lookup > SERVITEK ELECTRIC,INC SERVITEK ELECTRIC, INC Customer Account Lookup Name SERVITEK ELECTRIC, INC Customer Account 0 SERVITEK ELECTRIC,INC Type Contractor https://services.dir.ca.gov/gsp?id=dir_public_form&table=x_cdoi2_csm_portal_customer account_lookup&sys_id=f5d2b6d5c3074650f079d9ec050131... 1/4 2/27/25,2:41 AM SERVITEK ELECTRIC,INC Website ' (empty) Email info@servitekelectric.com Address 1 13330 Bloomfield Ave,Suite 102-114 Address_2 City Norwalk State California Zip 90650 Contractor Status Pending CSLB 1035350 Legal Name SERVITEK ELECTRIC, INC Business Structure --None-- Business Phone https://services.dir.ca.gov/gsp?id=dir_public form&table=x_cdoi2_csm_portal_customer account_lookup&sys_id=f5d2b6d5c3074650f079d9ec050131... 2/4 2/27/25,2:41 AM SERVITEK ELECTRIC,INC 6262271650 Registration Number C4070827 President Geoff Reyes PWCR 1000058315 Registration Start Date Registration End Date Doing Business As(DBA) •Crafts Legacy Registration Date 2024-07-01 Legacy Registration Expiration 2026-06-30 Related Lists Historical Registration Dates Terms&Conditions https://services.dir.ca.gov/gsp?id=dir_public_form&table=x_cdoi2_csm.sortal_customer accountiookup&sys jd=f5d2b6d5c3074650f079d9ec050131... 3/4 2/27/25,2:41 AM SERVITEK ELECTRIC,INC Privacy policy, Disclaimer Copyright 2024 State of California Nondiscrimination Notice Ag=AWRY. dir.ca.gov hops://services.dir.ca.gov/gsp?id=dir_public form&table=x_cdoi2_csm_portal_customer account_lookup&sys_id=f5d2b6d5c3074650f079d9ec050131... 4/4 _ v • Document A310 — 2010 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name, legal status and principal place Servitek Electric, Inc. of business) 13330 Bloomfield Ave, Suite 102-114 Great Midwest Insurance Company ADDITIONS AND DELETIONS: Norwalk, CA 90650 800 Gessner Rd Ste 600 The author of this document has Houston, TX 77024 added information needed for its OWNER: completion.The author may also (Name, legal status and address) have revised the text of the original City of Huntington Beach AIA standard form.An Additions and 200 Main St. Deletions Report that notes added Huntington Beach, California 92648 information as well as revisions to the standard form text is available from BOND AMOUNT:$ TEN PERCENT(10%)of the Total Amount Bid the author and should be reviewed.A vertical line in the left margin of this PROJECT: document indicates where the author (Name,location or address, and Project number, if any) has added necessary information Traffic Signal on Gothard Street at Murdy Fire Station and where the author has added to or C.C. No. 1672 deleted from the original AIA text. Various Locations in the City of Huntington Beach, Orange County This document has important legal The Contractor and Surety are bound to the Owner in the amount set forth above,for the consequences.Consultation with an attorney is encouraged with respect payment of which the Contractor and Surety bind themselves,their heirs,executors, to its completion or modification. 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 Any singular reference to Contractor, the time specified in the bid documents,or within such time period as may be agreed to by Surety,Owner or other party shall be the Owner and Contractor,and the Contractor either(1)enters into a contract with the considered plural where applicable. 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. Unit AIA Document A310m—2010.Copyright©1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This Ale Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AlA®Document,or any portion of It, i may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 14:55:14 on 01/10/2013 under Order No.6871475021_1 which expires on 12/27/2013,and is not for resale. User Notes: (1177639241) • Signed and sealed this 4th day of April , 2025. ; ` Servitek Electric, Inc. (ge1nP5ctor ncip (Seal) i (Witness) "ride) i Great Midwest Insurance Company• (Surety) ' (Seal) C[vtUAM at@'°r,Q'¢. 14) (Witness) Carly Matlock,Witness (Title) Edward .Hackett,Attorney-in-Feet • AIA Document A310TM—2010.Copyright©1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This AlA®Document Init. is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AlA®Document,or any portion of It, 2 may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 14:55:14 on 01/10/2013 under Order No.6871475021_1 which expires on 12/27/2013,and is not for resale. User Notes: (1177639241) CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT O.1F04ufMMu9'mE040[r3EO.0...F04VtxEKwOMEMAENI .NOWLEWUENTACMOWMIGL..IMAC.x01MCGuEli..K. 104uEM....r1.O.11.1ACu.OMEOal.,,C.nOxM1fWUEM/41(....1110 Cu30wiLOCUWA,CINOWttI.1EMACRNO.U.NMIACOR AIO.INTACWOMIKAIMACwOMI04uEMKWOw3(O.U.KwOwlEo4uEM� g A notary public or other officer completing this certificate verifies only the identity of • g the individual who signed the document to which this certificate is attached,and not x the truthfulness,accuracy,or validity of that document. 4 . g State of California ) County of Orztn3e. ) 1 b • i 3 Y On APR 0 4 2025 before me, CArk P. M a+I o ck , N o4-ary Public , ` (here insert name and title of th officer) 1 Ipersonally appeared £d0ar-d /J. 44c.c.ke-14E g Y j i 2 R i who proved to me on the basis of satisfactory evidence to be the persons)whose name(s)-is,zar-e subscribed to R 3 the within instrument and acknowledged to me that he/sfic/thcy executed the same in his/tTrtthei-r authorized capacity(iesr);and that by his/her/their signature( -on the instrument the personfs)., or the entity I 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. tom," - CARLY P.MATLOCK l 1 s a' +'� COMM. #2423661 z a oi~= _� !' Notary Public-California z ` '� ' Orange County � WITNESS my hand and official seal. ' v `vv V 9 M4Comm.Expires Oct.21,2026 e i? i iSignature carte,-� - (Seal) 'W3n0031MONVY1Mn003u.0r013.3n003uwMJnMn^]03uWMJVEMn903UwnUrll.3n003w.0rUVLv3n003NWxDYEn3n0o3WOO.V.Y0031A.OMJYDIVIMI33.N0uA]r3w3W003vwx3V1.11 OIVA0MJVEn3n903wOxUv3x3mJ031../.]v3n3n903w.OMVIt13mJo3.....MMM3 OVIXI9OYINOMVINI119 0 3 1/4 0.”..331.0 j • 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 • . . Additionahinformatipn: r:•A. The preceding Certificate of Acknowledgment is attached to a document Method of Signer Identification c.titled/for the purpose of �S'arvi}Gk El evl-Ti c f In Proved to me on the basis of satisfactory evidence: 0 form(s)of identification 0 credible witness(es) gld son.1 Notarial event is detailed in notary journal on: containing .. pages,and dated APR 0 4 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 Great Midwest Insurance Company KNOW ALL MEN BY THESE PRESENTS,that GREAT MIDWEST INSURANCE COMPANY, a Texas Corporation,with its principal office in Houston,TX,does hereby constitute and appoint: Edward N. Hackett, Christine Maestas its true and lawful Attorney(s)-In-Fact to make,execute, seal and deliver for, and on its behalf as surety, any and all bonds, undertakings or other writings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of GREAT MIDWEST INSURANCE COMPANY, on the 1st day of 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. d��st tNsugg4,0 GREAT MIDWEST INSURANCE COMPANY 1. 1dlwu , CORPORATE SEAL BY "" Q -Mark W. Haushill President 4)4S CI CORPONO 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. Y44411'+, CHRISTINA BISHOP • Notary Public,State of Texas BY Comm.Expires 0414-2025 Christina Bishop t NW, Notary ID 13109048E 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 4th Day of April 20 25 INSUggw,Ce OO g CORPORATE SEAL I. BY Leslie K. Shaunty b;c04 Secretary "WARNING:Any person who knowingly and with intent to defraud any insurance company or other person,files and application for insurance of claim containing any materially false information, or conceals for the purpose of misleading, information concerning any fact material thereto, commits a fraudulent insurance act,which is a crime and subjects such person to criminal and civil penalties. ; _ " e , ' ' ' z � 'Y` ma ` - ti " "� .Y�.-tiJate'Y: rmicF .� "xyem 4 �g��—�_L . Q` _Q`� i -� 5� r � � � ' *z .4E":;':i:• e ft 3?; • � � � � : 1.� b sr, , 'fix , . a+._5w ti.y ,•1 _-- 2^ .-'7•4.F''..:wh 4 -� r 4 x'. °' :'Y R' Bq. , r'- ''l Y - w_,k,„t w.- _,_, _ - t..Y a 4 to i OFFICIAL BID SECURITY-DO NOT OPEN �µ . .. K , ...- Project Name: Traffic Signal on Gothard Street at Murdy Fire Ctation _ i *- •-. COI: 1672 ,M T?rF s : Bid Opening Date:April 10,2025 at 2:00 PM � f y `t;'� Servitek Electric,Inc. .... :.;t::-.,-!'"7:Z.'41'"'-'72,11;3'4'':::---::::'-'5;r �, w r, � =x ' Y . 1333.0 Bloomfield Ave, Suite 102-114,Norwalk CA 9.0650 ' .,:2 4 ATTENTION:City of Huntington Beach Public Works Office '" x>{; • .-- ,'s • 2000 Main Street,Huntington Beach,-CA 92648 r < r 9 , : -- ._ N� yAr `" 6 :1 .