Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
KASA Construction, Inc. - 2025-10-21
RECEIVED BY: CITY CLERK RECEIPT COPY �y�✓ C Return DUPLICATE to Je+1 h i` I h City Clerk's Office (Name) after signing/dating it /17- / 9-4,-- (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION st TO: City Treasurer FROM: City Clerk DATE: I I/ID 2-E3 SUBJECT: Bond Acceptance I have received the bonds for Pc ice..OSW I -Tl (1 N , I ii C (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT d Faithful Performance Bond No. 02.42-"0.3LI C I Labor and Material Bond No. d2 1-12-4g?j1-10 Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other IC /2 2 Re: Tract No. Approved S —I � (Council Approval Date) CC No. 11105 Agenda Item No. - S O3 MSC No. City Clerk Vault No. 1.100. ESL' Other No. SIRE System ID No. f)lL g:/forms/bond transmittal to treasurer 2000 Main Street, o���NTiCT�dI Huntington Beach,CA p :_ City of Huntington Beach 92648 •9 _� APPROVED 7-0 File#: 25-803 MEETING DATE: 10/21/2025 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: Frank Drevdahl, Capital Projects Administrator Subject: Accept the lowest responsive and responsible bid and authorize execution of a construction contract with KASA Construction, Inc. in the amount of $453,066.00 for the Schroeder Park Improvements, CC-1656, and authorize a 15% contingency Statement of Issue: On July 14, 2025, bids were publicly opened for the Schroeder Park Improvements Project. City Council action is requested to award the construction contract to KASA Construction, Inc., the lowest responsive and responsible bidder. Financial Impact: The estimated project cost is $453,066.00 which includes the construction contract with KASA Construction, Inc., and a 15% contingency. The project will be funded through the Schroeder Park Phase II Infrastructure Fund Account 31440046.82800. Recommended Action: A) Accept the lowest responsive and responsible bid submitted by KASA Construction, Inc. in the amount of$393,970.00; and, B) Reject bids 1 - 8 and 11 - 13, which were either withdrawn or deemed non-responsive; and, C) Authorize the Director of Public Works to approve change orders up to a 15% contingency; and D) Authorize the Mayor and City Clerk to execute a construction contract with KASA Construction, Inc. in a form approved by the City Attorney. Alternative Action(s): Reject all bids and provide staff with direction. Analysis: City of Huntington Beach Page 1 of 3 Printed on 10/15/2025 powered by LegistarTu 25 File#: 25-803 MEETING DATE: 10/21/2025 Schroeder Park (the "Park") is located at 6231 Cornell Dr. in the northwest area of the City of Huntington Beach (the "City") and adjacent to Schroeder Elementary School. The Park is popular among the surrounding neighborhood and local school children. In 2021, Schroeder Park Improvements Phase I was completed and introduced a new playground with rubberized surfacing. Phase II will add rubberized surfacing in the exercise station area, a new picnic area, expanded sidewalk access, new trees, a new park sign, and solar lighting. Bids were publicly opened on July 14, 2025, with the following results: Bidder's Name Submitted and Verified Bid Estate Design and Construction $208,900.00 a2z Construction, Inc. $246,850.00 First Trade $283,470.00 Coelho, Inc. $289,945.00 Premo Construction, Inc. $290,580.00 Compass Contracting & Consulting, Inc. $298,269.81 HZS Engineering and Construction $327,215.00 Asad Holding, LLC. $349,681.00 KASA Construction, Inc. $393,970.00 Metrocell Construction $418,687.00 Pub Construction, Inc. $442,575.60 MLC Constructors $455,121.00 US Builders and Consultants, Inc. $553,400.00 On July 14, 2025, a bid protest was submitted regarding product compliance. In response, staff conducted a comprehensive review of all bids to confirm conformance with the specified materials and bid requirements. Following this review, several bids were either withdrawn by the bidders or determined to be non-responsive for not meeting material specifications, including the required rubberized surfacing, mobilization limits, and responsible bidder qualifications. Based on this evaluation, KASA Construction, Inc. was determined to be the lowest responsive and responsible bidder. The total estimated construction cost is $393,970.00 with a 15% contingency for a total project cost of$453,066.00, as itemized below: Item Amount Bid submitted by KASA Construction, Inc. $393,970.00 15% Contingency $59,096.00 TOTAL CONSTRUCTION COST $453,066.00 Supplementals $0.00 TOTAL PROJECT COST $453,066.00 City of Huntington Beach Page 2 of 3 Printed on 10/15/2025 powered by Leg istarTM 26 File#: 25-803 MEETING DATE: 10/21/2025 Funds for this project are available in the current fiscal year budget as follows: Schroeder Park Phase II Fund Acct. 31440046.82800 $453,066.00 Total Funds Available: $456,124.00 Staff recommends awarding a contract to KASA Construction, Inc. in the amount of $453,066.00. KASA Construction, Inc., has successfully completed similar park development projects. The total project cost is estimated to be $453,066.00 which includes the construction contract and a construction contingency. Environmental Status: This project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15031(c), Class 1 of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to significantly affect the environment. Strategic Plan Goal: Non Applicable -Administrative Item For details, visit www.huntingtonbeachca.gov/strategicplan. Attachment(s): 1. Construction Contract 2. Vicinity Map 3. PowerPoint Presentation City of Huntington Beach Page 3 of 3 Printed on 10/15/2025 powered by LegistarTM 27 CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND KASA CONSTRUCTION,INC. FOR SCHROEDER PARK IMPROVEMENTS -CC1656 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 KASA CONSTRUCTION,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 SCHROEDER PARK IMPROVEMENTS - CC1656 in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged the parties covenant and agree as follows: 1. STATEMENT OF WORK; ACCEPTANCE OF RISK CONTRACTOR shall complete and construct the PROJECT pursuant to this Agreement and the Contract Documents (as hereinafter defined) and furnish, at its own cost and expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and • • workmanlike manner. CONTRACTOR agrees to fully assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance by CITY, from the action of the elements, from any unforeseen difficulties which may arise or be encountered in the 1 16-5195/City Funded Construction Contract.docx—revised 04/2016 • prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS AND SPECIFICATIONS • • CONTRACTOR acknowledges that it is fully familiar with all the terms,conditions • and obligations of this Agreement and the Contract Documents (as defined below in this Section), has inspected the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its thorough investigation of all such • matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents • insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; 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 04/2016 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement,subject to any additions or deductions made under the • provisions of this Agreement or the Contract Documents, a sum not to exceed FOUR HUNDRED FIFTY THREE THOUSAND SIXTY SIX Dollars ($ 453,066 ), as set forth in the Contract Documents, to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten (10) working days after the Notice To Proceed is issued and diligently prosecute the PROJECT to completion within SIXTY ( 60 ) consecutive Working days from the day the Notice to Proceed is issued by DPW, excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, 4 16-5195/City Funded Construction Contract.docx—revised 04/2016 subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6. CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the • Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal, the work shall be performed according to the changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under • this Agreement unless and until a Notice to Proceed has been given to CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site,for any reason,relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 5 16-5195/City Funded Construction Contract.docx—revised 04/2016 8. BONDS Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR'S faithful performance of the work, and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent (100%) of the final contract price, including all change orders, to warrant such performance for a period of one (1) year after CITY's acceptance thereof within ten (10) days of filing of the Notice of Completion. 9. WARRANTIES CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. 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 liquidated damages and not as a penalty, the sum of ONE THOUSAND DOLLARS ($ 1,000 ) per each calendar day's delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees to pay these damages herein provided, and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to • • CONTRACTOR hereunder. CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, unsuitable weather, or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay(unless DPW shall grant a further period of time), notify DPW in writing of the cause of the 7 16-5195/City Funded Construction Contract.docx—revised 04/2016 delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work • by the act, neglect or default of CITY, or should CONTRACTOR be•delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed,but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen (15) days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12. DEMANDS FOR ADDITIONAL TIME OR MONEY. A. Definitions. (1) "Change Order" means a document signed by the CONTRACTOR and CITY which authorizes an addition, deletion or revision in the work, or an adjustment in the Compensation under Section 3, or the Completion Time specified at Section 4. (2) "Demand" means a written demand for a Change Order by the CONTRACTOR for any of the following: (a) A time extension; 8 16-5195/City Funded Construction Contract.docx—revised 04/2016 • • • (b) Payment of money or damages arising from work done by, or on behalf of, the CONTRACTOR pursuant to this Agreement and payment of which is not expressly permitted pursuant to Section 3 of this Agreement; (c) Payment of an amount the CITY disputes; (d) Any disputes and other matters relating to the acceptability of the work performed or the interpretation of the Contract Documents; (e) A request for a time extension or additional payment based upon differing site conditions, such as subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents, or unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the PROJECT; or (f) A request for a time extension or additional payment based upon acts of neglect by CITY or due to fires,floods, labor disputes,epidemics,abnormal weather conditions or acts of God. • B. A Demand for a time extension or payment of money or damages may only be granted by a Change Order. C. No Change Order may be granted except where the Contractor has submitted a Demand to the DPW (or his or her written designee). All Demands shall be submitted promptly, but in no event later than thirty(30) days after the occurrence of the event giving rise to the Demand. The Demand shall be in writing and include all documents necessary to substantiate the Demand. The DPW shall act on the Demand within fifteen (15) days after receipt, including by requesting additional information from the CONTRACTOR to determine whether to approve the Change Order the Demand seeks. The DPW shall act on the Demand within fifteen (15)days 9 16-5195/City Funded Construction Contract.docx—revised 04/2016 • • after receipt of the additional information or within a period of time no greater than the time the CONTRACTOR took to produce the additional information requested,whichever is greater. D. Notwithstanding the thirty (30) days to submit a Demand under Subparagraph C, in the case of differing or unknown site conditions, immediately upon encountering the conditions, CONTRACTOR shall notify the DPW in writing of the conditions, so that the CITY may promptly investigate the conditions. E. If the CONTRACTOR disputes the DPW's written response on the Demand, or the CITY fails to respond within the time prescribed, the CONTRACTOR may so notify the City Engineer, in writing,either within fifteen(15)days of receipt of the City Engineer's response or within fifteen (15) days of the DPW's failure to respond within the time prescribed, respectively, and request an informal conference to meet and confer for settlement of the Demand. Upon the CONTRACTOR's request,the DPW shall schedule a meet and confer conference within thirty (30) days to seek to resolve. F. CITY and CONTRACTOR shall execute appropriate Change Orders covering changes to the time or price by executing the Change Order by mutual agreement. If the CITY and CONTRACTOR are unable to reach a mutual agreement, then the City Engineer shall issue a written decision on the claim within a reasonable time. G. Following the meet and confer conference, if the Demand remains in dispute,the CONTRACTOR may file a claim with the City as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title I 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 I0 16-5195/City Funded Construction Contract.docx—revised 04/2016 or her Demand until the Demand is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. 13. VARIATIONS IN ESTIMATED 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 11 16-5195/City Funded Construction Contract.docx—revised 04/2016 it 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 sec!,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 • (I) calendar day or forty (40) hours in any one (1) calendar week in violation of California Labor Code Section 1815. 20. PAYMENT OF TRAVEL AND SUBSISTENCE ALLOWANCE Section 1773.8 of the California Labor Code, regarding the payment of travel and subsistence allowance is applicable to this PROJECT. 21. EMPLOYMENT OF APPRENTICES Section 1777.5 of the California Labor Code, regarding the employment of apprentices is applicable to this PROJECT. 22. PAYROLL RECORDS CONTRACTOR agrees to keep accurate payroll record showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice or worker employed by it in connection with the PROJECT and agrees to require each of its subcontractors to do the same. CONTRACTOR further agrees that its payroll records and those of its subcontractors, if any, shall be available at all reasonable times to the CITY, and the employee or his representative, and the Division of Labor Standards Enforcement and the • Division of Apprenticeship Standards, and to comply with all of the provisions of California Labor Code Section 1776, in general. 23. INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands, defense costs, and consequential damage or liability of any kind or nature, however caused, including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, 15 16-5195/City Funded Construction Contract.docx—revised 04/2016 arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY, its officers, elected or appointed officials, employees, agents, and volunteers. CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall approve selection of CONTRACTOR's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. 24. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 16 16-5195/City Funded Construction Contract.docx—revised 04/2016 25. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to defend, hold harmless and indemnify CITY, CONTRACTOR shall obtain and furnish to CITY, a policy of general public liability insurance, including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000) per occurrence. If,coverage is provided under a form which includes a designated general aggregate limit,the aggregate limit must be no less than One Million Dollars($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees,agents,and volunteers(the"Additionally Insured Parties")as Additional Insureds,and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary and non-contributory with any other valid and collectible insurance or self-insurance available to the Additionally Insured Parties. Any available insurance proceeds in excess of the minimum coverage amount specified herein shall be available to the Additionally Insured Parties. All coverage available to CONTRACTOR shall also be available to the Additionally Insured Parties. Under no circumstances shall said above-mentioned insurance contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Five Thousand Dollars ($5,000.00) is permitted. CONTRACTOR shall be responsible for causing all Subcontractors to maintain the same types and limits of insurance coverage as that required of CONTRACTOR by this Agreement. 17 16-5195/City Funded Construction Contract.docx—revised 04/2016 26. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement; the certificates shall: 1. Provide the name and policy number of each carrier and policy; 2. State that the policy is currently in force; and 3. Promise to provide that such policies will not be canceled or modified without thirty (30) days' prior written notice of CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the CONTRACTOR's defense, hold harmless and indemnification obligations as set forth under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all the policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner, the premiums on all insurance hereinabove required. CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers, elected and appointed officials, employees, agents and volunteers as Additional Insureds, to the City Attorney for approval prior to any payment hereunder. 27. NOTICE OF THIRD PARTY CLAIM Pursuant to Public Contracts Code §9202, CITY shall provide notice to CONTRACTOR of receipt of any claim filed with CITY or a court of competent jurisdiction which arises out of performance of this agreement within ten (10)days of receipt of such claim or claims. 18 16-5195/City Funded Construction Contract.docx—revised 04/2016 28. DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give CONTRACTOR notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten(10)days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR, CITY may elect not to terminate this Agreement; in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. If it is subsequently determined by a court of competent jurisdiction that CITY's termination of this Agreement under this Section was wrongful, such termination shall be converted to a termination for convenience under Section 29 and any damages shall be assessed as set forth in Section 29. 29. TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause,and whether or not PROJECT is fully complete upon seven(7) calendar days written notice to CONTRACTOR. In the event of termination, under this Section CITY shall pay ( CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made. In case of such termination for convenience,the CONTRACTOR shall be entitled to receive payment for work executed, and costs incurred by reason of such termination. In no event shall CONTRACTOR be entitled to recover overhead, profit or CONTRACTOR's fee on work not performed. Such payment by CITY shall be CONTRACTOR's 19 16-5195/City Funded Construction Contract.docx—revised 04/2016 ( sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no • further obligation to CONTRACTOR. 30. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be performed hereunder, or upon expiration or earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost. 31. NONASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement,or any part hereof,or any right or duty created herein,without the prior written consent of CITY and the surety. 32. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the California Government Code. 33. STOP NOTICES; RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any similar legal document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of One Hundred Dollars ($100)for every Stop Notice filed in excess of two(2),regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so { incurred against any sum or sums oWed by CITY to CONTRACTOR under this Agreement. 20 16-5195/City Funded Construction Contract,docx—revised 04/2016 34. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to 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 KASA CONSTRUCTION, INC. ATTN:Director of , Public Works ATTN: Diana Kasbar 2000 Main Street 15148 Sierra Bonita Lane Huntington Beach, CA 92648 Chino, CA, 91710 • 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. • Et (Sl 24 16-5195/City Funded Construction Contract.docx—revised 04/2016 IN WITNESS WHEREOF,the parties hereto have caused his Agreement to be executed by and through their authorized officers on bL x,Y-02J cf. , .'0�5 . CONTRACTOR: CITY OF HUNTINGTON BEACH,a municipal Bli✓L corporation of the State of California By: J a,w- SL,t/ Mayor (print name) ITS: Chairman/President/ ice-President City Clerk (circle one) — INITIATED AND APPROVED: fieti44// By: Director of Public Works Ll' (print name) REVIEWED AND APPROVED: I ' : Secretary / Chief Financial Officer / Asst. Treasurer (circle one) City Manager APPROVED AS TO FORM: '" City Attorney COUNTERPART 25 16-5195/City Funded Construction Contract.docx—revised 04/2016 IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their authorized officers on Or/POW)! N' , 20 a • CONTRACTOR: CITY OF HUNTINGTON BEACH,a municipal corporation the S to o alifornia By: p9ar (print name) 11/d -4, A,(//t6 rn�e ITS: Chairman/President/Vice-President City Clerk fibty, -4?- (circle one) INITIATED AND APPROVED: AND By: Director of Public Works (print name) REVIEWED AND AP ROVED: ITS: Secretary / Chief Financial Officer / Asst. Secretary/Treasurer I (circle one) City Manage' APPROVED AS TO FORM: -- City Attorney COUNTERPART 25 16-5195/City Funded Construction Contract.docx—revised 04/2016 eA SECTION C PROPOSAL for the construction of SCHROEDER PARK IMPROVEMENTS CC No. 1656 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 60 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. 10%Total Accompanying this proposal of bid, find Bidder's Bond for 10% in the amount of Amount Bid which said amount is not less than 10%of the aggregate of the total bid price,as required by the Notice Inviting ELECTRONIC Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for % ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidde ' Sig Lure 1 06/16/2025 ei 2 07/09/2025 C-2 CITY OF HUNTINGTON BEACH SCHROEDER PARK IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Item No. Description of Work Unit Estimated Unit Price(S) Total ($) Quantity 1 Mobilization and Demobilization(Not to Exceed 5%) $ Lump Sum $ 19 650 $ i ? 50 I / 2 Demolition and Removal $ Lump Sum $ 30,000 $ 30,000 3 Dust Control $ Lump Sum S ( -OMS 9-1 0D0 4 Rough Grading and Earthwork $ Lump Sum $ 35,QQQ S 35/000 5 Concrete Flatwork(4") SF 440 $ Iq S 8 360 , 6 Integral Color Concrete Flatwork w/Top-Cast Finish SF 610 5 2� $ lit-, 64-0 4 7 Concrete Header LF 45 $ 7L- $ 3,330 8 Pour in Place Rubber Surface SF 3,500 $ 3‘. S I2(,©o0 9 ADA Picnic Table EA 2 $ 3,000 S 7I 600 10 Trash Receptacle EA 2 $ I1 Z° $ 2.4400 11 Bike Rack EA 1 S I/350 S I,350 12 Park Monument Sign LS 1 $ Z,,500 S 11,500 13 Site Prep.And Fine Grading SF 800 $ 5 $ lt-i 000 14 Weed Abatement SF 800 S 2 S 16oc) 15 36"Box-Tree EA 2 $ I/650 $ 3 i 00 16 Mulch-3"Layer CY 8 $ I QO $ I, 0 17 Irrigation Modifications LS 1 $ 9-v6,SOO $ 7(0,SSO0 18 Solar Exterior Lighting LS 1 S 56j,0 2 S s{o,O00 19 90 Day Maintenance Period LS 1 S 7,500 S 7,500 Total in Numbers: $ 313 q/O'oo Total in Words: IyO14, /Y�I/lie �fuW►� Nine ¢, 7ItD6tS4/1� /��! �L. 6C/W l a�^Gd. �PNP 1/ V C-3 Note: Bidders must provide pricing for every bid item.The lump sum amount for Mobilization shall not exceed five percent (5%)of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials,tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field.There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. C-4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or S 10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class DIR PWC Dollar % of Item(s) Subcontractor License Registration ft Amount Contract Number 5 6 7 PT S-#-ellar Ge•+e.-•►I (99G62. A 10009932" 3.8 „ Enc ;nee/'inq 1Q 15,135 31944 Silkvene, Drive W i n che3 r-, CA 92596 IZ ( - ,vo 4.s t 1Oe4fr1 .Lic. 0091 A, 1000)06083 52o sS. CP.vrfi-al (%k Ave., C-61 19,275 4= 8 E, AV14411einV►, 64 g2802 8 No Fq,I4- sway S G j 1055% G—GI 10003-74-3`*7 -- 6750 Etccltever °r ve. $°L9,7`+s ZS ei r, ►ZP , L' 70801 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-5 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 07/14/25, at Chino , California Date City State Diana Kasbar , being first duly sworn, deposes and says that he or she is President of KASA Construction, 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. KASA Construction, Inc. Name of Bidder Ignature of Bidde Diana Kasbar, President 15148 Sierra Bonita Lane, Chino, CA 91710 Address of Bidder C-6 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 ^.M.rr`.t�!`tY',M�^f`�Y`Mt•r�Y`cK`. .d'�Y'rt`,r��YY�IYY`M.M�v^.r-!` v". `n",e'' NA^P,r�tMrtSM,1`..rx k^!•,rv^t.rW.ev",<Y'.M.rr.vy4",,eY`4 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the ! document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of San Bernardino On 711 4/2 2 before me, Hector Zavala, Notary Public Date Here Insert Name and Title of the Officer personally appeared Diana Kasbar 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. .� HECTOR 2AvnLA WITNESS my hanpl and official seal. ' Hotary Pubic.California •� _ San Bernardino County Commission x 2382862 My Comm.Expires Nov 12. 2C25 Signature ignature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: _ Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: Corporate Officer — Title(s): Corporate Officer — Title(s): _ Partner — Limited General Partner — Limited General Individual Attorney in Fact Li Individual . Attorney in Fact Trustee Guardian or Conservator Cl Trustee Guardian or Conservator Other: 1-1 Other: Signer Is Representing: Signer Is Representing: %L`r�C.'<=<7c%t.`c=t7t%L`t:.c.>uJc:fJutJt_C)uJc-t:<-GTE(.'c=V�tJG%Vt=tv�x:i,�4`�tJc:i.`c:(Jt:..t:l,'c:<,'CXJt%CJet.`t%(JC%Ut%t.`�:t)ct7t%Vt.%t7t%t)c:4`C=L'c%C.`�:C>c%C.`c:GJc:V�t,� 02014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 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 SCHROEDER PARK IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons,as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. KASA Construction, Inc. Contractor ( -"A44111- y Diana Kasb r, President President Title Date: 07/14/2025 C-7 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 IN No If the answer is yes, explain the circumstances in the space provided. Not Applicable Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-8 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. KASA Construction, Inc. Contractor By Diana Kasb , President President Title Date: 07/14/2025 C-9 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: KASA Construction, Inc. Bidder Name 15148 Sierra Bonita Lane Business Address Chino CA 91710 City, State Zip ( 909 ) 457-8260 hectorz@kasaconstruction.com Telephone Number Email Address 927544 Class: A, B, C-10, C-27 State Contractor's License No. and Class 01/15/2009 Original Date Issued 01/31/2027 Expiration Date The work site was inspected by John Wilson of our office on June 24 , 2025. The following are persons, firms, and corporations having a principal interest in this proposal: KASA Construction, Inc. - A Corporation Diana Kasbar - President/Treasurer Sam Kasbar - Vice President / Secretary 15148 Sierra Bonita Lane, Chino, CA 91710 (909) 457-8260 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. KASA Construction, Inc. Comp Name Signature of Bidder Diana Kasbar, President Printed or Typed Signature C-10 NOTARY CERTIFICATE Subscribed and sworn to before me this_day of , 202_ . A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of ) County of ) On before me, Month, Day, and Year Insert Name and Title of Notary personally appeared Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s),or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature *Please See Attached Certificate.* Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-11 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 `hc"<"‘-ea,Art^"., . v',M.cYYY`[M`r,t.rx:rNC•4 N^A-v^.o^r,tY`rVsWK`-...4 N`.M,M4-1`c�^4'.( sYY"fYY,A,Arm`,IN^,r.`,t'!`rP,r4^.r,nr"re ^,oetesnea^t 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 Count of San Bernardino Y On 71i 4/^n75 before me, Hector Zava la, Notary Public Date Here Insert Name and Title of the Officer personally appeared Diana Kasbar 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. HECTOR uvAa WITNESS my hand%• • icial seal. : Notary Public-Caiifomia Ail• San Bemarmno CCL�Cf 1 i . CommiSSion?2382162 - Signature - W rr - . _ . __ My Comm.Expires Nov 12.2025 /1 i.nature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: Corporate Officer - Title(s): . Corporate Officer - Title(s): Partner - Limited General ❑ Partner - U Limited General Individual Attorney in Fact Ci Individual Attorney in Fact Trustee Guardian or Conservator C Trustee Guardian or Conservator Other: ( ' Other: Signer Is Representing: Signer Is Representing: �.q,r e_r.:t.<_�y.<,v.+„K ti't=C•%(.Y�CJcL`ex'c%f.•cCl(%CC.%Ce.x:<_%<>cGe%t.`ex.`CCtc.Z:L7cti`e.%L'C+C.CC.`C�.��C.'< ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item#5907 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right- of-way. Sanitary sewer lift stations of similar size, project work within public streets, an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."1. 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. Rivers & Mountains Conservancy - 100 N. Old San Gabriel Canyon Road, Azusa, CA 91702 Name and Address of Public Agency Sikandar Porter-Gill (213) 310-0787 Name and Telephone No. of Project Manager: Sikandar.Porter-Gill@skanska.com $2,634,425.00 New Park Construction 04/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Alondra Gateway Park Project - Demolition, Grading, PCC, Pavers, Striping, Playground Eq., Site Furnishings, Monument Sign, Fencing, Irrigation, Planting, Landscaping, & Solar Lights. 2. City of El Monte - 11333 Valley Blvd., El Monte, CA 91731 Name and Address of Public Agency Kevin Ko (626) 580-2058 Name and Telephone No. of Project Manager: kko@elmonteca.gov $2,843,252.00 New Park Construction / Street Improvements 06/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Merced Avenue Linear Park & Water Line Project - Demolition, Grading, PCC, AC, Site Furnishings, DG , Utilities, Electrical, Fencing, Irrigation, Landscaping, Planting, & Striping. 3. Jurupa Community Services District - 13820 Schleisman Road, Eastvale, CA 92880 Name and Address of Public Agency Steve Lawson (951) 727-3524 Name and Telephone No. of Project Manager: slawson@iesd.us $866,500.00 Existing Park Improvements 06/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Mt. View Park Tennis Courts Construction - Demolition, Grading, PCC, Fencing & Gates, Electrical, Sod, Irrigation, Site Furnishings, Tennis Court Equipment, & Court Surfacing. C-12 C-13 CONSTRUCTION Building the Foundation for our Future CA License No.927544 I Classifications:A,B,C-27,C-10 COMPLETED PROJECTS Project Name: Alondra Gateway Park Project Project Address: 412 West Alondra Blvd.,Compton, CA 90220 Owner: Rivers and Mountains Conservancy(RMC) Owner Address: 100 North Old San Gabriel Canyon Road,Azusa,CA 91702 Owner's Representative: Sikandar Porter-Gill Phone Number: 213-310-0787 Email: Sikandar.Porter-Gill@skanska.com Brief Description of Work: New Park Construction Contract Amount: $2,634,425.00 Final Amount: $2,800,000.00 Date Completed: April 10,2025 Project Name: Installation of Playfield at Lopez Elementary School Project Address: 701 South White Avenue, Pomona,CA 91766 Owner: Pomona Unified School District Owner Address: 800 South Garey Avenue, Pomona,CA 91766 Owner's Representative: Kevin Jinbo Phone Number: 909-644-6841 Email: kevin@lcc3.com Brief Description of Work: New Park Construction Contract Amount: $646,646.00 Final Amount: $654,726.00 Date Completed: October 24,2024 Project Name: Jurupa Avenue Landscape Median Project Project Address: Jurupa Avenue&Mulberry Avenue,Fontana,CA 92337 Owner: City of Fontana Owner Address: 8353 Sierra Avenue, Fontana, CA 92335 Owner's Representative: Eric Amaya Phone Number: 909-350-6579 Email: eamaya@fontanaca.gov Brief Description of Work: New Median Construction &Street Renovation Contract Amount: $4,854,925.10 Final Amount: $5,107,936.64 Date Completed: October 1,2024 Page I 1 CONSTRUCTION Building the Foundation for our Future CA License No.927544 Classifications:A, B,C-27,C-10 Project Name: Merced Avenue Linear Park and Water Line Improvements Project Address: 3020 Merced Avenue, El Monte,CA 91733 Owner: City of El Monte Owner Address: 11333 Valley Blvd., El Monte, CA 91731 Owner's Representative: Kevin Ko Phone Number: 626-580-2058 Email: kko@elmonteca.gov Brief Description of Work: Street Renovation and New Median Park Construction Contract Amount: $2,843,252.00 Final Amount: $3,668,016.54 Date Completed: June 12,2024 Project Name: Mountain View Park Tennis Courts Construction Project Project Address: 14444 Selby Avenue, Eastvale,CA 92880 Owner: Jurupa Community Services District Owner Address: 13820 Schleisman Road, Eastvale, CA 92880 Owner's Representative: Steve Lawson Phone Number: 951-727-3524 Email: slawson@jcsd.us Brief Description of Work: Existing Park Renovation Contract Amount: $866,500.00 Final Amount: $927,594.41 Date Completed: June 4,2024 Project Name: Garden Grove Complete Streets Project Address: Garden Grove Blvd., Edwards St., and Trask Ave.,Westminster,CA 92683 Owner: City of Westminster Owner Address: 8200 Westminster Boulevard,Westminster, CA 92683 Owner's Representative: Long Tran Phone Number: 714-548-3481 Email: hltran@westminster-ca.gov Brief Description of Work: Street Renovation and New Medians Construction Contract Amount: $5,231,249.50 Final Amount: $5,777,611.48 Date Completed: October 19,2023 Page 12 Kit-SA" CONSTRUCTION Building the Foundation for our Future CA License No.927544 I Classifications:A,B,C-27,C-10 Project Name: Layne Park Revitalization Project Address: 120 North Huntington Street,San Fernando, CA 91340 Owner: City of San Fernando Owner Address: 117 Macneil Street,San Fernando,CA 91340 Owner's Representative: Julian Venegas Phone Number: 818-898-7381 Email: jvenegas@sfcity.org Brief Description of Work: Existing Park Renovation Contract Amount: $1,394,561.00 Final Amount: $1,408,712.70 Date Completed: July 12, 2023 Project Name: Highland Park—Shadow Rock TRACT 31894 Project Address: Sierra Ave. and 20th St.,Jurupa Valley, CA 92509 Owner: Jurupa Area Recreation & Park District Owner Address: 8621 Jurupa Road,Jurupa Valley, CA 92509 Owner's Representative: Colby Diuguid Phone Number: 951-361-2090 Email: colby@jarpd.org Brief Description of Work: New Park Construction with Two Pocket Parks Contract Amount: $6,637,357.40 Final Amount: $6,654,896.41 Date Completed: January 23, 2023 Project Name: EEMP Median &Side Panel Turf Replacement Project Address: Imperial Highway, Rosecrans Ave.,& Firestone Blvd., Norwalk,CA 90650 Owner: City of Norwalk Owner Address: 12700 Norwalk Blvd., Norwalk,CA 90650 Owner's Representative: Christine Roberto Phone Number: 562-929-5708 Email: croberto@norwalkca.gov Brief Description of Work: Median Improvements Contract Amount: $223,706.00 Final Amount: $245,896.42 Date Completed: September 30,2022 Page 13 IrakSIN CONSTRUCTION Building the Foundation for our Future CA License No.927544 Classifications:A,B,C-27,C-10 Project Name: West Haven Park Renovation Project Address: 12252 West Street, Garden Grove,CA 92840 Owner: City of Garden Grove Owner Address: 11222 Acacia Parkway,Garden Grove,CA 92840 Owner's Representative: Carina Dan Phone Number: 714-741-5346 Email: carinad@ggcity.org Brief Description of Work: Park Renovation Contract Amount: $634,835.00 Final Amount: $698,318.50 Date Completed: August 25,2022 Project Name: Marconi Park Football Field Renovation&Site Improvements Project Address: Lee Avenue&Verbena Road,Adelanto,CA 92301 Owner: City of Adelanto Owner Address: 11600 Air Expressway,Adelanto,CA 92301 Owner's Representative: Saba Engineer Phone Number: 818-522-7966 Email: sengineer@adelantoca.gov Brief Description of Work: Football Field Renovation Contract Amount: $612,700.00 Final Amount: $613,158.30 Date Completed: August 24,2022 Project Name: River Road Median Landscape Improvements Project Address: On River Road from Corydon St.to N. Lincoln Ave., Corona,CA 92880 Owner: City of Corona Owner Address: 400 S.Vicentia Avenue, Corona, CA 92882 Owner's Representative: Tracy Martin Phone Number: 951-232-0438 Email: tracy.martin@coronaca.gov Brief Description of Work: Median Landscape Improvements Contract Amount: $439,889.80 Final Amount: $460,213.35 Date Completed: June 23,2022 Page 4 CONSTRUCTION Building the Foundation for our Future CA License No.927544 I Classifications:A,B,C-27,C-10 Project Name: Gabion PA-16 Park(Summit at Rosena) Project Address: On Summit Ave. between Citrus Ave.&Sierra Ave., Fontana, CA 92336 Owner: Lennar Homes of California Owner Address: 980 Montecito Drive,Corona,CA 92879 Owner's Representative: Carey Adams Phone Number: 951-903-8732 Email: carey.adams@lennar.com Brief Description of Work: New Park Construction Contract Amount: $1,094,902.59 Final Amount: $1,202,645.27 Date Completed: February 10, 2022 Project Name: Mendez Tribute Memorial Park Project Address: N/E Corner of Westminster Blvd. and Olive Street,Westminster, CA 92683 Owner: City of Westminster Owner Address: 8200 Westminster Blvd.,Westminster,CA 92683 Owner's Representative: Tuan Pham Phone Number: 714-548-3456 Email: tpham@westminster-ca.gov Brief Description of Work: Park Improvements Contract Amount: $701,544.25 Final Amount: $800,934.68 Date Completed: November 23,2021 Project Name: Handy Park Maintenance Renovation Project Address: 2143 E.Oakmont Avenue,Orange, CA 92867 Owner: City of Orange Owner Address: 300 East Chapman Avenue,Orange,CA 92866 Owner's Representative: Robert Ambriz,Jr. Phone Number: 714-744-7274 ext.7283 Email: rambriz@cityoforange.org Brief Description of Work: Park Improvements Contract Amount: $1,348,500.00 Final Amount: $1,528,755.28 Date Completed: October 25, 2021 Page 15 CONSTRUCTION Building the Foundation for our Future CA License No.927544 I Classifications:A, B,C-27,C-10 Project Name: Lincoln Avenue Median Restoration Project Address: Lincoln Ave from Bloomfield Ave to Valley View St., Cypress, CA 90630 Owner: City of Cypress Owner Address: 5275 Orange Avenue,Cypress, CA 90630 Owner's Representative: Alexandru Bangean Phone Number: 714-229-6694 Email: Abangean@cypressca.org Brief Description of Work: Landscape/Median Construction Contract Amount: $693,837.50 Final Amount: $798,766.89 Date Completed: February 18,2021 Project Name: Landscape Improvements East of Sierra Avenue Project Address: N/E Corner of Sierra Avenue and Tierra Vista Drive, Fontana,CA 92336 Owner: City of Fontana Owner Address: 8383 Sierra Avenue, Fontana,CA 92335 Owner's Representative: Robert Eisenbeisz Phone Number: 909-295-3142 Email: reisenbeisz@interwestgrp.com Brief Description of Work: Landscape Improvements Contract Amount: $506,092.00 Final Amount: $617,150.49 Date Completed: April 2,2021 Project Name: Yucaipa Regional Park RV Camping Modular Shower/Restroom Project Address: 33900 Oak Glen Road,Yucaipa,CA 92399 Owner: County of San Bernardino Owner Address: 385 North Arrowhead Avenue,San Bernardino,CA 92415 Owner's Representative: Vasilis Tsangarides Phone Number: 909-361-8786 Email: Vasilis.Tsangarides@res.sbcounty.gov Brief Description of Work: Park Improvements Contract Amount: $318,500.00 Final Amount: $350,300.00 Date Completed: April 8,2021 Page 16 CONSTRUCTION Building the Foundation for our Future CA License No.927544 I Classifications:A,B,C-27,C-10 Project Name: Palm&Muscupiabe Drive Medians Landscape Improvement Project Address: Palm Avenue,San Bernardino,CA 92405 Owner: City of San Bernardino Owner Address: 290 North D Street,San Bernardino,CA 92401 Owner's Representative: Saba Engineer Phone Number: 909-384-5284 Email: engineer_sa@sbcity.org Brief Description of Work: Landscape/Median Construction Contract Amount: $668,000.00 Final Amount: $668,000.00 Date Completed: January 25, 2021 Project Name: West Coast Hwy Median Landscaping Phase 2 Project Address: Pacific Coast Highway from 61st Street to Newport Blvd., Newport Beach, CA Owner: City of Newport Beach Owner Address: 100 Civic Center Drive, Newport Beach, CA 92660 Owner's Representative: Patrick Arciniega Phone Number: 949-644-3347 Email: Parciniega@newportbeachca.gov Brief Description of Work: Landscape/Median Construction Contract Amount: $975,350.50 Final Amount: $1,150,095.49 Date Completed: September 8,2020 Project Name: Sierra Crest Park Improvements Project Address: 4860 Condor Ave., Fontana,CA 92336 Owner: City of Fontana Owner Address: 8383 Sierra Avenue, Fontana,CA 92335 Owner's Representative: Ricardo Garay Phone Number: 909-350-7619 Email: rgaray@fontana.org Brief Description of Work: Park Improvements Contract Amount: $1,960,014.00 Final Amount: $1,994,811.42 Date Completed: March 27,2020 Page 17 CONSTRUCTION Building the Foundation for our Future CA License No.927544 I Classifications:A, B,C-27,C-10 Project Name: Riverbend Park Project Address: 11793 Confluence Dr.,Jurupa Valley,CA 91752 Owner: Lennar Homes of California Owner Address: 980 Montecito Drive,Corona,CA 92879 Owner's Representative: Brian King Phone Number: 949-428-1400 Email: brian.king@lennar.com Brief Description of Work: Park Improvements Contract Amount: $3,713,038.82 Final Amount: $4,775,856.74 Date Completed: March 6,2020 Project Name: Oak Knoll Park Restroom Replacement Project Address: 5700 Orange Ave.,Cypress,CA 90630 Owner: City of Cypress Owner Address: 5275 Orange Avenue,Cypress,CA 90630 Owner's Representative: Nick Mangkalakiri Phone Number: 714-229-6729 Email: nmangkalakiri@cypressca.org Brief Description of Work: Park Improvements Contract Amount: $318,500.00 Final Amount: $364,670.14 Date Completed: February 28, 2020 Project Name: Water Efficient Medians Project Address: El Toro Road between Calle Sonora&Moulton Pkwy., Laguna Woods,CA 92637 Owner: City of Laguna Woods Owner Address: 24264 El Toro Road, Laguna Woods,CA 92637 Owner's Representative: April Baumgarten Phone Number: 949-639-0568 Email: abaumgarten@cityoflagunawoods.org Brief Description of Work: Median Improvements Contract Amount: $254,747.10 Final Amount: $254,747.10 Date Completed: February 6, 2020 Page 18 KAS/V CONSTRUCTION Building the Foundation for our Future CA License No.927544 I Classifications:A, B,C-27,C-10 Project Name: Los Serranos Park • Project Address: 4849 Bird Farm Rd.,Chino Hills,CA 91709 Owner: City of Chino Hills Owner Address: 14000 City Center Drive,Chino Hills,CA 91709 Owner's Representative: Mark Raab Phone Number: 909-364-2746 Email: mraab@chinohills.org Brief Description of Work: Park Improvements Contract Amount: $3,688,324.92 Final Amount: $3,905,472.24 Date Completed: November 18, 2019 Project Name: Trail Connection for Deadmans Curve(Conestoga Trail) Project Address: Rancho Palos Verdes,CA Owner: City of Rancho Palos Verdes Owner Address: 30940 Hawthorne Blvd., Rancho Palos Verdes,CA 90278 Owner's Representative: James O'Neill Phone Number: 310-544-5247 Email: joneill@rpvca.gov Brief Description of Work: Trail Connection/Improvements Contract Amount: $346,415.00 Final Amount: $343,356.02 Date Completed: November 2,2019 Project Name: Joe Sampson Park Project Address: 650 W. Randall Ave., Rialto, CA 92376 Owner: City of Rialto Owner Address: 150 South Palm Avenue, Rialto,CA 92376 Owner's Representative: Ted Rigoni Phone Number: 909-820-2651 Email: trigoni@rialtoca.gov Brief Description of Work: Park Improvements Contract Amount: $5,147,000.00 Final Amount: $5,323,556.56 Date Completed: February 26,2019 Page 19 KASIV CONSTRUCT10N Building the Foundation for our Future CA License No.927544 I Classifications:A,B,C-27,C-10 July 14, 2025 City of Huntington Beach 2000 Main Street Huntington Beach,CA 92648 PROJECT: Schroeder Park Improvements Project BID DATE: July 14,2025 BID TIME: 3:00 PM Bidder's Statement of Financial Responsibility,Technical Ability&Experience KASA Construction Inc.would like to thank the selection committee for their thorough evaluation and consideration of our proposal in identifying the most qualified Offeror for the subject project. KASA Construction, Inc.carries an A, B, C- 27 and C-10 licenses and employs both certified and licensed QSD's/QSP's and pesticide applicators, respectively in- house. Furthermore, KASA Construction, Inc. has successfully completed a multitude of public works projects ranging from as low as$100,000 and in excess of$5,000,000 for public entities such as Caltrans,San Bernardino Associated Governments, United States Army Corps of Engineers and numerous Cities across southern California as well as real estate developers such as Lewis Community Developers and Stratham Communities. It is with great satisfaction that I proclaim that each and every project taken on by our firm has been completed to the Agency's satisfaction within budget, in compliance with all labor laws and regulations and on schedule,if not sooner.To date, no arbitration has been made necessary nor have we become subjected to liquidated damages on any given project executed by our firm. KASA Construction Inc. is very financially stable and is backed by our term relationships with our Bond Agents,Surety companies, Bankers and a large line of credit provided by KASA's banking institution which has never been used since KASA's existence. How the Scope of Work and Services will be accomplished:Our excellent history in project execution and delivery is attributable to our thorough review of the contract documents, understanding of the full scope of work and establishment of the project's execution approach prior to furnishing any bid coupled with the expedited establishment of project controls, resource planning, procurement strategy and implementation following award of any project.As it pertains to the subject project,the enclosed proposal is based on our thorough review of the contract documents and understanding of the scope of work. KASA's project management staff will request submittals for all materials being incorporated into the work and submit for the Agency's review and approval immediately following the award of contract to ensure that any delays attributable to material procurement are entirely avoided;orders are placed immediately following receipt of approved submittals and scheduled in accordance with the construction schedule which is submitted to the Agency prior to commencement of construction.The project is staffed according to the activities being performed and is supervised by a full-time on-site Superintendent,the off-site General Superintendent and the Project Manager. Prior to mobilization, KASA will take photographs and video record of all existing onsite conditions for the protection of all involved parties. 15148 Sierra Bonita Lane,Chino, California 91710 Phone: (909)457-8260 Fax:(909)457-8261 I www.kasaconstruction.com KikS/V CONSTRUCTION Building the Foundation for our Future CA License No.927544 I Classifications:A, B,C-27,C-10 How unanticipated situations will be managed:There are circumstances wherein an unanticipated situation or unforeseen condition may inadvertently and inevitably pose a time and/or cost impact on a given construction project. The proper planning and execution of construction may serve to reduce the potential of being exposed to unanticipated situations, however the prompt notification and proper assessment of, as well as the timely action to any unanticipated situation or unforeseen condition is the necessary to mitigate any time and/or cost impacts posed by any given circumstance. Unanticipated situations and unforeseen conditions are immediately brought to the Agency's attention upon discovery. In attempt to expedite resolution, the conditions are assessed by KASA and discussed with the Agency prior to taking any action. Once resolution is agreed upon or made, it is solidified in writing by and between the Agency and KASA, at which point action is taken as necessary to continue with construction; any resolution that can be made without having a time or cost impact on the project is favorable to both parties and preferred by KASA. We look forward to the successful execution and delivery of the Schroeder Park Improvements Project to your Agency. Should you have any questions or comments, do not hesitate to contact me at any time. Sin rely, N, Sam sba Vt�presid nt KASA Construction, Inc. 15148 Sierra Bonita Lane, Chino, California 91710 Phone: (909)457-8260 Fax: (909)457-8261 I www.kasaconstruction.com 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 Brooks, Senior Project Manager Name of proposed Project Manager Telephone No. of proposed Project Manager: (909) 457-8260 Alondra Gateway Park Project $2,634,425.00 New Park Construction 04/2025 Project Name& Contract Amount Type of Work Date Completed Merced Avenue Linear Park & Water Line Project New Park Construction / $2,843,252.00 Street Improvements 06/2024 Project Name&Contract Amount Type of Work Date Completed Mt. View Park Tennis Courts Construction Project $866,500.00 Existing Park Improvements 06/2024 Project Name & Contract Amount Type of Work Date Completed 2. Charles Rameh, General Superintendent Name of proposed Superintendent Telephone No. of proposed Superintendent: (909) 457-8260 Alondra Gateway Park Project $2,634,425.00 New Park Construction 04/2025 Project Name& Contract Amount Type of Work Date Completed Merced Avenue Linear Park & Water Line Project New Park Construction / $2,843,252.00 Street Improvements 06/2024 Project Name &Contract Amount Type of Work Date Completed Mt. View Park Tennis Courts Construction Project $866,500.00 Existing Park Improvements 06/2024 Project Name &Contract Amount Type of Work Date Completed C-14 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 $400. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 https://www.dir.ca.gov'public-works%PublicWorksSB854.html DIR's Contractor Registration Link—Call (844) 522-6734 hops:/%www.dir.ea.gov:'public-works/contractor-registration.html DIR's Contractor Registration searchable database: https://cadir.secure.force.com/ContractorSearch 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. KASA Construction, Inc. Aiikactor 4111FF. ,,f-c y Diana Kas r, President DianaK@kasaconstruction.com Email President Title Date: 07/14/2025 PWC Registration #: 1000006013 C-15 1000993266-DT STELLAR GENERAL ENGINEERING https://services.dir.ca.gov/gsp?id=dir_public_form&table=x_cdoi2_... ry J Slaw of California Public Works Support Login Department of EST.1927 Industrial Relations eCPR Search Contractor Registration Search Project Registration Search Register Home > Customer Account Lookup > 1000993266-DT STELLAR GENERAL ENGINEERING 1000993266-DT STELLAR GENERAL ENGINEERING Customer Account Lookup PWCR 1000993266 Contractor Status ' DIR Approved CSLB 999662 Business Phone 714-448-2369 Ext Registration Start Date 2025-07-01 Legal Entity Name DT STELLAR GENERAL ENGINEERING Doing Business As(DBA) DT STELLAR GENERAL ENGINEERING Business Structure Corporation-S corp President DANIEL GOULD Email KRISTA@DTSTELLARGEN ERAL.COM 1 of 2 7/14/2025,2:16 PN 1000993266-DT STELLAR GENERAL ENGINEERING https://services.dir.ca.gov/gsp?id=dir_public_form&table=x_cdoi2_... Registration End Date ' 2026-06-30 Crafts Cement Mason Laborer and Related Classifications Address Mailing Address 31941 SILK VINE DRIVE Mailing Address-City i WINCHESTER Mailing Address-State CA Mailing Address-Zip 92596 Mailing Address-Country United States Physical Address 31941 SILK VINE DRIVE Physical Address-City WINCHESTER Physical Address-State Physical Address-Zip 92596 Physical Address-Country ! US Related Lists Registration Dates0 Terms.&Conditions Privacy Policy Disclaimer Nondiscrimination Notice Copyright 2024 State of California Accessibility dirca.gov • 2 of 2 7/14/2025,2:16 Plv lOOOOO6O03'BRAVO SIGN 8t DESIGN INC bttps6sorvicu» ic_founu&tahe=s_udoO_.. State wCalifornia or��mo�- p��v�m,sunp� Log in _ of sS't19ir� /nuomwunomuonS eCPoSeanh Contractor Registration Search Project Registration Search Register mo=" > qu*"mm^qou".Look" > 100000608 -BRAVO smwa DESIGN INC 1oonooaoo3-BRAVO s|GNa DESIGN INC - Customer Account Lookup PWCR �-----------------------'------------------------ '---------------- -----------------i 1000006083 Contractor Status ''-- -- - -- ----- - ' - - - - - ' --� - --- - ---- - - ----- - '| mnxvpr^veu CSLB L6413,1___'-- _----_-__---_-__--__-�_'_---�_-----------------�-----�----'-'----------� Business Phone 7»*uo*osou ............ ___'.........._........... '� cm | Registration Start Date i '-- --- -----'--------'------------ --' - '-- - - -' ------ -- -- - ' | uucu*7*s � Legal Entity Name |_BRAVO SIGN&DESIGN INC _ Doing Business As(DBA) � BRAVO sIGw&DESIGN INC � Business Structure Structure Corporation-'ccorp, President rnxwxpxOasdfiore@bravosign / Email | / . �'-__ - -- l of 7/14/2025,2:17PN -- 1000006083 -BRAVO SIGN&DESIGN INC https://services.dir.ca.gov/gsp?id=dir_public_form&table=x cdoi2_... Registration End Date 2026-06-30 Crafts Laborer(Construction-Fence Erector-Housemover)(Engineering Construction) Parking/Highway/Improvement Laborer and Related Classifications Parking and,Highway Improvement(Striping,Slurry and Seal,Coat Operations-Laborer) Laborer and Related Classifications(Building Construction) LABORER Address Mailing Address 520 S CENTRAL PARK AVE E Mailing Address-City • • ANAHEIM Mailing Address-State CA Mailing Address-Zip i 92802 Mailing Address-Country UNITED STATES Physical Address . Physical Address-City Physical Address-State Physical Address-Zip Physical Address-Country • Related Lists Registration Dates® Terms.&Conditlons Privacy-Policy Disclaimer Nondiscrimination Notice Copyright 2024 State of California Accessibility dir.ca.gov 2 of 2 7/14/2025,2:17 PN 1000374347-No Fault, LLC https://services.dir.ca.gov/gsp?id-dir_public_form&table-x_cdoi2__... I R SWieo,California Department of Public Works Support Log in EST.1927 Industrial Relations eCPR Search Contractor Registration Search Project Registration Search Register Home > Customer Account Lookup > 1000374347-No Fault,LLC 1000374347-No Fault,LLC Customer Account Lookup PWCR 1000374347 Contractor Status DIR Approved CSLB Business Phone Ext Registration Start Date 2023-09-15 Legal Entity Name No Fault,LLC Doing Business As(DBA) Business Structure Limited Liability Company(LLC) President Email raquel@nofault.com of 2 7/14/2025,2:17 Ph 1000374347-No Fault,LLC https://services.dir.ca.gov/gsp?id=dirjublic_form&table=x_cdoi2_... Registration End Date 2026-06-30 Crafts Laborer and Related Classifications! Parking and Highway Improvement Address Mailing Address 3112 Valley Creek Drive,Suite C Mailing Address-City Baton Rouge Mailing Address-State LA Mailing Address-Zip ' 70808 Mailing Address-Country United States of America Physical Address i 766 S Gifford Ave Physical Address-City San Bernardino Physical Address-State CA Physical Address-Zip 92408 Physical Address-Country United States of America Related Lists Registration Dates O Terms&Conditions PrivacyP_olicy Disclaimer Nondiscrimination Notice Copyright 2024 State of California Accessibility dir.ca.goy 2 of 2 7/14/2025,2:17 PN FE3CITY OF HUNTINGTON BEACH Chau Vu I Public Works Director ADDENDUM NUMBER 1 FOR SCHROEDER PARK IMPROVEMENTS, CC-1656 in the CITY OF HUNTINGTON BEACH JUNE 16, 2025 Notice To All Bidders: This Addendum Number 1 includes modifications to the License requirements on A-2. 1. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A and/or Class B, at the time of the bid opening. This is to acknowledge receipt and review of Addendum Number 1, dated June 16, 2025. KASA Construction, Inc. L-- Company Name Y Diana Kasb , President / 07/14/2025 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Frank Drevdahl at (657) 408-9138 within 24 hours of posting. Cell: (657)408-9138 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov FIRCITY OF HUNTINGTON BEACH Chau Vu I Public Works Director ADDENDUM NUMBER 2 FOR SCHROEDER PARK IMPROVEMENTS, CC-1656 in the CITY OF HUNTINGTON BEACH JULY 9, 2025 Notice To All Bidders: This Addendum Number 2 includes modifications to Section C. 1. The City is adding a Pre-Qualifications Questionnaire to Section C of the bid packet. All potential bidders must complete the Pre-Qualifications Questionnaire to be eligible to bid. This is to acknowledge receipt and review of Addendum Number 1, dated July 9, 2025. KASA Construction, Inc. Company Name Y Diana K sbar, President 07/14/2025 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Frank Drevdahl at (657) 408-9138 within 24 hours of posting. Cell: (657)408-9138 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov PWC Registration#: 1000006013 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five (5)years has your firm been assessed and paid liquidated damages after completion of a project under construction contract with either a public or private owner? (Explain on a separate sheet. Identify all such projects by owner, owner's address,date of completion ofthe project, amount ofliquidated damages assessed, and all other information necessa► to P q b f Y fully explain the assessment of liquidated damages.) 0 X 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] 2. How man times in the last five (5) years has your firm made any claim against a project owner concerning work on a project or payment for a contract and filed that claim in court or arbitration? (Explain on a separate sheet.Identify the claint(s) by providing the project name, date of the claim, name of the entity(or entities)against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed, and a brief description of the status of the claim [e.g. "pending"or if resolved, a brief description of the resolution].) O X 1 2 3 4 5+ [Insert or mark with an Xfor number of times.Add the X to the right of the numbers shown] 3. How many times in the last five(5)years has CalOSHA cited and assessed penalties against your firm for any"serious," "willful," or"repeat"violation(s) or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s) of safety or health regulations? (NOTE: If you have filed an appeal of citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not • include information about it.) 0 X 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] 4. How many times during thel last five (5) years has your firm been required to pay back wages and/or penalties related to state or federal prevailing wage laws for work performed by your firm? (Explain on a separate sheet. Identify the claim(s)by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed,and a brief description of the status of the claim[e.g. "pending"o►; if resolved, a brief description of the resolution].) 0 X 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] CSLe # CONTRA cica STATE LICENSECTO BOARD ACTIVE LICENSE „CORP „.....� KASA CONSTRUCTION INC ,,......;A B C2 7 C 10 t....a.01/31/2027 www cslb ca gov a• CSLr 1SCONTRACTORS STATE LICENSE BOAR °Contractor's License Detail for License# 927544 DISCLAIMER:A license status check provides Information taken from the CSLB license database.Before relying on this information,you should be aware of the following limitations. cue<saga-at e..>tieweereennM 40...0 P'o<>INme^9rr aruharre.019.9wae.brxrer<.,.. e,7a.r7s wal Wear eaM W arm rarkor ariM Colt to,a*R.. endetrte acte9m • Cr.y<m:nvcCmtoradoapipewNsrryrned tc GSA a•r amassed 111'+`a7t t'. o ....hunt ore nattuwvrow the<ammo t ral,m Wmyr ano n.ton,. o mta to...me .ow*may ae..nth:nhstnaom:,.t,,,,,,,...teen emoted town*ooaec write teao..e Data current as of 7i11/2025 4:37:43 PM Business Information IlAsA CONSTRUCTION INC 1514e SIERRA BONITA LASE C NIRO.CA 91710 Buone>,Rhone Number 19091 45f s260 Entity Corporaton Ittue Da4 01/19/7009 EB*M.DMo U1'31'teal License Status 1 n,,trerinac (.1..1d aft,.. All Inlermatioe below Mould be reviewed. Classifications or A GENERALENGINEERINri • Cr IMAS1}RAC a LAO ELEC1 CA& Bonding Information Contractor's Bond TM1,a 1u rare Lied a(ont.a<to,Bond with AMLWWIA%t:INt RAt 1UR5,NOENNITYCISWMSV land Number.100090319 Bend Amount:315.000 ENeNe Dap:01,01/2023 car.rta<t r,ou.t.Nelmy Bond of OJaidylnt Individual The qualdyrng indnrdual SAUER GABRIE 1 NASSAR cemhed that he/the owns 10 percent or more at the',Omit stuck/mnnbersenp Insane sr of this company.the,40ts the Rood of Dualitrtng Indlvtdual is not rrquurd ftectie Data:06.04'2024 Workers Compensation I Ma INerne has wade.,cornpenybon:nwran;a•wlhtM t 0AUEI ENS PRUPERIY C A;UALIC Peggy Nwnbr:un6N511125 ENeade Dore.:02/10(2019 grylas Mr 07/1e/2026 Campr,11Uolt Walton'bon'empensaWP tbes5Dratlen[Wetalt 256E2 Downpuon UnawJable 15911 Descnprmn Unavailable for a deur:dten of the wolkni<omnrnwrlon clastilttnn todrl,o hued for this lc rase,rang., the licensee,.msurant..a ratan Comart tnlbrmarton Ito the lit ensee',:n>orn it evadable by rh<tuns the tn>ur„link Above.Clasurocabon codes are also available on the Werkni Compen0alton Insuta ne Nanng Bvreau i<IasIJ:carmrr scat<n Pate The beard deem net verity o0 Invertle(.the ecrura<y M classmr Wen cedes displayed. Back to Top Conditions of Use Privacy Policy Accessibility Accessibility Certification Copyright 2025 State of California DiRState of California Department of Public Works Support Log in EST.1927 Industrial Relations eCPR Search Contractor Registration Search Project Registration Search Register Home > Customer Account Lookup > 1000006013 KASA Construction Inc 1000006013-KASA Construction Inc Customer Account Lookup PWCR 1000006013 Contractor Status DIR Approved CSLB 927544 Business Phone 9094578260 Ext Registration Start Date 2025-07-01 Legal Entity Name KASA Construction Inc Doing Business As(DBA) KASA Construction Inc Business Structure --None-- President Diana Kasbar Email samk@kasaconstruction.com Registration End Date 2028-06-30 Crafts Landscape LABORER Operating Engineer(Heavy and Highway Work) Landscape/Irrigation Laborer/Tender Cement Mason• Electrician Landscape Operating Engineer Operating Engineer .Driver(On/Off-Hauling to/from Construction Site) General Engineering Address Mailing Address 15148 Sierra Bonita Lane Mailing Address-City Chino Mailing Address-State CA Mailing Address-Zip ! 91710 Mailing Address-Country I United States Physical Address Physical Address-City Physical Address-State Physical Address-Zip • Physical Address-Country Related Lists Ftegistratton Dates.° „ , • Terms&Conditions Privacy Policy Disclaimer Nondiscrimination Notice Copyright 2024 State of California Accessibility dir.ca.goy SKANSKA Skanska USA Building Inc. Skanska Integrated Solutions 680 East Colorado Blvd. Suite 180 Pasadena,CA 91101 usa.skanska.com April 15, 2025 Mr. Sam Kasbar Vice President KASA Construction Inc. 15148 Sierra Bonita Lane Chino, CA 91710 Dear Mr. Kasbar, I am writing to highly recommend KASA Construction Inc. for their exceptional construction services. KASA recently completed the Alondra Gateway Park project in Compton, CA, where Skanska oversaw the contractor as construction manager and acted as the owner's representative for the San Gabriel and Lower Los Angeles Rivers and Mountains Conservancy(RMC). The Alondra Gateway Park project is a 0.5-acre multi-benefit passive park along Compton Creek in the City of Compton. The park features a variety of amenities including a picnic area, seating area, nature play, shade trees, bicycle parking, exercise areas, interpretive elements, a community, and entry plaza. KASA Construction played a pivotal role in bringing this vision to life. Throughout the project, KASA demonstrated a high level of professionalism and expertise. Their team was consistently communicative, ensuring that all stakeholders were kept informed and that any issues were promptly addressed. Their commitment to quality and attention to detail was evident in every aspect of their work. Importantly, KASA completed the project without any safety issues and within the contractual schedule. KASA's ability to manage the project efficiently and effectively, coupled with their dedication to safety, contributed significantly to its success. Their dedication to meeting deadlines and staying within budget was commendable. The end result is a beautiful, functional park that will serve the community for years to come. I have no hesitation in recommending KASA Construction Inc. for any future projects. Their professionalism, communication skills, adherence to safety standards, and quality of work make them an excellent choice for any construction endeavor. Sincerely, Sikan r Porter-Gill, PE, PMP, CDT, ENV SP Project Manager +1 213 310 0787 sikandar.porter-gill(a�skanska.com Skanska USA Building Inc. Skanska Integrated Solutions JCSD PARKS&RECREATION DEPARTMENT Bart Moreno, President Betty Folsom, Vice President Anthony Herda, Director Lupe R. Nava, Director Kenneth J. McLaughlin, Director July 23, 2024 KASA Construction, Inc. Attn: Sam Kasbar 15148 Sierra Bonita Lane Chino, CA 91710 Subject: Letter of Recommendation On behalf of the Jurupa Community Services District, I am pleased to write this letter of recommendation for KASA Construction, Inc. following their exemplary work on the Mountain View Park Tennis Courts Construction Project. The project at Mountain View Park involved the construction of two new lighted tennis courts to match the existing two courts while the park remained open to the public. The work included the demolition of existing park landscaping, grading and the construction of two new courts, site furnishings, concrete pedestrian walkways, irrigation, and landscaping. Throughout this project, KASA demonstrated exceptional quality of work. Their attention to detail on all aspects of the construction process was evident in the final product, which exceeded our expectations. The courts were constructed with the highest standards of craftsmanship, ensuring durability and a professional finish that will serve our community for many years. Professionalism was a hallmark of KASA's approach from inception to completion. Their team maintained open lines of communication, keeping us informed of progress, addressing concerns promptly, and providing solutions efficiently. One of the most impressive aspects of KASA's performance was their ability to deliver the finished courts well before the expected completion date. This not only allowed our community to enjoy the new facilities sooner than anticipated but also underscored KASA Construction, Inc.'s commitment to excellence and efficiency. I am confident that KASA Construction, Inc. will bring the same level of dedication, expertise, and professionalism to any future projects. Their commitment to quality, timely completion, and client satisfaction makes them an ideal choice for any construction needs. Our experience working with KASA has been nothing short of outstanding, and I highly recommend them for any construction projects. 13820 Schleisman Road, Eastvale, CA 92880 * Phone (951) 727- 3524 Please feel free to contact me at 951-727-3524 or slawson@jcsd.us if you require any further information or would like to discuss KASA's qualifications in more detail. Sincerely, Steve Lawson Director of Parks & Recreation f ov EL SHE S44,O4. 'T CITY OF EL MONTE Leonardo Torres, P.E. City Engineer „C. PUBLIC WORKS DEPARTMENT c4Lf'q^FO"RN,* ENGINEERING DIVISION March 25, 2024 KASA Construction, Inc. Attn: Sam Kasbar 15148 Sierra Bonita Lane Chino, Ca 91710 Subject: Letter of Recommendation Project: Merced Avenue Linear Park and Water Line Improvement Project On behalf of the City of El Monte, I extend our sincere appreciation to KASA Construction, Inc. for their exceptional performance in successfully completing the Merced Avenue Linear Park and Water Line Improvement Project. The Merced Avenue Linear Park and Water Line Improvement Project, with an estimated value of$3.5 million, encompasses the transformation of a residential street in El Monte into a vibrant linear park located in the center median. This comprehensive project includes the installation of naturalized play areas, solar lights, tables, benches, decomposed granite pathways, fencing, and water line replacement, providing residents with a safe and inclusive space for recreation and social interaction. KASA Construction's field and management staff prioritized safety and quality throughout the project. KASA Construction accomplished the job with excellence,exceeding the City of El Monte's expectations without sacrificing the quality of work.Their commitment to efficiency,professionalism, and cooperation was evident in every phase of this project,ultimately resulting in the completion of the civil improvements ahead of schedule. It is with great pleasure that I recommend KASA Construction,Inc.to any organization seeking a General Contractor who is efficient,proactive, and dependable in all aspects of the construction process. We will not hesitate to recommend KASA Construction for future projects, and we extend our gratitude for their outstanding work on the Merced Avenue Linear Park and Water Line Improvement Project. Sincerely, Kevin Ko, PE, QSD, PMP Consultant Project Manager City of El Monte 11333 VALLEY BOULEVARD,EL MONTE,CALIFORNIA 91731-3293/(626)580-2058/FAX(626)454-3143 WEBSITE:www.elmonteca.nov City of . WESTMINSTER WWW.WESTMINSTER-CA. GOV 8200 WESTMINSTER BOULEVARD,WESTMINSTER,CA 92683 • (714)898-3311 January 11, 2024 KASA Construction 15148 Sierra Bonita Ln Chino, CA 91710 Subject: Letter of Recommendation Garden Grove Boulevard Complete Street Project To Whom It May Concern: KASA Construction was awarded a contract for the construction of Garden Grove Boulevard Complete Street in the City of Westminster, which was completed in Summer 2023. The project amount was $5,606,982. The work consists of improvements on three (3) arterials streets which are Garden Grove Boulevard from the State Route 22 On-ramp at Valley View Boulevard to State Route 22 Off-ramp at Goldenwest Street; Edwards Street from Trask Avenue to Garden Grove Boulevard; and Trask Avenue from Edwards Street to Hoover Street. The scope of work include reducing vehicle travel lanes from 4 to 2 to create a separate paved bike lanes on Garden Grove Boulevard and striped bike lanes on Edwards Street and Trask Avenue, construction of new landscaped median with a bioretention swale on Garden Grove Boulevard, slurry seal, roadway excavation, 2"overlay, pavement crack sealing, irrigation, stamped concrete, traffic control, pavement marking, illuminated pedestrian cross walks, traffic signal modifications, drainage structures, striping and signs. Their dedication to the project was a major factor in the project being completed on schedule. The team was diligent in all communication efforts, attention to detail, providing a safe environment for both KASA's crew and the public. The site was kept clean both during working hours and at the end of each day to the City's satisfaction. KASA Construction is highly recommended, as their staff would be an excellent asset to any City or agency. Should you have any questions, please feel free to contact me at (714) 548-3464. Sincerely, F-r6;)L-1(-A7 Theresa Tran, P.E. Senior Engineer City of Westminster/ Public Works Department Chi Charlie Nguyen NamQuan Nguyen Amy Phan West Carlos Manzo Kimberly Ho Christine Cordon Mayor Vice Mayor Council Member Council Member Council Member City Manager District 4 District I District 2 District 3 THE CITY OF SAN IkNANID CITY COUNCIL December 13, 2023 MAYOR CELESTE T. RODRIGUEZ KASA Construction, Inc. Attention:Sam Kasbar, Owner/VP VICE MAYOR 15148 Sierra Bonita Lane MARY MEN DOZA Chino, CA 91710 COUNCI LMEMBER JOEL FAJARDO Project: Layne Park Revitalization Project,Job No.7616, Plant No. P-737 Owner:City of San Fernando COUNCILMEMBER Subject: Letter of Recommendation MARY SOLORIO Dear Mr. Kasbar, On behalf of the City of San Fernando, I would like to thank you and your Team at KASA Construction for your firm's efforts in completing the Layne Park Revitalization Project. This project consisted of the renovation of an existing park, including but not limited to a new playground, rubber surfacing, new soccer field, and half basketball court, in addition to various other site furnishings. It also included concrete and DG walking areas, bio-retention creeks, and landscaping& irrigation. At time of bid,the project exceeded the projected cost but KASA,with their knowledge and expertise,along with the Landscape Architect and City officials were able to help guide a path forward with savings to the City so the project could proceed. KASA demonstrated respect, professionalism, honesty, and diligence while working closely with the City Staff which resulted in a successful project. KASA provided products and services with consideration of safety and quality completing the required work. When issues arose, solutions were developed and ultimately resolved with the desire to maintain its business relationship with the City RECREATION& of San Fernando.Your firm's efforts and willingness to work together as a team was COMMUNITY SERVICES sincerely appreciated. DEPARTMENT We are excited that the work is now completed and we have a viable space for the RECREATION PARK citizens of San Fernando to continue to convene and play. We appreciate the 208 PARK AVENUE collaboration working with KASA Construction Inc. SAN FERNANDO CALI FORN IA 91340 Sincerely, (818)898-1290 LAS PALMAS PARK 505S.HUNTINGTON ST. JulianVenega5 SAN FERNANDO Director of Recreation and Community Services CALI FORN IA 91340 (818)898-7340 WWW.SFCITY.ORG P E N TA The PENTA Building Group September 28,2023 KASA Construction, Inc. Attn: Sam Kasbar 15148 Sierra Bonita Ln. Chino, CA 91710 Re: Letter of Recommendation PENTA Building Group—Secure Perimeter Fence Project To Whom It May Concern, On behalf of PENTA Building Group, I extend our sincere appreciation to the exceptional team at KASA Construction Inc. for their outstanding performance in successfully completing the Secure Perimeter Fence project. Your unwavering commitment to excellence and your remarkable ability to adapt to challenges have been truly impressive. The Secure Perimeter Fence project was not your typical fence installation; it represented a complex undertaking with specific project components and qualities that demanded the utmost dedication and expertise. Your team executed the project with exceptional professionalism and unwavering attention to detail, ensuring that every aspect of the project met the rigorous standards set by the Owner, San Manuel Band of Mission Indians. Initially a$7.3 million contract with a 12-month duration,this project expanded with the addition of$1.2 million in Extra Work. Furthermore, once under construction and at the Owner's request,the project schedule was accelerated by several months. Through your exceptional adaptability and commitment to excellence, KASA not only completed the project on time but also seamlessly incorporated the additional scope. Speaking to the scale and complexity of the project, it involved the construction of over a mile of custom fence to secure Tribal lands from public access and trespass. This fence spanned a diverse range of landscapes, including culturally and biologically sensitive areas, steep elevations, drainages, and retaining walls, covering both public and Tribal-owned properties. KASA demonstrated exceptional prowess in managing global material sourcing to procure the fence components from South Africa, a considerable distance away. This effort underscored your commitment to meeting project specifications and your willingness to go above and beyond to deliver quality results. Given the nature of the project,which required a construction presence along the entire Tribal perimeter, it was inherently sensitive, involving the security and well-being of residents. This demanded a high level of professionalism and discretion, qualities that your team exhibited commendably and that provided reassurance to our community. 15148 Sierra Bonita Lane,Chino,California 91710 Phone: (909)457-8260 Fax: (909)457-8261 I www.kasaconstruction.com P E N TA The PENTA Building Group Throughout the duration of the Secure Perimeter Fence Project, KASA demonstrated unwavering dedication to safety, quality, and timeliness. Any issues that arose were promptly and effectively addressed, ensuring a seamless project execution. Your team's coordination and collaboration with our PENTA team were exemplary, fostering a productive and respectful working relationship. In conclusion, it is with great pleasure that I wholeheartedly recommend KASA Construction Inc. to any organization seeking a proficient, determined contractor that upholds the highest possible standards and executes projects in a timely and organized fashion. Your company's proven track record of excellence and your unwavering commitment to delivering exceptional results truly set you apart in the construction industry. Once again, we extend our deepest appreciation for your outstanding work on the Secure Perimeter Fence Project. We eagerly anticipate the opportunity to collaborate with KASA on future projects and to continue building upon our successful partnership. Sincerely, Amr Elhelbawi—Project Manager PENTA Building Group City of ar Gabriel Reyes Mayor Daniel Tern Joy Jeannette Council Member September 21, 2023 Angelo Meza Council Member KASA Construction, Inc. Amanda Uptergrove 15148 Sierra Bonita Lane Council Member Chino, CA91710 Jessie Flores City Manager Subject: KASA Construction, Inc. Work Performance Commendation KASA Construction, Inc. (KASA) has performed the construction of Marconi Park Improvement in the city of Adelanto, California. This was funded through State Grant from the Department of Park and Recreation. Project was successfully completed to the grant requirements and was accepted by the city and State Department of Park and Recreation. KASA has been a true partner throughout the process and the City greatly appreciates the efforts. KASA maintained the highest level of safety and quality, paying close attention to the specifics of construction and completing the required work within the necessary time frames. When issues ever arose, solutions bwere always implemented immediately. KASA incredible adaptability and coordination with the City, helped bring this project to a polished close and great success. City of Adelanto is looking forward to work with KASA in future and would highly recommend the company to other agencirs. Sincerely, Saba Engineer, P.E. City Engineer Adelanto City Hall-11600 Air Expressway,Adelanto,CA 92301 -(760) 246-2300-Fax(442)249-1121 City of MONIPOVIA 1887 *** ail-Ammicaaty 'Illy" June 22, 2023 KASA Construction, Inc. Attention:Sam Kasbar, Owner/VP 15148 Sierra Bonita Lane Chino, CA 91710 Project: Lucinda Garcia Park Improvement Project Owner: City of Monrovia Letter of Recommendation Dear Mr. Kasbar, On behalf of the City of Monrovia, I would like to thank you and your Team at KASA Construction for your efforts in completing the Lucinda Garcia Park Improvement Project. This project consisted of the renovation of an existing park which includes the installation of two new playgrounds, rubberized surfacing, exercise equipment, in addition to various other site furnishings such as block walls, concrete walking trails with lights, landscape and irrigation. KASA completed the project without any safety related issues and completed the project within the specified project time frame. When issues arose, solutions were provided and ultimately resolved. The City of Monrovia recently filed the Notice of Completion on this project and the quality of the improvements made during the project have been well received by the community. The KASA team completed the project with the intent to maintain a great business relationship with the City of Monrovia. City staff appreciate the willingness to complete the project in a diligent and professional manner which resulted in a completed project that the community is thankful for. I would like to thank and congratulate you and your team on the project completion of the Lucinda Garcia Park Improvement Project. I would recommend KASA Construction Inc., to future agencies or owners based on the quality of work. Sincerely, Alex Tachiki Director of Public Works City of Monrovia Monrovia Corporate Yard • 600 South Mountain Avenue, Monrovia, California 91016-3611 • (626) 932-5575 . L1114: IIIP gia LANDSCAPE ARCHITECTS KASA Construction, Inc. 15148 Sierra Bonita Lane Chino, CA 91710 Project: Laguna Woods—Water Efficient Median Improvement Project Subject: Letter of Recommendation To Whom It May Concern, Van Dyke Landscape Architects would like to acknowledge KASA Construction Inc for their diligent performance in completing the City of Laguna Woods Water Efficient Median Improvement Project for which VDLA prepared construction documents.The scope of work consisted of the removal of landscaping and concrete, installation and modification of irrigation systems,and installation of landscaping within medians located on El Toro Road, and Moulton Parkway. KASA Construction executed this project with vigor and commitment, maintaining the highest level of professionalism, attention to detail and work ethic.The project field and management staff displayed excellent coordination with our firm and carried out our interests in a compliant and organized fashion. KASA Construction Inc went beyond the firm's expectations in order to assure that the project was delivered with exceptional standards. Our firm could not be more pleased with the final project result. It has been a pleasure working with KASA Construction Inc and we would not hesitate to recommend their outstanding services.We look forward to working with KASA in the future. Sincerely, Brett Allen,Associate Van Dyke Landscape Architects ASLA SD Chapter President Landscape Architect CA#6595 ballen@vdla.us Landscape Architecture 462 Stevens Avenue, Suite 107, Solana Beach, CA 92075-2042 Planning Tel:619.294.8484 • Fax:619.574.0626 • Web:www.vdla.us Water Management Principals: Mitch Phillippe, ASLA, CA LLA#3781 • Yale Hooper, CID, CLIA Graphic Communications Associates: Ling Chan,ASLA, CA LLA#5435, LEED AP • Denise Armijo,ASLA Brett Allen,ASLA, CA LLA#6595, CID, CLIA, RWSS LENNAR® May 4, 2023 KASA Construction,Inc. Attention: Sam Kasbar, Owner/VP 15148 Sierra Bonita Lane Chino, CA 91710 Projects:Highland Park, Shadow Rock Park, Discovery Park,Adventure Park Project Location: Jurupa Valley,CA Owner: Lennar Homes of California Letter of Recommendation Dear Mr. Kasbar, On behalf of Lennar Homes,I would like to thank you and your Team at KASA Construction for your continued partnership in yet another project successfully completed. This project consisted of simultaneously constructing 3 new Parks in the Shadow Rock community at a cost of nearly$7,000,000. The project included but was not limited to grading, earthwork, storm drains, 2 lighted baseball fields, basketball court, 2 large playgrounds with rubber and mulch, a dog park, pre- fabricated restroom building, parking lot walking trails,fencing, several other park furnishings with new irrigation systems and beautiful landscaping. Your Team worked closely with my staff, consultants,JARPD and the City of Jurupa Valley to assist in value-engineering to bring this project to fruition for this wonderful community. KASA's staff was responsive, honest,and diligent in completing the project on time with quality workmanship. It was a pleasure working with you and your Team and I look forward to more projects in the future.I would not hesitate to recommend KASA Construction Inc.to any other Owner or Agency. Sincerely, Ryan Combe Director of Forward Planning Lennar Homes of California 98o Montecito Drive,Suite 3o2,Corona,CA 92879 Phone: (951)817-35oo LENNAR.COM r�I� /CITY OF\ NORWALK A Connected Community October 13, 2022 KASA Construction, Inc. Attn: Sam Kasbar 15148 Sierra Bonita Lane Chino, CA 91710 Reference: Letter of Recommendation Project: Environmental Enhancement & Mitigation Project Dear Mr. Kasbar, On behalf of the City of Norwalk, I would like to thank you and your team at KASA Construction Inc., for great work completed on the Environmental Enhancement & Mitigation Program project. This project encompassed the rehabilitation of seven sections of center medians, including installation of drip irrigation systems and drought tolerant plant materials along Firestone Boulevard, Imperial Highway, and Rosecrans Avenue. Due to the project being funded through a grant from the State of California Natural Resources Agency, the City was on a very limited timeline for completion and your team did an excellent job of completing all work prior to our deadline. City staff were impressed with the work of KASA, as well as appreciative of good communication throughout the duration of the project. All project expectations were met or exceeded and any issues that arose were quickly addressed. I appreciate your efforts and would not hesitate to recommend KASA Construction, Inc. to other agencies. The City of Norwalk looks forward to working with KASA again in the future. Sincerely, AP r Christine Roberto Public Services Manager Public Services Department-12650 imperial Hwy., 2nd Floor, Norwalk,CA 90650 (562)929-5511 www.norwalkca.gov CITY OF NEWPORT BEACH �c;ow POA 100 Civic Center Drive,Bay 2D '�` Newport Beach,California 92660 O • (f1 949 644 3330 949 644-3308 FAX >, ';� newportbeachca.gov LIFOVL P . October 27, 2020 KASA Construction, Inc. Attention:Sam Kasbar,Owner/VP 15148 Sierra Bonita Lane Chino,CA 91710 Project:West Coast Highway Median Landscaping—Phase 2 Subject: Letter of Recommendation Dear Mr. Kasbar, On behalf of the City of Newport Beach, I would like to thank you and your Team at KASA Construction for the exemplary efforts in completing the West Coast Highway Median Landscaping—Phase 2 Project. This project consisted of demolishing the existing stamped concrete in the center median, grading, installing new irrigation systems and landscaping in both the medians and parkways along Pacific Coast Highway,west of Newport Blvd. From inception,you worked closely with the City Staff with respect,professionalism, honesty, and diligence,which resulted in a successful project. KASA maintained the highest level of safety and quality, paying close attention to the specifics of construction and completing the required work within the necessary time frames. When issues ever arose,solutions were always implemented immediately. Even amid a viral pandemic,you, as the committed leader,took the extra steps in establishing safety precautions to secure and protect the welfare of your dedicated staff and the public. KASA's incredible adaptability and coordination with the City, helped bring this project to a polished close. I'd like to extend my appreciation to you and your devoted team on a job well done. It has been a pleasure working with you and I would not hesitate to recommend KASA Construction Inc.to any Owner or Agency. Sincerely, 7y�La i 9. c-uta[.d4i Michael J. Sinacori Assistant City Engineer Public Works Department LENNAF July 6, 2020 Kasa Construction, Inc. Attn: Sam Kasbar 15148 Sierra Bonita Lane Chino, CA 91710 Re: Letter of Recommendation Kasa Construction Riverbend Community Park,Jurupa Valley, CA To Whom It May Concern: On behalf of the Lennar Homes, we would like to cordially thank KASA Construction Inc for their exemplary efforts in completing the Riverbend Community Park Project for the best interests of the Jurupa Area Recreation (JARPD) and Park District and Lennar Homes. This nearly$4.8 million, 12-acre park project consisted of, but not limited to, grading, underground wet and dry utilities, landscaping, irrigation, electrical, decomposed granite paths, pedestrian and horse trails, parking lots, masonry walls, fencing and pedestrian bridges. Additionally, the project site also included shade shelters, playground equipment, rubber surfacing, disc golf, decorative concrete, walkway and parking lot lights, basketball courts, a complete athletic field, and a prefabricated restroom building by The Public Restroom Company. From the start, KASA took on a very proactive approach, paying close attention to the specifics of construction and completing the required work efficiently and within the completion schedule. KASA's adaptability and coordination with Lennar and JARPD contributed to bringing this project to a to a successful completion. Construction issues were quickly solved by KASA's attentive team. We could not be more satisfied with the work completed by KASA. The experience and professionalism guided by Kasa's founder, Sam Kasbar, was impressive. It has been a sincere pleasure working with Mr. Kasbar and his team and we would not hesitate to recommend their services to anyone seeking a proficient, determined contractor that upholds the highest possible standards and executes in a timely and organized fashion. Sincerely, Brian King Project Manager Lennar Homes—Inland Empire brian.king@lennar.com LENNAR.COM Htniies June 10, 2020 KASA Construction, Inc. Attn: Sam Kasbar 15148 Sierra Bonita Lane Chino, CA 91710 n Project: Sierra Crest Park&Dog Park Improvements-Fontana,CA Owner: 1<Hovnanian Homes Subject: Letter of Recommendation To Whom It May Concern: On behalf of K Hovnanian Homes,we would like to thank KASA Construction for their efforts in completing the Sierra Crest Park Improvements Project. The project consisted of a Public City Park with a CXT Prefabricated Restroom Building, Playground Equipment, Rubber Surfacing, Basketball Court, Picnic areas with Benches,Tables, and Barbeques,green space, as well as Dog Park. KASA completed this project in a conscientious manner, maintaining the highest level of professionalism and keeping the client's best interests in mind.Throughout the duration of the project, KASA cooperated accordingly with K. Hovnanian and the City to overcome many obstacles faced during construction.Although,there were some trying times and design issues, KASA always maintained professionalism, and worked diligently with K. Hovnanian to achieve the most feasible solution for all. Without a doubt, KASA fulfilled their duties as a General Contractor to the satisfactions of all parties. They also always honor any warranty request and stand behind their installation,which is a true testament for a quality general contractor. It has been a sincere pleasure working with Sam Kasbar and his team. We would not hesitate to refer them to any organization seeking a diligent, professional general contractor that upholds the highest possible standards and executes exemplary work. Sincerely, Jason Mock Senior Land Development Manager K. Hovnanian Southern California Division, LLC 400 Exchange, Suite 200 Irvine, CA 90602 -, tt CITY OF RANCHO PALOS VERDES PUBLIC WORKS DEPARTMENT May 5, 2020 KASA Construction 15148 Sierra Bonita Lane Chino, CA 91710 Project: Conestoga Trail Connection (Deadman's Curve) To whom it may concern: The City of Rancho Palos Verdes would like to thank KASA Construction for their commendable performance in completing the Conestoga Trail Connection Project. KASA Construction completed this project with diligence and commitment, maintaining the highest level of professionalism, attention to detail and work ethic. KASA Construction's scheduling and coordination was smooth. They maintained an excellent relationship with the City project management and inspection team and kept the job running in a compliant and organized manner. It has been a pleasure working with KASA and we would not hesitate to recommend their services to others. Sincerely, Nasser Razepoor Associate Engineer :0940 HAW-HORNE BOULEVARD I RANCHO PALOS VERDES.CA 90275-53ii I(310)544-5252'FAX(310)544-5292IWNWPALOSVERDES.COMIRPV PRNTEDON RECYCLED PAPER .• , City of R leb 'tbo D14o����� California April 16, 2019 KASA Construction, Inc. 15148 Sierra Bonita Lane Chino, CA 91710 SUBJECT: JOE SAMPSON PARK—CITY OF RIALTO PROJECT NO. 150303 To Whom It May Concern: On behalf of the City of Rialto, we would like to thank KASA Construction for their exemplary performance in completing the $5,323,556.56 construction of Joe Sampson Park. KASA completed this project with diligence, maintaining the highest level of professionalism and attention to detail. The project management team consistently kept the City's best interest in mind and cooperated transparently with the City to overcome any challenges which were faced during construction. KASA fulfilled their duties as a general contractor to the satisfaction of all parties. The Project was completed within the schedule set forth in the agreement with the City. We would be pleased to refer KASA Construction Inc. to any other organization seeking a diligent, professional general contractor eager to cooperate with their customer to ensure that the work is completed effectively and with the highest standards. Sincerely, P'°4 Robert G. Eisenbeisz, P.E. Public Works Director/City Engineer cc: Project File Office of the Public Works Director/City Engineer 335 West Rialto Avenue•Rialto,California 92376 • w , RWC DZSIGH GROUP LANDSCAPE ARCHITECTURE March 25,2019 Mr. Sam Kasbar,Vice President KASA CONSTRUCTION,INC. 4649 Brockton Avenue 15148 Sierra Bonita Lane Chino,CA 91710 RE: CONSTRUCTION OF JOE SAMPSON PARK CITY OF RIALTO,CALIFORNIA Riverside CA92506 Dear Sam: I wanted to reach out and thank KASA Construction on the outstanding execution of the construction of Joe Sampson Park for the City of Rialto, a new 8 acre with a construction cost of$5,323,557. This project was completed well within the rigorous timeline set forth by the City of Rialto. (951)369-0700 KASA Construction has brought numerous park projects designed by our firm to life over the past several years. We are consistently pleased with the high level of craftsmanship and professionalism demonstrated by your company.Joe Sampson Park was no exception. Your team was diligent in all communication efforts, attention to detail,and in providing quick,cost effective solutions to unforeseen conditions as they arose. Fax(951)369-4039 We would be pleased to provide recommendations and positive references about KASA Construction to public agencies and developers for upcoming park, landscape, and similar projects. Sincerely, httplfwww.comworksdg.com COMMUNITY WORKS DESIGN GROUP Scot Rice SLA,LEED AP,CASp CA License#2110 Vice esi ent Landscape Architect CA#5111 I NY#2645 Certified Access Specialist CASp-709 scott@cwdg.fun NV License#389 V VAST LA KE�I N. W198111116111.110111 March 21,2019 Subject: Letter of Recommendation Freeway Frontage Landscaping Project Contract Value: $512,251.57 To Whom It May Concern: We,the City of Westlake Village,would like to praise KASA Construction, Inc.for their outstanding work on the Freeway Frontage Landscaping Project in the City of Westlake Village off of the 101 Freeway and Lindero Canyon Road.The scope of work for this project included installing new irrigation and landscaping along the freeway onramp at Lindero Canyon Road.All work was completed in an efficient and timely manner. KASA completed this project with diligence, maintaining the highest level of professionalism and attention to detail.The project management team consistently kept the City's best interest in mind and cooperated transparently with the City to overcome any challenges which were faced during construction. KASA's team was easy to work with and made certain that best practices for safety, security and cleanliness were enforced and adhered to at all times. KASA's professional managerial skills, alongside their unyielding"get it done" attitude and approach in the administration and implementation of construction truly made the difference in the successful and timely completion. We would absolutely not hesitate to refer KASA's excellent services to others.We look forward to completing more projects alongside the KASA Construction team in the future. Sincerely, TuckerG czyk,Construct' n Manager 31200 OAK CREST DRIVE • WESTLAKE VILLAGE • CA • 91361 • (818) 706-1613 • FAX(818)706-1391 • www.wlv.org C . C 747A KASA Construction, Inc. 14000 City Center Drive Attn: Sam Kasbar Chino Hills, CA 91709 15148 Sierra Bonita Lane (909) 364-2600 Chino, CA 91710 tam.4:49' ! 3.coy Project: Los Serranos Neighborhood Park Owner: City of Chino Hills Subject: Letter of Recommendation Dear Mr. Kasbar, On behalf of the City of Chino Hills, I would like to thank you and your team at KASA Construction Inc., for your noteworthy efforts in completing the Los Serranos Neighborhood Park. The project consisted of a nearly 4 million dollar budget, including a 6-acre park with landscape grading, drainage, irrigation, landscaping, site furnishings, sports courts, restrooms, picnic shelters, lighting, playground and fitness equipment, hardscape, and other amenities. In September of 2018, KASA commenced their work and through the duration of the project, KASA maintained the highest level of safety and quality, paying close attention to the specifics of construction and completing the required work within the necessary time frames. If issues ever arose, solutions were always implemented immediately. KASA's incredible adaptability. diligence and close-out for the City's final acceptance and completion, allowed for a successful Grand Opening of the park on November 16, 2019. I have attached our Grand Opening flyer. KASA's admirable coordination with City Staff, while upholding the utmost respect, professionalism, integrity and diligence, resulted in a favorable project acceptance. In addition, I would like to also thank KASA's generous contributions of tools, material, and a tool shed which was donated to the adjacent Chaparral Elementary School for their after-school garden club. I'd like to extend my sincere appreciation to you and your devoted team on a job well done and congratulate you on an outstanding project. It was an honor to introduce the 44'' park to the City of Chino Hills. I would not hesitate to recommend KASA Construction Inc., to any other owner or agency. Sincerely, 1/t111,14,14/141770e1 Cynthia Moran Council Member 624 Ca t tat Art Bennett • Brian Johsz • Ray Marquez • Cynthia Moran • Peter J. Rogers 11 ____ (1/ioa..._____ C l i 951 1 .3zso MORENO VALLEY 14075 rRl[jERI( K 5 FRl E r FA. : �)Sl. l,t.371ti P.t). box 8005 wwW.MOVALORG W H I R I: D REAM S SOAR MORINO VA1 LEY. CA 92552 0805 July 24, 2018 Subject: Letter of Recommendation John F. Kennedy Veterans Memorial Park Restroom Improvements Project Project No. PCS HSG GR-JFK RENO To whom it may concern: It has been a pleasant experience working with Sam Kasbar and his staff with KASA Construction on the JFK Park project. This project included a prefabricated restroom, plumbing, electrical, sewer, picnic shelter, irrigation, turf installation, shrub installation, colored concrete walkways, and site amenities. The final project turned out absolutely beautiful. KASA was proactive throughout the project, notifying me of problem areas of plan elevations to material delays. KASA took these issues in stride and worked on other projects while waiting for plan revisions and materials. KASA kept a clean and safe work site. What was really commendable was that KASA still made the project schedule. It would be a pleasure to work with Sam and KASA Construction again. Sincerely,-ly _k___. Tony Hetherman Parks Projects Coordinator TH Enclosure: Letter of Recommendation c: Project File V:\Development&Specs\JFK restroom\KASA\Recommendation.docx PARKS AND COMMUNITY SERVICES DEPARTMENT tliVisr Department of Public Works Douglas S. Stack, P.E. ' Director • t").4. October 31, 2017 KASA Construction, Inc. 15148 Sierra Bonita Lane Chino, CA 91710 Subject: KASA Construction, Inc. Work Performance Commendation KASA Construction, Inc. has performed the construction of the Detention Basin Landscaping and Water Quality Installation and Tustin Legacy Linear Park Improvements project successfully to the satisfaction of the City. KASA Construction, Inc. has been a true partner throughout the process and the City greatly appreciates the efforts. We look forward to working with KASA Construction, Inc. in the future and would highly recommend your company to other agencies. Very ruly yours, Ken Nishikawa Deputy Director of Public Works/Engineering 300 Centennial Way, Tustin, CA 92780 • P: (714) 573-3150 • F: (714) 734-8991 • www.tustinca.org _on. City of Westminster 8200 Westminster Boulevard,Westminster,CA 92683 114.898.3311 * * www.westminster-ca.gov TRI TA Mayor f/48ii MN\c.';' SERGIO CONTRERAS Mayor Pro Tern DIANA LEE CAREY December 12, 2016 Council Member TYLER DIEP Council Member KASA Construction, Inc. 15148 Sierra Bonita Lane MARGIE L.RICE Chino, CA 91710 Council Member EDDIE MANFRO Subject: Letter of Recommendation City Manager Hoover Street Pedestrian and Bike Trail Improvements To Whom It May Concern: The City of Westminster would like to thank KASA Construction for their commendable performance in completing the Hoover Street and Bike Trail Improvements project. The scope of work consisted of removing and replacing an existing AC pavement trail, damaged curb, gutter, and sidewalk and installing new concrete walking trail, curb ramps, a two-wire controller/irrigation system, landscaping, lighted bollards, stabilized DG, decorative fencing, decorative boulders, striping and pavement markings. KASA Construction's field and management staff executed the work professionally and with diligence while upholding the highest work standards with emphasis on on-time deliverables, presentation and quality of the finished product. A safe work environment was provided for both KASA's crew and the public at all times; the site was kept clean both during the working hours and at the end of each day to the City's satisfaction. Should you have any further questions, please feel free to contact me at 714-548-3459. Sincerely, f Jake Ngo, P.E. Principal Civil Engineer City of Westminster/Public Works Department s ' e CITY OF ORANGE COMMUNITY SERVICES DEPARTMENT www.cityoforange.org (714)744.7272 FAX:(714)744-7251 December 6, 2016 KASA Construction, Inc. 15148 Sierra Bonita Lane Chino, CA 91710 PROJECT: TURF REPLACEMENT AND LANDSCAPE RENOVATION AT THE SANTIAGO HILLS ASSESSMENT DISTRICT To Whom It May Concern: On behalf of the City of Orange, I would like to recognize KASA Construction for their outstanding work on the Turf Replacement and Landscape Renovation Project at the Santiago Hills Assessment District.All work was completed professionally and in a timely manner. Working with KASA was a pleasure.Their professional managerial skills,from the top down, alongside their relentless"get the job done" attitude and approach in the administration and implementation of construction truly made the difference in the successful and accelerated completion. Based on the experience I've had, I would not hesitate to refer the professional services of KASA Construction Inc.to others. If you have any questions,you may contact me at(714) 532-6491 Sincerely, AJ Nathan Bluhm, Landscape Project Coordinator 230 EAST CHAPMAN AVENUE o ORANGE,CALIFORNIA 92866-1506 p,SA4y�, A a C CITY OF SOUTH PASADENA COMMUNITY SERVICES DEPARTMENT 1102 OXLEY STREET, SOUTH PASADENA, CA 91030 TEL: 626.403.7360 • FAX: 626.403.7361 W WW.Cl.SO UT H-PA S ADEN A.CA.US October 25, 2016 To Whom It May Concern: KASA Construction was awarded a contract for the construction of the dog park project in the City of South Pasadena, which was completed in Fall 2016. Their dedication to the project was a major factor in the project being completed in a successful and timely manner. Through this process, their staff was cooperative, flexible, and diligently worked with city staff. The project was constructed in a professional and workmanlike manner. Documentation and communication were timely and professional, and they were receptive to our requests. KASA Construction is highly recommended, as their staff would be an excellent asset to any city or agency. Feel free to contact me at Spautsch@southpasadenaca.gov or(626)403-7362 if you need additional information. Sincerely, 411111110- 4 ' eila 'autsch Community Services Director OF OI 1 G1�. yC� y CITY OF ORANGE oeCbTM c�� COMMUNITY SERVICES DEPARTMENT www.cityoforange,org PHONE: (714)744-7274 • FAX: (714)744-7251 July 14, 2015 KASA Construction 15148 Sierra Bonita Lane Chino, Ca. 91710 Subject: Grijalva Park Exercise Circuit Landscape To Whom It May Concern: It is my privilege to offer this letter of recommendation on behalf of the City of Orange to KASA Construction for their superb work at our landscape renovation at Grijalva Park. KASA Construction completed the work in a timely fashion, showing up on the job each day until it was complete. KASA Construction displayed a professional attitude and work ethic from their management, superintendent, foreman to laborer staffing. Customer service and satisfaction was reflected throughout this project... I would not hesitate in providing a positive referral and I hope that the City of Orange has the good fortune to work alongside them in the future, Respectfully Submitted, ,\:_c): 6 -444 —7 Don Equitz _.. Sr. Landscape Project Coordinator COMMUNITY SERVICES DEPARTMENT•230 E. CHAPMAN AVENUE •ORANGE,CA 92866 Lewis Operating Corp . 1156 N.Mountain Avenue(91786)/Post Office Box 670 • • Upland,CA 91785-0670 Office—(909)949-6789/Facsimile(909)931-5595 • January 21, 2015 RE: Letter of Recommendation for KASA Construction • To Whom It May Concern: In September of 2014, KASA Construction was selected and began construction of certain CFD improvements in our Park Place master planned community in Ontario, CA (a joint venture project by Lewis Community • Developers and Stratham Communities). Park Place showcases homes by industry leading homebuilders, KB • Home, TRI Pointe Homes,Ryland Homes and Woodside Homes. The CFD improvements completed by KASA Construction included Celebration Park(a 6 acre public park) and Merrill Avenue landscape improvements with total costs in excess of$5,000,000. KASA Construction was aggressive in their bidding for Celebration Park and were approximately 14% lower than the second place bid. ; The Park Place Grand Opening took place on November 8, 2014 and over 4,000 people attended the opening celebration which included the viewing of 18 beautifully appointed model homes and a tour of the Parkhouse • (a spectacular 14,500SF recreation center). The Grand Opening also included live entertainment and food service in Celebration Park. The date of the Grand Opening; however, was not confirmed until after KASA Construction had commenced its work. KASA Construction rose to the challenge and completed over $5,000,000 of construction in half the time granted by our agreement. A significant portion of the work had to be completed within a mere 20 working days from commencement of construction. Six months of construction were accelerated and successfully completed within a total of 60 working days — all while coordinating construction activities with various contractors of other trades concurrently performing work within Park Place. KASA's exemplary performance exceeded our expectations. It is with great pleasure that we have been afforded the opportunity to collaborate with KASA's experienced, dedicated and driven staff. KASA's professional managerial skills, from the top down, alongside their relentless"get the job done" attitude and approach in the administration and implementation of construction truly made the difference in the successful and accelerated completion of Celebration Park which allowed us to meet our November 8th Grand Opening date. I look forward to working with the KASA Construction team on many more projects in the future. Sincerely, vild Randall Lewis • Executive Vice President CONTRACTOR'S SWORN STATEMENT AND WARRANTY REGARDING CONTINUING INSURANCE OBLIGATIONS FROM: KASA Construction Inc. PROJECT: Schroeder Park Improvements (Contractor Name) 15148 Sierra Bonita Lane (Street Address) Chino, CA 91710 (City, State, Zip Code) TO: CITY OF HUNTINGTON BEACH DECLARATION Attached hereto is a true and correct copy of the current Certificate of Insurance and Additional Insured Endorsement CG 2010 1185, which Certificate complies with the insurance requirements of the Contract by and between the City of Huntington Beach ("City") and the above-named Contractor ("Contractor")for the above-described project("Project"). I declare under penalty of perjury under the laws of the State of California that the above statement is true and correct. Signed on October 24 , 20 2 at Chino, CA (Date) (City, State) ( atu of I ividual Who is Making Declaration) WARRANTY Contractor hereby warrants and agrees to maintain Products and Complete Operations Insurance in compliance with the insurance requirements of the Contract for the Project. Said insurance shall be maintained through and until the expiration of all Warranties provided by the Contractor. Said insurance shall contain Additional Insured Endorsement CG 2010 1185, naming the City as an additional insured. Contractor shall supply to the City, on at least an annual basis, a Certificate of Insurance and the aforementioned Endorsement evidencing continued coverage which meets the Contract requirements. Signed on October 24 , 20 25 , at Chino, CA (Date) (City, State) CONTRACTOR: Name: ` Con.truction Inc. By: SA Name: Sam sba Title: Vice-sident . ® Dare(rd YYMroDR^I.YY) ,a�otrr CERTIFICATE OF LIABILITY INSURANCE 10/20/2025' THIS CERTIFICATE IS ISSUED AS A'MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE.HOLDER. THIS' CERTIFICATE DOES'NOT,AFFIRMATIVELY OR NEGATIVELY,AMEND; EXTEND OR'ALTER:THE'COVERAGE AFFORDED'Br THE'POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT,;BETWEEN THE ISSUING.INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER: , IMPORTANT:-'If the certificate holder Is an ADDITIONAL INSURED;the policy(ies)'must have,ADDITIONAL INSURED previsions.or'be.endorsed. If SUBROGATION.IS WAIVED,'subject to the terms and conditions of_the.policy,certain policies may're,quire•an;endorsement. A.statement on this'cettificate-does not confer rights to the certificate holder In lieu of:suckendorsement(s). - 'PRODUCER' CONTACT Eric Lenahan NAME: Rr7fec7tlf7 Eric Lenahanuv cro.Extl: 562-59872488 uc,Noi: '1066 Bolsa Avenue E-MAIL eri ADDRESS: c.lenahan.gsW4Qstatefarrri:com INSURERS)AFFORDING COVERAGE' NAIL# Seal Beach CA 907406211 INSURERA::Slate Farm General Insurance Company 25151 INSURED INSURER B:. HUNTINGTON BEACH ART LEAGUE INSURER C 21922 SUMMERWIND LN INSURER o: . INSURER E: .HUNTINGTN BCH, •CA 926466208- '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 HAVEBEEN REDUCED BY PAID CLAIAAS. , iNSR TYPEOF INSURANCE co SUB POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR' INSD WVO (MMIOD/YYYY) (MMIDDIYYW) X COMMERCIAL'GENERALLIABILITY . EACH OCCURRENCE S 1,000,000 • DAMAGE TO RENTED CLAIMS-MADE X. OCCUR PREMISES(Ea occurrence) $ 300,000 MEDEXP:(Any one person). .s 5,000 A N N 92-AO-P468-9 09/07/2025 09107/202S •PERSONAL&.ADVIWURY .$ 1,000;000 GENt AGGREGATE UMH'APPLIES PER: •NAGEERAL REGATE.: $ 2AOO,000 EX O - POLICY . LOC PRDS--COMP/•PAGG *.*$2;000;000C OTHER: S AUTOMOBILE LIABILITY COMBINEDOSINGLE LIMIT ANY AUTO BODILY INJURY(Per person) $ . — OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Pet ecc(dent) '.$ — HIRED NON-OWNED PROPER I Y,DAMAGE t AUTOS ONLY AUTOS ONLY _(Per acctdene' $ 's • • ^'UMBRELLA LIAR _'OCCUR EACH OCCURRENCE •$ • EXCESSLIAB CLAIMS-MADE AGGREGATE S DED .I RETENTION$ S • WORKERS COMPENSATION • • AND EMPLOYERS'LIABIUTY R7 TtITE ERTH $ • ANY PROPRIETOR/PARTNER/EXECUTIVE'YI N E.L,EACH ACCIDENT $ :OFFICER/MEMBER EXCLUDED? N.I A .(MaridatotyInNH) •E.L DISEASE-EAEMPLOYEE $ • byes,describe under 'DESCRIPTION OF OPERATIONS bete* El:DISEASE:—poi. Y LIMIT $ DESCRIPTION.OF OPERATIONS,I LOCATIONS IVEHICLES(ACORD.101,Additional Remarks Schedule;maybe attached It more space ts,required) APPROVED AS TO FORM By: "MICHAEL J,,VIGLIOTTA CITY ATTORNEY CITY OF HUNTINGTON.£iEACH CERTIFICATE HOLDER CANCELLATION Additional InSUred: SHOULD ANY OF THE ABOVE..DESCRIBED POLICIES BE CANCELLED BEFORE • THE EXPIRATION DATE THEREOF, .NOTICE WILL BE DELIVERED AN Cltyof Huntington Seach,its:officers;elected Or ACCORDANCE WITH`THE POLICY-PROVISIONS. appointed officials,'employees;agents.-and volunteers: 2000 Main Street AUTHORIZED REPRESENTATIVE: Huntington Beach,CA9264$. '-' 7tits`form was system-gederatedoh .10/20/2025 , i (0 1988-2015:ACQRD CORPORATION..AII rights"reserved. ' ACORD 25(2o16/03) The ACORD name and logo_are.i'egistered marks of ACORD 1001486 2005.155279 205 01-10:2023 POLICY NUMBER: 92-A0;0468-9 COMMERCIAL GENERAL LIABILITY cO20,20 04 13 THIS ENDORSEIVIENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY: ADDITIONAL INSURED DESIGNATED PERSON.'OR.ORGANIZATION This endorsement modifies Insurance provided under CONINIERCIAL GENERAL LIABILITY potiaRA00.PART •seNgDOi..g Name of Additional InsUred Pareen(S)Or Organiaation(s): , City of Huntington Beach, its officers, elected or appointed officials, employees agents and volunteers" Information required to complete thisSthedule,if not'shown above,will be shown'in.the Declarations. Section 1AlhO Is An Insured is Mr100.ded. to B. Wth respect to the insurance afforded to these Include as an additional insured the person(S)'or additibriat insuredS, the following is added tb: organization(s) shown in the Bchedule, but only SePtion III Limits Of Insurance; with respect to liability for"bodily injtiry'i"Property: 'it coverage.provided to the additional insured is damage" 'or "personal: and advertising injury" required by:a contradt or agreement, the most We caused; in whole or in :part; by your acts or will pay on behalf of the additional insured is the Ctnissioriaer the acts:Or binistions of tboSe acting amount of inSUrande: on your behalf: 1. Required by the contract or agreement;or 1. In the performance of your ongoing operations;: •or ZAvailable under the applicable UmitS of Insurance shownin the Declarations; 2. in connection with your premises owned byor :rented to Yon. whichever Is lesa. FlOW6Ver.: This endorsement, Shall not increase the applicable Limits of 'Insurance shown in the: 1. The Insurance affOrded to such additional Declarations. Insured,only applies to the extent permitted by flaw;and • 2 If coverage provided fo:theaoitipnet insured IS required by .a cotdract or :agreement, the insurance afforded to :such additional insured will not be' broader than that which you are required by 'the contract or agreeMent, to provide for such additional insured. CO 20,20 0413 Insurance SetviCes,Office,Inc,2012 Pagel ofl osvv4 Policy No.: 92-AO:P468-9 FE-6609 SMS*AM SECTION II ADDITIONAL INSURED ENDORSEMENT INIVIAK% Policy No,: 92-AO-P468-9 Named Insured: HUNTINGTON BEACH ART LEAGUE ,21922 SUMMERWIND LN HUNTINGTN BCH CA 92646-8268 Additional Insured(include address): "City of Huntington Beach, its officers,elected or appointed officials,employees,agents and volunteers" WHO IS AN INSURED, under SECTION II DESIGNATION OF INSURED, Is amended to include as an Insured the Additional Insured shown above,but only to the extent that liability Is imposed on that Additional Insured solely because of your work performed for that Additional Insured shown above. Any Insurance provided,to the.Additional insured shall only apply,with respect to a claim made or a suit brought for damages for which you are provided coverage. The Primary insurance coverage below applies only when there is an"X"In the box. El Primary insurance.The insurance provided to the Additional Insured shown above shall be primary insurance. Any Insurance carried by the Additional Insured shall be noncontributory with respect to coverage provided to you. All other policy provisions apply. FE4609 Panted In U.S.A. kcsolution No.2008-63 C ii,,3 ity CITY OF HUNTINGTON BEACH '1;� 2000 Main Street E'. Huntington Beach, CA 9264s DECLARATION OF PE 'FLEE I certify that no vehicle(s) will be used or operated in the performance of the task(s)or event(s) for which this permit is granted. I authorize the City of Huntington Beach to immediately and retroactively revoke the license or permit issued in connection with or in the performance of said task(s) or events)if any vehicle(s)is used. ,. SignaSignatureofPerm .;�+ittee ex.. -rt 0.),—di4Aa---) Print name S'I&U v)PA AP*A NA 11 Company name(ifapplicable) .J2- (� ' Date signed r 0 AL9/cgocZ-N— . 16407 EXHIBIT I 1 Su ity CITY OF HUNTINGT4N BEACH • 2000 Main Street, Huntington Beach, CA 92648 Hunti Declaration of Non-Employr Status The. State of California requires every.enterprise or busineSs to provide workers compensation insurance coverage. If you have no employees, you may Make :a declaration to that effect by completing and Signing this form and returning to: City of Huntington Beach 2000:Main Street :Huntington Beach, CA 92648 certify that in the performance of the actiVity or work for whkh this permit:is issued, I shall not employ any:person in, any .manner so as to become subject to California Worker? Compensation Insurance requirements. I authorize the City of Huntington Beach to immediately and retroactively revoke the liCenSe or permit. issued under this declaration if I hire any employee(s) or become subject to the provision of the laws requiring Workers' Compensation•Insurance. Company Name 14 GA: Address: VALP:45/2yr /4e, q2Z0V-",-T Applicant. 6,40,44., _ Applicant's Signature:, ..Xlet,,c1,4 Title: ip • Date Signed: I 67 40,9/7/0a - Telephone NUmber: C7) 44) S704-5-gan (7:t 01. 14 - ° li .) • , • Page;loll THIS:ENDORSEMENT CHANGES THEPOLICY,;:PLEASE REAP IT CAREFULLY, ADDITIONAL INSURED MANAGERS OR LESSORS OFPREMISES This endorsement modifiekinSuranCe provided under the f011oWing: I3USINE$SONERS COVERAGE FORM SOIEDVLE Policy Nimberi, Nettled Insured: HUNTINGTON BEACH ART,LEAGUE NämeAñdAddréss OfAdditiOnal Insured Pertbit Or:Organization: CITY OF HUNTINGTON BEACH 2000 Main St 'HUhtingtn BCh:CA 9264842702, Location Of Premises'(Part Leased To You:. 18041 GOLDENWEST ST HUNTINGTN BCH:CA 9264841101 1. -SECTION II WHO IS AK INSURED of SECTION It—LIABILITTh arnended to include,as:an additiOnal insured, any Verson or',organization shown in the Schedule, but only with respect to liability arising out of the ownership, maintenance or use of thatvatt of the prenilsesteasedlo you and shown in the Schedule. — - — 2. Nithrespect to:the insurandeafforded the additiOnal inStired,this insurance does noapplyto;: a Any'00Ctierencea or offense Which takes pike,after you cease to be a tenant in the premises shown In the Schedule, Structural alterations,new construction or demolition operations performed by or for that additional insured, 8, Any insurance provided to the additional insured shall only apply with respect to a claim made or a"suit"brought for damages -for which you.ate provided coverage. 4; Primary Insurance'.This insurance is primary to and will notseek;OontribUtion from any other insurance available to an I additional insUred under your policy provided that the additibnat Milled is'a named inured under Stich'other insurance, All Other pciltcy provisions ppply: CMP-4788.1 i010t.46 2090'144.33 ZOO 05-1A-70.9 0,Qopyrighr,State Farm Mtitital Automobile Insurance Company 2013 includes copyrighted Material of insurance&Nice's Office,Inc:,with its nermisaion. Executed in Duplicate Bond No.024283401 Premium:$5,219.00 Premium is for Contract Term and is subject to • adjustment based on the Final Contract Price PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach(hereafter referred to as"City") has, by written agreement dated October 21 ,2025 , entered into a contract with KASA Construction. Inc. 15148 Sierra Bonita Lane, Chino, CA 91710 (Contractor's Name and Address) (hereafter referred to as"Principal")for performance of the work described as follows: Schroeder Park Improvement-CC1656 (Project Title) WHEREAS, said contract, and all documents referenced therein (hereinafter collectively "Contract"), are incorporated herein by this reference made a part hereof as though set forth herein in full; and Said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt, full and faithful performance of said Contract, by a duly admitted surety insurer under the laws of the State of California(hereinafter referred to as"Surety');and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitations as shown in said circular to provide bonds in the amount required by said Contract;and Surety has provided financial strength ratings from reputable companies,such as from A.M. Best,Moody's, or Standard & Poor's,to validate that Surety has positive ratings of being secure or stable;and Surety is registered and listed with the California Department of Insurance, • NOW,THEREFORE,we,the undersigned,as Principal, and Liberty Mutual Insurance Company 175 Berkeley Street.Boston, MA 02116 (Surety's Name and Address) as Surety, are held and firmly bound unto City in the penal sum of Four Hundred Fifty Three Thousand Sixty Six and 00/100 Dollars($ 453,066.00 ), 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. 024283401 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: 10/22/2025 ATTEST [Corporate Seal] KASA Construction, Inc. (Principal Name) By: Nam . aryl ASboor Title: , ' e- ve.5idemlt- ATTEST ,.__ INSUR A,,b1" aoR,r14, Liberty Mutual Insurance Company t o (Surety Name) 1912 VP,P4 c Hus‘414t7 By`. 4',> « )s`' Name: Judith Samuel, Attorney- -Fact Seal No.5700 (Signature of Attorney-in-Fact for Surety) (714) 634-5728 (Attach Attorney-in-Fact Certificate) (Area Code&Telephone Number for Surety) APPROVED IS 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. 1 5-4 584/11 71 74 Page 2 of 2 PERFORMANCE BOND � Liberty POWER OF ATTORNEY YP' Mutual. Liberty Mutual Insurance Company Certificate No: 8213557-024103 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, James P.Schabarum,II;Jase Hamilton;Jeffrey W.Cavignac;Judith Samuel;Lisa Cruz;Lisa Sayno;Oliver Craig all of the city of San Diego 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 1st day of April , 2025 Liberty Mutual Insurance Company OP oa SSUUR JQ.o4PoNSU ?�bNSUR4y The Ohio Casualty Insurance Company ,� c, o R.090 �o �o gar n West American Insurance Company J3 `oto nif3 'o m 4. 3 Fe co rri Y g 1912[s 0 0 .1._ 4, o a 1991 aIA vy1 o� Nrdd s@gCNu6'e. y0 'HAMPS�0 Ys 4VelANP' .♦!a , 'c U c ei7 * *� �yl * is #M * 0 By: 'g m m Nathan J.Zangerle,Assistant Secretary c os State of PENNSYLVANIA, ss e ii213 County of MONTGOMERY .,oa S' w m On this I st day of April , 2025 before me personally appeared Nathan J.Zangerle,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 8 a o m Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes E W> therein contained by signing on behalf of the corporations by himself as a duty authorized officer. >a a IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. P o'er --O co,D p PA S ` 4Fiy t,,oliwejTF� Commonwealth of Pennsylvania-Notary Seal T a O }�� ey y, teresa Pastella,Notary Public E'f0 ,o Montgomery County ��Z� E O Q; OF My commission expires March 28,2029 By: O N C co c), a'.v Commission number 1126044 an�- dj.._, 4, '4 yoih ,, Member.Pennsylvania Association of Notaries eresa Pastella,Notary Public Q o co a) �'IHY p� O N -t w This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual 3 oQ cIc Insurance Company,and West American Insurance Company which resolutions are now In full force and effect reading as follows: a CV a1 ARTICLE IV-OFFICERS:Section 12.Power of Attorney. `o c 4-m Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the a v 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 to co o c any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth In their respective powers of attorney,shall 0 8 t have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o a) Z o instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorneyin-fact under the o LI 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. 1L c ARTICLE XIiI-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety,any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Nathan J.Zangerle,Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the , Company,wherever appearing upon a certified copy of any power of 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 22nd day of October , 2025 . • 1912�� n o 1919� V 1991 ra /�c." �'` 0 o B - d��s,ex„g�aa you NAMPg�`eaa�O `�s %lot. Ab y:Renee C.Llewellyn,Assistant Secretary i7 * t yl * *� ',t4 * 0 LMS-12873 LMIC OCIC WAIC Multi Co 02/24 , V (' Liberty Mutual. Liberty Mutual Surety 1001 4th Ave Ste.3800 SURETY Office: 206-473-3533 As part of its business continuity efforts during the pendency of the COVID-19 pandemic, Liberty Mutual Insurance Company ("LMIC") on behalf of itself and the companies listed below has authorized its Attorneys-in-Fact to affix its corporate seal for surety obligations in a digital format in lieu of its traditional raised seal to any bond issued on its behalf by any such Attorney-in-Fact: Liberty Mutual Insurance Company Liberty Mutual Fire Insurance Company The Ohio Casualty Insurance Company West American Insurance Company Safeco Insurance Company of America American States Insurance Company Please note that the digital seal utilized by our authorized agents will also include their agency specific reference number. LMIC agrees and affirms on behalf of itself and the other companies listed herein, that the digital corporate seal referenced above has the same binding effect when affixed to a bond or a Power of Attorney document as if it were a raised corporate seal. Effective this 23rd day of March, 2020. B Y• Renee C. Llewellyn,Assistant Secretary CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of San Diego } On OCT 2 1 2025 before me, Lisa M. Cruz, Notary Public (Here insert name and title of the officer) personally appeared Judith Samuel who proved to me on the basis of satisfactory evidence to be the person() whose name() Is are subscribed to the within instrument and acknowledged to me that hehaithey executed the same in hi .40 their authorized capacity(ies), and that by his fe their signature(s) on the instrument the person(s-), or the entity upon behalf of which the person() acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. LISAM.CRUZ WITNESS my hand and official seal. Notary pubh�-cahfornda 0 I ;re_ - San Diego County 0 Commission r 2398946 itic>" My Comm.Expires Apr 25,2026 Notary le Signature (Notary Public Seal) ♦ _ —— ♦ ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This Dorm complies with current California statutes regarding noun),wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed.should be completed and attached to the document.Acknowledgments from other stales 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 sante 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 forts by crossing otT incorrect forts(i.e. he/she/they,is lace)or circling the correct forms.Failure to correctly indicate this O Individual (s) inlonnation may lead to rejection of-document recording. ❑ Corporate Officer • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment fonts. D 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 Vet sion www.NotalyClasses.cont 800-873-9865 • Securely attach this document to the signed document with a staple. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 ,nrc.rretee% r,4-,r�r.vr-rs.1Wm^,-r,rr,Ms-r,r.-s.reN.n W.-ls.r,c+.rr4-.rr�.ornrc�,r-r.-c x:r-ts.c-t•x•rU-es.c(u-N�":1-~,-o nr•nrt,-r4 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 1 n/74/202 5 before me, Hector Zavala, Notary Public Date Here Insert Name and Title of the Officer personally appeared Sam Kasbar 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. HECTOR ZAVALA = Notary Public•California z WITNESS my hand official seal. Y c San Bernardino County Commission d 2382862 ` "'`My Comm.Expires 4ov 12.2025 r Signature S Nature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): LJ Corporate Officer — Title(s): ❑ Partner — i- Limited I 1 General LI Partner — ❑ Limited Li General ❑ Individual El Attorney in Fact ❑ Individual ❑Attorney in Fact Cl Trustee ❑Guardian or Conservator ❑Trustee l Guardian or Conservator 17 Other: (1 Other: Signer Is Representing: Signer Is Representing: —_ /c,,ux c t. c>uXu,c-vu,<-.cn ,XX,X-QC,c,A,`wX.,C,K;C .:C/,'“,`“r,,x-cx./, `.c>`c-c.‘ux,(X/sM)uxA,X..,:C u'L<A-c“,`CAA/,`“;`-.c>XJ,XA,`LV ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 • Executed in Duplicate Bond No.024283401 Premium included in the Performance Bond PAYMENT BOND (LABOR AND MATERIAL) KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach(hereafter referred to as"City")has awarded to KASA Construction, Inc. 15148 Sierra Bonita Lane, Chino, CA 91710 (Contractor's Name and Address) (hereafter referred to as"Principal"), a contract("Contract")for the work described as follows: Schroeder Park Improvement-CC1656 (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 Suretyis 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 Suretyhaspositive ratings of beingsecure or stable; and 9 Surety has provided financial strength ratings from reputable companies,such as from A.M. Best, Moody's, or Standard&Poor's,to validate that Surety has positive ratings of being secure or stable; and Surety is registered and listed with the California Department of Insurance, NOW,THEREFORE,we,the undersigned,as Principal,and Liberty Mutual Insurance Company 175 Berkeley Street, Boston, MA 02116 (Surety's Name and Address) as Surety, are held and firmly bound unto City in the penal sum of Four Hundred Fifty Three Thousand Sixty Six and 00/100 Dollars($ 453,066.00 ), this amount being not less than one hundred percent(100%)of the total price set forth in the Contract, in lawful money of the United States of America,for the payment of which sum,well and truly to be made,we bind ourselves, and each of our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. !� THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the Principal, his, her, or its heirs,executors, administrators, successors or assigns, or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code("Claimants")for all labor,materials or services used or reasonably required for use in performance of the work described in the Contract, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such Claimant,or prevailing wages due and penalties incurred pursuant to Sections 1774, 1775, 1813 or 1815 of the Labor Code, or any amounts required to be deducted,withheld and paid over to the Employment Development Department from the wages of employees of the Principal and Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the work or labor performed under the Contract,Surety will pay for the same,in an amount not exceeding the penal sum specified in this bond;otherwise,this obligation shall be null and void. This bond shall inure to the benefit of any of the persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns. In case any action is brought upon this bond,Surety further agrees to pay all court costs and a reasonable attorney's fee in an amount fixed by the court. 15-4584/117357 Page 1 of 2 Surety stipulates and agrees, for value received, that no change, extension of time, alteration, addition or modification to the terms of the Contract,or any contract document or any work to be performed thereunder, whether made after notice or not, shall in any way affect, impair or release the obligations of Surety under this bond. Surety hereby waives notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract,the contract documents or the work thereunder.Surety also waives the provisions of California Civil Code§§ 2845 and 2849. IN WITNESS WHEREOF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: 10/22/2025 ATTEST [Corporate Seal] r KAgA Construction, Inc. tt '(Principal Name) By: - Nam . rj yv Title: t e *151aekv" esidetr<-t- ATTES� � tNSUR �JP`oavoRi.1+ Liberty Mutual Insurance Company < o (Surety Name) 1912 rd��s4ctio- a By. * t` Nam : Judith Samuel, Attorney-in-Fact Seal No.5700 (Signature of Attorney-in-Fact for Surety) (714)634-5728 (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 V. i', Liberty POWER OF ATTORNEY PMutual.. Liberty Mutual Insurance Company Certificate No: 8213557-024103 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 Stale 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, James P.Schabarum,iI;Jase Hamilton;Jeffrey W.Cavignac;Judith Samuel;Lisa Cruz;Lisa Sayno;Oliver Craig all of the city of San Diego 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 Ist day of April , 2025 . Liberty Mutual Insurance Company OP oavo U�4 OQ�SaPoNSU Pa a o u,pgy The Ohio Casualty Insurance Company ti '4 c, q .o FLA, a no Rbr o West American Insurance Company F r % ca A 3 s m w 3 Fo /n 1912 „ — 1919 „ w 1991 n / 1 C) ra1s IN pro Q 3 l'et#1 Z N� w d'V1 '9'1CM�`' a XAMPg� t� •�S, MOIM Au •C co - Nathan J.Zangerle,Assistant Secretary, o-. '=c- o State of PENNSYLVANIA m Et2rn County of MONTGOMERY ss 4-3 On this I st day of April , 2025 before me personally appeared Nathan J.Zangerle,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 8 ar L.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 0> therein contained by signing on behalf of the corporations by himself as a duly authorized officer. a)a a)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. ez M c•y CO y L. �5p PAS),(;,„ d= oi` Q, trotavE• (� Commonwealihof Pennsylvania-Notary Seal 9` Ut u' :\ + Teresa Pastella,Notary Public C)'to .0 O ~ s F' Moonexi sMarch E w C.�. OF I My commission expires March 2e,2029 By: O C) .ey �� Commission number 1125044 y., 4f.,,VSY10,),O Member.Pennsylvania Association of Notaries eresa Pastella,Notary Public Q o t.� This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual 3 cf o•c Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: a CV E$ ARTICLE IV-OFFICERS:Section 12.Power of Attorney. '- 4-to' Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the v o 22 c President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety i= co a) any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall c 8 -,L 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 o � instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the D ai 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. tin 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, I bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth In their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Nathan J.Zangerle,Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,Is In full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 22nd day of October , 2025 . PV 1NSUye9 Pt'SY INSrj tNSURq ,`• p00P014 + yJ�omP044 'Z 9 oaPoiyr 4C, J3 Fo1a Q3 00o Fo1a _/ 1912 „ c y 1919 v c s 1991 0„ N,M ci+11 jr`' d�S'P�CHUg .aaO s,01, sa�O '� �'t'DIAP a By: a•P> * )a �yl * f� s, / * , ,4 Renee C.Llewellyn,Assistant Secretary LMS•12873 LMIC OCIC WAIC Multi Co 02i24 ,v�� Liberty Mutual. Liberty Mutual Surety ri 1001 4th Ave Ste 3800 SURETY Office: 206-473-3533 As part of its business continuity efforts during the pendency of the COVID-19 pandemic,.Liberty Mutual Insurance Company ("LMIC") on behalf of itself and the companies listed below has authorized its Attorneys-in-Fact to affix its corporate seal for surety obligations in a digital format in lieu of its traditional raised seal to any bond issued on its behalf by any such Attorney-in-Fact: Liberty Mutual Insurance Company Liberty Mutual Fire Insurance Company The Ohio Casualty Insurance Company West American Insurance Company Safeco Insurance Company of America American States Insurance Company Please note that the digital seal utilized by our authorized agents will also include their agency specific reference number. . LMIC agrees and affirms on behalf of itself and the other companies listed herein, that the digital corporate seal referenced above has the same binding effect when affixed to a bond or a Power of Attorney document as if it were a raised corporate seal. Effective this 23rd day of March, 2020. .44,ecimee09*-- By: Renee C. Llewellyn, Assistant Secretary CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of San Diego } On OCT 2 2 2025 before me, Lisa M. Cruz, Notary Public (Here insert name and title of the officer) personally appeared Judith Samuel who proved to me on the basis of satisfactory evidence to be the person() whose name(s) Is are subscribed to the within instrument and acknowledged to me that hei they executed the same in hi-Oar their authorized capacity(ies), and that by hi Cy their signature(&) on the instrument the person(s-), or the entity upon behalf of which the person() acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. RUZ WITNESS my hand and official seal. •W ;- Notary Public C•California z ytgc'+ San Diego County o • Commission 4 2398946 My Comm.Expires Apr 25,2026 Notary ignature (Notary Public Seal) ♦ ._.. ♦ ADDITIONAL OPTIONAL INFORMATION . INSTRUCTIONS FOR COMPLETING THIS FORMThis form complies wan current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT tf needed, should he completed and attached to the document.Acknowledgments fi-onr other states may be completed for documents being sent to that slate.so long as the wording does not require the California notnrr to violate California notary law. (Title or description of attached document) • State and County information must he the State and County where the document signer(s)personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s)personally appeared which (Title or description of attached document continued) must also be the same date the acknowledgment is completed. • the notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title(notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. he/she/they, is lane)or circling the correct forms.Failure to correctly indicate this ❑ Individual (s) information may lead to rejection of document recording. O Corporate Officer • The notary seal impression must he clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. 0 Partner(s) • Signature of the notary public must match the signature on tile with the office of the county clerk. O 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,CEO,Secretary). 20'15 Version www.NotaryClasses.corn 800-873-9865 • Securely attach this document to the signed document with a staple CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 °re-r�r Y V-x^,rYs.frW..M.r)Art"tstrr,e". ..-Y A—1,cr.cr vr4-rg-ev—x^ .-0.c•.r•Arrvr� .rrr-ri Arrrr.M,r-orrc(ra-x"rr. 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 1 n/74J7n75 before me, Hector Zavala, Notary Public Date Here Insert Name and Title of the Officer personally appeared Sam Kasbar 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. HECTOR ZAVALA WITNESS my han n official seal. •� Notary Public•California +s% << San Bernardino County •' Commission @ 2382862 r •' My Comm.Expires Nov 12,2025 Signature Sin ure 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): Ll Corporate Officer — Title(s): L7 Partner — ❑ Limited ❑General I 1 Partner — ❑ Limited ;.:1 General Individual I-l Attorney in Fact I 1 Individual L i Attorney in Fact Trustee LI Guardian or Conservator f 'Trustee L I Guardian or Conservator LI Other: L l Other: Signer Is Representing: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 • ,4/,\N 7-•••v CITY OF I' ff. • ate G?�F :9CI HUNTINGTON BEACH c�UN ���,,F Lisa Lane Barnes I City Clerk November 10, 2025 KASA Construction, Inc. Attn: Diana Kasbar 15148 Sierra Bonita Lane Chino, CA 91710 Re: Schroeder Park Improvements—CC-1656 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, (fi AKtive- 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 TO: City Treasurer FROM: City Clerk DATE: �� (()I,25 SUBJECT: Bond Acceptance I have received the bonds for K ` L D ksepP,oCTi (N , I N C (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. 0Z 42 '3 L(0 Labor and Material Bond No. ( (-1 914 0 I Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. Approved lO/ZI 12 (Council Approval Date) CC No. (Lo 5Agenda Item No. a5 - g D3 MSC No. City Clerk Vault No. WO- SO Other No. SIRE System ID No. --rb g:/forms/bond transmittal to treasurer s ej� 9,1, QPG�o in oi�c0 PROJECT AREA in BOLSA AVE. < Mc FADDENc AVE. 74 BOLSA AVE o = N DOVER DR o ) N Q_ EDINGER L u 0 AVE. D 73 D Z > �\ y_z HEILm a a AVE. m Z m C O O n cc o Z N o N z z ALEXANDRIA DR m Q ; WARNER w cc AVE. a a N 3—a r O y _ _ _ _ m SLATER a o m AVE. z r C7 C) 405 z o 0 0 1- TALBERT AVE. KIMBERLY DR C o PACIFIC o CD Ln 9ch 1, ELLIS AVE. \ D - / z GARFIELD^ AVE.1 \ CORNELL DR l \., c�� YORKTOWN AVEN N cog ��� 0 J PROJECT AREA y N S� �..�� d ADAMS z AVE. �_ V) D = w a m > z z m z O 'v�� INDIANAPOLIS AVE. Y m m 0o r o �� ATLANTA AVE. z Z HAMILTON AVE. NI_ BANNING OCEAN • AVE. VICINITY MAP LOCATION MAP N.T.S. N.T.S. 54 In. \I T I N ,.► loth milik �.. c,0PPORAT7 *, • . .� SchroederPark 1 col .�_ __ _ _ _�� �� Improvements p • „ II), .„„ 1*1140 lialike ' '111;11101111114110 . 1 656 e•oce. 77, 90%,,i !1/446.••••‘, _,c-4Q 0 "Oslifiesols- 01JNTNCdf " ### October 21 , 2025 CityCouncil Meeting t+..•wor rig 55 Project n.. 4 PR cT AREA icy'' C a 'b KITS* '''FIRM I 6CrLSA............."....."....\\kVE ' EZINGEP ,tsN �. ` v 7DOVERDR 7/"e m a ? YIAMNER S 2 ALEin Z. XANDRtA D! SLA R,1 g AVE = 405 a ,C1 s PACIFIC TALNE � kv_e. I \�\`w\\� KNOERLY D! 0 ELt1S AVE. \ r,,, -{ mummy � Z Affia° \ , CORNELL DR i .. 4YORKt N VE7; IIII ` ,1 �� PROJECT AREA + z AVEa a Z 1 ig plDIzANAPOIIS as m s�l'"r'++ j° TIN� :' 4 .. � P`. fig �� " ■�r .. /�j 1 LTOta 441 IF i� •�� •\�4RPORApF�'.��r�t��y\� OCEAN �. •`*, 7 VICMY MAP LOCA11ON MAP ��x,�;. �1 H.T.S. H.T.S. Ni, "+__.'",-. ' � l 4 ii L ouNT`t t"I i..ir/r 56 Project ,r, -) 1 a,.J CONCRETE FLATWORK:4 ga"TRICK,3253 P$l} ADA PICNIC TABLE tESt;mF ^*.�-- . a 0 // sN' , _ its INTEGRAL COLOR CONCRETE FLATWQRK "» w WITH TCLCAST FINISH$i'TkIC(t;3250 PE I) re Tat AarassEr> E ?- 2's n +` ' y zc) MCNUMENTSIGN t �d CaNCRETE HEADER 1 "" tpapura,4u+c } *•_ /f--- �'> 9 POUR N PLACE RUBBER SI{RFACI' 'L . ,-)' ,* ' V.cc.> -I ' VII. Ifittivi 'Ill V 0 TRASH RECEPTACLE "�� ....0,: a! { " x i 2 BIKE RACK ' rej TURF ® SOLAR LIGHT PALE e (.., fETF A �,irrrs.,,,_ 1�* aeo` �/1/ AL LOCATION O6 NQNLNENT �. '�`t SIGN TO DE CORRDMAtEO1N THE -. ``C).: +id$ R FIELD , 1 f• r t CORNELL DRIVE � �``+`�+wa g6«�'©• !� � r _ IN ~ 0OUNTY CP fr 57 r - Scope of W • Install new rubberized surfacing in the fitness equipment area. • Install new picnic area with benches, bike rack, and trash receptacle. • Install a new park sign. • Install solar lighting. • Plant new trees. ' �, °4,, • Continue the concrete path along the playground and fitness -57 4 ;g: areas. oF•� /7IS e��NTY .pL 58 Funding Construction Costs KASA Construction, Inc. Bid: $ 393,970.00 15% Contingency: $ 59,096.00 Supplemental Cost: $0.00 Total Cost: $453,066.00 Project will be funded via Park Development Fund J p Account 22845019.82900 ..F 4v<,4 06 us4000 tau, ,fir/ 59 t • Questions ? ,,,,,,, ,,,,,,,,,v,,,r, ,._ 45,2,",,,,,,, ,,_,---„,-7-A-AA,: -•','-';f,'M',:,:<''','"'`.'''''..''.':',''..d-''.' '.3;.,' -1'% 1 „il,M*--;--,,,rii ili ii Ifile,14:::1414,10iiiiiottr,,„:toet. ,..,r.„,,,,,, ,;:.,, . , -,• :,.:,fr. iii ..4,, ) I if r ;.•N viagarrAir4,2.: "•,.0,,,„tor,,Zio.c.i.,1,.-:-!.-r.'"ii ,, f.,' v t >. yd �M. q iiii i t +'6 a � Yam^ � s � 1 ..tr„r. ti stio.,;. ,. ...,; AP:....7710,10,**7:4...41fir: ,..:" *0_1;''''":4e - ,..i.,.,,i„„i.',,::,,,..j ,c,t.•ANIMeNEENTIqrt Rizekilikii.ilt pi, • ,ice°", ,b JS ' .,�, nh. ,.,. ., 60 Mr.Amory Hanson 8102 Ellis Avenue Apartment 121 Huntington Beach CA 92646 October 21, 2025 The Mayor Of Huntington Beach 2000 Main Street Huntington Beach CA 92648 My Dear Mister Mayor, I would like to express my support for Item IX,the contract for improvements at C.Frederick Schroeder Park. Sincerely Yours, Mr.Amory Hanson CC:The Honorable Casey McKeon CC:The Honorable Andrew Gruel CC:The Honorable Donald C.Kennedy CC:The Honorable E.M.Twining CC:The Honorable Grace Vandermark CC:The Honorable Chad Williams SUPPLEMENTAL COMMUNICATION Meeting Date: 10/21/25 Agenda Item No. 9 (25-803) CoI e1 : 040005 SECTION A (010-1 NOTICE INVITING ELECTRONIC BIDS for the construction of SCHROEDER PARK IMPROVEMENTS CC No. 1656 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated project and will receive such bids up to the hour of 3:00 p.m. on July 14, 2025, on the City's Planet Bids System Vendor Portal, at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this project via the City's Planet Bids System Vendor Portal website at: https://www.planetbids.com/portal/portal.cfm?CompanyID=15340. Copies of the bid documents, including instructions to bidders, bidder proposal form, and specifications may be downloaded free at the link above,via the City's Planet Bids System Vendor Portal website. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents,to be added to the prospective bidders list, and to receive addendum notifications when issued. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are available online at www.dir.ca.gov/DLSR and also on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code,Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashier's check, or bidder's bond made payable to the AGENCY for an amount A-1 no less than 10% of the amount bid. For electronic submittal of bids, the bid security must be received at the City of Huntington Beach Public Works Office,2000 Main Street,no later than the bid opening date and time. The bid security must be submitted in a sealed envelope bearing the name and address of the bidder, and the outside of the envelope must read as follows: OFFICIAL BID SECURITY- DO NOT OPEN Attention:FRANK DREVDAHL Project Name: SCHROEDER PARK IMPROVEMENTS CC #: 1656 Bid Opening Date: July 14,2025, at 3:00 p.m. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class B, at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: The WORK of this Contract will consist of increasing accessibility and useability of Schroeder Park amenities. These improvements will consist of,but are not limited to,,increasing the walking path, adding rubberized surfacing to the existing exercise area,installing lighting,and adding leisure rest areas for patrons to enjoy. A MANDATORY pre-bid meeting will be held to inspect the site and discuss the work to be done and the Contractor's responsibilities. It is highly encouraged for all sub-contractors to attend with prime contractor to Mandatory pre-bid meeting. The City's representatives will be available to address questions. The meeting will be held at 6231 Cornell Dr, Huntington Beach, CA 92647 on June 24,2025, at 8:00 a.m. All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the 'information provided in the Instructions to Bidders. Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBids system. The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 4th day of June 2024,by Resolution No. 2024-29. Attest: /s/Lisa Lane Barnes CITY CLERK.OF THE CITY OF HUNTINGTON BEACH A-2 Column OFFICIAL AD PROOF This is the proof of your ad scheduled to run in Huntington Beach Wave on the dates indicated below. If changes are needed, please contact us prior to deadline at(714) 796-2209. Notice ID:fXt8SGVHM3iGGa7vySwU I Proof Updated:Jun.04,2025 at 08:38am PDT Notice Name: NIEB Schroeder Park Improvements CC-1656 I Publisher ID:0011739567 See Proof on Next Page FILER FILING FOR Tania Moore Huntington Beach Wave tania.moore@surfcity-hb.org (714)536-5209 Columns Wide: 5 Ad Class: Legals 06/12/2025:City Notices Notice 775.02 06/19/2025:City Notices Notice 775.02 Subtotal $1550.04 Tax% 0 Total $1550.04 NIEB Schroeder Park Improvements CC-1656 - Page 1 of 3 SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of SCHROEDER PARK IMPROVEMENTS CC No.1656 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH,as AGENCY, invites electronic bids for the above stated protect and will receive such bids up to the hour of 3:00 p.m.on July 14,2025,on the City's Planet Bids System Vendor Portal,at which time or thereafter bids will be opened and made available online.Bids received after this time will be considered non-responsive.Prospective bidders must first register as a vendor and then bid on this protect via the City's Planet Bids System Vendor Portal website at:https://www.planetbids.com/portal/portal.cfm?Company I D=15340. Copies of the bid documents,including instructions to bidders,bidder proposal form, and specifications may be down loaded free at the link above,via the City's Planet Bids System Vendor Portal website. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents, to be added to the prospective bidders Ilst,and to receive addendum notifications when issued. Any contract entered Into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuantto the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft,classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are available online at www.dlr. ca.gov/DLSR and also on file at the Office of the Director of Public Works,2000 Main Street,Huntington Beach,CA 92648. The AGENCY will deduct 5%retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention In accordance with the provisions of the Public Contract Code,Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids to response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms In conformance with the instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashiers check, or bidders bond made payable to the AGENCY for an amount no less than 10%of the amount bid. For electronic submittal of bids,the bid security must be received at the City of Huntington Beach Public Works Office,2000 Main Street, no later than the bid opening date and time.The bid security must be submitted in a sealed envelope bearing the name and address of the bidder,and the outside of the envelope must read as follows: OFFICIAL BID SECURITY-DO NOT OPEN Attention:FRANK DREVDAHL Project Name:SCHROEDER PARK IMPROVEMENTS CC#:1656 Bid Opening Date:July 14,2025,at 3:00 p.m. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors License Class B,at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY.All extension of unit prices will be subiect to verification by the AGENCY. In case of cl variation between the unit price and the extension,the unit price will govern. Project Description: The WORK of this Contract will consist of Increasing accessibility and useability of Schroeder Park amenities.These improvements will consist of,but are not limited to, increasing the walking path,adding rubberized surfacing to the existing exercise area, installing lighting,and adding leisure rest areas for patrons to enloy. A MANDATORY pre-bid meeting will be held to inspect the site and discuss the work to be done and the Contractor's responsibilities. It is highly encouraged for all sub- contractors to attend with prime contractor to Mandatory Pre-bid meeting.The City's representatives will be available to address questions.The meeting will be held at 6231 Cornell Dr,Huntington Beach,CA 92647 on June 24,2025,at 8:00 a.m. All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the information provided in the instructions to Bidders.Any other contact to City staff regarding this hid solicitation will be referred back to the PlanetBids system. NIEB Schroeder Park Improvements CC-1656 - Page 2 of 3 The AGENCY reserves the right to relect any or all bids,to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA,the 4th day of June 2024,by Resolution No.2024-29. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:6/12,6/19/25 NIEB Schroeder Park Improvements CC-1656 - Page 3 of 3 TNCLUDE5 THE VDUALLEY EV VIEW 1920 Main St. Suite 225, Irvine Irvine, California 92614 (714)796-2209 legals@inlandnewspapers.com City of Huntington Beach - City Clerk's Office 2000 Main Street Huntington Beach, California 92648 Account Number: 5272431 Ad Order Number: 0011739567 Customer's Reference/PO Number: Publication: Huntington Beach Wave Publication Dates: 06/12/2025 and 06/19/2025 Total Amount: $1550.04 Payment Amount: $0.00 Amount Due: $1550.04 Notice ID: fXt8SGVHM3iGGa7vySwU Invoice Text: SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of SCHROEDER PARK IMPROVEMENTS CC No. 1656 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated project and will receive such bids up to the hour of 3:00 p.m.on July 14,2025,on the City's Planet Bids System Vendor Portal, at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this project via the City's Planet Bids System Vendor Portal website at: https://www.planetbids.com/portal/portal.cfm?CompanylD=15340.Copies of the bid documents, including instructions to bidders, bidder proposal form,and specifications may be downloaded free at the link above,via the City's Planet Bids System Vendor Portal website. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents,to be added to the prospective bidders list,and to receive addendum notifications when issued.Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California,the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are available online at www.dir.ca.gov/DLSR and also on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648.The AGENCY will NIEB Schroeder Park Improvements CC-1656 - Page 1 of 3 Tt16 See Proof on Next Page INCLUDES THE • FOUNTAIN VALLEY VIEW Huntington Beach Wave 1920 Main St.Suite 225,Irvine Irvine,California 92614 714)796-2209 2000 Main Street Huntington Beach, California 92648 AFFIDAVIT OF PUBLICATION STATE OF CALIFORNIA County of Orange County I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above-entitled matter. I am the principal clerk of the Huntington Beach Wave, a newspaper that has been adjudged to be a newspaper of general circulation by the Superior Court of the County of Orange County, State of California, on July 1, 1998, Case No. A-185906 in and for the City of Irvine, County of Orange County, State of California; that the notice, of which the annexed is a true printed copy, has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates,to wit: 06112/2025,0611912025 I certify (or declare) under the penalty of perjury under the laws of the State of California that the foregoing is true and correct: Executed at Anaheim,Orange County,California,on Date:Jun 19, 2025. C S/.ture NIEB Schroeder Park Improvements CC-1656 - Page 1 of 3 CITY OF [ g HUNTINGTON BEACH Chau Vu I Public Works Director ADDENDUM NUMBER 1 FOR SCHROEDER PARK IMPROVEMENTS, CC-1656 in the CITY OF HUNTINGTON BEACH JUNE 16, 2025 Notice To All Bidders: This Addendum Number 1 includes modifications to the License requirements on A-2. 1. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A and/or Class B, at the time of the bid opening. This is to acknowledge receipt and review of Addendum Number 1, dated June 16, 2025. Company Name By Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Frank Drevdahl at (657) 408-9138 within 24 hours of posting. Cell: (657)408-9138 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov CITY OF HE3 HUNTINGTON BEACH Chau Vu I Public Works Director ADDENDUM NUMBER 2 FOR SCHROEDER PARK IMPROVEMENTS, CC-1656 in the CITY OF HUNTINGTON BEACH JULY 9, 2025 Notice To All Bidders: This Addendum Number 2 includes modifications to Section C. 1. The City is adding a Pre-Qualifications Questionnaire to Section C of the bid packet. All potential bidders must complete the Pre-Qualifications Questionnaire to be eligible to bid. This is to acknowledge receipt and review of Addendum Number 1, dated July 9, 2025. Company Name By Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Frank Drevdahl at (657) 408-9138 within 24 hours of posting. Cell: (657)408-9138 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov PWC Registration#: CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. •How many times in the last five(5)years has your firm been assessed and paid liquidated damages after completion of a project under construction contract with either a public or private owner?(Explain on a separate sheet.Identify all such projects by owner, owner's address,date of completion of the,project, amount of liquidated damages assessed, and all other information necessary to fully explain the assessment of liquidated damages.) 0 1 2 3 4 5+.. [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] 2. How man times in the last five (5) years has your firm made any claim against a project owner concerning work on a project or payment for a contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identi&the claim(s).by providing the project name, date of the claim, name of the entity(or entities).against whom the claim was filed.a brief description of the nature of the claim, the court in which the case was filed, and a brief description of the status of the claim[e.g.. "pending".or if,resolved,'a brief description of the resolution].) 0 ' 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] 3. How many times in the last five(5)years has CalOSHA cited and assessed penalties against your firm for any"serious,""willful," or"repeat"violation(s) or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s).of safety or health regulations? (NOTE:If you have filed an appeal of citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you'need not include information about it.) 0 1 . 2 ' 3 4 . 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] 4. How many times during the last five (5) years has your firm been required to pay back wages and/or penalties related to state or federal prevailing wage laws for work performed by your firm? (Explain on a separate sheet. Ident'the claim(s)'by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed, and a brief description of the status of the claim[e.g. `pending"or, if resolved,a brief description of the resolution].) 0 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] UNSUCCESSFUL BIDS . CC No. 1656 Schroeder Park Improvements ��i� CITY 0 / If \ F HUNTiNGTON BEACH `cFc�UNT„s„ ........... Lisa Lane Barnes I City Clerk January 15, 2025 A2Z Construct, Inc. P.O. Box 80425 Rancho Santa Margarita, CA 92688 • RE: Schroeder Park Improvements—CC-1656 Enclosed please find your original bid bond for CC No. 1656. Sincerely, 0#444.ce, / Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov AZZ:(6-ter0q1-- SECTION C PROPOSAL for the construction of SCHROEDER PARK IMPROVEMENTS - CC No. 1656 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 60 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for- award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work,that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a.period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in,the amounts bid, unit prices shall govern over extended amounts,and words shall govern over figures. • c-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within I0 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may,at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bid Bond in the amount of ' ' 5.00which said amount is not less than 10%of the aggregate of the total bid price,as required by the Notice Inviting ELECTRONIC 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 'dde •Signature 1 6/16/25 177 2 7/09/25 )17 C-2 EBCI l Y OF HUNTINGTON BEACH Chau Vu 1 Public Works Director ADDENDUM NUMBER 2 FOR SCHROEDER PARK IMPROVEMENTS, CC-1656 in the CITY OF HUNTINGTON BEACH JULY 9, 2025 Notice To All Bidders: This Addendum Number 2 includes modifications to Section C. 1. The City is adding a Pre-Qualifications Questionnaire to Section C of the bid packet. All potential bidders must complete the Pre-Qualifications Questionnaire to be eligible to bid. This is to acknowledge receipt and review of Addendum Number 1, dated July 9, 2025. A2Z Construct Inc Matthew Jafari Company Name By 07/13/2025 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Frank Drevdahl at (657) 408-9138 within 24 hours of posting. Cell (657)408-9138 I 2000 Main Street Huntington Beach,CA 92648 I www.huntingtonbeachca.gov • PWC Registration##: 1000012937 CONTRACTOR PRE-QUAILIFICATiON QUESTIONNAIRE • I. How many times in the last five(5) years has your firm been assessed and paid liquidated damages after completion of a project under construction contract with either a public or private owner? (Explain on a separate sheet.Idertti/y all such projects by owner, owner's address,date of completion of the project, amount of liquidated damages assessed, and all other information necessary to fully explain the assessment of liquidated damages.) • [Insert or mark with an for numberimeS XAdd the X to the right of the numbers shown] 2. How man times in the last five (5) years has your firm made any claim against a project owner concerning work on a project or payment for a contract and filed that claim in court or arbitration'? (Explain on a separate sheet. Identify the claim(s)by providing the project name, date of the claim,name of the entity(or entities)against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed, and a brief description of the status of the claim [e.g. "pending"or if resolved, a brief description of the resolution].) a ( X 1 . . 2 . 3 ( 14 i 5+ 1 [Insert or mark with an X for number of times.Add the X to the right of the numbers'shown] 3. How many times in the last five(5)years has CalOSHA cited and assessed penalties against your firm for any"serious," "willful,"or"repeat"violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s) of safety or health regulations? (NOTE: If you have filed an appeal of citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it.) t 2 i I 3 i 4F 5+ t. [Insert or mark with an Xfor number of times.Add the X to the right of the numbers shown] 4. How many times during the last five (5) years has your firm been required to pay back wages and/or penalties related to state or federal prevailing wage laws for work performed by your firm?(Explain on a separate sheet. Identify the claims,)by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filedand a brief description of the status of the claim(e.g.;"pending"or; if resolved.a brief description of the resolution].) • • 11, X . 1 i . 2 I 3' . 4 15+. I . [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] OTYOFHUNIINGTON BEACH 9CHROEDE2 PARK I M PROVEN EVTS CONTRACTOR BID SCHEDULE PR3 11VEOONTRACTORS-IALL IT8v1 IZE BID Ull UZI NG THISSJ-I®ULE Estimated Item No. Description of Work Unit quantity Unit Price($) Total($) 1 Mobilization and Demobilization(Not to Exceed 5%)' $ Lump Sum $ 10100C).00 $ 10,000.00 2 Demolition and Removal $ Lump Sum $ I O,C77 '.oD $ I D,000.0"0 3 Dust Control $ Lump Sum $ S,OV0.00 $ S,ODO• Or, 4 Rough Grading and Earthwork $ Lump Sum $ 10,CVO.c70 $I a,C-DV.07, 5 Concrete Flatwork(4") SF 440 $ 3a•0O' $ 13, 2 by. D p Integral Color Concrete Flatwork wl Top-Cast Finish t 6 (4„) SF 610 $ 3S•OU $ z ,351).OD 7 Concrete Header LF 45 $ (or).0 D $ 41 SOO • OT) 8 Pour in Place Rubber Surface SF 3,500 $ 20•CYO slot ptjTJ .O 8 9 ADA Picnic Table EA 2 $ 3,W0.017 $ b,000•OP 10 Trash Receptacle EA 2 $ I,as a • 00 $ 25000. 00 11 Bike Rack EA 1 $ 2,OD0 . 00 $ Z,00Z•00 12 Park Monument Sign LS 1 $ `) 17Ut7. Dv , $ -1 , Upa. 00 13 Site Prep.And Fine Grading SF 800 $ 14.00 $ 6, 010. 0 0 14 Weed Abatement SF 800 $ I'D,pv $ ,OUT . CJ D 15 36"Box-Tree EA 2 $ cj01).0-0 $ I, 000.00 16 Mulch-3"Layer CY 8 $ i GO 60 $ p 60 •OD 17 Irrigation Modifications LS 1 $5,000 00 $ 5,ctC.0b 18 Solar Exterior Lighting LS 1 $L0,ODO CU $V,COO• 00 19 90 Day Maintenance Period LS , 1 $ 31 Cov,OI' $ � Oro. co Total in Numbers: .n 1 1` $'2.4 So.OD � Total in Words: ¶ Jo `'It4 �2QY-CD1'�Sij(�1'ousetH� Pt6k-tnuhareS--rif-kNear,d rt. cc hits C-3 Note: Bidders must provide pricing for every bid item.The lump sum amount for Mobilization shall not exceed five percent (5%)of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor,materials,tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field.There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. C-4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or$10,000,whichever is greater, and the portion of the work to be done by such subcontractor. Bid Na me and Address of State Class DIR PWC Dollar % of Item(s) Subcontractor License Registration# Amount Contract Number Pro Service-5 6cheraP 10.14I► 2 Q CDv,h-sic-tr, L)L.1 i UOp'1�Q�O�_115b� .G a rT�/ (� &O51 13ti5inesS fer ler SQp, DIe Jv, Cl}. 1.15�} 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-5 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on , at Mission Viejo , 2025 Date City State Matthew Jafari , being first duly sworn, deposes and says that he or she is President of A2Z Construct Inc the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership,company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price,or that of any other bidder,or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. A2Z Construct Inc Name of Bidder i' S gnatu 63 Via Gatillo Rancho Santa Margarita, CA 92688 Address of Bidder C-6 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 SCHROEDER PARK IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons,as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is.familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. A2Z Construct Inc Contractor Matthew Jafarj By President Title Date: 07/13/2025 C-7 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 6l�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-8 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. A2Z Construct Inc Contractor Matthew Jafari By President Title Date: 07/13/2025 • C-9 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: A2Z Construct Inc Bidder Name 63 Via Gatillo Business Address Rancho Santa Margarita, California 92688 City, State Zip ( 949 ) 283-5179 a2zconstructinc2@aoi.corn Telephone Number Email Address 739539 A& B State Contractor's License No. and Class 08/20/1997 Original Date Issued 03/31/2027 Expiration Date The work site was inspected by Matthew Jafari of our office on June 24 , 2025. The following are persons, firms, and corporations having a principal interest in this proposal: Matthew Jafari The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise,to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. A2Z Construct Inc Company Na SEE CAt1FORMA NOTA W,ATIt C7j SJgriat re(of Bf er Matthew Jafari Printed or Typed Signature C-10 NOTARY CERTIFICATE Subscribed and sworn to before me this_day of , 202_ . A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of QU.$htiq ) County of )14,nli, ) On Z. )\4 k.k A,d a 5 before me, .S tphunct k)t Lean NJ1-tfkA cti c Mopith, Day, and Year Insert Name and Title of Nota'ty personally appeared AA ew Y 0 F la v i — NameW)of Signer(Si}' who proved to me on the basis of satisfactory evidence to be the erson( whose name is/are subscribed to the within instrument and acknowledged to me that Vshe/they executed the same in Oher/their authorized capacity(ips), and that by la er/their signatureVI on the instrument the person(,$ or the entity upon behalf of which the persona)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. . ON WITNESS my hand and official seal. . ST EP:aNiE CE E Notary Public•California i Orange County gy� Commisson o 2a90678 ' My C-mm Exann May 20,2028 Signature �.4/2 ,A tit / Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-11 Bidder's Project History For the purposes of this project, the.bidder shall provide project history of similar work, specifically referencing the construction of {Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and,greater in public right- of-way. Sanitary sewer lift stations of similar size,, project work within public streets, an area containing high ground water and pipeline construction in high ground water regions with trench, depths of 8-feet to the invert."}. 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. Anaheim Elementary School District 1001 S East Street Anaheim,CA 92805 Name and Address of Public Agency Name and Telephone No. of Project Manager: James Youn 949-539-7883 $222,500.00 Demo, Base, Concrete, Playground&Shade Structure, Rubber Surface 01/10/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. Anaheim Elementary School District 1001 S East Street Anaheim,CA 92805 Name and Address of Public Agency Name and Telephone No. of Project Manager: James Youn 949-539-7883 202,500.00 Demo, Base,Concrete,Playground&Shade Structure, Rubber Surface '01/10/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: • 3. City of Stanton 7800 Katella Ave Stanton,CA Name and Address of Public Agency Name and Telephone No. of Project Manager: Han Sol Yoo 714-890-4204 $250,000.00 Playground Equipment, Rubber Surfacing, Benches,and Waste Receptable 5/14/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-12 C-13 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. Matthew Jafari Name of proposed Project Manager Telephone No. of proposed Project Manager: 949-283-5179 Demo, Base, Concrete, Playground&Shade Structure, 01/10/2025 Harbor Ball Elementary School Rubber Surface Project Name & Contract Amount Type of Work Date Completed Demo, Base, Concrete, PlaPlayground and Shade Structure Project Rubber Sur und acehade Structure, 01/10/2025 at John Marshall Elementary School Project Name&Contract Amount Type of Work Date Completed Playground Equipment, Stanton Family Resource Center Rubber Surfacing, Benches, Renovation . and Waste Receptable 5/14/2025 Project Name& Contract Amount Type of Work Date Completed 2. Saloman Romero Name of proposed Superintendent Telephone No. of proposed Superintendent: 323-501-4020 Demo,Base,Concrete, Harbor Ball Elementary School. Playground&Shade Structure, 01/10/2025 Rubber Surface Project Name &Contract Amount Type of Work Date Completed Demo,Base and Concrete, Installation of Playground and Playground and Shade Structure Project Shade Structure, and Rubber 01/10/2025 at John Marshall Elementary School Surface Project Name &Contract Amount Type of Work Date Completed Playground Equipment, Stanton Family Resource Center Rubber Surfacing, Benches, Renovation and Waste Receptable 5/14/2025 Project Name&Contract Amount Type of Work Date Completed C-14 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (D1R) 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 $400. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 https://www.dir.ca.gov/public-works/PublicWorksSB854.htm1 DIR's Contractor Registration Link—Call (844) 522-6734 https://www.d i r.ca.gov/publ ic-works/contractor-registration.html DIR's Contractor Registration searchable database: https://cad i r.secu re.force.com/ContractorSearch I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on,be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL.subcontractors at the time of submitting the bid. A2Z Construct Inc Contractor Matthew Jafari By a2zconstructinc2@aol.com Email President Title Date: 07/13/2025 PWC Registration #: 1000012937 c-15 THE Emil IRAY SURETY The Gray Insurance Company The Gray Casualty&Surety Company Bid Bond Know all men by these presents: THAT A2Z CONTRUCT,INC. • of P.O.BOX 80425,RANCHO SANTA MARGARITA,CA 92688 hereinafter called the Principal, and The Gray Casualty&Surety Company of Metairie, Louisiana, a corporation duly organized under the laws of the State of Louisiana, as Surety, hereinafter called the Surety, are held firmly bound unto THE CITY OF HUNTINGTON BEACH as Obligee, hereinafter called the Obligee, in the sum of 10% for the payment of which sum and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid: Job Number: CC-1656 Project Description: SCHROEDER PARK IMPROVEMENTS Project Location: HUNTINGTON BEACH,CA NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specialized in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void, otherwise to remain in full force and effect. Signed this 10TH day of JULY , 2025 , by: SEE CALIFORNIA NOTE,AT 1ACIM Principal: A2Z CONTRUCT,INC. Witness: 1 l Signature and Title: r Signature: Surety: THE GRAY CASUALTY&SURETY COMPANY Witness: Attorney-in-Fact: MICHELE KIRSTEN GIESING,ATTORNEY-IN-FACT Signature: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 _ ea @ 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 J} On JULY 10, 2025 before me, SANDRA FIGUEROA, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared MICHELE KIRSTEN GIESING Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/ar-e-subscribed to the within instrument and acknowledged to me that#e/she/they executed the same in 4:4s/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(&), or the entity upon behalf of which the person(&)acted,executed the instrument. I certify under PENALTY OF PERJURY under the SANDRA FIGUEROA laws of the State of California that the foregoing ^ ^COMM.#2499159 paragraph is true and correct. Z SAN DIEGO COUNTY NOTARY PUBLIC-CALIFORNIAZ WITNESS my hand and official seal. MY COMMISSION EXPIRES LSEPTEMBER 22,2028 Signature Place Notary Seal and/or Stamp Above Signature of ary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document 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: MICHELE KIRSTEN GIESING Signer's Name: ❑ Corporate Officer—Title(s): 0 Corporate Officer—Title(s): . ❑ Partner— 0 Limited 0 General 0 Partner— 0 Limited 0 General ❑ Individual ® Attorney in Fact 0 Individual 0 Attorney in Fact ❑ Trustee 0 Guardian of Conservator 0 Trustee 0 Guardian of Conservator ❑ Other: 0 Other: Signer is Representing: Signer is Representing: ©2017 National Notary Association • Helen Maloney&Associates Insurance Servic 07/10/2025 10:23 1205892038060 ' THE GRAY INSURANCE COMPANY THE GRAY CASUALTY&SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number: Principal: A2Z CONSTRUCT,INC. • Project: SCHROEDER PARK IMPROVEMENTS KNOW ALL BY THESE PRESENTS,THAT The Gray Insurance Company and The Gray Casualty&Surety Company,corporations duly organized and existing under the laws of Louisiana,and having their principal offices in Metairie,Louisiana,do hereby make,constitute,and appoint:Michele Kirsten Giesing, John G.Maloney,Helen Maloney,Sandra Figueroa,and Mark D.Iatarola of Escondido,California jointly and severally on behalf of each of the Companies named above its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver, for and on its behalf and as its deed,bonds,or other writings obligatory in the nature of a bond,as surety,contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty& Surety Company at meetings duly called and held on the 26th day of June,2003. "RESOLVED,that the President,Executive Vice President,any Vice President,or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings,and all contracts of surety,and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney,and to attach the seal of the Company;and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond,undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF,The Gray Insurance Company and The Gray Casualty&Surety Company have caused their official seals to be hereinto affixed,and these presents to be signed by their authorized officers this 4'h day of November,2022. H 'R A`''c .0ftir-44'1.- �,/i� SJP`''Y,d'? ct� Michael T.GrayCullen S.Piske (( i SEAL s q SEAL ) BY: a: a President President : _ a 1•..• c. The Gray Insurance Company • The Gray Casualty&Surety Company y-.. . •�••• State of Louisiana ss: Parish of Jefferson 1 On this 4'h day of November,2022,before me,a Notary Public,personally appeared Michael T.Gray,President of The Gray Insurance Company,and Cullen S.Piske,President of The Gray Casualty&Surety Company,personally known to me,being duly sworn,acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of,and acknowledged said instrument to be the voluntary act and deed,of their companies. • f Leigh Anne He icen 1J 1 1 hl0l . 9 Notary Public cM' ti Notary ID No.92653 Leigh Anne Henican Notary Public,Parish of Orleans State of Louisiana Orleans Parish,Louisiana My Commission is for Life I,Mark S.Manguno,Secretary of The Gray Insurance Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Company this 10TH day of JULY , 2025 044.440.4-res.4 I,Leigh Anne Henican,Secretary of The Gray Casualty&Surety Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Company this 10TH day of JULY ,2025 . (1171L(II Ul v---)1p mv , go �; SEAL .. 'Ta ,�y1. .,.k, eke +____„ S t 4 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 July 11 2025 before me, Stephanie De Leon, Notary Public (insert name and title of the officer) personally appeared Matthew Jafari who proved to me on the basis of satisfactory evidence to be the person(s'jwhose names')is/are subscribed to the within instrument and acknowledged to me that a/she/they executed the same in lFi /her/their authorized capacity(J), and that by I (s per/their,signature4on the instrument the person(js , or the entity upon behalf of which the personX 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. STEPHANIE DE LEON WITNESS myhand and official seal. • . NotaryPublic-California �` Orange County Commission x 2490678 My Comm.Expires May 20,2028 Signature iliVALativi ( .err l (Seal) a'r1-ach-e d ; d 13 I n d po-aCons-hrut - rL. P.d.EUos.tOL-1./5 R hcl^o • CO—c1DS$ b 9c,1fN1—T1D °PEN 144-1- v,-l-iov\.. Fray\\CD,re vdal-,• 7YoyeC-E--Navoe'. 5cl roed-etrl'orK Improvevyleh+5 t gib Opel^ir��a1�. J-Uly 14, 202-5 a.$ 3;O0in." I. PublicWorksEogineering i Iiii ANT I NGT� CITY 0 F HUNTINGTON BEACH <�f'i'gioi CO:' • 1� F��GNTi... i Lisa Lane Barnes I City Clerk January 15, 2025 Asad Holdings LLC dba OrangeBlue General Contractors 2701 Cabot Road, Suite 108 Laguna Hills, CA 92653 RE: Schroeder Park Improvements—CC-1656 Enclosed please find your original bid bond for CC No. 1656. Sincerely, 011144.10°6-41e, Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov Om/0 6/1/P 6ev(igvv---k0 SECTION C PROPOSAL for the construction of SCHROEDER PARK IMPROVEMENTS CC No. 1656 in the CI.TY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 60 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts,and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required,contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find BID BOND in the amount of which said amount is not less than 10%of the aggregate of the,total bid price, as required by the Notice Inviting ELECTRONIC 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 1 06/16/2025 4tmtadL/e�r�.adru 2 07/09/2025 Ault.CLdL C-2 • CITY OF HUNTINGTON BEACH SCHROEDER PARK IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Estimated Item No. Description of Work Unit Quantity Unit Price($) Total($) 1 Mobilization and Demobilization(Not to Exceed 5%) $ Lump Sum $ 25,000.00 $ 25,000.00 2 Demolition and Removal $ Lump Sum $ 15,000.00 $ 15,000.00 3 Dust Control $ Lump Sum $ 4,500.00 $ 4,500.00 4 Rough Grading and Earthwork $ Lump Sum $ 10,000.00 $ 10,000.00 5 Concrete Flatwork(4") SF 440 $ 25.00 $ 11,000.00 6 Integral Color Concrete Flatwork w/Top-Cast Finish SF 610 $ 38.00 $ 23,180.00 7 Concrete Header LF 45 $ 44.00 $ 1,980.00 8 Pour in Place Rubber Surface SF 3,500 $34.80 $ 121,800.00 9 ADA Picnic Table. EA 2 $ 5,900.00 $ 11,800.00 10 Trash Receptacle EA 2 $ 1,000.00 $ 2,000.00 11 Bike Rack EA 1 $ 2,200.00 $ 2,200.00 12 Park Monument Sign LS 1 $ 20,000.00 $ 20,000.00 13 Site Prep.And Fine Grading SF 800 $ 4.25 $ 3,400.00 14 Weed Abatement SF 800 $ 1.25 $ 1,000.00 15 36"Box-Tree EA 2 $ 1,100.00 $ 2,200.00 16 Mulch-3"Layer CY 8 $ 99.00 $ 792.00 17 Irrigation Modifications LS 1 $ 32,329.00 $ 32,329.00 18 Solar Exterior Lighting . LS 1 $ 60,000.00 $ 60,000.00 19 90 Day Maintenance Period LS 1 $ 1,500.00 $ 1,500.00 Total in Numbers: $349,681.00 Total in Words: Three Hundred Forty Nine Thousand Six Hundred Eighty One Dollars C-3 Note: Bidders must provide pricing for every bid item.The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials,tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field.There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. • C-4 • 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 ofthe total bid or$10,000,whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of • State Class DIR PWC Dollar % of Item(s) Subcontractor License Registration# Amount . Contract.. Number NO FAULT SAFETY SURFACE C61 8 1052576 D12 1000374347 $99,745.00 27.8 766 S Gifford Ave,San Bernardino,CA 92408 BRAVO SIGN &DESIGN, INC. A 12 520 S. CENTRAL PARK AVE. E. 641391 C61 1000006083 $19,275.00 5.4 ANAHEIM CA 92802-1472 D42 13, 14 Scapepros Landscaping 15, 16 1100 E.Orangethorpe Ave.Suite 252-F 1114665 C27 100138222 $33,413.07 9.3 17, 19 Anaheim,CA 92801 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-5 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 07 10 2025at Laguna Hills , CA Date City State Arman Tehran' , being first duly sworn, deposes and says that he or she is Managing Member o fAaad Holdings LLC DBA OrangeBlue General Contractors 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. Asad Holdings LLC DBA OrangeBlue General Contractors Name of Bidder Ott 7.2.4Q.rte Signature of Bidder 27071 Cabot Rd, Ste 108, Laguna Hills, CA 92653 Address of Bidder C-6 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 SCHROEDER PARK IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons,as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Asad Holdings LLC DBA OrangeBlue General Contractors Contractor Armen Tehran' 44.4-frtarL By Managing Member Title Date: 07/10/2025 C-7 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 U/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-8 COMPENSATION INSURAlICE 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. Asad Holdings LLC DBA OrangeBlue General Contractors Contractor Arman Tehrani 44.44 arL%¢`�icate By Managing Member Title Date: 07/10/2025 • C-9 „ . INFORMITION. .1VOPOt,p,pftiffe,0 that the following infOrin4tiouJSyueotid,eS Okee# 40,00010 LLO, Or'anget3lue.OpnOroll4potrApfPrA' „.. . Bidder Name 27,07:1;.:0060f,Rd Suite 108 , ,)34sk0.$$:Address: Laguna Hills CA qty; Stat0') p 'a46.1317,6700, Atifp©00,itgeblije,org , •• Telephone Number Email Address ,A10.404:6 A& B State Contractor's titc,P*No and Class f•04/Z0/29. 1. DitiiialiThite Issued: (14/00/2027' Expiration Date • The work site*a.SiiiSpeefed,by Beni Keyhani of out,office ons)(11710: 24th . Atqprson , 1 s,ad otporatióhshavingainterest In thilj.topqa11$ Arman Tehrani The . _ . .... • „ „ . . undersigned is:1*...00'.'ea to satisfr the,Council of the City of 1710tirOpn,Beach:Of its ability, financially or otherwise,to perform the"contract for the orop9, 41".„*,..-07k404::*proy,:ei*,4,$Jwk000t.444*Oo.': with the. Asad Holdings'LLP...1).E3A Oran ehetaltontitattOt§, ........ „ Co#Ip4ny N4r,no Signature of Bidder, Arm an Printed pt Typed Sigu4tote, •04 a • ,„, • • .'NOTARY 004.104(.1:40.t.., • Siihscribi and SWorn:to hefore me C - . • „ • A notary.public or;pflict officer completing this.certificate verifies only the adoitIcy of the individual who signed the document; to which this certificate is attached,.: the truthfulness,accuracy,or validity-a that document „ , • .• , •• • • .....• .•„.• „ ••• • • „ .• • ••• • .„„„ • • . Sigie:ofkFA1County of. ..61141,S,6E: , -• 04 46x-5 j'n6; Lit 6Airt11Tt1 'PUtt,477,C:. Months Day Iii,sgre,Natii6,4fid:Wit16-',0fNot4j?: personally appeared Alu . ....... • „ . " ..N400.(s):0f$igoogo .„ .„ ,• who proved to me 13n.,the basis 'of Satisfactory'cviciciipe:,to be t)*, person(s) whose name(s) is/are subscribed to the within instrument and 0,14.10*.100d. e000-4-:the same ih higlicrithCirauthoriteif capacity(ies), and that )?y::4i,qh9;040.* -4014tte,(0.;-pi-1 the instrument the persona orthe entity upon behalf of Wii:1441k-itgf$..0(s)acted,executed the rnstiument ••.•• • i:.odittify.-Aini:Wf PENALTY i0F:PERJURY'Vtida th&.:lawss. the State of California that the foregoing „ . paragraph is true,and correct. • v „ . , „ „ , •• „., „,.. „„ , „ WITNEss.tvliatiaAild • , • i. , _ . . OctariTu.P.vc,coronliat •• • :Orang6 County • . . . . • • • . • 14[470.14(Ofte,5:Nov . . „ Signat • : • Sig at of otary Public (P1-A0-.-10ZWY:.$E44:100.V.E) . , . ,• .• s(.4•1: . . • Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right- of-way. Sanitary sewer lift stations of similar size, project work within public streets, an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."I. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names,address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. City of San Marcos 1 Civic Center Dr, San Marcos, CA 92069 Name and Address of Public Agency Name and Telephone No. of Project Manager: Jason Linsdau 760-759-2466 $509,198.00 Park Improvement July 2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Installation of PT Sport Field, Landscaping, Masonary Wall and Striping, Concrete, Benches, Fence 2. City of Seal Beach 211 8th St, Seal Beach, CA 90740 Name and Address of Public Agency . Name and Telephone No. of Project Manager: Nick Hardin 714-457-1340 $2,200,000.00 Site and Building Improvement July 2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Building and Court Improvement, Under Ground Utility, Lighthing, Sport Court Surfaces 3. North Orange County Community College District 1830 W Romneya Dr, Anaheim, CA 92801 Name and Address of Public Agency Name and Telephone No. of Project Manager: Anne Acurso 714-484-7733 $284,000.00 ADA Concrete and Asphalt August 2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Grading, Asphalt, Concrete Sidewalk, Landscaping, Curb and Gutter C-12 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right- of-way. Sanitary sewer lift stations of similar size, project work within public streets, an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names,address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. City of Rancho Palos Verdes 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 Name and Address of Public Agency Name and Telephone No. of Project Manager: Alan Braatvedt 310-525-0684 $220,000.00 Public ROW Improvement December 2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Storm Drain, Catch Basin, Landscaping, Asphalt 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-12 C-13 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. Siamak Tehrani ( Matser of Architcture ) Name of proposed Project Manager Telephone No. of proposed Project Manager: (949) 541-1141 Private School $11,000,000.00 Building Addition 2019 Project Name & Contract Amount Type of Work Date Completed Village Green $700,000 34 Unit Complex Development 2021 Project Name &Contract Amount Type of Work Date Completed OCC Colleges Varies Site and Buildiung 2015- 2021 Project Name &Contract Amount Type of Work Date Completed 2. Arman Tehrani Name of proposed Superintendent Telephone No. of proposed Superintendent: (949) 332-0652 Richmar Park Phase II Mini-Pitch Installation $509,198.00 Park Improvement July 2025 Project Name & Contract Amount Type of Work Date Completed Seal Beach Tennis&Pickleball Center Improvement $2,200,000.00 Site and Building Improvement July 2024 Project Name & Contract Amount Type of Work Date Completed Storm Drain Imporvement At Peackock Ridge $220,000.00 Public ROW Improvement December 2024 Project Name & Contract Amount Type of Work Date Completed C-14 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 $400. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 https://www.dir.ca.gov/public-works/PublicWorksSB854.html DIR's Contractor Registration Link—Call (844) 522-6734 htt ps://www.dir.ca.gov/public-works/contractor-registration.htmnl DIR's Contractor Registration searchable database: https://cadir.secure.force.com/ContractorSearch 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. Asad Holdings LLC DBA OrangeBlue General Contractors Contractor Arm an Tehrani Ail 2¢4aite: By armant@orangeblue.org Email Managing Member Title Date: 07/10/2025 PWC Registration #: 1000994213 C-15 " '1.7'107L*Cill.:.AP;F.4, Public Works Support Log in Department:41 -1fd tat • eCPR Search Contractor Registration Search Project Registration Search Register Home > Customer Account Lookup > 1000006083-BRAVO SIGN&DESIGN INC 1000006083 - BRAVO SIGN & DESIGN INC Customer Account Lookup PWCR 1000006083 Contractor Status DI R Approved CSLB 641391 [ Business Phone 7142840500 • Ext Registration Start Date 2023-07-05 Legal Entity Name BRAVO SIGN&DESIGN INC Doing Business As (DBA) BRAVO SIGN&DESIGN INC Business Structure Corporation-C corp President FRANK FIORE Email dfiore@bravosign.com Registration End Date 2026-06-30 Crafts Laborer(Construction-Fence Erector-Housemover) (Engineering Construction) j Parking/Highway/Improvement r Laborer and Related Classifications [Parking and Highway Improvement(Striping,Slurry and Seal Coat Operations-Laborer) Laborer and Related Classifications (Building Construction) ! LABORER] Address Mailing Address 520 S CENTRAL PARK AVE E Mailing Address-City I 1 ' f ANAHEIM Mailing Address-State CA Mailing Address-Zip f . 92802 Mailing Address-Country UNITED STATES Physical Address Physical Address-City Physical Address-State Physical Address-Zip Physical Address-Country E � Related Lists Registration Dates O Terms&Conditions Privacy Policy, Disclaimer Nondiscrimination Notice Copyright 2024 State of California Accessibility. d i r.ca.gov .'' iitta Public Works Support Log in eCPR Search Contractor Registration Search Project Registration Search Register Home > Customer Account Lookup > 1000374347-No Fault,LLC 1000374347- No Fault, LLC Customer Account Lookup PWCR 1000374347 Contractor Status E f DIRApproved CSLB Business Phone ' Ext Registration Start Date 2023-09-15 Legal Entity Name No Fault, LLC Doing Business As(DBA) Business Structure Limited Liability Company(LLC) President Email raquel@nofault.com Registration End Date 2026-06-30 Crafts [ Laborer and Related Classifications ?I Parking and Highway Improvement£ Address Mailing Address 3112 Valley Creek Drive,Suite C Mailing Address-City Baton Rouge Mailing Address-State LA Mailing Address-Zip 70808 { Mailing Address-Country United States of America Physical Address 766 S Gifford Ave Physical Address-City San Bernardino Physical Address-State CA Physical Address-Zip 92408 Physical Address-Country United States of America 1 I Related Lists RogistratiactRatQa. .sc. Terms&Conditions Privacy Policy, • Disclaimer Nondiscrimination Notice Copyright 2024 State of California Accessibility d i r.ca.gov Le4 00 Public Works Support Log in eCPR Search Contractor Registration Search Project Registration Search Register Home > Customer Account Lookup > 1000994213-ASAD Holdings LLC 1000994213 -ASAD Holdings LLC . Customer Account Lookup PWCR 1000994213 Contractor Status DIRApproved CSLB 1074946 Business Phone 19493175700 • Ext Registration Start Date 2025-06-04 Legal Entity Name ASAD Holdings LLC Doing Business As(DBA) Asad Holdings LIc Business Structure --None-- President Arman Tehrani Email armant@orangeblue.org Registration End Date 2027-06-30 Crafts Driver(On/Off Hauling) TUNNEL/UNDERGROUND(OPERATING ENGINEER-HEAVY AND HIGHWAY WORK) 1Laborer(Construction-Fence Erector-Housemover) (Engineering Construction) Carpenter 1Fence Builder(CarpenterTI1General Engineering: 1Carpenter and Related Trades Address Mailing Address 27071 Cabot, 108Ste 108 Mailing Address-City Laguna Hills Mailing Address-State CA • Mailing Address-Zip 92653 Mailing Address-Country United States Physical Address Physical Address-City i f Physical Address-State i t � t � f Physical Address-Zip a ' Physical Address-Country j r Related Lists Registration Dates 0 Terms&Conditions Privacy Policy, Disclaimer Nondiscrimination Notice Copyright 2024 State of California Accessibility, dir.ca.gov (6a 2 • • -7-.2071-277.„-:: : :0,-&-i,i,wwa 2.. Public Works Support Log in DiegarthlUta It ,t,fn eCPR Search Contractor Registration Search Project Registration Search Register Home > Customer Account Lookup 1001138222-SCAPEPROS LANDSCAPING CORPORATION 1001138222 -SCAPEPROS LANDSCAPING CORPORATION F f Customer Account Lookup PWCR 1001138222 E f Contractor Status • DIRApproved CSLB 1114665 Business Phone (714)512-5985 Ext Registration Start Date 2025-07-01 Legal Entity Name SCAPEPROS LANDSCAPING CORPORATION Doing Business As (DBA) SCAPEPROS LANDSCAPING CORPORATION Business Structure Corporation-S corp President EDUARDO CESAR CEDILLO Email info@scapepros.org Registration End Date 2026-06-30 Crafts Landscape! Address • Mailing Address 1100 E ORANGETHORPE AVENUESUITE 252-F Mailing Address-City • ANAHEIM Mailing Address-State CA Mailing Address-Zip 92801 Mailing Address-Country USA Physical Address Physical Address-City Physical Address-State Physical Address-Zip { Physical Address-Country { Related Lists .1kgi tratisactRato5.0 Terms&Conditions Privacy Policy, Disclaimer Nondiscrimination Notice Copyright 2024 State of California Accessibility, ,noB•ep•J!p EINom:N BEACH Chau Vu I Public Works Director ADDENDUM NUMBER 1 FOR SCHROEDER PARK IMPROVEMENTS, CC-1656 in the CITY OF HUNTINGTON BEACH JUNE 16, 2025 Notice To All Bidders: This Addendum Number 1 includes modifications to the License requirements on A-2. 1. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A and/or Class B, at the time of the bid opening. This is to acknowledge receipt and review of Addendum Number 1, dated June 16, 2025. Asad Holdings LLC DBA OrangeBlue General Contractors Arman Tehrani 4,2- AP / A zdi Company Name By 07/10/2025 Date • All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Frank Drevdahl at (657) 408-9138 within 24 hours of posting. Cell: (657)408-9138 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov CITY OF F. HUNTINGTON BEACH Chau Vu I Public Works Director ADDENDUM NUMBER 2 FOR SCHROEDER PARK IMPROVEMENTS, CC-1656 in the CITY OF HUNTINGTON BEACH JULY 9, 2025 Notice To All Bidders: This Addendum Number 2 includes modifications to Section C. 1. The City is adding a Pre-Qualifications Questionnaire to Section C of the bid packet. All potential bidders must complete the Pre-Qualifications Questionnaire to be eligible to bid. This is to acknowledge receipt and review of Addendum Number 1, dated July 9, 2025. Asad Holdings LLC DBA OrangeBlue General Contractors Arman Tehrani xT4'nLlLCl/1� /¢fLtadu Company Name By 07/10/2025 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Frank Drevdahl at (657) 408-9138 within 24 hours of posting. Cell: (657)408-9138 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov PWC Registration#: 1000994213 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five (5)years has your firm been assessed and paid liquidated damages after completion of a project under construction contract with either a public or private owner? (Explain on a separate sheet.Ident all such projects by owner, owner's address, date of completion of the project, amount of liquidated damages assessed, and all other information necessary to fully explain the assessment of liquidated damages.) 0 X 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] 2. How man times in the last five (5) years has your firm made any claim against a project owner concerning work on a project or payment for a contract and filed that claim in court or arbitration? (Explain on a separate sheet. 'dent the claim(s) by providing the project name, date of the claim, name of the entity(or entities)against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed, and a brief description of the status of the claim[e.g. "pending"or if resolved, a brief description of the resolution].) 0 , X 1 2 3 4 5+ [Insert or nark with an X for number of times.Add the X to the right of the numbers shown] 3. How many times in the last five(5)years has CalOSHA cited and assessed penalties against your firm for any "serious," "willful," or"repeat"violation(s) or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s) of safety or health regulations? (NOTE: If you have filed an appeal of citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal, you need not include information about it.) 0 X 1 2 3 4 5+ [Insert or mark with an Xfor number of times.Add the X to the right of the numbers shown] 4. How many times during the last five (5) years has your firm been required to pay back wages and/or penalties related to state or federal prevailing wage laws for work performed by your firm? (Explain on a separate sheet. Ident the claims) by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed, and a brief description of the status of the claim[e.g. `pending"cm; if resolved, a brief description of the resolution].) 0 X 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] Notary Certificate • BID BOND Attached CONTRACTOR: SURETY: • (Name,legal status and address) ('Name,legal status and address) • Asad Holdings LLC dba OrangeBlue General Contractors Philadelphia Indemnity I !surance Company I 27071 Cabot Rd Ste 108 2601 Market Place,Ste.30 . Laguna Hills CA 92653 Harrisburg,PA 17110 OWNER: This document has.important , I legal consequences'. Consulltation' I • (Name.Iegai status and address) with an attorney is encdIuraged n ' City of Huntington Beach with respect to its completion or 2000 Main St.,Huntington Beach CA 92648 modification. BOND AMOUNT: Ten percent(10%)of total amount bid Any singular reference to Contractor,Surety,Owner or other party shall be considered PROJECT: plural where applicable. (Name,location or address,and Project number,if any) Schroeder Park Improvements • CC No.1656 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, . nd the Contractor either(1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such b nd or bonds as may.be;specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Proj•ct and otherwise acce}table to the . Owner, for the faithful performance of such Contract and for the prompt payment of l bor and material furnished in the ii prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount f this Bond, betweenithe;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 10th day of July,2025 . I Asad Holdings LLC.d1.9 Qran Blue General Contractors, (Witness) (Princip / (Seal) (Title) J ' `sa" hiladelphia Inde nity Insurance Company ( fitness) Sure (Seal)) (Title) Cyndi Beilman,Attomety-ln-Fact This Document conforms to the AIA Document Ail e l—2010 i r CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT i I - A notary public or other officer completing this certificate verifies only the identity of the individual who signed the 1 document to which this certificate is attached, and not the truthfulness, accuracy, of validity of that document. 1 STATE OF CALIFORNIA 1 ;1, I11 County of San Diego 1 ' i., On July 10, 2025 before me, Jamie Magnussen , Notary Public, I IA Date Insert Name of Notary exactly as it appears on the official seal it ki it personally appeared Cyndi Beilman 11 • Name(s)of Signer(s) • 'I . i E 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 ,„T executed the same in his/her/their authorized capacity(ies), . ,, JAAIIE MAGNUSSEN and that b his/her/their signature(s) on the instrument the a �= Notary Public-California = Y San Di o Counry person(s), or the entity upon behalf of which the person(s) / I ,,,1,-- .4;,::;.;+ /+ Commission#2517158 acted, executed the instrum'nt. `ALIf0" My Comm.Expires Apr 13,2029 I certify under PENALTY 0 PERJURY under the laws of the State of California that t e foregoing paragraph is true. 1rI .and correct. }; fi � Witness my hand nd officia seal. • i 't( Signature • ,,.�.� ,0 Place Notary Seal Above Sign r of Notary Public Ili OPTIONAL 'i Though the information below is not required by law, it may prove valuable to persons relying on the document t and could prevent fraudulent removal and reattachment of the form to another document. it Description of Attached Document 9 Title or Type of Document: riDocument Date: Number of Pages: Signer(s) Other Than Named Above: it 1 Capacity(ies) Claimed by Signer(s) ;ll I 1 i&! Signer's Name: Signer's Name: . ❑ Individual t ❑ Individual 1 ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): gi{ ❑ Partner ❑Limited ❑General ❑ Partner ❑Limited 0 General li 161 . Attorney in Fact H,T7t�t1�lt6-� ,i ❑ Attorney in Fact pIG 1 Ty t 11BP,RI�VT; I ❑ Trustee -al+{ux'}r` G {{��� ❑ Trustee ; i"� y �,"', ' fie., I ❑ Guardian or Conservator Guardian or Conservator Top of thumb here ❑ Top of thumb here j ❑ Other: ❑ Other: i Signer is Representing: Signer is Representing: ll li II I II -- �_ _ . ..._._.._..___._...,— .�_.,.._.. �....—_.. —1 • • " 1 , PHILADELPHIA INDEMNITY INSURANCE COMPANY • One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney • KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint Cyndi Beilman,Rebecca Brannan and Jamie Magnussen of Arthur J.Gallagher Risk Management Services,Inc., its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds,undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed$50,000,000.00. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 141^of November 2016. • • RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the • Company:(I)Appoint Attomey(s)in Fact and authorize the Attomey(s)in F et to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Compan thereto;and (2)to remove,at any time,any such Attorney-in-Fact and revoke the authori given. And, be it FURTHER • • RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any • such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile 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 TESTIMONY WHEREOF, PHILADELPHiA INDEMNITY INSURANCE COMPANY HAS CAUSED THiS INSTRUMENT TO BE SIGNED AND iTS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 5TH DAY OF OCTOBER 2024. • lot) (Seal) 4 Joh Glomh, President&CEO Philadelphia Indemnity Insurance Company On this 5"'day of October,2024 before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said'that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to•said,instrument isr the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. - • • Notary Public: f_--�, ').•L,A� Yrtc=�!z tom. . Contmanwealth of Pennsylvania•Nar9ry Seal o� Vanessa Mckenzie,Notary Public • Delaware County My commission expires Novara sr 3,2028 Commission number 1366394 • Member.Pnnntyloen:1AtioelotonofNatanes residing at: Linwood,PA My commission expires: November 3,2028 1,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attorney issued pursuant thereto on the 5"'day October 2024 are true and correct and are still,in full force and effect.I do further certify that John Gland), who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPI-iIA INDEMNITY INSURANCE COMPANY. in Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 10th day of July,2025 • • • r(t<': Edward Sayago,Corporate Secretary • PHILADELPHIA INDEMNITY INSURANCE COMPANY 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 RA AI 1 County of 41G>✓ J} On DULY HT K 23 before me, V Y L GA R R 1 1iorA-RY Pu SL=� Date Here Insert Name and Title of the Officer personally appeared ,4R/ w'c/J Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the � W.L.GARRITY laws of the State of California that the foregoing a Notary Public•California x paragraph is true and correct. ' Orange County v%T.7.rj.�* Commission#2469234 WITNESS my hand and official seal. uFa`AJ" My Comm.Expires Nov 1,2027 Signature Place Notary Seal and/or Stamp Above Sign of o ary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: 137D 1.v,1Z Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer—Title(s): 0 Corporate Officer— Title(s): ❑ Partner— 0 Limited ❑ General ❑ Partner— ❑ Limited ❑ General ❑ Individual 0 Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator 0 Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: ©2019 National Notary Association 7 K: • ASAD HOLDINGS LLC DBA OrangeBlue General Contractors 27071Cabot Rd,Suite 108 Laguna Hills CA 92653 License#CLASS A 1074946 " OFFICIAL BID SECURITY - DO NOT OPEN" Attention: FRANK D'REVDAHL Project Name: SCHROEDER PARK IMPROVEMENTS CC #: 1656 Bid Opening Date: July 14, 2025, at 3:00 p.m. To: City of Huntington Beach Public Works Office Attn: FRANK DREVDAHL 2000 Main St Huntington Beach,CA 92648 PublieWorksEngineering rovd— -7(14(2s tt‘taran ,1-419 4; !44-111 t;=4;i1‘,;:; LIED olcOTINGto CITY 0 y�eeo"" • �F`. F 9I HUNTINGTON BEACH CONNT('.P.io�/ Lisa Lane Barnes ( City Clerk January 15, 2025 Compass Contracting &Consulting, Inc. 1670 Compass Circle Yorba Linda, CA 92886 • RE: Schroeder Park Improvements—CC-1656 Enclosed please find your original bid bond for CC No. 1656. Sincerely, 1- t Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov atite4dAt7;4d SE CT IO N C PA OP OS.AL, :for thoilstrtiotfoit SQIROEPER.PARKIMPROVtraNTS: teNO.1656 in te CITY Of TRINTINGTON-BEACH" TO THE HONORABLE MAYOR AND,MEMBERS, OF THE COVNCIL,OF BEACH: Irf0c#1461ia406:With thO.Ngti'00 ELECTRONICBitIS,the Undersigned lierehY:prOpOSeS and agrees to,perform all the work-therein described,,and to furnish all labor mateiial, equipment And incident insurance neeeSSaryitherefor, in accordance with the plans and specifications on file in the office of the, City: l'igitieet:of the City of Huntington Eleadh the tinclOSigited agrees:to petforni the work therein to the satisfaction of and under the supervision of the City Engineer of the,City of ffuntingtoh:B each;,and to enter into a contract at the following priCeS. The undersigned agrees to complete the work:Within 60: working day$:„.8t4rtirig aid tiate.bf 010,Notice tof:Ptoceed. BIDDER ,declares that this proposal, is based upon careful examination of the work plans, specifications, Instructions to Bidders and all other contract 40:0014s, If tbis propoSal'iS',:aCePptedtOf award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schechile. BIDDER:Understands:that failure to enter into a contract in.the manner and time'pits:alb:a will result it:TM-feint:6 to AGENCY of The guaranty accompanying this proposal.. BIDDER understands that a bid is required,for the entire work,that the estimated quantities forth in the Bid Schedule:are::solely for the purpose'of comparing bids and that final compensation under the contract"will be sbased Upon'the actual quantities of work:satisfactorily cornpleted, THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE'CONTRACT It is agreed that the unit and/or 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 wilfltactvatiso,the ptojoa.. In the case of diSabparioibS, in the amounts bid,unit prices,shalt govern over"extended,amputits,ond words shall govern over figures c7'11. If awarded the'Contract, the-undersigned agrees that:in the event of the PINDEWS 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-AgggCVS optioni:betensidered'mill and veld. t Accompanying this proposal,of hid;find ",4 °V1.- lathe amount of t 9 :which said amount is not less than it*of the aggregate of the total bid price,as yecp.Orpd by theNoticelnylting ELECTRONIC Bids,paY410 to the AGENCY (Please insert the words-"Cash", "Certified Cheek", or "Bidder's Bond for jo% 1%,;fas the casc:play:bo) Any standard sutoty Bid Bond form is acceptable aiddershall SignifyIeceipt of all Addenda here,ifany: Addenda No; Date Received Iliddges Signature .‘//7 4-JF: 7.1 (•>4 C-2 , • HUNTINGTON BEACH Work DIre,obir ADDENDUM NUMBER 1 FOR SCHROEDER PARK IMPROVEMENTS,iC0-16.56: In the CITY OF H:UNTINOTCN BEACH: JUNE 16, 2020 Notice To All Bidders: This Addendum Number 1 includes rrioldificatiOnplolhe:Liceppe requirernentapRkZ. . The:tlieceagfillibidderahall be licensed in accordance with provisions of the Business arid Professions Oode:andishaji possess a•State Contractor's License Qtatt,A and/or Class B, at:the time Of the,bid'operiitio. This isfte acknoWledge,reCeiptand revieWicifAddendum.:Number 1, dated June,16 2025. 0>pApis :.6)ft-6741. 6.,:6(4-54q4,7):14 e' ;: • Company Name " By Kjc4iDate • All ,g/tr bidders must acknowledge-„ahtl include the receipt of this Addendum with your bid or000sek Should you:have any questions regarding this Addendum, please tall rrahli,Drevdahl at-:(657) within 24 hours Of posting den:(657)40-0.0.8 1 ;g0Qt)Maip pteeetjtOntOgOri 1.360,0,:qN 92648 wwW.triiii*tagOobe4cfica40, CITY Of ,., HUNTINGTON BEACH ,.‘. ,. . . '. chi:1u Vu 1. Publit WOrks:Director :ADDENDUM NUMBER 2 FOR POHROEPER:PARK IMPROVEMENTS,,CCA 650 In the CITYOF:HUNTINGTON BEACH JULY9, 2025 Mptibe,To All:Bidders: This Addendum NUrriber2 includes,thodificatiOnstpectibri:e. t The City:It adding a Pre-Qualifications Questionnaire to Section•:0 of the bid packet All potential bidders,rinitt complete the Pre,Qualificatibns:Quettiorinalre1otie eligible to bid, • This ielcr peknoWedge receipt and review OrAdderidUrn isiurriber i, dated July.9, 2025. atYNF•6:1.S' (p.' 144-6t-fiq,, . , 411-r-4.- COrriPany'Nditie By 7/1 i /).-‘- D:atQ All bidders must acknowledge and include the receipt of this AddendlirmWith your bid brobotal: Should you have:any questions regarding this Addendum, please call Frank Drevdahl aV(55,1)• 408,9138 withini24 ho:urs &posting. cell:057140;.91 8 I 2OOO KA6fri:8trepti:04pifivior Beach,eek wp48 I yor.w4luritin§tpol3Oclica:boy 'PWC 9.L.0...(..)04).: to'((--q • ON PRE-QUALIFICATION QUESTIONNAIRE. . . . 1. 119vttitlytiyridaifftholast fi'vtX5)::y0a1s: fitnIt.eat.:,iis'aosse.C1 aosd.p4ia1ividada: damages after completion Pf.4-ptoiect under construction contract with either a public or private oynorl(Etplain on a cepw ale cheet Identifyall.,001-projedts'by,01010;olimer address i;date of .conifile lion of theprojieet,i amount of ligzildefed.dantages oss,e.ised; and all other:information;neressmy to. fully.#fildimthe asse.0:0)OftiviiddtOdonfogeS;) i .„ 4... IlizSert.OrMerk.witkon.Xfor number of times:AddtheXto thm'right:olthe.fitintbers shown] How mo itheTs iri:thp:..last-fiyg (5) years:has your firtn'Made any,04.iiii:,40.nsta..:projp:ef, owner concerning work on a project orpayment:.for,a contract ana:filed.thatelaim incourt or arbitratton9 axpliOn Qfi.-,0,separate sheet lden*:dig-ift.din.(s).by providing the:pro:W.0am;.dote.of th4.claim name:ofthe,,entily Tor,entities)against whom The claim waflled a bnef desemPlien'.of the nalitre of tJie:.claim the coOktit*fekifie case,wo,s:filegi,04 a brief deScriiitiOh.013h.0 4410 of the:•eldirkfeig, ''pending"-or if resolved;a.:brik:rdes:crtplion,ofthe reSohtOon1). •.... 0 , . . 3 4 . . f0!ifii:111;0•e0P0.(0. 441 t11,0 X 46 the iight Of tg.40llibee.y 00-101 How many in the.lasi.five(5)years has-.CatOgliA.cited and assessed penalties against your fitit for any "tepoot'i'yfotation(§) or the Occupational Safety-,and Health:Administration cited and assessed;penalties against:your firm for violation(s):of safety cielidalih.fegulaticiti§?'(NOTE:If you have filed an appeal of citation,and the Occupational Safety and Health Appeals Roard'has..not yet ruled'on your appeal,you need.not Include21nformationabonat)' . . . o .1. .Z 3 , 4, • - with torXfOr.monber oftimes..Add the.X:to the right ofthe:finnibers Shawn] . . . 4.• How:Many:flints Aiiring-the last:fi've:(5)-yearS x.e,Vire.d to, pay back wages and/or penalties related to state OefederAtprevailingv.ge.lois•rpt work pprforme4 by your firm9 (Explain on a s79e(nvie,shge414..en*.ifie*am theIhepi ojeci izarm. dale,of the claun name of.l.he::el.ofoomt; a htiesideqcripli,iwp:Ohewtumfibg claim the cow I inlAehilhe:eqSe ilekerOtton'eflhe*t*: ft170.;ei4i1410:k. pendingat if r,00tpoit ofi?Wiloeripoym.: ordieresointiong „ . . „.. . . . IlitSert,or intirkwitli OtLX:for number of tintes.Addthe Xto the night,ofthe numbers:5170ml CITY OF HUNTINGTON BEACH SCHROEDER PARK IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Item No. Description of Work Unit Estimated Unit Price($) Total($) Quantity 1 Mobilization and Demobilization(Not to Exceed 5%) $ Lump Sum $ 14,700.00 $ 14,700.00 2 Demolition and Removal $ Lump Sum $ 16,264.60 $ 16,264.60 3 Dust Control $ Lump Sum $ 6,358.00 $ 6,358.00 4 Rough Grading and Earthwork $ Lump Sum $ 2,640.00 $ 2,640.00 5 Concrete Flatwork(4") SF 440 $ 22.00 $ 9,680.00 6 Integral Color Concrete Flatwork w/Top-Cast Finish SF 610 $ 27.50 $ 16,775.00 7 Concrete Header LF 45 $ 44.00 $ 1,980.00 8 Pour in Place Rubber Surface SF 3,500 $ 33.00 $ 115,500.00 9 ADA Picnic Table EA 2 $ 3,745.65 $ 7,491.31 10 Trash Receptacle EA 2 $ 935.00 $ 1,870.00 11 Bike Rack EA 1 $ 1,615.51 $ 1,615.51 12 Park Monument Sign LS 1 $ 22,262.63 $ 22,262.63 13 Site Prep.And Fine Grading SF 800 $ 2.20 $ 1,760.00 14 Weed Abatement SF 800 $ 2.20 $ 1,760.00 15 36"Box-Tree EA 2 $ 2,200.00 $ 4,400.00 16 Mulch-3"Layer CY 8 $ 220.00 $ 1,760.00 17 Irrigation Modifications LS 1 $ 26,073.85 $ 26,073.85 18 Solar Exterior Lighting LS 1 $ 40,878.92 $ 40,878.92 19 90 Day Maintenance Period LS 1 $ 4,500.00 $ 4,500.00 Total in Numbers: $ 298,269.81 Total in Words:Two Hundred Ninety-Eight Thousand Two Hundred Sixty-Nine DOLLARS &Eighty-One CENTS C-3 Note: Bidders must provide pricing for every bid item.The lump sum amount for Mobilization shall not exceed five percent (5%)of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials,tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the,Plans or staked in the field.There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. C-4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or$10,000,whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of State" Class DIR"PWC Dollar % of - Item(s) Subcontractor License Registration# Amount Contract Number No Fault LLC 8 766 S Gifford Ave 1052576 PW-LR-1 000 $99 745.00 33.47% San Bernardino, CA 92408 374347 Bravo Sign & Design, Inc. 12 520 S Central Park Ave. E. 641391 1000006083 $19,275.00 6.47% Anaheim, CA 92802 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-5 NON. OELUSIONAFFIDAVIT TCYBE EXECUTED:BY BIDDER AND SUBMITTED:;WITH BIt deelare Vidor:penalty Of pedury under the laws of the tate of'califOrnis:that the foregoing i.s.,:trtie and correct and that this deelgstiortis executed on 7/14/25:; at YOtb4.Litid ,; CA Date City ,Rato. Kijoo Sung being first duly sworn, deposes And says that he or :she is CEO of Compass 084G Inc the party malting the foregoingliid that the bid is not made in the interest of; or on the behalf of;Any undisclosed,person, partnership,'company,AsSOCiation,,organi2ation,,tr corporation, that:the bid is genuine and not collusive Or:Sham; that the bidder has not directly:Or indirectly induced or solicited Aity-citlior' iddo to put in a false Or sham bid; antl.has'not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone'else to put in a 8hatrf,bid,or that anyone shall reflain from bidding;that the biddefhaS not in any manner, directly indirectly, sought,'by:nreeinent, cotrimunication, or'conference with anyone to fix the bid price;or that of any other bidder;or to secure any advantage against the public body awardirigflie.contract of anyone interested in the prOptiSed Ceti-tract;that all statements tentaitiediifthe "bid*o.retrize., and, further, that:the bidder has not, directly Or indirectly, $tihmittecrhis:::0 her bid price of any breakdoWit;thereof;:Or the contents thereof, or divulged inforinatiOn,or data ielatiVethereto,or Paid; And will not pay tee to.any.emporatioh,partnership,cottony,association, oigaii*dtit)ti,bid depository, tdany inernber or agent thereof to effectuate or slIsin CtirftiodSs.CorittOtting Consulting Inc. ‘. . :Name Of pificlet, .!sighaQpfBickipr. '16/20 Cornoass:Oir.Yorba,Linda, CA 92886 Address of Bidder C;0. AKA.,,Legqt: I , . , ACKNOW4PPIVIENT A hotory,public or iritho.‘offieerotholetiho this ',.certificate verifies only the identity of the individual who signed the document to which this certificate is attached,shcf?Adt the truthfulness, accuracy, or 4aliditSr.df,that:dOdutneht State of California County of On: N) 15;0');;c NotaryPtid)id-personally appeared • KO 0 S ,who;proved to me on the hesiebf.„setistedfoN evidence to be'theieredn whose name is subscribed to the within instrument and acknowledged to me that 4e.:epet..!tod the same in hie,*thOd2ed:dapadityl:alid thatby his signature on the instrument tha:petedirt;::Orthe-bhtity upon.behalf of which the person:aaecii;eXedtited thelhetturheht: stitfsf,,tifidet:PENALTY'PF PERJURY onAer,the!ewe of the State of California that th foregoing 15'eteg- .dphio,tr,Lie.erictoorreot, WITNESipy bOijd and,dfif4seet. AL-d--7,--r--46--- e MOUNIR,HILMI g. • tict4ry,P011c:;COlfornia, •?; '.0.17angc'Coup), g ("9; rtoeimiiiaon#72381fiti -P• 2. • — • w•• •-• „ •Signature (Seal) Legal, Notary&Live Scan 1001 E 010.01110r1./AYO'i§0401-gfOliqetOni CA 981 049y4 (172810 NFo@AKAN45.0om Antwk-AkAK:$,Qpm UTILITY AGREYWNT HONORABLE MAYOR AND CITY. COUNCIL CITY OF HUNTINGTON BEACH,'CALIFORNIA Oentlerneri: The undersigned hereby promises arid agreeS.that,in,the performance Of the WolfcSpecifiedin the;contract, known the SCHROEDER (T)(we)(it) Will employ and.utilize :only qualified persons,as hereinafterdefined,to work inproxiMity to any:electrical,secondary or transmission faCilities The term 'Qualified Person" is defined in Title 8, California Administrative Code, Section 2700,as fellOWs: "Qualified Person A who, by reason of experience or,inspliction, is:familiar with the operatioato be po:forined and the hazards involved.". - The undersigned also promised agrees'that.all such work shall be performed in accordance with all applicable electrical utility company's requi1ethent8,,Public Utility Commission orders, and ;State:of California CatrOSITA te,quiteinentS. The undersigned further promises and agrees thatteprovisions-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 requiremerits,contained:horthi. Compass Contradting &Consulting.Inc., Contactor • Kilo. Sung BY -CEO Title „ Date: 7114/25 DISQUALIFICATION Q1PtSTIO10440 In:accordaneewith governmentCode Section 10162,the Bidder sitaltcompletei:Uncier penalty of perjury; the following4tiestionnaire. QUESTIONNAIRE l-Tas:the 1)iddet, 4orpflOoer oflifo.)3iciderOrãh t1ö fthe:Bidda Who has a proptietatyinteresf in The:Bidderever bee4::disqualified,,retneyed oi otherwise poyouted from bidding on o completing Federal,.:$fate orfoCal*Arerninent:project because of ayiolation of law'or a safety regulation?' ypUs: , If the answer is yes,explain the fifth&space:pro:044- . „ . „ . . . . . . „ „ . . . . . . . „ . . . Note: This :qttestionnaite dotistittite's part Of The Proposal, and a signature portion of the Proposal 'shall constitute signatint OfdifsAneatiOnilaire. COMPENSATION INSURANCE CERTIFICATE Ptirsiiant to Section 1_861 of the:State Labor Code,each contraCtOr to WhOtii,a4itiblie Works cOntradt has been awarded shall sign the f011owing,certificate, Lam aware of the provisions of Section ',700 of the Labor Code which reqpire eyery-!eniployer to be insured 'against liability for workers compensation or to undertake, self-insurance in accordance with the 'provisions: of that code;:and,T will comply with such provisions before ceintricrieitig:thperfortiiaitee:of theVerk of this Contract, Compass CorrtraCting & CoftsiiitinO,lnc 'Contractor Kijho Sog: 13Y. Title Date: 7/1 4/25 • MDDER'S INVORMATION BIDDER certifies that the following information is‘true and Correct: 'pornpass ipoeqooqa consulting BidderNaine 6720:CornIOAS BUSiiteSs:AddreSs. Yorloa,Linda CA 92886' City, State. ( 714 ) 9,04=2200 od@cortip,assCandc.coni • Telephone:Number Email Address 11292151 Class A, P-8 State Contractor's License NO and Class Original Date issued 11 t3oig020., , Expiration Date 'The work Site was inspected by Michael.Kim ofour office on Junp;?4, ,202 5. The fejloWingare perSonsjirrris,arid:CorporationS ha)titiga prindipal interest in this proposal': • • Tj*:11.440-sig4eci.:i4 :prepared to :satisfy,' the Council of the City of Huntington Beach of its :ability; financially ot otherwise,to perform the contract for.the proposed work:and improvements in accordance with the plangwid specifications:set forth. Compass Contracting & Consulting Inc • Company Name );c Signatur of Biddei, •Moo Sung :Printed or Typed Signature c..10 NOTARY CERTIFICATE Stibscribed and sworn to before ine this day A rf0t4t.Y. public ot.:-pfher officer completing this-certificate verifies only the identity-:of the, 'nidiVidual, who signed; the document, to which this certificate is attached, and not the.., . Onthfulness-,;hcctuacy, or validity orthatdoCtiniefit. . . State kNeh E,bniq Of a kVcCr ): tt Y P.' • On k5.;: beforelno24 K.OVN1k — : • .- - 1)(?)1-1. 0 Monti, Day; and Year Inscrt Nathe and Title.,Of Notary • -•" . personally appeared tr 5..Q.'N of:Signer(S) . . . . . . . . who proVed. to -Irte on the Of satisfactory evidence to, be the person( ) whose'name(s) is/ate subscribed to:the.within -.instrument and"acknowledged:to me that.he/she/they executed the same in his/het/their authorized eafiadity(i6S);) and that. by his/her/their Sign on the. instrument the persdri(S),or the brititylipon behalf of which the person(s) acted, exechted:the:inStrhment Lcertifylitidef PENALTY OF PEM:LTRY under the law.s of the statof'califorhia!that the foregoing paragta:p,Itis..ne and correct. WITNESS my hand.and seal: ' ' ACUNIR.1-111Yil: p 4c:4.r OrineCCUfltY 2381,125 c:irrtm,'Expir"es.Siosil El,70.4: Sigridttir • . , Signature ofNotary Public (PLACE NOTARY SEAL ABOVE): .C41. Bidder's Project History for the purposes'of this,project, the bidder shall provide project history of'similar work, specifically referencing:te construction of{Describe.specific work A*4:experkpee necessary for project:,For xample,"Sanitary.:sewer.Iine'.iñstallitionOfatleast:of 1,000 Of 8-inch and greater:in'public right;. Of-Way Sanitary Sewer lift stations of.similar size„protect Work within public.streetS, an area containing high ground water and pipeline construction.in high ground water regions with trench depths oft-feet tuthe irivert.n. Bidders are encouraged to'sithiiiitgiipplementalseleVatit project history in=addition to:ttia,prOjeetg.listed Listedbelow are the address and telephone/11.11-00.$TO three public genczes for which the bidder has‘performed similar work within.the past five:years: 1. City of Long Beach, Dept of Public Works -441 111/,.‘Pdpan Blvd. 5th'FL Long Beach, CA gQ802 N.401p:arid AddreSs.or PubliCAgencY Name and:Telephone:No'.of Project Manager:, Tina Cneng./aP-W0',6975 Davenport ParkExpansion- Demo, grading, site $6,132325.86 Contrete, irrigation:,laridec &gite.furniShittg 11/22/24 ;00444t Amount Tyfie:ofWork Provide additional project description to show similar work 2. 00 Public Works 1152 E,.Fruit St Santa Ana, CA 92701 Name:arid AddreSssufPuhlic,AgenCy Name and Telephone No: of Project Nianagev, Jeaniene Casiello:(CM)4714,4489531 William Meatier Park Entry liPprriVetilent- Demo, grading, $1,216;488 :concrete, new signages, bridge railing, fs3",.tiiOtiltration 12/16/22; 'Contract Amount Type of Work: Date Completed Provide additional project description to show:Similar work; 3., Griffin Structures- 1 Tochrology:DG:EUG 1, Suite 829;'Irvine, CA 92618 !N:"arpeund•Address Of PublicAgeney N41•UP.:And TclephOne No,'of Projot Matiagdt. Tom Ottenoein:(pm)/940-4709a29, Irvine Civic Site Lot Imoroyement. Demo, $548 756: :Oyer0.0avation, grading, .8,,storrn drain 06/07/24 Contract Amount Typeof Work Pate Completed ProVidcadditional project doge-Option:to thoWsitnilar Work: • :C-13. Bidder's Cttti00.1 Staff Listed below are the names of thohidders.;proposed Construction:Project Manager,and Superintendent POT each of these critical positions,please list at least'three projects for Which:the:Critical Staff has performed similar work within,itholastflVo Years, 'These projects do not have to be under the employment of the bidder ptoject,Biddetsare encouraged submit supplemental relevant project hiStOryAn addition,'to the projects listed:herein: 1 KijOo Sung „ NaitiO Of propoSeci,ProjeetMauolger Tele,phoneNO; of proposed:Project Mthio.go!, 714.:.904.220(:). Davenport park Expansion Demo,grading,site Concrete, inigation, $6132,3,25,8$ landscaping, &site furnishing 1,1112/24 Project Mille.. Cou4?:et'Aumurit Type Onymic Date CoMpleted WWirrt Mason Park Entry Improvement Demo;greding.cenerete„new, U,21.6,488:00: &biofiltraton 12/15,i22 Project Nsuip.,$z.Contract Amount Type of Work Date Completed Irvine CiVioSite Improvement borne,overekcavationi:grading,& $540,766.00. :storm 08/18/23, Project Name&cmitmetAmoutit Type di'Work ti.ste Qlompietc4 :2", Michael Kim Name Of proposed Superintendent Telephone No. Of.proposed Superintendent :;21,3. 944-05$8: WillFaAiMatonParkEntry ImprOVement,Derno,:grading,concrete; new ,21.6,486,00 signages bridge railing &biofiltration 12/10/22 Project-Nan* '8c.COfitraet Amount Type;;OfwOrIc Date Completed. tredera,Ranehr Ramp/Elff I rnproverrient Demo,;grading, pour riew:concretefor. $417,890.00 ramps&Sicleyvalks 08/26/22 Project Ilarrie)Si Contract Amount 'Type of Work Date'Completed UhildiVrobh-diftilityfepAie,site :t10,1rvirie.,),QQ concrete, tridatiok landacaping, $-756028.00 , iy!ii*iLighting install 00/10/23: .Projeot Narrie(4:•C'eptitriaCt Amount Typo Of WO*, DateCompleted CONTRACTOR REGISTRATION:WITH CALIFURNIADEPARTMENT OF INDUSTRIAL RELATIONS (MR) CERTIFICATg:' "Pursuant to S$:.854(CitingIaborCOde Section 1171„1(a)),passed by the California State:SeriateonAnie 20,2014,established a newpublic works Contractor Regis.tration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Pi Projects to registet on,an annual basis (each July 1 though June 30 state fiscal year)with the California Department of Industrial Relations (DIR) CUrrentlythe annual non-refundable..rpgistratiOn fee,for ContractOrS'W$400. Each contractor to whOin'a tjtilifieWoritS,COxitradt has.been awarded,shall:sign the foIlp-wing certificate. 1)1R FACT SHEET'OnSB.104: https://www.dir:ca.goviimiblit-WOrkS/PitbliCWorksSB854:html :TAWS Contractor Registration 1.4tik—Call.(8 )5.224674 htipst/iwwwi;dir.:Cd.gOV/publie-works/cotitractor;rer4istration.htinl Dtg's.contractor:ltegistration Searchable database:: littps://Cadir.sectre.forcecorri/COntractorSeatCh anii. haWatt and with,theproyi*ms of Labor Code Section( It 140NV lOh states: "A contractor or subcontractor shall not be qualified to bid-on,be,:liStect in Abidpr.oposdi,zibjeot; to the requirements ofSection 4104 of the Public Conti Code, or engage in the perfOnnatice: of any contract:for public work, as defined in this chapter, unless' currently 'registered and qualified to perform pUblievorlcpnrsnant to'5petien.1725..51t is not a violation of this section for an unregistered eontraCtor to submit a bid that is authorized by Section 702.9,.1 of the Business and PrOfeSSioilS,':'code Or by Section 10164 or 20193,5 of the Public Contract Code,provided the contractoris registered-tO:peiforitvpiiiiiiovorkpursupt to:Section 1725:5 at the time the contract is awarded." IfOrtherrpore,will comply by.poyidiiig.proof bffogistratibii Wit:DIRE-as the primary,contractori:as well as for Att,§tibaotitradors at the time of Snbinittingthe bid,, .COMpast,.001-4r4otirigA Consulting 'Contractor T-- KijooSung. By kijobwpa000do:bto 0E0 Title . 7/14/25: PWCRegiStration 2000009047' C.45 I BOND Na BBSU KNOW ALL MEN BY THESE PRESENTS, That we, COMPASS CONTRACTING&CONSULTING, INC. as Principal, and NATIONWIDE MUTUAL INSURANCE COMPANY a corporation authorized to transact a general surety business in the State of CALIFORNIA as Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called the Obligee) in the full and just sum of TEN PERCENT OF AMOUNT BID Dollars, ($ 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 SCHROEDER PARK IMPROVEMENTS, CC NO.1656 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 9TH day of JULY , 2025 , YEAR COMPASS CONTRACTING &CONSULTING, INC. NATIONWIDE MUTUAL INSURANCE COMPANY Surely By: Principal —Attorney-in-FactBRITTON CHRISTIANSEN A.K.A. Legal • 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 -OLy i-t ,S before me, Mounir Hilmi - Notary Public-personally appeared K186 s U l'G" , who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. s MOUNIR HILMI p* Notary Public•California Orange County �` mmission 2381125 . ��«a's My CoComm.Exp nes Nov 16,2025 ,�. Signature ,( trarlawv. - '\ (Seal) A.K.A. Legal, Notary& Live Scan 1661 E. Chapman Ave, Suite 1-E, Fullerton, CA 92831 (949)430-2810 INFO@AKANLS.COM WWW.AKANLS.COM • 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; KEVIN 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 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. 414 Antonio C.Albanese,Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT 111011:11� u i ues , 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,:,SEAL *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 hereto is the corporate seal of said Company,and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. Sharon Laburda Notary Public,State of New York No.01LA6427697 Qualified In Kings County Notary Public Commission Expires January 3,2026 My Commission Expires January 3,2026 CERTIFICATE I,Lezlie F.Chimienti,Assistant Secretary of the Company,do hereby certify that the foregoing is a full,true and correct copy of the original power of attomey 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 attomey 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 9th day of JULY 2025 Assistant Secretary, BDJ 1(04-24)00 N° 3201 STATE OF CALIFORNIA DEPARTMENT-;OF INSURANCE SAN FRANCISCO AMENDED • Certificate of Authority Tills Is TO CERTIFY, 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, WORKMENrS COMPENSATION, COMMON CARRIER LIABILITY, BOILER AND MACHINERY, BURGLARY, SPRINKLER, TEAM AND VEHICLE, AUTOMOBILE, AIRCRAFT and MISCELLANEOUS insurance, 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____18T day APRIL _—_, I97?, I have hereunto set my hand and caused my official seal to be affixed this_-182__ day APRIG !, RICHARDS D. BARGER ` f • r m nsura�e.0 rninioner t fe6t4L1 ti re .' By '' JOHNI J. FABERDevutp NO I. ': . Qualification with the Secretary of State must be accomplished as required by the California Corporations Code t`. 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 revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. FORM CB.3 41031,303 0-70 000 our O oar w - `y 1 n 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 LUIS OBISPO On JUL 0 9 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. 4 S���OF TNf M SALAZAR WITNESS myhand and official seal. Notary Public-California W ev � San Luis Obispo County .' %! Commission N 2459004 i�,,,, n �-10,F6% My Comm.Expires Aug 13,2027 II 1V,Jx Signature Signature o 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): 0 Corporate Officer — Title(s): 0 Partner — ❑Limited El General ❑Partner — 0 Limited 0 General El Individual ❑Attorney in Fact 0 Individual 0 Attorney in Fact ❑Trustee 0 Guardian or Conservator ❑Trustee 0 Guardian or Conservator El Other: ❑ Other: Signer Is Representing: Signer Is Representing: c`m, Age L' '�� �' ' - "P t��onovy asvr rr �ncrmc-.rr�z oc .r��.�zv H oarr .-• ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 Corrnpt5S �atifizc�r'r� CoKs(4t f67� (012,5sG,-. Yr6f �� , t)s-‘ To : 7 Rj0 - &)cfr -c A4-fn ink Pre.v T hojee-i" SG k 1^pe �t- 1 m Zn^prbVef-letits : 16s6 g;lJ o e,i VG''f� �U.ry �Lbj - -6j a+ 3:copfl t f_ Public Works Engineering 1 ' Ct.h7m-iAlt) SECTION C PROPOSAL for the construction of SCHROEDER PARK IMPROVEMENTS CC No. 1656 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 60 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts, and words shall govern over figures. J 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 34,789 which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting ELECTRONIC Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for % ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. °:Date Received Bidders Signature 1 June 16, 2025 �.. ti 2 July 9th, 2025 714,44_, C-2 CITY OF HUNTINGTON BEACH SCHROEDER PARK IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Estimated Item No. Description of Work Unit Quantity Unit Price($) Total($) 1 Mobilization and Demobilization(Not to Exceed 5%) $ Lump Sum $ 23,726 $ 12,000 2 Demolition and Removal $ Lump Sum $ 4,745 $ 14,000 3 Dust Control $ Lump Sum $ 2,750 $ 2,750 4 Rough Grading and Earthwork $ Lump Sum $ 9,500 $ 9,500 5 Concrete Flatwork(4") SF 440 $ 23 $ 10,120 6 Integral Color Concrete Flatwork w/Top-Cast Finish SF 610 $ 36 $ 21,960 7 Concrete Header LF 45 $ 105 $ 4,725 8 Pour in Place Rubber Surface SF 3,500 $ 19.45 $ 68,075 9 ADA Picnic Table EA 2 $ 4,500 $ 9,000 10 Trash Receptacle EA 2 $ 2,800 $ 5,600 11 Bike Rack EA 1 $ 8,400 $ 84,000 . 12 Park Monument Sign LS 1 $ 21,000 $ 21,000 13 Site Prep.And Fine Grading SF 800 $ 15 $ 12,000 14 Weed Abatement SF 800 $ 2.85 , $ 2,280 15 36"Box-Tree EA 2 $ 3,900 $ 7,800 16 Mulch-3"Layer CY 8 $ 125 $ 1000 17 Irrigation Modifications LS 1 $ 21,735 $ 21,735 18 Solar Exterior Lighting LS 1 $ 49,000 $ 49,000 19 90 Day Maintenance Period LS 1 $ 9,000 $ 9,000 Total in Numbers: $ 289,945 Total in Words: Two Hundred Eighty-Nine Thousand,Nine Hundred Forty-Five C-3 Note: Bidders must provide pricing for every bid item.The lump sum amount for Mobilization shall not exceed five percent (5%)of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of w Irk not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. C-4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or$10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and.Address of ; State Class DIR PWC Dollar % of Item(s) Subcontractor License Registration# '''Amount Contract Number 5,6,7,17 Acienda Contractors 397731 C27 1001027656 23371 Gertrude Ave 38,000 13% Perris,CA 92570 KO Electric 18 1933 El Paso St 1020662 C10 1000665262 42,000 15% Ramona,CA 92065 SpectraTurf Inc - C61 / 57,000 19% 8 555 S Promenade Ave,Suite 103 854429 D12 1000002615 Corona CA 92879 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-5 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 07/11/25, at Port Republic , MD Date City State Julie Heller , being first duly sworn, deposes and says that he or she is President of Coelho Contracting 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. Coelho Contracting-Julie Heller Name of Bidder Sigidiature of Bidder 10800 Dakota Ranch Rd Santee,CA 92071 Address of Bidder C-6 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 SCHROEDER PARK IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons,as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved" The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Coelho Contracting Contractor 9a-a Y r 1.�;�¢/2. By President Title Date: 07/14/2025 C-7 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. C-8 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. Coelho Contracting Contractor 6,14/2,9aLg. By President Title Date: 07/14/2025 • C-9 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Coelho Contracting Bidder Name 10800 Dakota Ranch Rd Business Address Santee CA 92071 City, State Zip ( 443 ) 624-4187 julie@coelhoinc.com Telephone Number Email Address 1078819 State Contractor's License No. and Class 07/26/2021 Original Date Issued 07/31/2027 Expiration Date The work site was inspected by Dave Hopper of our office on June 24 , 202 5. The following are persons, firms, and corporations having a principal interest in this proposal: Coelho Inc 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. Coelho Contracting Company Name gez&. 7i/6/AA, Signa -e of Bidder Julie Heller Printed or Typed Signature c-10 NOTARY CERTIFICATE Subscribed and sworn:to before'me this day of "J :202S.Ui , A notary pablic 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 Mf / ) . . County of .( I 771 ) - On July: M (Ro 5 " before me, 6' i u,nd7 (': /11, • Month,D tay;and Year `:; 7naert Name and Title of Notary ,�1��,, ersonali a �J u l i e e 1j7I S�i�.eio u gh n -- TT;'rl •plame(s)of Signer(s) who proved to me,on the'basis of satisfactory evidence to be.the person(s) whose names) islare subscribed to the within instrument and acknowledged.:to me that he/shelthey executed the same in hisiherltheir 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 instrumen .j4a;ry/aa 1 certify:under PENALTY OF PERJURY under the laws of the State of ia. that the foregoing -"paragraph is true and correct. WITNESS my hand and official seat.". JVCV11.SUNAR Notary Public .. Calvert County. Maryland My Commission Expires Oct.02,2028 Signature Signature of Notary Public .; (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 {Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right- of-way. Sanitary sewer lift stations of similar size, project work within public streets, an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. 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. USDA-Forest Service,3237 Peacekeeper Way,Ste 101,McClellan Park,CA 95652 Name and Address of Public Agency Name and Telephone No. of Project Manager: Trien Le Ph: 619-540-6661 $1,114,280.75 Campground and park renovation May 30,2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Campground Renovation,tables,fire rings,restroom upgrade, concrete ADA parking,asphalt paving 2. USDA-Forest Service,3237 Peacekeeper Way,Ste 101,McClellan Park,CA 95652 Name and Address of Public Agency Name and Telephone No. of Project Manager: Ricardo Lopez Ph:626-632-0666 $838,356.00 Campground and park renovation Dec 7.2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Installation of tables,trash enclosure, Pipe rail spurs, Agg paving culverts 3. USDA-Forest Service,3237 Peacekeeper Way,Ste 101,McClellan Park,CA 95652 Name and Address of Public Agency Name and Telephone No. of Project Manager: Ricardo Lopez Ph:626-632-0666 $359,925.00 May 10,2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Install steps,rough carpentry,door install,paint C-12 C-13 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. Venkat Reddy Name of proposed Project Manager Telephone No. of proposed Project Manager: 714-493-2575 Upper San Juan Campground Campground Renovation,tables,fire rings,restroom upgrade, renovation $1,114,280.75 concrete ADA parking,asphalt paving May 30,2025 Project Name& Contract Amount Type of Work Date Completed Sawmill and Bear Campground Installation of tables,trash enclosure, $838,356.00 Pipe rail spurs, Agg paving culverts Dec 7.2024 Project Name& Contract Amount Type of Work Date Completed Chantry Recreation Area Install steps,rough carpentry, $359,925.00 door install,paint May 10,2024 Project Name& Contract Amount Type of Work Date Completed 2 David Hopper Name of proposed Superintendent Telephone No. of proposed Superintendent: 626-321-5412 Upper San Juan Campground Campground Renovation,tables,fire rings,restroom upgrade, renovation concrete ADA parking,asphalt paving $1,114,280.75 May 30,2025 Project Name & Contract Amount Type of Work Date Completed Sawmill and Bear Campground Installation of tables,trash enclosure, $838,356.00 Pipe rail spurs, Agg paving culverts Dec 7.2024 Project Name& Contract Amount Type of Work Date Completed Chantry Recreation Area $359,925.00 Install steps,rough carpentry, May 10,2024 door install,paint Project Name& Contract Amount Type of Work Date Completed C-14 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 $400. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 https://www.dir.ca.gov/public-works/PublicW orksSB 854.html DIR's Contractor Registration Link—Call (844) 522-6734 https://www.dir.ca.gov/public-works/contractor-regi strati on.html DIR's Contractor Registration searchable database: https://cadir.secure.force.com/ContractorSearch 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. Coelho Contracting Contractor �� 7VCBy 91-44 julie@coelhoinc.com Email President Title Date: 07/14/2025 PWC Registration #: 1001013449 C-15 CITY OF [ n HUNTINGTON BEACH Chau Vu I Public Works Director ADDENDUM NUMBER 2 FOR SCHROEDER PARK IMPROVEMENTS, CC-1656 in the CITY OF HUNTINGTON BEACH JULY 9, 2025 Notice To All Bidders: This Addendum Number 2 includes modifications to Section C. 1. The City is adding a Pre-Qualifications Questionnaire to Section C of the bid packet. All potential bidders must complete the Pre-Qualifications Questionnaire to be eligible to bid. This is to acknowlecdge receipt and review of Addendum Number 1, dated July 9, 2025. Coelho Inc , A Company Name By �y 07/11/2025 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Frank Drevdahl at (657) 408-9138 within 24 hours of posting. Cell: (657)408-9138 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov PWC Registration#: 1001013449 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five (5)years has your firm been assessed and paid liquidated damages after completion of a project under construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner, owner's address, date of completion of the project, amount of liquidated damages assessed, and all other information necessary to fully explain the assessment of liquidated damages.) 0 •X 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] 2. How man times in the last five (5) years has your firm made any claim against a project owner concerning work on a project or payment for a contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identij)the claim(s) by providing the project name, date of the claim, name of the entity(or entities)against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed, and a brief description of the status of the claim [e.g. "pending"or(resolved, a brief description of the resolution].) 0 X 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] 3. How many times in the last five(5)years has CalOSHA cited and assessed penalties against your firm for any "serious,""willful," or"repeat"violation(s) or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s) of safety or health regulations? (NOTE: If you have filed an appeal of citation,and • the Occupational Safety and Health Appeals Board has not yet ruled on your appeal, you need not include information about it.) 0 X 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] . 4. How many times during the last five (5) years has your firm been required to pay back wages and/or penalties related to state or federal prevailing wage laws for work performed by your firm? (Explain on a separate sheet. Identify the claim(s)by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed, and a brief description of the status of the claim[e.g. `pending"or, iif resolved, a brief description of the resolution].) 0 x 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] ,,i�\)V11.I NGT,— CITY OF $11 _- - �_, HUNTINGTON BEACH \\`?cFeOONTV CP�\io/�, Lisa Lane Barnes I City Clerk January 15, 2025 Estate Design and Construction Inc. 5601 W.,Slauson Ave., Suite 186 Culver City, CA 90230 RE: Schroeder Park Improvements—CC-1656 Enclosed please find your original bid bond for CC No. 1656. Sincerely, 0;44416 ••4 (t1W. Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov ES7LAY-e) (P_PJ SECTION C PROPOSAL for the construction of SCHROEDER PARK IMPROVEMENTS CC No. 1656 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 60 working days, starting from the date of the Notice to Proceed. • BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts, and words shall govern over figures. c-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, fmd bidder's bond in the amount of $ 20,890 which said amount is not less than 10%of the aggregate of the total bid price,as required by the Notice Inviting ELECTRONIC Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond fort O% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No... Date Received Bidder's Signature 1 6/16/2025 2 7/9/2025 C-2 CITY OF HUNTINGTON BEACH SCHROEDER PARK IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Estimated Item No. Description of Work Unit Quantity Unit Price($) Total($) 1 Mobilization and Demobilization(Not to Exceed 5%) $ Lump Sum $ 1 0,445.00 $ 10,445.00 2 Demolition and Removal $ Lump Sum $ 7,200.00 $ 7,200.00 3 Dust Control $ Lump Sum $ 4,200.00 $ 4,200.00 4 Rough Grading and Earthwork $ Lump Sum $ 7,200.00 $ 7,200.00 5 Concrete Flatwork(4") SF 440 $ 24.00 $ 10,560.00 6 Integral Color Concrete Flatwork w/Top-Cast Finish SF 610 $ 30.00 $ 18,300.00 (4„) 7 Concrete Header LF 45 $ 26.40 $ 1,188.00 8 Pour in Place Rubber Surface SF 3,500 $ 1 6.80 $ 58,800.00 9 ADA Picnic Table EA 2 $ 2,520.00$ 5,040.00 10 Trash Receptacle EA 2 $ 1,320.00 $ 2,640.00 11 Bike Rack EA 1 $ 1,200.00 $ 1,200.00 12 Park Monument Sign LS 1 $ 13,404.00 $ 13,404.00 13 Site Prep.And Fine Grading SF 800 $ 4.80 $ 3,840.00 14 Weed Abatement SF 800 $ 4.20 $ 3,360.00 15 36"Box-Tree EA 2 $ 1,140.00 $ 2,280.00 16 Mulch-3"Layer CY 8 $ 270.00 $ 2,160.00 17 Irrigation Modifications LS 1 $ 18,000.00 $ 18,000.00 18 Solar Exterior Lighting LS 1 $ 14,400.00$ 14,400.00 19 90 Day Maintenance Period LS 1 $ 24,683.00 $ 24,683.00 Total in Numbers: $ 208,900.00 Two Hundred Eight Thousand Nine Hundred Dollars Total in Words: C-3 Note: Bidders must provide pricing for every bid item.The lump sum amount for Mobilization shall not exceed five percent (5%)of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials,tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field.There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. C-4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or$10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Class DIR'PW C Dollar % Bid '' Name and Address of State.; of Item(s) Subcontractor License Registration# g Amount Contract Number 18 Lee Lighting and Electric 1075797 C-10 2000005053 $ 14,400 6.89% 12805 Sunshine Avenue Santa Fe Springs CA 90670 5, 6, 7 Macias Royal 1085588 C-8 2000010627 $ 30,048 14.38% 13532 FENITON AVE SYLMAR, CA 91342 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-5 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 7/7/2025at Culver City ,CA Date City State Benjamin S. Tvizer , being first duly sworn, deposes and says that he or she is CEO of Estate Design and Construction the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that 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. Estate Design and Construction Name of Bidder Signature of Bidder 5601 W Slauson Ave, STE# 186, Culver City, CA 90230 Address of Bidder C-6 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 SCHROEDER PARK IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons,as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Estate Design and Construction Contractor B�fi—niin S. Tvizer By CEO Title Date: 7/7/2025 C-7 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 EliNo 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-8 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. Estate Design and Construction Contractor Benjamin S. Tvizer By CEO Title Date: 7/7/2025 C-9 Capitol Indemnity Corporation 2121 N:Califabia BItictit300, Walnut Creek CA 94596 BID BOND Bond NUmber CIC1921611 KNOWALL PERSONS.BY THESE PRESENTS; That we; EState Design and-Construction Inc (hereinafter called the 'Principal"), as PrinCipal„and :Capitol Indemnity Corporation of Madison, Wisconsin a corporation duly organized Under the laws of the State Of Wisconsin (hereinafter called the "surety ) as Surety, are held and firmly bound unto City Huntington 'Beach (hereinafter called the "Obligee"); in the sum of Twenty Thousand; Eight Hundred Ninety Dollars ($20,890:00); 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 haesubrhitted a bid for City of Huntington Beach, Schroeder Prk ImproveMents. NOW,THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obliges 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 bends, if the Principal shall pay 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 Vold, otherwise to remain in full force andeffect, Signed and sealed this 1 1th day of July, 2025. This bond automatically expires ninety(90)days from the Original bid date. Estate'Design and Construction Inc (Print Name of Principal). (Seal) 42 A1'01 „ Alf • • (Signature of Officer of the Principal) (Witnese) Benjarnin Tvizer (Print Name of Officer Of the Principal and Title) capitoi:Indenrity Corporation 0111111M/II" ....... -4- . . •", • ..„.; (Signatur ey,in-Fact) ' Patitt31 S• WO. ••••• • (Wit e, A1/0 6‘414! Shatiesta Philips - .......... (Print Name of Attorney-in-Fact and title) 4/I mm SBO 008(12-05) Copyright 2006,Capitol Transamerica Corporation Page 1 of 1 • . ii .,,,,, .:::,,,T.pki . 44,0citgrieitis4- CAPITOL-IND' EMN—ITY CORPORATION ...., . .. . ........... ..,. . . POWER OF ATTORNEY 49114•4J,y,er,. KNOW.All MEN BY THESE PRESENTS,That:the:CAPITOL INDEMNITY CORPORATIONa corporation of the State of Wiseenairt,having its , ,. . ...... principal offices in the City of Middleten,Wilcarisk does Make,constitute arid:appoint ..„ ,,,.. . .. .__..... .. --.....---,--.... . : .•: ESTER..SADUSKY;SHAHESTAPHILIPS-- ' - - ---;-- --; .- ' . . .. . , .. .its true and.lawful Attorney(S),intfact; to make, execute;seal:.and deliver for and On.its.behalf, as-surety,"and:-•aS its act: n deed, any and all . ._.... .. . and. . ... bonds,,undertakings and contracts of Suretyship, provided that no bond:or undertaking::or contract of suretyship executed under this.authority-shall exceed in amount theatint of - - . ..:„ •• . -..i----'..;----,-ALLWRI I t ENINSTRUMENTS INAN.AMOUNTNOTTOEX. CEED:szo,000,00p.op ------,. - ••• -- . ,„:—.--, . . •This,liow.er of:Attorney IS:grantetiand is signed and sealed,by.facsimile under and by the,atithority of the following Resolution adopted by:theBoarrief _2_.. Directors of CAPITowNpEiviNrry_ORF.'OR ATION at a meetingdulyealied-and held on the lSth day of May;202". "Ii.E$CVED,..0*tkie.piesident„-Executive Vice PreSident,..Vice••President,Secretary or Treasat'er,acting individually or.otherwiae,:be and they hereby. are granted ilie..p,ower:and.;authorization to appoint by a Power of Attorney for the purposes only of executing and attesting.bends and undertakings, and other writings obligatory in the*nature thereof;one or more resident yice-presidentsi,assistant secretaries and j'attOrney(s)-in-faet,,each appointee to. have the powers and duties usual to such offices to the bUsiness-pfthissompany,the signature of such officers and seal of'the Company maybe affixed to any such power:of attorney or to any,eertificate relating thereto:,hy.facsimile, and any such power of attorney or certificate bearing:such:facsimile signatures'or.faesiniile seal shall be valid and binding'upon the Company,-and Ariy..stieirpOwer so executed:and:certified by facsimile signatures and. facsimile seal shall be valid and binding upon the Company in the:future'with respect to any or.upderialting•prodier writing.obligatoryin the-nature thereof to which it is:attached„Any.such appointment may be revoked,fercause,Or without cause,by.any of.hictotlicers;at any time." ,. . In.connection with obligations in.favor of the.Florida Department of Transportation.only, it is agreed that the•power and,authority hereby given to the Attorney=in.-Fact ineltides.any:•anci:all consents for the release of retained percentages and/or:finaI:-.estintates,on'engirieeting and construction contracts required by the State of Department of Transpertatien it mu fully understood that consenting to the State of Florida DepartMent•OfTratisPOrtation making payment of the final estimate tothe Contractor and/or its assignee;s6linotrelieve.thiSsurety,eompanyof any of its obligationStipd*its.boad. • In.connection with-obligations in favor of.the Kentucky-Department of-Highways.onlY;it is agreed'that the.Power.:and authority hereby given to:Me. Attorney-iii-FaCt .cannot 'be modified ior revoked .:unless prior-written._Personal. notice 'of.stick. intent :has been e giVep, to •the Commissioner -- Department of HighWayS Of the Cemingrovealth:of keittueyy at least.thirty(36)'dayS prior te.the niodifiCation:or reVo,cation. IN WITNESS WHEREOF,the CAPITOL INDEMNITY CORPORATION hiss.:caused.these presents to be signed'by'its'offieer undersigned and its .. .. . CorportUe'seal to beheretoaffiked duly attested;thia.I stday of January,2020'. Attest; O st y1- 4 s.p.....r.r.?.i".0.„lt.!a.;n:4.A,..4f..l)..i,...i..i......f CAPITO-b-t.L INDEMNITY.CORPORATION - . , i RanJ Byrnes- „ 0A Senior Vice President . • - - i 5 Chief Firiatieial Officer.and Treasurer 71SEAL ! ''" . ' 1.: ' ' '''''• : ,..,. John I.. enno?.1,Jr. Chief Executive and President / ' 104T,i fIN: Suzanne NI,Broadbent tootaraistoS" Assistant Secretary STATE OF WISCONSIN, 1 COUNTY OF DANE '. .:%$".; On the 1st day:ofIrtimary;2f)2()before me personally came Johnt L. Sennett, Jr.,'to-me knoWn, who being by ine duly-sworn; did depose,'and say: that he.resides:-in the County of IIartforci, State of Connecticut:: that,.he:':.is:':Chief Executive Officer and President.: of C104131,„INDEMNITY CORPORATIc&,A; corporation described in and Which executed the above instrument that- he knows:the seal of the said corporation; that the seal affixed to .said.instituttent is such corporate seal that it was So affixed-by order of the Board of Directors of said corporation and that he signed his name thereto;hy'l ike order; l' ,........ SZ q. ..r.Z.-e.x...- . David S.Regale: .Y. ,-' Notary Pubbc,,,Dape Co.,-WI STATE OF WISCONSIN ....waiottl? My commissiort Is Permanent COUNTY OF DANE. 1 S.S.:: f OF ,,,,,, ' 1#4011111010 . . I,the underSigned,duly elected to the office statedbelow,now the incumbent in CAPITOL INDEMNITY:CORPORATION a Wisconsin Corporation, authorized to Make this certificate DO HEREBY CERTIFY:that the,'foregoing attached Power of Attorney remains in full.force and has not been revoked and furthermore that the Resolution of the Board of birectors,set.fo ' n.'the.Power of Atterrienewi force, • . •/ - Signed.and sealed at the City of Middleton,Stampf.Wiscbtisinthis - / ••• day of j'. A.- Cf. • -6-2...c":"------ . •oupituif ,,,, „. Isio,) .. s/ ../ ,:".,:ific.4.:.r.,r....,... N. .• , ..-...il..4. 7,--ii,.. itsvocRI,e;\.. -i., i ......,. 1...4. • ••'Ili.•4,'. ' ff. I-•77-.-,-. A, '.4- 4 ril-/T\• ....;41-..-- I' .1. ' 7.1 i ri/44 .1. /:----.. .:.alvaSA ?'-'''' 1 '''''SEAL) I z.-....cz)... . . t. .= .1. ,,„ : Iii•,,.•vilf,..,); • iz< 5-21-4. ---0..::.......;.. • '-':-.7 !..-4\.. 1 ........ 0 ..1=1 1:•Ayi •.....,Zr-• N -,..,•......,... , ' . Andrew B.Diaz-iviatoS ivagivoN Senior Vice:i?resideht,General counsel and Secretary 7:',;-___,4,' '4.. ..:0.il ,.,...:. .'",•,41-.. THIS DOCUMENT HAS. BEE17''‘'er,e. .k/flyWsl ,:.,..# SPECIFIC:BOND. IF YOU: HAVE ANY QUESTIONS CONCERNING THE AUTHENTICITY OF THIS DOCII "',.4 -OU 0450.. t CICI,P0A41(Rev;61-2029). ' frnillifillt0 v. . •. . . . , . . . . • . . . . . : , • , .,. • ' . CAOFQRNIA,ACKNOINLEDGIVIENr CIVIL Opa§.tia9: .„ . . . .„. .,... .. .. .... ... . . . A notary public'Or Other effiCer:compietingthis certificate verifies only the identity of the individual who signed the doctintent. . ' to which this cettifiCateiS attathed,and not the thithfUlness;accUraCy,Ot validity of that deCurnen • , .,. State-of'California' County of, Los Angeles : . . . • . n O. /1) : ‘14) ;(7 .befOre me, • , KiOiSteil,Notary Pifb4c. ate Here Insert NO me and rltle of the,Qfficet c;i.. personally.appeared • . ...ananeAa Philip . . . , . Narne(S).OrSigner(s) Who proved to me on the basis of satisfaCtOry'eVidenCe to be the persaii(S),whosename(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(les),,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,ekecuted the Thstrunient. I certify under PENALTY OF PERJURYuncler the laws of the State of California that tne foregoing: ItIM SML 0 paragraph is true and correct, .:t;I:z.4x-ky,:;., .119tastY-Pout:-california Lk. 3; ive.,...•04-• yentura Coiiniy.C f. . WITNESS my hand and official seal, ciniiiiision i;2ia7741 -' •, , ,,,„.., „iy Comm.Evir'6s:Dee.'il,:202 • .51natitare ' ' --,---• Place Nbtary Seal and/or Stomp:Above , ignature.of Nattily Public , - ----.- - - OPTIONAL • ' - - •-"---- - .. • • Coinpleting th,isinforincition can deter alteration of the document or • fraudulent reattachment of this'forM to dn unintended document. Description of Attached Document. Title. or Type;of p9c0-1it: bocumen't Dote.;. ., . . , ____ ,Nurilber OfPages: :Signer(s) Other Than.Named Above:. apacity(les)Claimed by signer(s) - • Signer's Name: . , . i . - _._.-.._,4,,,:. Signers Name , . , .• . o Corporate Officer.,-Title(s): . . 0 Corporate Officer-,Title(s); 0 Partner•i7 0 Limited 0 General 0 Partner- ci Limited 0 General O Individual. ti Attorney in Pact 6 individual El Attorney it) Fact Cl Trustee 0 Guardian or Conservator 0 Trustee 0 Guardian or top4erwt9r. 0 Other: . • 0 ooef! • .: . Signer is Representing: ... . . - Signer is Representing: . . . . ..,.. • . . .. . . • capip‘NOtion61"NOtOry AtsOdatiori ,. •• . . • • . . - . • . . .• . . ; . . . • , • . . , . , . . . - • . , . • . • , • . . •. , . • PALIORNIA ACKNOWLEDGMENT CIVIL,CODE§ 1189. •,.,.. . .• - . , . • . . ......,. .. • .. . ... . , , - . .. .. • .. .. . • ., . ,.,, . „ . ... .... . . . . . . . . .. . „....,.. :. .. . , , . .. ., ,..... . - A notary public ordther OffiCer conipleting this certificate verifies.pnlYtheidentitY.Of.the individual whO•signed the document to which this certificate is attached,and not the•thithfulness,ap.itaty,.or,•velidity of.that documenti. • . . . . . . State Of'.Californie 1 . • .. Cdtititycif• . Ins Angeles .. On .61.itig'eJ:ar before.Me; . : Kim Steil,NOtarylPniiiic . „ ... , . . . ' . . :Date • : -Hera:Inert:NO " ' fife ofthe Offiter • personalty appeared. • .. .:..• . . - •: /: , •• •• ' . ./12 ,,_____„___ . . • • .,.:O.in. e(tiof Signer(s - ,.- ". - ... '... . • -., . - . — . ' who proved to me On the basis of satisfactory evidence to be the,perton(t)•whose.name(a).i.S/are subscribed to the within.InStrument,and acknowledged to me that.he/shefthey executed the same Ih.-hiSkieritheir authorized Oapacity(fes),end 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. -.: .' -.•'''"''''•• ••' -."ic'l m1-!I . . .1 certify under PENALTY OF ppRjURY under the witarykibli sc C ICalifornialaws of the State OfCalifornia that the:foregoing ..i,4:.,,,,,,4'..10,'''''ftp,i4..1;• '. :i „: Ventura County • ; o paragraph is true....- sitiy.• co,„„0,15).11 23477 41 ' " .. "-',i correct p: ' - my coinot-Exi"r•Ps'°e'll'• 95''' WITNESS My hand and official Seal. '.---..:- sr,.:.-.--:.-7-‘-. :,--•••••--.. 1--!".'.4.• . 4 . . . . • • . Signature. ,_,‘., . • • • .. • . . .. PloceNotory Seat and/or Stamp Above Signature of Notary Public 1-- • . . . .. .. . OPTIONAL ' -- --: :-. ' • • -----,----- ' --• . completing th4.infOrMation.Cdh deter alteration of the clocuMenif.or .fraudulent recittactIment:of this fotih.to an unintended document Description of Attached Document Title.or Type Of Dectita got: . . . . . . .. • --"" Document Date: .• ,Number Of Pages Signer(S)Other Than Named Above: . . • - . . . • • • COatity(ies) Clainteii by Signer(s) Signer's Name: ,.... _ • --- . .-- Signer's Name: . . . . . 0 Corporate Officer-Title(s);,.... . • ' . ••, • .0 Corporate Officer-Title(s); 0 Pdrther--., CI.Limited 0.. e.c‘e.ral. :Ca P.artn91*- 0 Limited -13 General •• 0 Individual 0 Attorney in Fact. :to IhdiVidual. ):::1 Attorney in Fact 0 Trustee - 0 Guardian or Conservator 0 TrOstee, -0 Guardian or Conservator• ti Other: . .. , , . .0 Other: •-.. • . . . Signer is Rep seating: . .. ,. . , Signer IS RePreSenitrig:, . .. . - „ — . . . ...•. •. • . .. . , ., . .,. ... ." . .--: •• . . • • • .. ., „ .... .. • , . • • - -. - Mt,It-,,wr.-1,. - :' .. ., .. . . : ..... .,. : .. : . . ? .. ,.. : . .,.. ,.. ., •. .. - . .--. .. 02010 Nation&.INk)taty.ASSOCIation . . .. . . . . • . BIDDER'S INFOAMATION BIDDER certifies that-the following information is true and cOrrect: Estate Design and Construttiori BiddeeName 5601 W Slauson Ave, STE# 186 Business Address Culver City. CA 90230 City; StOte Zip ( 310) 810-7319: bldseestatednc.corn ijthornas@estatedric.com TelephOne Number Email Address 1'075658: Class A a( B C36. State Contractor's License Na. and Class 5/11/421 Original Date Issued 9n0/2025 Expiration Date The work site was inspected by Miguel Palma of our office on June 24. ,202.5. The following are persons, firms,and corporations having a principal interest in this proposali Benjamin Tvizer Lstate Design and Lonstruction The undersigned is prepared to .wisfy 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 specificationSSet forth. .Estate Design and.Cdnstruction Company Name , Signatureiof Bidder Benjamin Tvizer Printed orTyped Signature c-io • • • • • • . CALIFON;A:.AcKS.QViiL4DG-M4NT •MI L:c0DE4039 . , .,.• •... • .. ••• • Anotary public orother officer comOletingthis.certificate verifies antytheidentity oftheindividuatwtfosigriedthesdOtUment to which this certificate is'.ettaChed,and not the truthfulness accuracy or validity"Of that doctment. . „ State•Of-California. „ 'COtinty•Of .:.Los Angeles . On 7/1,21./.261. before ..„. • , Date °•-•' •here,0-sert and;ritle.or the Officer personally appeared . . . • . . „ • . .. . . NOrne(s),..of:Signers.. -":- • ••••• • Who preved.teMe on the basis.Of satisfactory evidence te be the person(s)whose hope(§)::1$/are.subscribed to the within instrument and acknowledged to me that he/she/theY;executed the,s'eme-in his/her/their authorizedicapacity(leS), and that by his/heritheir signature(s)on:the instrument the-person(s);or the entity Lipori'behalf of.WhiCh.-thepersonK acted,e5*cuted.the instrument. • :I tertifY under P.ENALTY'(*pERJURY under-the laws of.the State of California that the foregoing :4' 4141, ky,;•. KIM SM.,. by •• i oif Public,Cal for ifa . paragraph is true and correct. ' • Commission 11 2.387741' WITNESS.rhy.hand and official seal; Cororo•Expires Dec 2025 'i;.• ••: Signature . . PlaceNotory Seat ondtor Stamp Above Signature of Notary Public • • • - OPIIONAL . • . , Completing this.ipforing4tjp.can deter alteration or the documentpr: .frOildulent reattachment.of this.rprni to an.unintencleclourneht. pescriptlonof.Mtacl$d Po6uinent- Title or Type,of pOctimehti, Document Date; Number of Pages: Signer(s)OthefTheri.Narned AbOve:. Ceoinity(les).Claimed by Sigher(s). Signers.Nahie:,. Signers.Name; „. . . . 1 0.Corporate OffiCer:—Titie(s):. . :b Corporate,Officer—Title(s); Partner Limited ,b.General •:(t) Partner ci On7111ed. E3 General ii individual ci Attorney in Fact ci individual ci Attorney in Fact o Trustee Li Guardian or Conservator 0 Trustee. tn,.pti4f;itijer"),pr,:coriseiv4tor O Other: •••• • , b'Other;. • • . . Signens RepreSenting; Sigher is RepreSehting: . , imsa8c . . . . , . . . 0261'9 Nationalt‘iotery Association Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right- of-way. Sanitary sewer lift stations of similar size, project work within public streets, an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."1. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names,address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. City of El Monte, 11333 Valley Boulevard, El Monte, CA 91731 Name and Address of Public Agency Name and Telephone No. of Project Manager: Kevin Ko, (626)580-2058 $135,000 General Construction Jun-25 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Includes comprehensive walking paths, rubberized play/exercise zones, lighting, and rest amenities 2 City of University Place, 1902 Seaview Ave. W University Place, WA 98466 Name and Address of Public Agency Jack Ecklund, 253-566-5656 Name and Telephone No. of Project Manager: _ $189,163.64 General Construction 4/18/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Fnc-iices on paths surface improvements, and access 3. City of Montebello, 1700 WVictoria Ave, Montebello, CA 90640 Name and Address of Public Agency Name and Telephone No. of Project Manager: Jacqueline Leon, (323) 887-1200 5/16/2025 $632,071 General Construction Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Involves pathway expansion with lighting and seating in a naturalized setting C-12 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 Gil Tvizer Name of proposed Project Manager Telephone No. of proposed Project Manager: 213-557-8214 Merced Avenue Linear Park Amenities Installation, General $135,000 Construction Jun-25 Project Name & Contract Amount Type of Work Date.Completed Sunset Terrace Park Improvements, General 12/9/2024 $189,163.64 Construction Project Name & Contract Amount Type of Work Date Completed Montebello Dog Park at Acuna Park, General $632,071 Construction 5/16/2025 Project Name & Contract Amount Type of Work Date Completed 2. Gil Tvizer Name of proposed Superintendent Telephone No. of proposed Superintendent: 213-557-8214 Merced Avenue Linear Park Amenities Installation, General $135,000 Construction Jun-25 Project Name& Contract Amount Type of Work Date Completed Sunset Terrace Park Improvements, General 12/9/2024 $189,163.64 Construction Project Name & Contract Amount Type of Work Date Completed Montebello Dog Park at Acuna Park, General $632,071 Construction 5/16/2025 Project Name & Contract Amount Type of Work Date Completed C-14 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 $400. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 https://www.dir.ca.gov/public-works/PublicWorksSB 854.html DIR's Contractor Registration Link—Call (844) 522-6734 https://www.dir.ca.gov/public-works/contractor-registration.html DIR's Contractor Registration searchable database: https://cadir.secure.force.com/ContractorS 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. Estate Design and Construction Contractor Benjamin S. Tvizer By bids@estatednc.com Email CEO Title Date: 7/7/2025 PWC Registration#: PW-LR-1001158686 C-15 FECITY OF HUNTINGTON BEACH Chau Vu I Public Works Director ADDENDUM NUMBER 1 FOR SCHROEDER PARK IMPROVEMENTS, CC-1656 in the CITY OF HUNTINGTON BEACH JUNE 16, 2025 Notice To All Bidders: This Addendum Number 1 includes modifications to the License requirements on A-2. 1. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A and/or Class B, at the time of the bid opening. This is to acknowledge receipt and review of Addendum Number 1, dated June 16, 2025. Estate Design and Construction Benjamin S. Tvizer Company Name By 7/11/7075 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Frank Drevdahl at (657) 408-9138 within 24 hours of posting. Cell: (657)408-9138 1 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov CITY OF [....B HUNTINGTON BEACH Chau Vu I Public Works Director ADDENDUM NUMBER 2 FOR SCHROEDER PARK IMPROVEMENTS, CC-1656 in the CITY OF HUNTINGTON BEACH JULY 9, 2025 Notice To All Bidders: This Addendum Number 2 includes modifications to Section C. 1. The City is adding a Pre-Qualifications Questionnaire to Section C of the bid packet. All potential bidders must complete the Pre-Qualifications Questionnaire to be eligible to bid. This is to acknowledge receipt and review of Addendum Number 1, dated July 9, 2025. i B jamin S. Tvizer Estate Design and Construction Company Name By 7/11/2025 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Frank Drevdahl at (657) 408-9138 within 24 hours of posting. Cell: (657)408-9138 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov PWC Registration#: CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five (5) years has your firm been assessed and paid liquidated damages after completion of a project under construction contract with either a public or private owner? (Explain on a separate sheet.Ident all such projects by owner, owner's address, date of completion of the project, amount of liquidated damages assessed, and all other information necessary to fully explain the assessment of liquidated damages.) 0 X 1 2 3 4 5+ [Insert or mark with an Xfor number of times.Add the X to the right of the numbers shown] 2. How man times in the last five (5) years has your firm made any claim against a project owner concerning work on a project or payment for a contract and filed that claim in court or arbitration? (Explain on a separate sheet. Ident the claim(s) by providing the project name, date of the claim, name of the entity(or entities)against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed, and a brief description of the status of the claim [e.g. "pending"or if resolved, a brief description of the resolution]) 0 X 1 2 3 4 5+ [Insert or mark with an Xfor number of times.Add the X to the right of the numbers shown] 3. How many times in the last five(5)years has CalOSHA cited and assessed penalties against your firm for any"serious," "willful," or"repeat"violation(s) or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s) of safety or health regulations? (NOTE: If you have filed an appeal of citation, and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal, you need not include information about it.) 0 X 1 2 3 4 5+ [Insert or mark with an Xfor number of times.Add the X to the right of the numbers shown] 4. How many times during the last five (5) years has your firm been required to pay back wages and/or penalties related to state or federal prevailing wage laws for work performed by your firm? (Explain on a separate sheet.Identify the claim(s) by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed, and a brief description of the status of the claim[e.g. `pending"or; if resolved, a brief description of the resolution].) 0 X 1 2 3 4 5+ [Insert or mark with an Xfor number of times.Add the X to the right of the numbers shown] Capitol Indemnity Corporation 2121 N California Blvd#300, Walnut Creek CA 94596 BID BOND Bond Number CIC1921611 KNOW ALL PERSONS BY THESE PRESENTS, That we, Estate Design and Construction Inc (hereinafter called the "Principal"), as Principal, and the Capitol Indemnity Corporation of Madison, Wisconsin a corporation duly organized under the laws of the State of Wisconsin (hereinafter called the "Surety"), as Surety, are held and firmly bound unto City Huntington Beach (hereinafter called the "Obligee"), in the sum of Twenty Thousand, Eight Hundred Ninety Dollars ($20,890.00), 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 City of Huntington Beach, Schroeder Prk Improvements. NOW,THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 11th day of July, 2025. This bond automatically expires ninety (90) days from the original bid date. • Estate Design and Construction Inc (Print Name of Principal) "--(Seal) (Signature of 0 e Principal) (Witness) Benjamin Tvizer (Print Name of Officer of the Principal and Title) Capitol Indemnity Corporation \\\111111111 11/////� (Signatur ney-in-Fact) 953 (wit so ��••.7/1;) Shahesta Philips (Print Name of Attorney-in-Fact and title) �-),(/(l �` ' \ ����� SBD 008(12-05) Copyright 2006,Capitol Transamerica Corporation Page 1 of 1 ' ,'Lock-FieIds` ' CAPITOL INDEMNITY CORPORATION POWER OF ATTORNEY Bond Number KNOW ALL MEN BY THESE PRESENTS,That the CAPITOL INDEMNITY CORPORATION,a corporation of the State of Wisconsin,having its principal offices in the City of Middleton,Wisconsin,does make,constitute and appoint —---------------------------------ESTER SADUSKY;SHAHESTA PHILIPS--------- ——— — ——— — its true and lawful Attorney(s)-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, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of ------------------------------------ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED:$20,000,000.00 —--—This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 15th day of May,2002. "RESOLVED, that the President, Executive Vice President, Vice President, Secretary or Treasurer, acting individually or otherwise,be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings, and other writings obligatory in the nature thereof,one or more resident vice-presidents,assistant secretaries and attorney(s)-in-fact,each appointee to have the powers and duties usual to such offices to the business of this company;the signature of such officers and seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached.Any such appointment may be revoked,for cause,or without cause,by any of said officers,at any time." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully'understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. IN WITNESS WHEREOF,the CAPITOL INDEMNITY CORPORATION has caused these presents to be signed by its officer undersigned and its corporate seal to be hereto affixed duly attested,this 1st day of January,2020. Attest: /� (� • CAPITOL INDEMNITY CORPORATION Jw ``\\\\\���p14{UI{pllppll4N'//// JVI/ an J.Byrnes � fi� . V� /' d. t VI Senior Vice President, : _ Chief Financial Officer and Treasurer • '; SEAL _ John L.Sennott,Jr. a Chief Executive Officer and President u.�„firNi.0. .m gym} .:: ... Suzanne M.Broadbent /irruntinno0 \\` Assistant Secretary . STATE OF WISCONSIN COUNTY OF DANE . S.S.: On the 1st day of January,2020 before me personally came John L. Sennott, Jr., to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is Chief Executive Officer •and President of •CAPITOL INDEMNITY ' CORPORATION,the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. O1400an% y‘p J.REG �7 L I� o Aft,- t. .�L0 ' `; David J.Regele \ Notary Public,Dane Co.,WI STATE OF WISCONSIN S S: "oq 0-------------- MyI ` Commission Is Permanent COUNTY OF DANE } nrnrnmuml"` I,the undersigned,duly elected to the office stated below,now the incumbent in CAPITOL INDEMNITY CORPORATION,a Wisconsin Corporation, ' authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked;and furthermore,that the Resolution of the Board of Directors,set fo n the Power of Attorney i w i force. C_____— • Signed and sealed at the City of Middleton,S Wisconsin this / day of 1J6) ,202v \ . �����i11111100ii, ;umumuuyq„ \.• •------�.'/ � . z ••U' may' ' �= / • 4741T11 • =• o: ivr4s 1 v = :SEAL ▪ Qs . — 0 "—' �� ��'•,� •''.••-- ..:� :` Andrew B.Diaz-Matos ▪ 0'��Vfr, a% S �0\ °"rmr,r,r o"`O Senior Vice President,General Counsel and Secretary THIS DOCUMENT HAS BEE a AJ��. SPECIFIC BOND. IF YOU HAVE ANY QUESTIONS CONCERNING THE AUTHENTICITY OF THIS DOC I t � 50. . CIC-ePOA-M(Rev.01-2020) CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 z:5:-tG._n N..ai..1.i:.;tovilt.,z:. i.f.i5;'t f:.eiiPl sir z;9:vi a 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 07 )I i at Aac— before me, Kim Steil,Notary Public , e Here Insert Name and Title of the Officer personally appeared Shahesta Philips 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 "`°` IUM srEll paragraph is true and correct. a K6— . r Notary Public-California .. " ZY � Ventura County WITNESS my hand and official seal. ` '' Commission//2387741 �,�aP My Comm.Expires Dec 21,2025 y • Signature • Place Notary Seal and/or Stamp Above ignature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signers) Other Than Named Above: Capaclty(les) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer— Title(s): 0 Corporate Officer— Title(s); ❑ Partner— 0 Limited 0 General 0 Partner— 0 Limited ❑ General s. 0 Individual 0 Attorney in Fact ❑ individual ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator 0 Trustee 0 Guardian or Conservator o Other: ❑ Other; Signer is Representing: Signer Is Representing: ©2019 National Notary Association • CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 ::4ic^mt:).'a:i:t•]i!.ie::f.i:':i'3f:v..i,i4i_,•:�:,•.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 California County of Los Angeles On t '2/11/2 ! as-- before me, Kim Steil, Notary Public Date Here Insert Na itle of the Officer personally appeared l� l�/� /4 1/2e-j� ame(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 capaclty(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. ,�n4�� KIM STEIL I certi under PENALTY OF PERJURY under the `' ' " �'7. aws of the State of California that the foregoing W Notary Public CaliforniaCafi(ornia z Ventura County Commission II 2387741 paragraph is true and correct, `'iu,uMV My Comm Expires Dec 21,2025 WITNESS my hand and official seal. Signature • Place Notary Seal and/or Stamp Above Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document, Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signers) Other Than Named Above: Capacity(ies) Claimed by Signers) Signer's Name: Signer's Name: ❑ Corporate Officer—Title(s): 0 Corporate Officer— Title(s): ❑ Partner— 0 Limited ❑ General ❑ Partner— 0 Limited ❑ General ❑ Individual 0 Attorney in Fact 0 Individual ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee 0 Guardian or Conservator ❑ Other: 0 Other: Signer Is Representing: Signer Is Representing: ©2019 National Notary Association • BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Estate Design and Construction Bidder Name 5601 W Slauson Ave, STE# 186, Business Address Culver City, CA 90230 City, State Zip ( 310) 810-7319 bids@estatednc.com/jthomas@estatednc.com Telephone Number Email Address 1075658: Class A & B + C-36 State Contractor's License No. and Class 5/11/2021 Original Date Issued 9/30/2025 Expiration Date The work site was inspected by Miguel Palma of our office on June 24 , 202 5. The following are persons, firms, and corporations having a principal interest in this proposal: Benjamin Tvizer tstate uesign and construction 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. Estate Design and Construction Company Name tieSignature of Bidd• Benjamin Tvizer Printed or Typed Signature c-io ,n A • CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 %irt`. i . .•i1,$as.41 4:::14',It•,Mr.-1?..•({L•4,4v1,14,1 ,1"'1s/v Ix^,z .z:11,'1,1/Eh:,141 :.31`Iai.^•I4;..:•;.Falttnsdy";qdc:c'.".JJs'v4,1,41xicq•SEPalaelail is iz.4 1 A notary public or other officer completing this certificate verifies only the Identity of the individual who signed the document to which this certificate Is attached,and not the truthfulness,accuracy,or validity of that document. State of California 1 County of Los Angeles On 0 7/0 /25-11.--- before me, Kim Steil,Notary Public Date Here Insert and Title of the Officer personally appeared 2(10)&0/7/7 VI 2,--Leg— 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 capaclty(les), 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 1.mow— IPA 41, 4ebd,�4, AIL a laws of the State of California that the foregoing t, .._..'"f KIM STEIL z ��:: ..,2,'Y°A Notary Public-California paragraph is true and correct. L Ventura County E _� 17�."`t +' Commission 112387741 WITNESS my hand and official seal. , 1,i,..,' ' My Comm.Expires Dec 21,2025, Signature Place Notary Seal and/or Stamp Above Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer— Title(s): 0 Corporate Officer—Title(s): ❑ Partner— 0 Limited 0 General ❑ Partner— 0 Limited ❑ General ❑ Individual ❑ 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 •,£--,1 •,;loz,vv- ,,,i...„1 ESTATE DESIGN AND CONSTRUCTION, INC .----- _ _ 5601 W SLAUSON AVE ctiW't.) sTE 186 1 .... , .,. , . JUL 14 CULVER CITY, CA 90230 i -,-- te PRIDS(OESTATEDNC.COM ,41.4A 5 9-810-7319 - -..-- , (1.... cadv, ,,„ ...._ ... "SEALED BID FOR SCHROEDER PARK IMPROVEMENTS CC No. 165 6". _.--2,;. • City of Hunting Beach City Clerk, 2000 Main Street Huntington Beach, California ---,,..-, 92648 -j.•....---,. ...1 .--- --',.-, , •+,", • , -.7-,..:: ' ..•=1,-;,;y ..- 1.IN o,i1 ....G7 CITY OF - - ig _, HUNTINGTON BEACH v_Ji,%.,,i-2,--...,--.-7,; „_,._ 4 _ ,. . ,k- \.FcUUNTV .•-•Xc/•0 Lisa Lane Barnes I City Clerk January 15, 2025 First Trade LLC dba YMC 188 Technology Drive Irvine, CA 92618 RE: Schroeder Park Improvements—CC-1656 Enclosed please find your original bid bond for CC No. 1656. Sincerely, 01 _ Patot& )-4 'Ift'ir.. Lisa Lane Barnes ' City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov LL.G SECTION C PROPOSAL • for the construction of SCHROEDER PARK IMPROVEMENTS CC No. 1656 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 60 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts,and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find in the amount of which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting ELECTRONIC Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for % ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature Add 01 06/16/2025 Add 02 07/09/2025l�- I C-2 CITY OF HUNTINGTON BEACH SCHROEDER PARK IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Estimated Item No. Description of Work Unit Quantity Unit Price($) Total($) 1 Mobilization and Demobilization(Not to Exceed 5%) $ Lump Sum $ 12,000 $ 12,000 2 Demolition and Removal $ Lump Sum $ 6,000 $ 6,000 3 Dust Control $ Lump Sum $ 4,000 $ 4,000 4 Rough Grading and Earthwork $ Lump Sum $ 12,000 $ 12,000 5 Concrete Flatwork(4") SF 440 $ 39 $ 17,160 6 Integral Color Concrete Flatwork w/Top-Cast Finish SF 610 $ 33 $ 20,130 7 Concrete Header LF 45 $ 250 $ 11,250 8 Pour in Place Rubber Surface SF 3,500 $ 19.50 $ 68,250 9 ADA Picnic Table EA 2 $ 2,000 $ 4,000 10 Trash Receptacle EA 2 $ 1,500 $ 3,000 11 Bike Rack EA 1 $ 4,800. $ 4,800 12 Park Monument Sign LS 1 $ 12,000 $ 12,000 13 Site Prep.And Fine Grading SF 800 $ 4 $ 3200 14 Weed Abatement SF 800 $ 3.50 $ 2,800 15 36"Box-Tree EA 2 $ 3,000 $ 6,000 16 Mulch-3"Layer CY 8 $ 1 10 $ 880 17 Irrigation Modifications LS 1 $ 38,000 $ 38,000 18 Solar Exterior Lighting LS 1 $ 49,000 $ 49,000 19 90 Day Maintenance Period LS 1 $ 9,000 $ 9,000 Total in Numbers: $ 283,470.00 Total in Words: Only Two hundred eighty three thousand and four hundred seventy dollars. C-3 • Note: Bidders must provide pricing for every bid item.The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials,tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. I . it C-4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or$10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of State: ,Class ,DIR PWC Dollar %of Items) Subcontractor " License ; Registration# Amount "Contract Number CamMer Electric Inc Elecrical 117 S Pennsylvania Ave Glendora CA 91741 1103398 C10 1001035239 $49K Rubber Robertson Industries, Inc. 667261 C/61 2140 E.Cedar Street D/12 1000002700 $68K Surface Tempe,AZ 85281 Landscape Mountain West Landsca•pe 1105685 C 27 1001116085 $38K 24000 Alicia Pkwy Mission Viejo CA 92691 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-5 NONCOLLUSION AFFIDA VIT 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 onO7/14/2025 at Irvine , CA Date City State , being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation;that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price,or that of,any other bidder,or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. First Trade LLC dba YMC Name of Bidder Signature of Bidder 188 Technology Dr STE N - Irvine CA Mis of Bidder C-6 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 SCHROEDER PARK IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons,as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. First Trade LLC dba YMC Contractor Yahia Meine By Owner Title Date: 07/14/2025 C-7 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 9eNo 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-8 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. First Trade LLC dba YMC Contractor Yahia Meine By Owner Title Date: 07/14/2025 C-9 MDDER'S INFORMATION BIDDER certifies that the following information is true and.correct: FirSt Trade LLC. dba\WC- Bidder Name 1138 Technology Dr STE N Business Address Irvine CA 92818 City, -State Zip. ) ,949 282 75:12 johnm@ymC-us.cOrn „ Telephone Number Email Address 1113095 B State Contractor's License No.and Class 11/2016 Original Date Issued 1.1/2025 Expiration Date The work site was inspected by. John Meine of our office on 06/24/2025 ,'202 The following are'persons,firms,and corporations having a principal interest,in this proposal: Yahia M in‘e „ - The undersigaed 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. First Trade,LLC tiba YIVIC Company Name. Yahia Meine Signatur gf Bidder Printedhilyped ignattire c.40 ACKNOWLEDGMENT A notary public or other Office"completing this, certificate verifies only the identity of the individual who signed the document to which this Certificate is attached,and pot the truthfulness,accuracy,or 1 validity of that document ,State:of California Orange County Of „. 1 ori July 14 2025 Hui Ting Yang Notary Public before.me, • , (insert name.and titleOfthe officer) personalty appeared YahiaMeine. who proved.to me on the basis of satisfactory evidence to be the person(s)Whose name(s)is/are subscribed to the within instilment 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 undQr PENALTY OF PERJURY under the laws'of the:State of California that the foregoing paragraph is'true and correct. ri-ah".6aNahldhab"I"r„,... WITNESS,myhand and.official seal trtolGYANG , ,W Ws? Notary Public•Californiaia IP/I /. -70?-6- Oran County No!,P Coorissionli 250980 *Comm.Expiros JO 6,2029 Signature cp (Seal) Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right- of-way. Sanitary sewer lift stations of similar size, project work within public streets, an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."l. 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. Fontana USD Name and Address of Public Agency Name and Telephone No. of Project Manager: "Noel S. Garcia" <Noel.Garcia@fusd.net> $460,000 Renovation 06/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Flat work and new stairs - Landscape repair • 2. Almansor GYM -Alhambra Name and Address of Public Agency "kmartel@cityofalhambra.org" <kmartel@cityofalhambra.org> Name and Telephone No. of Project Manager: $329,000 Renovation 11/2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Flat work and landscape 3 PD - Upland Name and Address of Public Agency Name and Telephone No. of Project Manager: "Kirk Swanner" <kswanner@uplandca.gov> $259,000 Concrete Extension 4/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-12 C-13 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. John Meine Name of proposed Project Manager Telephone No. of proposed Project Manager: 949 232 7512 Fontana USD 6/2025 Project Name & Contract Amount Type of Work Date Completed Newport Mesa USD 3/2025 Project Name & Contract Amount Type of Work Date Completed Alhambra Fire Station 01/2025 • Project Name & Contract Amount Type of Work Date Completed 2. Name of proposed Superintendent Telephone No. of proposed Superintendent: Ruben Lopez Fontana USD 6/2025 Project Name & Contract Amount Type of Work Date Completed Newport Mesa USD 3/2025 Project Name & Contract Amount Type of Work Date Completed Alhambra Fire Station 01/2025 Project Name & Contract Amount Type of Work Date Completed C-14 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 $400. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 https://www.dir.ca.gov/public-works/PublicWorksSB854.htm1 DI.R's Contractor Registration Link—Call (844) 522-6734 https://www.d ir.ca.gov/public-works/contractor-registrati on.htm l DIR's Contractor Registration searchable database: https://cadir.secure.force.com/ContractorSearch I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on,be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code,provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. First Trade LLC dba YMC Contractor Yahia Meine By Johnm@ymc-us.com Email Owner Title Date: 07/14/2025 PWC Registration #: 1001122927 C-15 CITY OF HUNTINGTON BEACH O. Chau Vu I Public Works Director ADDENDUM NUMBER 1 FOR SCHROEDER PARK IMPROVEMENTS, CC-1656 in the CITY OF HUNTINGTON BEACH JUNE 16, 2025 Notice To All Bidders: This Addendum Number 1 includes modifications to the License requirements on A-2. 1. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A and/or Class B, at the time of the bid opening. This is to acknowledge receipt and review of Addendum Number 1, dated June 16, 2025. First Trade LLC dba YMC Yahia Meine Company Name By 07/14/2025 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Frank Drevdahl at (657) 408-9138 within 24 hours of posting. Cell: (657)408-9138 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov r ' CITY OF [NB HUNTINGTON BEACH. Chau Vu I Public Works Director ADDENDUM NUMBER 2 FOR SCHROEDER PARK IMPROVEMENTS, CC-1656 in the CITY OF HUNTINGTON BEACH JULY 9, 2025 Notice To All Bidders: This Addendum Number 2 includes modifications to Section C. 1. The City is adding a Pre-Qualifications Questionnaire to Section C of the bid packet. All potential bidders must complete the Pre-Qualifications Questionnaire to be eligible to bid. This is to acknowledge receipt and review of Addendum Number 1, dated July 9, 2025. First Trade LLC dba YMC Yahia Meine Company Name By 07/14/2025 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Frank Drevdahl at (657) 408-9138 within 24 hours of posting. Cell: (657)408-9138 I 2000 Main Street, Huntington Beach, CA 92648 www.huntingtonbeachca.gov PWC Registration#: CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five (5)years has your firm been assessed and paid liquidated damages after completion of a project under construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner, owner's address, date of completion of the project, amount of liquidated damages assessed, and all other information necessary to fully explain the assessment of liquidated damages.) 0 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] 2. How man times in the last five (5) years has your -firm made any claim against a project owner concerning work on a project or payment for a contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identij,the claim(s) by providing the project name, date of the claim, name of the entity(or entities)against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed, and a brief description of the status of the claim[e.g. .`pending"or if resolved, a brief description of the resolution].) 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] 3. How many times in the last five(5)years has CalOSHA cited and assessed penalties against your firm for any "serious," "willful," or"repeat"violation(s) or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s) of safety or health regulations? (NOTE: If you have filed an appeal of citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it.) (IT) 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] 4. How many times during the last five (5) years has your firm been required to pay back wages and/or penalties related to state or federal prevailing wage laws for work performed by your firm? (Explain on a separate sheet. Identifil the claim(s)by providing-the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed, and a brief description of the status of the claim[e.g. "pending"or if resolved, a brief description of the resolution].) 0 1 2 3 4 5+ [Insert or mark with an Xfor number of times.Add the X to the right of the numbers shown] AIA Document A310TM - 2010 Bid Bond • CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place First Trade LLC dba YMC of business) 188 Technology Drive The Gray Casualty&Surety Company Irvine,CA 92618 P.O.Box 6202 This document has important legal Metairie,LA 70009-6202 consequences.Consultation with OWNER: • an attorney is encouraged with (Name, legal status and address) respect to its completion or City of Huntington Beach modification. 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) Schroeder Park Improvements Project Number, if any:CC No.1656 6231 Cornell Dr,Huntington Beach,CA 92647 The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety.shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 11th day of July,2025 First Trade LLC dba YMC (Principal (Seal) (Witness) YcA1-1 i'Gt. (� �� _6 ✓4 (Title) �sr a�s� The Gray Casualty&Surety Company ;y�P•'"".....dab _ (Surety) t (emit ' 'i1 (Witness)Vanessa ' • (Title) Zy } He ttomey-in-Fact fy"s. _— i °a etv Init. AIA Document A310T,1—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 AIA®Document,or any portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was created on 01/27/2012 07:23:12 under the terms of AIA Documents-on-Demand"'order no. 2008397483,and is not for resale.This document is licensed by The American Institute of Architects for one-time use only,and may not be reproduced prior to its completion.osi tto CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On JUL 1 1• 2025 ,before me, Christina Rogers , Notary Public, personally appeared Zyanya Hernandez who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of State of California that the foregoing paragraph is true and correct. +' r;.r•:rs^ CHRISTINA ROGERS Notary public-California WITNESS my hand and official seal. �'� '-- • Orange County � • Commission 9 24t 3205 My Comm.Expires Sep 14,2027 S IGNA PLACE NOTARY SEAL ABOVE / Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Descri 'on of attached document Title or type o ent: Document Date: Num of Pages: Signer(s) Other than Named Above: Performance Bonding 12/20/2024 10:50 507180a 57262 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY&SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number:N/A-Bid Bond Principal: First Trade LLC dba YMC Project: Schroeder Park Improvements,CC No. 1656 • KNOW ALL BY THESE PRESENTS,THAT The Gray Insurance Company and The Gray Casualty&Surety Company,corporations duly organized and existing under the laws of Louisiana,and having their principal offices in Metairie,Louisiana,do hereby make,constitute,and appoint:Melissa Lopez,Vanessa Ramirez,Jonathan Batin,Zyanya Hernandez,Jennifer Anaya,Joaquin Perez,Albert Melendez,Chrisina Rogers,Frederic M.Archerd,Jr.,Mary Martha Langley,Martha Barreras,Yu Cheng Chiang,and Erik Johansson of Tustin,California jointly and severally on behalf of each of the Companies named above its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver, for and on its behalf and as its deed,bonds,or other writings obligatory in the nature of a bond,as surety,contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty& Surety Company at meetings duly called and held on the 26th day of June,2003. "RESOLVED,that the President,Executive Vice President,any Vice President,or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings,and all contracts of surety,and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney,and to attach the seal of the Company;and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond,undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF,The Gray Insurance Company and The Gray Casualty&Surety Company have caused their official seals to be hereinto affixed,and these•presents to be signed by their authorized officers this 4"day of November,2022.„ft ala A of SEAL ; By: a SEAL ro- ,my A Michael T.Gray Cullen S.Piske y — a President President *• The Gray Insurance Company The Gray Casualty&Surety Company State of Louisiana ss: Parish of Jefferson On this 4'h day of November,2022,before me,a Notary Public,personally appeared Michael T.Gray,President of The Gray Insurance Company,and Cullen S.Piske,President of The Gray Casualty&Surety Company,personally known to me,being duly sworn,acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of,and acknowledged said instrument to be the voluntary act and deed,of their companies. Aid VI OVA WI-- �; Leigh Anne Henican Notary Public Notary ID No.92653 Leigh Anne Henican Notary Public,Parish of Orleans State of Louisiana ' " Orleans Parish,Louisiana My Commission is for Life I,Mark S.Manguno,Secretary of The Gray Insurance Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Company this 11th day of July , 2025 44 4441•00 I,Leigh Anne Henican,Secretary of The Gray Casualty&Surety Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Compaa1ny this '11th day of July , 2025 S T+ vVVt � � �goANCF' SJr� a BUR 6,6,(AOAr--)V ".I SEAL F ;',V SEAL � fib, 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 July 14 2025 before me, Hui Ting Yang, Notary Public (insert name and title of the officer) personally appeared Yahia Meine 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. •F + HUI TING YANG 4.0 N�a'. Notary Public-California Orange County r•' ��y/ Commission N 250045 °+t:•"�� My Comm.Ex'ires Jan i,2I2! Signature (Seal) --� y � ) THE Eth mil IRAY SURETY The Gray Insurance Company The Gray Casualty&Surety Company Telephone:504-780-7440 P.O. Box 6202 info@graysurety.com Metairie, LA 70009 Surety Bond Seal Addendum In response to the logistical issues associated with the Covid-19 pandemic,The Gray Insurance Company and The Gray Casualty&Surety Company, (individually,the "Company" and collectively,the "Companies") have authorized the Attorneys-in-Fact named on the Power of Attorney attached hereto and incorporated herein by reference to affix the Companies' seal to any bond executed on behalf of the Companies by any such Attorney-in-Fact by attaching this Addendum to said bond. To the extent this Addendum is attached to a bond that is executed on behalf of any of the Companies by such Attorney-in-Fact, each Company hereby agrees that the seal below shall be deemed affixed to said bond to the same extent as if its raised corporate seal was physically affixed to the face of the bond. Dated this 1st Day of January 2021 ag U R N J1.:0 8:; IF��;€ SEAL ri ik SEAL ';fj \y•` -- ..c , "t'''.7— . Zkr`•.......•• yC�••.... By: Cullen S. Piske President,The Gray Casualty&Surety Company Attorney-in-Fact,The Gray Insurance Company YMC :Hi, 14 i?Oi. 188 Technology Dr STE N Irvine CA 92618 ;;:: QRil` :^ 111G qm 4m-ro Bid Security-Do not Open For Project CC#1656 SCHROEDER PARK IMPROVEMENTS CITYOFHUNTINGTONBEACH Attention:FRANK DREVDAHL ti 2000 MAIN STREET HUNTINGTON BEACH,CALIFORNIA 92648 i . •/17 ANT I NG70 CITY OF -1_1 HUNTINGTON BEACH cs- ceGUNTY�;;�i'' Lisa Lane Barnes I City Clerk January 15, 2025 HZS Engineering Inc. dba HZS Construction 1403 N. Batavia Street#108 Orange, CA 92867 RE: Schroeder Park Improvements—CC-1656 Enclosed please find your original bid bond for CC No. 1656. 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 S - J✓c .-t,Ju7‘ SECTION C PROPOSAL for the construction of SCHROEDER PARK IMPROVEMENTS CC No. 1656 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 60 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bid Bond in the amount of 10% which said amount is not less than 10%of the aggregate of the total bid price,as required by the Notice Inviting ELECTRONIC Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for % ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature 1 6/16/2025 2 7/9/2025 C-2 CITY OF HUNTINGTON BEACH SCHROEDER PARK IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Estimated Item No. Description of Work Unit Quantity Unit Price($) Total($) 1 Mobilization and Demobilization(Not to Exceed 5%) $ Lump Sum $15,000.00 $ 15,000.00 2 Demolition and Removal $ Lump Sum $20,000.00 $20,000.00 3 Dust Control $ Lump Sum $6,000.00 $6,000.00 4 Rough Grading and Earthwork $ Lump Sum $28,000.00 $28,000.00 5 Concrete Flatwork(4") SF 440 $ 30.00 $13,200.00 6 integral Color Concrete Flatwork w/Top-Cast Finish SF 610 $ 36.00 $21,960.00 7 Concrete Header LF 45 $ 115.00 $5,175.00 8 Pour in Place Rubber Surface SF 3,500 $ 25.00 $87,500.00 9 ADA Picnic Table EA 2 ' $5,000.00 $10,000.00 10 Trash Receptacle EA 2 $3,500.00 $7,000.00 11 Bike Rack EA 1 $ 3,000.00 $ 3,000.00 12 Park Monument Sign LS 1 $ 15,500.00 $ 15,500.00 13 Site Prep.And Fine Grading SF 800 $1.00 $ 800.00 14 Weed Abatement SF 800 $ 1.00 $ 800.00 15 36"Box-Tree EA 2 $6,000.00 $12,000.00 16 Mulch-3"Layer CY 8 $ 285.00 $2,280.00 17 Irrigation Modifications LS 1 $ 22,000.00 $22,000.00 18 Solar Exterior Lighting LS 1 $ 55,000.00 $55,000.00 19 90,Day Maintenance Period LS 1 $2,000.00 $ 2,000.00 Total in Numbers: $ 327,215.00 Total in Words:three hundred twenty-seven thousand, two hundred fifteen C-3 Note: Bidders must provide pricing for every bid item.The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials,tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. C-4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or$10,000,whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class DIR PWC:. Dollar % of Items) Subcontractor License Registration#: Amount Contract Number SpectraTurf Inc C611 8 555 155 S Promenade Ave, Suite 854429 D-12 1000002615 $57,085.00 %17.44 Corona CA 92879 ,D-34 CamMer Electric, Inc. 18 117 S.Pennsylvania Ave, 1103398 0-10 1001035239 $44,610.00 %13.63 Unit B Glendora CA 91741 2, 13, 14, ScapePros Landscaping 15, 16, 1100 E. Orangethorpe Ave, 1114665 C-27 100138222 $44,679.00 %12.65 17, 19 Suite 252-F Anaheim, CA, 92801 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-5 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 7/9/25 , at Orange , CA Date City State Hamid Shekaramiz , being first duly sworn, deposes and says that he or she is President/CEO of HZS Engineering Inc Dba HZS Construction the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation;that the bid is genuine and not collusive or sham; that 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. HZS Engineering Inc Dba HZS Construction Name of Bidder Signature of Bidder 1403 N. Batavia St Unit 108 , Orange, CA. 92867 Address of Bidder C-6 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 SCHROEDER PARK IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons,as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. HZS Engineering Inc Dba HZS Construction Contractor By President/CEO Title Date: 7/9/2025 C-7 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 M 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-8 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. HZS Engineering Inc Dba HZS Construction Contractor By President/CEO Title Date: 7/9/2025 C-9 BIDDER'S INFORMATION e • BIDDER certifies that the following information is true and correet: HZS Engineering Inc Dba HZS Construction Bidder Name 1403 N. Batavia St Unit 108 Business Address Orange CA 92867 =" City, •" S State Zip. its " ( 549 ) 415,9556 hshek@hzsengineering.corn Telephone Number Email Address 1039476 A,B,C-8 State Contractor's License No.and Class 5/17/18. Original Date Issued • n5/31 Ps Expiration Date ' The work site was inspected by Joe Fadden of our office on June 24 The following are persons,finns,and corporation§having a principal interest in this proposal: Hamid Shekararniz 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. HZS Engineering Inc Dba HZS Construction Compa y Name k' Oe Signature of Bidder Hamid Shekaramiz Printed or Typed Signature C40 NQTARY CERTIFICATE' ',Subscribed and sworn tO before me this day,of. • 202 A notary public or Other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the; !ruthfulness,acCuracy,Or validity of that document. State of CCA:i.FbOa‘iCk -)' County of carl... ) 9 5' pn. -7-P1 6aczs. ocon&i -...Nckcv vuoti6-,'L Month,Day,and Year Insert Name and Title,ofNotal PersohallY.appeared eitYnkVA Vc&yn Nanie(a)of Sigiier(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 fa/her/their signature(s) on the instrument the petson(s),or the entity upon:behalf of which the person(s)acted,exediited the asittutent„ certify.under..PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true arid Correct. WITNESS my hand and official sea] i 0:•t:".".;, ANDRES°ROO:, '45 COMM. 2513734 z sato,PUOLK•CALIF4301iA ORANGEOXINTY _ r l' 291 if , Signature . „ - • Signature of Notaiy Public (PLACE NOTARY SEAL ABOVE) C41, Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right- of-way. Sanitary sewer lift stations of similar size, project work within public streets, an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. 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. LAUSD - 333 South Beaudry Avenue, Los Angeles, CA 90017 Name and Address of Public Agency Name and Telephone No. of Project Manager: Carlos Garcia (213)655-0411 $1,477,000.00 Schoolyard Greening 6/27/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Landscaping, Tree removal, Asphalt patching, New irrigation system, Striping. Provide electrical connection for The New Irrigation System. 2. LAUSD - 333 South Beaudry Avenue, Los Angeles, CA 90017 Name and Address of Public Agency Name and Telephone No. of Project Manager: Deji Ojo (310)741-9421 $347,000.00 New Shade Structure 5/13/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Furnish and installation of the new shading structure, asphalt pour and furnish and installation of new water fountain. 3. City of Los Angeles 200 N Spring St, Los Angeles, CA 90012 Name and Address of Public Agency Name and Telephone No. of Project Manager: Ramnik Mungra (213) 485-4526 $695,000.00 Sidewalk Improvement 3/14/2022 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Sidewalk repair, Asphalt repair, Tree Removal and Planting, Drain Installation C-12 • C-13 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. Hamid Shekaramiz Name of proposed Project Manager Telephone No. of proposed Project Manager: (949) 463-0164 Marltnn Schnnl New Shad Stnichtn. 347,000.00 New Shade Structure 5/13/20.25 Project Name & Contract Amount Type of Work Date Completed Lankershim ES-Green Schoolyard Improvement $1,477,000.00 Schoolyard Greening 6/27/2025 Project Name & Contract Amount Type of Work Date Completed State Park Digital Signage $527,000.00 Digital Signage Installation 05/02/2025 Project Name & Contract Amount Type of Work Date Completed 2. Mostafa Sadeghi Name of proposed Superintendent Telephone No. of proposed Superintendent: Mostafa Sadeghi (707) 494-2310 Marlton School New Shade Structure 347,000.00 New Shade Structure 5/13/2025 Project Name.& Contract Amount Type of Work Date Completed Lankershim ES-Green Schoolyard Improvement $1,477,000.00 Schoolyard Greening 6/27/2025 Project Name & Contract Amount Type of Work Date Completed State Park Digital Signage $527,000.00 Digital Signage Installation 05/02/2025 Project Name &Contract Amount Type of Work Date Completed C-14 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 $400. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 https://www.dir.ca.gov/public-works/PublicWorksSB854.html DIR's Contractor Registration Link—Call (844) 522-6734 https://www.dir.ca.gov/publi c-works/contractor-regi strati on.html DIR's Contractor Registration searchable database: https://cadir.secure.force.com/ContractorSearch I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on,be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code,provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. HZS Engineering Inc Dba HZS Construction Contractor By hshek@hzsengineering.com Email President/CEO Title Date: 7/9/2025 PWC Registration #: 1000529847 C-15 im UNITEIIREA',CASUALTV.;:.CTOMPANY" 148:,;Saband:Ayeritio SE P.0,,:a0x1:3909 --;Cbi.IbrRanib.§,. 399 l&PlAckgort0000: .Biti BONE!: RNoWriN1t1,1V TK$E,F'.05EK.FA 0.0:1*, IIZS Et*inetriitgltic:‘'OBA:WS c9.11.$.01.*ti.'0,0 as'P,rjr161001;liereinaft`oroaitettilloi6(ibbib0:,and Itie.O.NIT:ED:fjRE, OM1..(4t4:Pi.',:(0Mimy,ipi-.00rporotforyiii4ty . ;., . organized under the laws of The State Of IOWA,as S. rotyi.noreinaffOrfoalladlhe Surety, are held and fjrMlyibotridprito Thkcity:or tiolitipgtorty;Sq.cli .. _. ok.p:bliOok,flAtOinOftebii.eAltio Obligee in the sum 'Tell t of Percent Bid . . , .. ,.. , . „.,., • . , , , . .. ...„ , , ,.. Dollars (*16.1,,liof,tiii, pforIll:PEParrePt:Pfmlliclittgn*all:and truly to rriP0,i'00',"*Ici prinpibio!and the said Surety abkty;.,:bind otii- blit00,,piir li64:.6teet:itars,-, administrators„successors assigns jointly and severalty,, firmiyiby, .tbeso proAor4, • R...0.*the Prinpip3Np!pttordittod0 'IA for „.. . Sthr6tMer:P,Ark:improvements' , NQW,,THEREFORE, ;the Obligee shall the bid of the Principal the Principal shall eriterifitO'a;cOntra4/Witli 11.1.0,'Qbitgeeitn accordance*itb tbe,tOrnip:of.Pubh bid, and.givePtich f;,orio,or bonds as may beEspo6ifiedin 0,10,bidding or contract documents witk;goocj and sufficient surety for the:faithful 0,Orfo,(mOnce.Ot.such contract,arlo,fOt,toe,,prompt and Material furnished in the prosecution thereof, bt.[071fieeVorit,',of lnklAti*-0.0tO Principal to enter such contract and;gii,e0iiieft bond.,Or'.:bod§i, if.th0,. Principal shall,pay to the Obligee the difference not to exceed the peO8VhOr0Of:botv;i00:00 omporg::.oppoifigo';A: ..o.jcpp):0 go such larger amount for which the Obligee may in 9o0cflaitn contract with'another-party:to oaiforrn the work 0Nte:rooTrif1 said bid, then this obligation‘ shall be null and void otherwise .„.„,. , .„„,,. . ..„, .• „ ...... , , tO"ternairli,triltjlf:foroefand:effoot Signed and;seated this : tt.i . day of '414.[Y. 20 2025: 1-.1-.ZSEird. eeting Inc OBA fIZS Construction , . . .. ..,- .... , , .. . ' ' Ida& ' By. ...- .:.,..-:-.: :, ,..,, q,i1-4,,:4,, . .., :., , (Sept) 0?0q91P/0 -- ' - '• • . ....C'eC) ..... , (WITNESS). - .. Ti... ) , . .. UNITED PI: : g CASUALV,COMPAW? (Secal); TYA• „ . . , (WITNESS) 4 : le L. '.:.Done' . RNEY-IN,EAdT) .,.. CONY boo.' O69.4 ..,-........, „.........-, ,,, ' ". . ..... .. ..... .. . ... . ... '.3A0E3V0311W.N N\Ifil /31110(S) N.I.DIS. '... . ,. ($0.1)04:4N4:86.(g)Nbg83ct.40,B MR ;.9NriNa$311.43.0.5t IN91.$:.:. . ....:. ....,... ...itbiAidb,oci 40..'.9iVti. . . .. . . ... . .... ..„ ... .... . .... . .. .... ....... ,.....- - . . .. .., . . . .. . 0404:01a ..,40iv.A. N.pb/N.: 108\ittio.E-J., ...1 tg)33ISrlal0 ,..42,YA-V1'.ABN.1.0..)010: ......,tgOV.8...A01:1381MIN . . .114. 0.0 :.t.:1110100., '..S'13N-II:JVCIEl.'' „ . . .. ...LNIA11)-(j.C1,A0 Adidila.jliii.,. . ... . , :(S)$A1111 .... ...- .7 ob.:0 ... • r-wncirAtaNIO Ojtt4i1bOdqt.1=t6VLiAi.A.0140114i100-.1.., '13Noistwto.410v00 Ii1j0, 44-44.0.:14.04.400..110.4-440.1611,0.P4.44.0.A9,40:1PIPP Puq'-414.P4M200 tji.Cii5.,;'00tAt ):',-k,to0ti:.0:101.iifijOiA,..0:10-.4.40:44444:06.49.00): 0t.,.$1../1.019q,,p,40 aqt 1,16tvoqi. 1.81140.11.40. .;,'. 1 cid.kieloN4o:...ainm-y615:' 117c71:;;;;;:i7rtP1204: 4'.. ..,_, 1 , .,... . .. ... .. ....... ,. „ „. ' . '4510;s7Zie.•04)s0awic9:. ?ti,04:411,-;, .. . • • 1 • . - . - ..., • .._,_ ..., va, Nfr.nsiseOf 3‘ \•?1:s-2',"*-t:-.'"I'"?-':' ,z, plui0207...onn'd:k3,,,viri 'itOAt.i?!40"'00'S PaPq'.A..W.S00,.1,1M , . ' - .,. ... .., . lo,p,iip 0,0 0m.,1 pltlici.e,:i,Ppi4p.Opplp:40.1c1 41-1,1i.0-11:::6040.1)(80 1:0.;":4P4$ .L:Ii.i.O'sP101'04.:100(,14.-.)8.018.1.0.40 Al]-NiN .8 40.0.9n,'440..0,1 i. . , ippOrplp.oi .94t.P.91000xa':,r).942e:(t)tidd,01:4',.044ilkIti-4.1E110.413.0CIff-Aii(10. 4(14.40 1400:0404 qiit.111014,17CH 401' Oqi:0.7016111106rS:-.110(41/.1614/ L4'''.(110!..ifOUO.,;(§6.1)40c1040i:op0,,.4..0t..07)0qt. ,ui soles ,.,p01,i165;ce Aet.0/0t0/914 TO:ift ew o4,06009(gpfA0 ',0:t461p0cil0J10ti!t*.iffiX 04 0,1.0:6(10o0.$,0,0/4 Oypt.ppu-a5o,giA:(s);09%,idcl.,6qyao.61. 6ii600.4106*0§..A0*:(0.4:00,.:6.04.:.6)fpo)8ojd 41401.:( ...161..00ci ee* epqrpaipadd6:AitOtto'sj6d, !oitott8:44. 1.,ON:`PJ6n,:?!4910-.)9e•u4.4G 4.P,44..p.491c1 - -:-5-s,.,..-;•%:-.L., uo. .„. I • .'•-•-- ' ' '- '....• - ' . .... - ' •• , . . - P4,n/t,1A. lq.61.02.0: ...... .. . .. . ,. . .. _ ..„ ,... ...„ .,,.. , . .... . . 01P4011100- :'-'10:045$1 ... ..,, . - '-"""- • • ' •--"" - "•... '. . .,... .. . ,;-/Y0.a.40.PPI•?91: ,i0.,0014A..J0.'ifb.Orib.1.01.§ .614/),)41174)::'6,14:40.1),POp;V:0001p:qt:pmpilgm'pcivolciAkonypyinoop 64p0.0.0. ci(.1m igtypifpufq),J0'4/1qaprotnAjuo....soygoit qlepmpap.-.SItit5tsgtaiduAi),,i4offm ..161.go J6..‘.51Ignd 416791V Ai. Ii400 -imoz).tit,.:0:v.4:$Q5j1n411V,VIN;op,AtivP. ,. N ill . :fg .vNn..-E-0.11. 11..4:c..A.5,1..1.8rry,-compANy,„,c1RApc,,RAND,s.,jA •v. .ITE-1 113:t'44-NON.N.TfY4:00.0Ne VPIISTE R IN PNA:INclAliPlcciFtg iNg.IIIANWRQMPAt,4,1`,6 /.0,(61.4.:,F..4,kik trAuittesH S.-uret)--.V ttill„ttrn I I ii.geton4 gk.,"#.::,5,E'• N .... ..- ..„, , :sCedorAtiffids:',IA,5/.44)) .'cE'RTIFIEDt01):YbV2P0,wCg,Or.m7.*Ney- ' (origiilatowtite•oi Home Offic“)f:(22401patw.;—i$0.c'Q.4,fflatkir,if 'i.tilN0....8.Y.MI!RAR.$01.1:S,1),Y 11-IL$E.:.plor IsTs:':That Poo'Fi.!*',4;:.0:401(y,c:',iiii0.0.i)i.:,:ko.$4,700*.i.f:d.i.v.eiTgifriiikd 004..dxiMing unk101W.O.i.,:: of the State of 1,0*a,Utilieicf rite R.lidetiii)kr.6000;•;ticorporation•iiit0'.orkiiiii74d and eii540g;tiodtr,thg,laws ofillie-;.StO.::4,rexa,s1 anf: i:i.inpcii1;i000'.104,4.1#'C.6i0KgiY. t.:OliiOliOi'44YF.015440040iidiOcjii.ifig.:,i,i4i4f.t.(b ,,:l4'Xi(t.4e:;$00:!-.4t.'.g.41i4Iiiiiii:Itidren tfi&c,11 .01(011*l. ifieebitirminiei)',piiii fiatiqidieirtorporate li.o&inattersifti.( iill.i1:•*•dstiaie of towa,Ageplat:ga,g1.14.i.iii'i4-.4tid...Ktplioiiii ,... , ,.„. , .„..,......., . .„ .„,,..„ KEyo,i .);% :i-12T.p.;,, ,JES :TcA GARplA,,AARat,f..FOBURq,, J6DIE:tEt DOWER, 'ENNANtitt 4.0110tLA, 'OkOff 4),40,t),.10/ALKY • 1 i 1)10: i,''444..*Dit. ii4Intnty0.4i1.".0cr with power and allifiOlitY:he01*,Olif,iacd49,,sjgaiti:•501.„*d..tc.04§•iy us13.001f M10*.ftii t26fids., w34004141)0:40§t4griMielltqTY‘ 10,41iiti#,..o.c'stinitarilpife l'irbVitiiid tfialib single obligation slid.dueed;!,$50,,600;00.0.:.,i.*: x14 to Oit0e;;Pipp4144.:71ite0S!--As.:1• 11'y and to il. '§Of41&'04:COt..4.if s110.*4-4.***ie;$4.-.4A4A):y'diedut9::04dioriied4flig6:leditht'‘Oi.mpaliks:,; thAat.x.!..**w$)7.W4A10).*y.,..tilitst*t to t.1.*.',.iOli.prty.,:hereby gfre4ipndbreby.r.54iffed...a4dcfotifgpigd. ..,._... , • •17,1*.WiithotOk'rli*by ii.04..§.4.0':„0;11i.0':044,10.t.:d3y,...of: AOrirT:i 2bgp unless sooner revoked '•,by United tire•4:ro:idtky pp*paorjliiiiitcrtir0,*;;IiiAgmttiyy:0)(iipAny,:*1.04ridAtP4cific:40S.000:.C,:iiiiit)44.., ,.. 711iliP6iliti.lif.:Atioiii4iii:niide add aecatediitithilAnt:to.apa'by.aiithoiity.of iii -till(414byl ,:v Ally'adopted by the ards of Ditectors of United Fire&CisualtitOoloslay„0:diddfire.'.841niktilit4y.000,00),Y,,:'00..:fin0.04P#4Kbi040.0 ,.0044.•$,., .•.. ... :... , .. . . ;`.,.*iit101:.-,`•.stiiify".43044i'itiittlriiteifitpilii5,"• • , ;•:§6019if:':',‘,-41,!.041.011•1 ',PLAt..tAmixtiittr.4,ci.,c''..111.,,P.:i.4i0,0 or dp3('''YiC:9:15r.014iit.i‘0 aify'ailler.Pill*:.61*-i4''06thlf*.is':#14Y-fro#1::'ili'lg 4.'tit''''':014:4'ik by:°11:d"e!'''' eni.f104-! ttini*1)4*.it-J0)ax:Ip!:ioiAf.'pf..„0,,c..j:'11p :45s.1.iii:ple0ijii3i of police of inAli4i4frina ,•tuidzttakiii'4!--00-.4031#:,0b1jgalcily in..krur(*t•:pf:IOgg'pp.0 the.siglitur6tAly::01..it:oi',0411rili4-1Y',#94*C9.:4).•00fe .i1,OfT+IY:i9--*IgVia"Fi040':f9 631:00"..irf440:Iii4:ot't6:i41:0**r.',"of attP3,1i.q;•Ftr;...50,f014.1k9#PJ-' 0wr`*•tillo4i*I!hereby stub:Og44i.I.4*'41,4•5,01,.-80i,eq40di bOilg4diitsieiVtiiiq;'051iiiiora 6...!ilWirkii6(...4,40*0.....iimi:cif3T4;..,04,0,,.4ii0i4i 441.*'t1:*: (o#02:4-:.,:4i--,tig.:44-3,0:41.4iidipg:A.i900:.14e: 0,11pFig:with‘al,same fOi16,aild.41f0e(ii•*"d*Eh.iii•biiirAly'arciet*,ISiulf'klacifiiqiii.;iii4; ;Ai:jt.:ct to ili:0470,449,4 ,0;gc.9 r ii+04.-iesi)dit4,. .::de4ifli:Ov,:.,Of-0000,4011)074:44:09,kei36. iiitieoic.ciliit-4.1)reby'theii:, iiiialixi.4•iiici::&0*iiiii,:bt.'AnY,i*:fr.jiy,itil:iienj44,1.qA;443:ilk's-0 1 lii ..06111.0ailf41h0t40: Mg*4s14t111-0;0i.'Mj4',044.4i.741. ".PP4igi0t4ii3Ot 44',iithii.F‘04:f 4fliliOstitailis:iik4i*:arIY.,:ii.10 63.0:*:4kOir-.044,4*fic4it.31 ... pmvio,kii,e.,...lp‘4x,i 'ati'qpJq=4,14-.ct„ . ... .. . ....tg‘wtrwss•,mtnE—gEor-,.i1 ie,:CONIPAN It§'fialivii'dii,:s.&I these presents to be'..sivied l'iy•ritF., , - --i- .L1/4,,,,,,. ---'•„.":.'i;ls"..°15$,;. -,. ,.-..eSst..9.4.;:t4. -,tcgpfsp,.(l'e)lit lid.its' orfiogitt:sal to be-ket.0,affixo..04,s,,,rst day of Api,11, Q024 4.."-,.- - .,-1,...;. .44,,:,F-- .- . :. f,.v 1:iit...-le9e4).01 . . ffe.50q6nAit 'AS:i:-. ',:;-::-",=60.'6.1(4*.kt:C.:1W,`.by :i',0:11i trNiTEt).-FIKp4i(.3.01.1ALtYi OICIP.ANY,'`, t'.1 1:=-; .,.('---0,---•9.1:2.4.Z; '',., :.- •:It..Ff •UNITgb•JFIR4y.kIN,Dttspit,W Otif,,,,i0.4f,;tt 1,. ..... . 4...- -- --.4r •%.,— ,4.4t: ,J.:i.4----,t,s,'„,4.43;. „4,,,,,, _.....,N,., ,,6-4, -:,,,,,, - •...,,,,,,-.. ''.4;;;(,:ilsiPty.,:fs.".114"' VINANPIAL PSgIFIciNspRANQE'f:XjMPANY' .114tRPO't% '. triti,03i0, --- .. ,!•..tr!ellti,i. :.4,r,ouve• •.9,16,Q44...‘. - . •:',.',,,'' 'i, •fir.4z-44_, ,. ,gtge,6tioviiNtotiiiy:ort**. . „. . .... : '-Vic .r, sickfit On 1: •t-•44,Vi.:0;A pti i„.:2024, bore•tri,q;A:et.., '06.0:Ty: .;itt..41i-itia I$4'.,-,..S.4y.1.61- 164fac'i&oi9j1;,• 1*boix2))s,!'i ;a4br..:,-,Aweiji,:,'sg-4 40§4'*.i.4#;,F.tilat§Ii&.:i‘Isides:,iii:re'do.,Rapia:;SOte of Tow•:4,:.that,.$4e i„5,4‘)/71cg...PO.sj$10;0:PP'itg: fit '84! 49,011y..":06.ipai:iy•<••,a.Vice President Of United it.i.te;.*,J,0411iit4y;gooilioyl 4.0‘..t:-Ve i>ii.-sid.ent of Financial PiikAfit bastiraw.c: Ori)pap.y,the corpoiler0•40.0*0.13 in 04,-*hicii..:4i;4:fito-tbd,lliiove:itisonwlit; that slie.. 10.iis,....the4o:.... r ..544'comoOtkiii;s;;140 the seal affixed:* 11: *iii,, is corporat:p,:sepO,lat it was ; 64ffiXed;0400(„0:plitb.ofit g„iiieiiby,11W,13bAutiprOirqgli. ,pf.:$441..4q-por,gii2,rI.5:•,40.4.14.:t::;sli * .iic, narlic.'Alfe,.r.etolif**446.1k0fAior4y,..Iii'dacimoyJe4e'slsOle.,,ip.*:,i1 ,04.,.Ati.d.,4001-0i4.".,.041§.00.0„ „. , oit•;;;,, : .i:Pgi•aiiyaiodosr, • . I t, 5 losotatateal tO Commission ei ' " 1 Notary tiiiiiio! 1":;cipmission expires 1Q/20/.2925, : . •:,.. .... . .. . . My toradissioa.evirs:•16/i640......5 ,• .,. '.., ..., . , 1;.Miy.A..13grtscit.•-•ASS10.**Ot.*.a.tV.040:TifOitastuilty.:•Compaiwa.11:4 Aolitl•Rt•.:•*Fet1y,olliii.tt'o174*4:11-14.04iiY.:cd *Yd•Mii*Ok ,(S. :iio,iY'.i.-if 00004 Pacific iiisupnee'..t.ompm*,19)1-iribY:C,Oify.that i leave compared itio.::forzoog.,copy,of i4e-Power„.0):Attopgy.an:446A1V,g,.31P4; fife-copy....aitio:1§ itioitO.f.1116'4ywkaialeg6Iittiiiitslit:sid..eotrorp.fionsAsisfiAlf,iii:40,4!'..e0,;.41,g14,301-11 ..iyi4th0(2.,/1 .0.1ty*.ivi..;,S.•;61.1:41*.IN.TFIt 'HOW OF,P•letbr: Ata,,coiPOPAti0.Ng..144.f.t1*'tl:ie-:,§.*.i'a!*cdfree.tq•tiuiscrii)ts illemol."and 4rillg-.NYli0i..nt 0*.i.410:tign141:: and that.11* 4, 0,. .... ,.. ...„ , . Power dt Ait010Y.:Ii ,".-.40150.*Ov,Okixt,:an'‹Fis:uow in lull*cc A4,aro., qn,,tssiii-goilyi,,11..ion.,h:ii:e0ip-#0.00,:tfilscribeii myiiianl -aaaffixg4,iliq.cpjlipOte.041,of Corporations wij,'Aili,..f. day of July: , , ..... .. .,.. .... . ...... . . :,-.•20;25 ........ ...,..... y,,,ott IfInfil; ‘ ':."444.4.5'•''.79‘:V.,. ., , .P9•11:t4.,.\‘ 1%_, 0 • •• • " ...... „ . , . ,. . .,.,.. ',....4-1 torrioNti*:...-;: 0,,otoowE it Iii'... .,:v4.7,4,v,:,c,,,,.:41- '3.,' '' ' ..' ,A- .1.E•`---*--.,:it-1 2_4.I ,,,.--..-4,-;: 12 1411 taw • V :'4.4. : -:r•C• % .. .W‘T-. ;4'...i 1V;C,`4 4"/$1 •'' '• Assistant semtaly,, .1.fci, .- •cor:'.-..:,. V•4 •• ‘.... •-v?.',..Af.0VN*V. ''''' **.At•=1.1,te;%' ;;tsuirsvo, ., 4,-.,."".„0, ;:c1FOP'•:0,PF.841,-0 FFW. • - 9,,i,a‘‘‘ ,V,II:r.,,,-,: •--`4.!P.T?`.." '-.1.14""!,"''.' " ••••••.• • -..,•.•,:•'•''''•' ,!:'• ,