Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Wright Construction Engineering Corp. - 2025-12-16
RECEIVED BY: CITY CLERK RECEIPT COPY U kt h y MCC-AM v, Return DUPLICATE to City Clerk's Office (Name) after signing/dating IZ/ Zq I (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION le TO: City Treasurer FROM: City Clerk DATE: 1 rLk% 1�j SUBJECT: Bond Acceptance I have received the bonds for \IV( 1 h4"05Y1 V(41n1_jy')/1.11. r i i / l b rp. (Company Name) C CAPITAL PROJECTS (Includes CC's and MSC's) I ' Performance Bond No. SD59 '14ll`-1 Payment Bond (Labor and Materials) Bond No. 50�-ty Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. Approved 1-2 /V/2 r (Council Approval Date) CC No. Agenda Item No. 3 MSC No. City Clerk Vault No. OO.SO Other No. SIRE System ID No. a _ g:/forms/bond transmittal to treasurer �I(11-1 i l7fiNG70- 2000 Main Street, Huntington Beach,CA `° 92648 s City of Huntington Beach APPROVED 6-0-1 �GNNTY CP�\�oQj (TWINING-ABSENT) AS AMENDED BY SUPPLEMENTAL COMMUNICATION File #: 25-936 MEETING DATE: 12/16/2025 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: Michelle Galvez, Environmental Specialist Subject: Accept the lowest responsive and responsible bid and authorize execution of a construction contract with Wright Construction Engineering Corp. in the amount of $293,249 for the Bluff Top Slope Repair Project (CC-1815) Statement of Issue: On October 21, 2025, bids were publicly opened for the Bluff Top Slope Repair Project. City Council action is requested to award the construction contract to Wright Construction Engineering Corp., the lowest responsive and responsible bidder. Financial Impact: Total cost for the project is $402,236 with the breakdown as follows: Construction - Base Bid $ 293,249 Contingency (15%) $ 43,987 Materials, Testing, and Inspection Services $ 65,000 Total Project Cost $ 402,236 Funds for this project are available in the current fiscal budget as follows: Infrastructure Fund Acct. 31490015 $ 402,236 Total Funds Available $ 402,236 Recommended Action: A) Accept the lowest responsive and responsible bid submitted by Wright Construction Engineering Corp., in the amount of$293,249 (Base Bid); and, City of Huntington Beach Page 1 of 3 Printed on 12/10/2025 powered by LegistarTM 1454 File #: 25-936 MEETING DATE: 12/16/2025 B) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney. Alternative Action(s): Do not approve the recommended actions, and direct staff accordingly. Analysis: The existing Bluff Top slope is showing signs of distress, including localized failures and surface erosion. One section between the two Dog Beach parking lots has already failed and requires reconstruction of approximately 77' x 44' of bluff top. The project scope includes unclassified excavation with saw cutting, removal, and disposal of asphalt, vegetation, and miscellaneous debris. The slope will be rebuilt with slope benches and reinforced using Geogrid. Geogrid is a strong, mesh-like material used in construction to reinforce soil on slopes, retaining walls, and roadbeds. It has a grid pattern with openings, so soil or rock can "lock" into the grid. Geojute erosion-control fabric will be installed across the entire slope face and planted with drought-tolerant landscaping. A new four-zone irrigation system will be installed, including a solar-powered controller (without cabinet), conduits, valves, and all associated appurtenances. The contractor will provide a point of connection and tap into the existing water line. To complete the project, 4 inches of new asphalt will be paved over a compacted subgrade, and a new redwood header will be installed at the edge. Access to both the lower and upper beach paths will be maintained throughout construction. Bids were opened on October 21, 2025, with the following results: Bidder's Name 'Bid Amount Wright Construction Engineering Corp. $293,249 Oppenheimer National $327,327.75 Jeremy Harris Construction Inc. $334,646 Matcon General Engineering Inc. $345,672.98 SJD&B, Inc. $350,961 MDB General Engineering, Inc. $354,596 Heed Engineering $359,250 Capo A General Contracting $368,271 Azas Engineering Inc. $369,395 OrangeBlue General Contractors $369,570 KASA Construction, Inc. $407,640 Clarke Contracting Corporation $431,635 HZS Engineering and Construction $437,280 James McMinn, Inc. $440,790 City of Huntington Beach Page 2 of 3 Printed on 12/10/2025 powered by LegistarTM 1455 File #: 25-936 MEETING DATE: 12/16/2025 Ortiz & Son, Inc. $447,313 Lonerock, Inc $480,710 Premo Construction Inc. $484,306 J/K Excavation & Grading Co., Inc. $503,860 Staff recommends awarding a contract to Wright Construction Engineering Corp. in the amount of $293,249. Wright Construction Engineering Corp. has successfully completed similar construction projects in other cities. The total project cost is estimated at $402,236 which includes the construction contract, construction contingency, materials testing, and inspection. Environmental Status: This project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15031c under Class 1 of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. Strategic Plan Goal: Non Applicable -Administrative Item Attachment(s): 1. Contract Agreement Summary 2. Construction Contract 3. Vicinity Map 4. PowerPoint Presentation City of Huntington Beach Page 3 of 3 Printed on 12/10/2025 powered by LegistarTM 1456 City Council/Public Financing AGENDA December 16,2025 Authority Professional Services Agreement with Moffat& Nichol to Extend the Contract by Two Years Recommended Action: Approve and authorize the Mayor and City Clerk to execute"Amendment No. 1 to the Agreement between the City of Huntington Beach and Moffat and Nichol for On-Call Engineering and Environmental Consulting Services for the Davenport Bridge in Huntington Harbor,"to extend the term by two years. Approved 6-0-1 (Twining-Absent) 30. 25-850 Approved the Grant Agreement for the Fiscal Year 2024 Safe Streets and Roads for All Program through the U.S. Department of Transportation, and authorize the City Manager to execute the agreement (CC-1830) Recommended Action: A) Approve and authorize the City Manager to execute the Grant Agreement under the Fiscal Year 2024 Safe Streets and Roads for All (SS4A) Grant Program, Federal Award Number 693JJ32640015; and B)Authorize the City Manager to execute the agreement(CC-1830). Approved 6-0-1 (Twining-absent) 31. 25-935 Accepted the lowest responsive and responsible bid and authorized execution of a construction contract with Harbour Constructors Co. in the amount of$152,300 for the Tide Check Valves within Huntington Harbour Project (CC-1774) Recommended Action: A) Accept the lowest responsive and responsible bid submitted by Harbour Constructors Co., in the amount of$152,300 (Base Bid); and, B) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney. Approved 6-0-1 (Twining-Absent), as amended by supplemental communication. 32. 25-936 Accepted the lowest responsive and responsible bid and authorized execution of a construction contract with Wright Construction Engineering Corp. in the amount of$293,249 for the Bluff Top Slope Repair Project (CC-1815) Recommended Action: A) Accept the lowest responsive and responsible bid submitted by Wright Construction Engineering Corp., in the amount of$293,249 (Base Bid); and, Page 12 of 13 City Council/Public Financing AGENDA December 16,2025 Authority B) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney. Approved 6-0-1 (Twining-absent), as amended by supplemental communication. 33. 25-937 Approved the Execution of a Landscape Maintenance License Agreement with Nash-Holland 18750 Delaware Investors, LLC for the Paxton Apartments Project Recommended Action: Approve and authorize the Mayor and City Clerk to execute and record the Landscape Maintenance License Agreement between the City of Huntington Beach and Nash-Holland 18750 Delaware Investors, LLC to provide installation and maintenance of landscaping and hardscaping improvements in the public right-of-way for the Paxton Luxury Apartments Project. Approved 6-0-1 (Twining-Absent) PUBLIC COMMENTS -NON-AGENDIZED ITEMS 3 minutes, 9 speakers ADJOURNMENT—8:31 PM The next regularly scheduled meeting of the Huntington Beach City Council/Public Financing Authority is Tuesday,January 6,2026, in the Civic Center Council Chambers,2000 Main Street, Huntington Beach, California. INTERNET ACCESS TO CITY COUNCIL/PUBLIC FINANCING AUTHORITY AGENDA AND STAFF REPORT MATERIAL IS AVAILABLE PRIOR TO CITY COUNCIL MEETINGS AT http://www.huntingtonbeachca.gov Page 13 of 13 \oTIN�T� CITY 0 F , \pko(oN-57 c,. 5; HUNTINGTON ' aUNT; BEACH To: City Council CC: Travis Hopkins, City Manager From: Chau Vu, Director of Public Works Date: December 16, 2025 Subject: Supplemental Communication for Item #32 (Accept the lowest responsive and responsible bid and authorize execution of a construction contract with Wright Construction Engineering Corp. in the amount of$293,249 for the Bluff Top Slope Repair Project (CC-1815)) After further review of the Request for Council Action report for this item, staff recommends adding a new Recommended Action to allow for the Director of Public Works to execute change orders up to 15% of the contract amount for project contingencies. Therefore, the recommended motions should read as follows: A) Accept the lowest responsive and responsible bid submitted by Wright Construction Engineering Corp., in the amount of$293,249 (Base Bid); and B) Authorize the Director of Public Works to execute change orders up to 15% of the contract amount; and C) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney. SUPPLEMENTAL COMMUNICATION messing Date: /2//W-Z_,S.____. Venda Item 332(025= 01.3L ) Office: (714)536—5345 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov CITY OF HUNTINGTON BEACH IINGTp4/ RCA Contract Agreement Summary OUNTY���i� GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT 12/16/2025 Public Works-Engineering INSURANCE STATUS STAFF CONTACTS) In Review (Risk-Management) Joe Fuentes, Eduardo Okamoto-Cerda, Michelle Galvez CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT $293,249 30 Days VENDOR NAME+TYPE OF SERVICE Wright Construction Engineering Corp. Construction Services TYPE OF AGREEMENT(Professional Services,Service Agreement) Construction Services Agreement - Reconstruction and reinforcement of the Bluff Top slope PROCUREMENT On October 21, 2025, bids were publicly opened for the Bluff Top Slope Repair Project. The lowest, responsive, and responsible bid submitted by Wright Construction Engineering Corp. SCOPE OF WORK The existing Bluff Top slope is beginning to fail in certain areas and exhibits signs of surface erosion. Reconstruction and reinforcement of the Bluff Top slope, provide stability and prevent further erosion. OTHER:Bonds,Special Contract Terms,Emergency Performance Bond, Payment Bond, Certificate of Insurance H 3 CITY OF HUNTINGTON BEACH 1457 .1 I CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND WRIGHT CONSTRUCTION ENGINEERING CORP FOR BLUFF TOP SLOPE REPAIR CC-1815 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 WRIGHT CONSTRUCTION ENGINEERING CORP ,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 BLUFF TOP SLOPE REPAIR CC-1815 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. CON TRACTOR 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 Confract.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 Two Hundred Ninety Three Thousand Two Hundred Forty Nine Dollars ($ 293,249.00 ), as set forth in the Contract Documents,to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten(10)working days after the Notice To Proceed is issued and diligently prosecute the PROJECT to completion within thirty ( 30 )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 Two Thousand Five Hundred ($ 2,500 ) 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 CON I`RACTOR to determine whether to approve the Change Order the Demand seeks. The DPW shall act on the Demand within fifteen(15)days 9 16-5195/City Funded Construction Contract.docx—revised 04/2016 after receipt of the additional information or within a period of time no greater than the time the CONTRACTOR took to produce the additional information requested,whichever is greater. D. Notwithstanding the thirty (30) days to submit a Demand under Subparagraph C, in the case of differing or unknown site conditions, immediately upon encountering the conditions, CONTRACTOR shall notify the DPW in writing of the conditions, so that the CITY may promptly investigate the conditions. E. If the CONTRACTOR disputes the DPW's written response on the Demand, or the CITY fails to respond within the time prescribed, the CONTRACTOR may so notify the City Engineer,in writing,either within fifteen(15)days of receipt of the City Engineer's response or within fifteen (15) days of the DPW's failure to respond within the time prescribed, respectively,and request an informal conference to meet and confer for settlement of the Demand. Upon the CONTRACTOR's request,the DPW shall schedule a meet and confer conference within thirty(30)days to seek to resolve. F. CITY and CONTRACTOR shall execute appropriate Change Orders covering changes to the time or price by executing the Change Order by mutual agreement. If the CITY and CONTRACTOR are unable to reach a mutual agreement,then the City Engineer shall issue a written decision on the claim within a reasonable time. G. Following the meet and confer conference, if the Demand remains in dispute,the CONTRACTOR may file a claim with the City as provided in Chapter 1 (commencing with Section 900)and Chapter 2(commencing with Section 910)of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions,the running of the period of time within which a claim must be filed shall be tolled from the time the CONTRACTOR submits his 10 16-5195/City Funded Construction Contract.docx—revised 04/2016 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 fmal 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 extendingthe completion date as in its sole judgment the findings P J � g warrant. 14. PROGRESS PAYMENTS Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, five percent (5%) will be deducted and retained by CITY and the remainder of the progress estimate,less the amount of all previous payments since commencement of the work,will be paid to CONTRACTOR. When CONTRACTOR has, in the judgment of DPW, faithfully executed fifty percent(50%)or more of the value of the work as determined from the bid schedule, and if DPW finds that satisfactory progress has been and is being made, CONTRACTOR may be paid such 11 16-5195/City Funded Construction Contract.docx—revised 04/2016 sum as will bring the payments of each month up to one hundred percent(100%) of the value of the work completed since the commencement of the PROJECT,as determined in its sole discretion by DPW,less all previous payments and less all previous retained amounts. CITY's final payment to CONTRACTOR,if unencumbered,or any part thereof unencumbered,shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Provided,however,that in the event of a dispute between CITY and CONTRACTOR,CITY may withhold from the fmal 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 PR.O=ECT 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,CON 1'RACTOR shall,as penalty to CITY,forfeit twenty-five dollars($25)for each calendar day or portion thereof for each worker paid(either by CONTRACTOR or any of its subcontractors)less than the prevailing wage rate established for that particular craft or type of work. 18. CALIFORNIA PREVAILING WAGE LAW A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by 13 16-5195/City Funded Construction Contract.docx—revised 04/2016 resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement,as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit twenty-five dollars ($25) for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 19. CALIFORNIA EIGHT-HOUR LAW A. California Labor Code,Sections 1810 et seq,shall apply to the performance of this Agreement;thereunder,not more than eight(8)hours shall constitute one day's work and CONTRACTOR and each subcontractor employed by its hereunder, shall not require more than eight(8)hours of labor per day or forty(40)hours per week from any one person employed by it hereunder, except as stipulated in California Labor Code Section 1815. CONTRACTOR and each subcontractor employed by it hereunder shall, in accordance with California Labor Code Section 1812,keep an accurate record, open to inspection at all reasonable hours, showing the name and actual hours worked each calendar day and each calendar week by each worker employed in connection with the PROJECT. 13. Pursuant to this Agreement and in accordance with California Labor Code Section 1813, CONTRACTOR shall, as a penalty to CITY,forfeit twenty-five dollars ($25) for each worker employed hereunder by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than eight(8)hours in any one 14 16-5195/City Funded Construction Contract.docx—revised 04/2016 (1)calendar day or forty(40)hours in any one(1)calendar week in violation of California Labor Code Section 1815. 20. PAYMENT OF TRAVEL AND SUBSISTENCE ALLOWANCE Section 1773.8 of the California Labor Code,regarding the payment of travel and subsistence allowance is applicable to this PROJECT. 21. EMPLOYMENT OF APPRENTICES Section 1777.5 of the California Labor Code, regarding the employment of apprentices is applicable to this PROJECT. 22. PAYROLL RECORDS CONTRACTOR agrees to keep accurate payroll record showing the name, address, social security number,work classification,straight time and overtime hours worked each day and week,and the actual per diem wages paid to each journeyman,apprentice or worker employed by it in connection with the PROJECT and agrees to require each of its subcontractors to do the same. CONTRACTOR further agrees that its payroll records and those of its subcontractors,if any,shall be available at all reasonable times to the CITY,and the employee or his representative,and the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards, and to comply with all of the provisions of California Labor Code Section 1776, in general. 23. INDEMNIFICATION,DEFENSE,HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all claims, damages, losses, expenses,judgments, demands, defense costs, and consequential damage or liability of any kind or nature,however caused,including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, 15 16-5195/City Funded Construction Contract.docx—revised 04/2016 arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable,including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY, its officers, elected or appointed officials, employees, agents, and volunteers. CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall approve selection of CONTRACTOR's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy 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 r_ci i.ficate of waiver of subro ption 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 04/20I6 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 ($).00)for every Stop Notice filed in ext••,; s 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 WRIGHT CONSTRUCTION ENGINEERING ATTN:Michelle Galvez ,Public Works ATTN: Wes Wright 2000 Main Street 2625 S Santa Fe Ave Huntington Beach,CA 92648 San Marcos,CA 92069 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 uric-1 3r,:c b1 , void, illegal or invalid, mic.1h 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 bythatpartyor anyone on that art 's behalf, which are not embodied in acting P Y this Agreement, and that that party has not executed this Agreement in reliance on any representation,inducement,promise,agreement,warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached Exhibit "A", contain the entire agreement between the parties respecting the subject matter of this Agreement,and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 24 16-5195/City Funded Construction Contract.docx—revised 04/2016 c /B/7 W' SECTION C PROPOSAL for the construction of BLUFF TOP SLOPE REPAIR CC No. 1815 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 30 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. fi C-I 11 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$29,324.90 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: N/A Addenda No. Date Received Bidder's Signature • C-2 BLUFF TOP SLOPE REPAIR BID SCHEDULE Bid Contract Unit Extended No. . Description Quantity Unit Price Amount 1 MOBILIZATION 1 LS $28,000 $28 0� 0 2 PROJECT SPECIFIC TRAFFIC 1 LS $2,000 $2,000.00 CONTROL PLAN 3 FURNISH PROJECT TRAFFIC 1 LS $12,500 $12,500.00 CONTROL 4 FURNISH AND INSTALL PROJECT 2 EA $2,000 $4,000.00 INFORMATION SIGN PROJECT SPECIFIC WPCP(WATER 5 POLLUTION CONTROL PLAN)TO 1 LS $ 2,700 $2,700.00 ADDRESS CONSTRUCTION BMPS INSTALL AND MAINTAIN CONSTRUCTION BMPS PER APPROVED WPCP. INCLUDING 6 STAGING AREA NORTH OF BEACH 1 LS $17,500 $17,500.00 PATH. AREA MUST INCLUDE TEMPORARY FENCING WITH WIND SCREEN UNCLASSIFIED EXCAVATION INCLUDING SAWCUT, REMOVE,AND 7 DISPOSE OF EXISTING ASPHALT, 3600 SF $ 8.00 $28,800.00 TREES, SHRUBS,VEGETATION,AND MISCELLANEOUS DEBRIS WITHIN LIMITS OF GRADING REMOVE EXISTING SOIL AND STOCKPILE ONSITE; REINSTALL SOIL 8 WITHIN THE LIMITS OF GRADING, 820 CY $62.00 $50,840.00 AFTER THE SLOPE BENCH AND GEOGRID ARE CONSTRUCTED CREATE SUBGRADE BENCH AND 9 INSTALL GEOGRID WITHIN THE 3600 SF $ 13.00 $46,800.0C LIMITS OF GRADING AND CUT AREA IMPORT AND INSTALL FILL SOIL PER 10 GEOTECH REPORT WITHIN LIMITS 100 CY OF GRADING $190.00 $19,000.0C INSTALL GEOJUTE EROSION 11 CONTROL FABRIC OVER ENTIRE 3600 SF $2.50 $9,000.00 RECONSTRUCTED SLOPE FACE CONSTRUCT TEMPORARY SOLAR 12 IRRIGATION CONTROLLER WITH NO 1EA $5,000 $5,000.00 CABINET PER CITY OF HB STD PLAN 722 INSTALL DROUGHT RESISTANT LANDSCAPING PER SCHEDULE ON 13 PLANS AND PROVIDE ONE (1)YEAR 1 LS $32,000 $32,000.00 MAINENANCE AGREEMENT AND PLANT ESTABLISHMENT INSTALL NEW 4"PAVEMENT TYPE III 14 D-PG-64-10(3/8")OVER 90% 540 SF $ 30.00 $16,200.00 COMPACTED SUBGRADE C-2.1 BLUFF TOP SLOPE REPAIR BID SCHEDULE Bid Contract Unit Extended No. Description Quantity Unit Price Amount PROVIDE POINT OF CONNECTION TO TAP INTO EXISTING WATER LINE AND INSTALL TEMPORARY 15 IRRIGATION OVER FINISHED SLOPE 1 LS $17,600 $17,600.00 WITH 4 ZONES. FURNISH AND INSTALL ALL CONDUIT,VALVES,AND APPURTENANCES PER HB STD PLAN 720 INSTALL 2"X6"REDWOOD HEADER 16 WITH 2"X10"STAKES ALONG THE 77 LF $17.00 $1,309.00 PROPOSED PAVEMENT EDGE 36" O.C. Total Amount Bid in Figures: $293,249.00 Total Amount Bid in Words: Two Hundred Ninety Three Thousand Two Hundred Forty Nine Dollars and Zero Cents C-2.2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater,and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class DIR PWC Dollar %of Item(s) Subcontractor License Registration# Amount Contract Number 11,12,13 Mountain West Landscape Inc 15 24000 Alicia Pkwy Suite 17-465 1105685 A 101116085 $53,040.99 18% Mission Viejo, CA 92691 C-27 By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 10/20/2025,at San Marcos , CA Date City State Wes W. Wright , being first duly sworn, deposes and says that he or she is President of Wright Construction Engineering Corp 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. - ' • Wright Construction Engineering_Corp,— Name of Bidder - Signature of Bidder 2625 S Santa Fe Ave., San Marcos CA 92069 Address of Bidder C-4 !!!+ UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract,known as the Bluff Top Slope Repair,(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. Wright Construction Engineering Corp Contractor By Wes W. Wright President Title Date: 10/20/2025 C-5 L 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? l Yes 6 No If the answer is yes, explain the circumstances in the space provided. N/A Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Wright Construction Engineering Corp Contractor By Wes W. Wright • President. Title • -. ._ Date: 10/20/2025 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Wright Constrution Engineering Corp Bidder Name 2625 S Santa Fe Ave Business Address San Marcos, CA 92069 City, State Zip (760 )599-3915 jmerritt@wcec.net Telephone Number Email Address 995153 State Contractor's License No. and Class 7/28/2014 Original Date Issued 7/31/2026 Expiration Date The work site was inspected by Wes W. Wright of our office on 10/19 , 202 5. The following are persons,firms,and corporations having a principal interest in this proposal: Wright Construction Engineering Corp 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. Wright Construction Engineering Corp Company Name ,4114P1---- Signature of Bidder ' Wes W. Wright, President Printed or Typed Signature C-8 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 San Diego On 10/20/2025 ,before me, Nicola Chandler , Notary Public, personally appeared Wes W.Wright 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 State of California that the foregoing paragraph is true and correct. • NKOU CHANDLER Notary Public•Ghfornia San Diego County Commission M 1486040 WITNESS my hand and official seal. My Comm.Expires Apr 2.2021 SIGNATURE" (.e' 41. NOTARY SEAL ABOVE OPTIONAL Description of attached document Title or type of document: Document Date: Number of Pages: Signer(s) Other than Named 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 {Removal of debris, and reconstruction of slope with geogrid for slope stabilization.} 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 Diamond Bar 21810 Copley Dr, Diamond Bar CA 91765 Name and Address of Public Agency Name and Telephone No. of Project Manager: Chris Malpica 909-839-7042 $645,995.05 Slope Stabilizaton Project 5/19/2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Install CIDH piles, grading of slope, V-ditch, concrete slabs, curb, gutter, landscape and irrigation. 2. 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: Perryn White 760-759-0441 $716,858.00 Slope Stabilization 9/29/2020 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Installation of 24" piles, grade slope, curb, gutter, sidewalk, asphalt, striping, lighting and waterworks. 3. Helix Water District 7811 University Ave, La Mesa CA 91942 Name and Address of Public Agency Name and Telephone No. of Project Manager: Aneld Anub 619-667-6273 $215,310.00 Outlet Channel Improvement Project 1/5/2022 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Removal of vegetation, grading of slpe, install rip rap, geogrid, geotextile and aggregate rode. c-bo 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. Jason Merritt Name of proposed Project Manager Telephone No. of proposed Project Manager: 941-321-0535 Diamond Bar Community Center Slope Stabilization Project$645,995.05 Slope Stabilization 5/19/2023 Project Name& Contract Amount Type of Work Date Completed Moss St Beach Access Improvem $1,793,896.54 Concrete Stairs and Slope 8/15/2024 Stabilization Project Name&Contract Amount Type of Work Date Completed Lake Cuyamaca Coutlet Channel Improvement Project $215,310.00 p Channel Improvement Project 1/5/2022 Project Name&Contract Amount Type of Work Date Completed 2. Wes W. Wright Name of proposed Superintendent Telephone No.of proposed Superintendent: 760-822-0751 Diamond Bar Community Center Slope Stabilization Project $645,995.05 Slope Stabilization 5/19/2023 Project Name&Contract Amount Type of Work Date Completed Lake Cuyamaca Outlet Channel Improvement Project $215.310.00 Channel Improvement Project 1/5/2022 Project Name& Contract Amount Type of Work Date Completed San Marcos Blvd Slope Stbilization Project $716,858.00 Slope Stabilization 9/29/2020 Project Name& Contract Amount Type of Work Date Completed { c-tt 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://wuw.dir.ca.iovpublic-works/PublicWorksSI3854.html DIR's Contractor Registration Link—Call (844) 522-6734 ht ps:/'www.dir.ca.gov'publ ic-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. Wright Construction Engineering Corp Contractor -‘41 By Wes W. Wright wwright©wcec.net Email President Title Jr- _ - Date: 10/20/2025 -^ PWC Registration#:1000026974 c-12 CONTRACTOR PRE..QUALIFICATION QUESTIONNAIRE 1. How many times in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a 69 2 3 4 5+ construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner,owner's address,date of completion of the project,amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages.) 2. How many times in the last five years has your firm made any claim against a project owner concerning work on a project or payment for a 01 2 3 4 5+ contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identify the claim(s)by providing the project name,date of the claim,name of the entity(or entities)against whom the claim was filed,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g."pending"or if resolved,a brief description of the resolutionl.l 3. How many times in the last five years has CaIOSHA cited and assessed penalties against your firm for any"serious,""willful"or 0I 2 3 4 5+ violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s)of safety or health regulations? NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it. 4. How many times during the last five years,has your firm been required to pay back wages and/or penalties related to state orfederal prevailing wage 0,1 2 3 4 5+ laws for work performed by your firm? (Explain on a separate sheet.Identify the claim(s)by providing the project name,date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g. "pending"or,if resolved,a brief description of the resolution].) C-13 • Bond Number: S057044 Executed in Triplicate Premium: $5,399.00 Premium is for the contract term and subject to adjustment PERFORMANCE BOND based on the final contract price KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach (hereafter referred to as"City") has, by written agreement dated I �,Giy b1 r SIP , 20.2 , entered into a contract with Wright Construction Engineering Corp- 2625 S Santa Fe Ave., San Marcos, CA 92069 (Contractor's Name and Address) (hereafter referred to as"Principal")for performance of the work described as follows: Bluff Top Slope Repair (Project Title) WHEREAS, said contract, and all documents referenced therein (hereinafter collectively "Contract"),are incorporated herein by this reference made a part hereof as though set forth herein in full; and Said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt, full and faithful performance of said Contract, by a duly admitted surety insurer under the laws of the State of California(hereinafter referred to as"Surety"); and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitations as shown in said circular to provide bonds in the amount required by said Contract; and Surety has provided financial strength ratings from reputable companies,such as from A.M. Best, Moody's, or Standard & Poor's, to validate that Surety has positive ratings of being secure or stable; and Surety is registered and listed with the California Department of Insurance, NOW,THEREFORE,we, the undersigned, as Principal, and Employers Mutual Casualty Company 16150 N.Arrowhead Fountains Drive, Suite 350, Peoria,AZ. 85382 (Surety's Name and Address) as Surety, are held and firmly bound unto City in the penal sum ofTwo Hundred Ninety Three Thousand Two Hundred Forty Nine and 00/100 Dollars($ 293,249.00 , ), 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 F . Bond No.S057044 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 parry's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: November 20, 2025 ATTEST [Corporate Seal] Wright Construction Engineering Corp (Principal Name) • By: 1,74/17�`2� Name: Wes Wright Title: President ATTEST [Corporate Seal] Employers Mutual Casualty Company (Surety Name) By: Name: Cynt/a J Young (Signature of Attorney-in-Fact for S ty) 623-760-1563 (Attach Attorney-in-Fact Certificate) (Area Code&Telephone Number for Surety) APPROVED S TO FORM.�� By: t •- - Michael`d.Vigliotta, City Attorney NOTES:This bond must be executed in duplicate and dated,all signatures must be notarized,and evidence of the authority of any person signing as attorney-in-fact must be attached. 15-4584/117174 Page 2 of 2 PERFORMANCE BOND CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 r-.rs,T-Crr-,ers-0..ra rc ce•rpacxts .c r, ,i--,C A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of San Bernardino Emily Preciado, Notary Public On NOV 2 0 20Z5 before me, Dam Here Insert Name and Title of the Officer personally appeared Cynthia J.Young Name() of Signer(p) who proved to me on the basis of satisfactory evidence to be the person() whose name(p) is/e/re subscribed to the within instrument and acknowledged to me that I-ie/she/they executed the same in hys/her/tlyeir authorized capacity(ips),and that by hfs/her/their signature()on the instrument the person(), or the entity upon behalf of which the person(p) 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. rchl2mc.s22.34--(„ses„ EMILY PRECIADO WITNESS my hand and official seal. COMMISSION#2488212 1 'a —` ,1: Notary Public 7California = LOS ANGELES COUNTY v -• Signature e, , a My Commission Expires s MAY 11,2028 Signatu of Notary PublicCD1G 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 0 Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02015 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 • STATE OF CALIFORNIA DEPARTMENT OF INSURANCE NQ 0 7 6 9 0 SAN FRANCISCO Amended • Certificate of Authority THIS IS TO CERTIFY THAT,Pursuant to the Insurance Code of the State of California, Employers Mutual Casualty Company of Des Moines, Iowa , organized under the laws of Iowa ,subject to its Articles of Incorporation or other fundamental organizational documents,is hereby authorized to transact within the State,subject to all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, :Common Carrier Liability, Boiler and Machinery, Burglary, Sprinkler, Team and Vehicle, Automobile, Aircraft, and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation of any,of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable,and as such laws and requirements now are,or may hereafter be changed or amended. IN WITNESS WHEREOF,effective as of the 4th day of March 2003 ,I have hereunto set my hand and caused my official seal to be affixed this 4th day of March 2003 ohn G. : end' y nsuranc 'omm�ssl By ��4i: tori. los y • 'V • for Ida odrow - Acting Chi:..:`ePu ' NOTICE: Qualification with the Secretary of State must be accomplished as required by thy I n • _: ..rations Code p .I ptly after issuance of this Certificate of Authority.Failure to do so will be a violation of Insurance Code Section 701 and w .e grounds for revoking this Certificate of Authority pursuant to the convenants made in the application therefor and the conditions contained herein. FORM COJ WA OSP 00 39391 • emcn INSURANCE P.O.Box 712•Des Moines,Iowa 50306-0712 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS,that: 1.Employers Mutual Casualty Company,an Iowa Corporation 4.Illinois EMCASCO Insurance Company,an Iowa Corporation 2.EMCASCO Insurance Company,an Iowa Corporation 5.Dakota Fire Insurance Company,a North Dakota Corporation 3.Union Insurance Company of Providence,an Iowa Corporation 6.EMC Property&Casualty Company,an Iowa Corporation hereinafter referred to severally as"Company"and collectively.as"Companies",each does,by these presents,make,constitute and appoint: Cynthia J.Young its true and lawful attorney-in-fact,with full power and authority conferred to sign,seal,and execute the following Surety Bond(s): Surety Bond Principal: Obligee: Number WRIGHT CONSTRUCTION ENGINEERING,INC. S057044 and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED:The President and Chief Executive Officer, any Vice President,the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1)appoint attorneys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attorney-in-fact at any time and revoke the power and authority given to him or her.Attorneys-in-fact shall have power and authority,subject to the terms and limitations of the power-of-attorney issued to them,to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto,bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon the Company.Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power-of-attorney of the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF,the Companies have caused these presents • be signed for each by their officers as shown,and the Corporate seals to be hereto affixed this 17th day of September,2025. ,, ,y� 1` L� �l� irtif Seals /ott R.Jean, • .ident&CEO Todd Strother,Executive Vice President , ,, f coMry •, PAY.;c�'• of Company 1;4 irman,President Chief Legal Officer&Secretary of ' ` &CEO of Companies 2,3,4,5&6 Companies 1,2,3,4,5&6 =o= SEAL• - H': 1863 _t▪, 1953 �w+;'o; ;; ;o' On this 17th day of September,2025 before me a Notary Public in and for the State of Iowa, i ' `;,�';' •,, ,nw�; ;• personally appeared Scott R.Jean and Todd Strother,who,being by me duly sworn,did say that they are, and are known to me to be the CEO, Chairman, President, Executive Vice ,,NS;; . �t;,�•., President, Chief Legal Officer and/or Secretary, respectively, of each of the Companies c' ='PE,..• �' =6`',.` '.;,tr, above;that the seals affixed to this instrument are the seals of said corporations;that said �e• •ra4'-,; f •�014^'�n9• :41; `droa,i�Gy :IS c : :s; instrument was signed and sealed on behalf of each of the Companies by authority of their W 1 SEAL=<=_ _p? SEAL t g SEAL _o respective Boards of Directors;and that the said Scott R.Jean and Todd Strother,as such �*• , • officers, acknowledged the execution of said instrument to be their voluntary act and deed, • • om. ox�D, and the voluntary act and deed of each of the Companies. •� AMY DANIEL My Commission Expires August 13,2028. ° T Commission Number 866839 My Commission13, Expires2$ ? ^� August 13,2028 „JJ�"J� '(,/—-- Notary Publicnd for the State of Iowa CERTIFICATE I,Ryan J.Springer,Vice President of the Companies,do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies,and this Power of Attorney issued pursuant thereto on,17th day of September,2025 are true and correct and are still in full force and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 20th day of November , 2025 . fr4#//' Vice President 7851 (9-25) S057044-00-000-00000 J0565 AC "For verification of the authenticity of the Power of Attorney you may call(515)345-7548." 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 San Diego } On 11/25/2025 ,before me, Nicola Chandler ., Notary Public, personally appeared Wes W.Wright 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 State of California that the foregoing paragraph is true and correct. �yy�ry NICOLA CHANDLER y4, `v. Notary Public-California = San Diego County Commission N 2486040 WITNESS my hand and official seal. �,,F60 My Comm.Expires Apr 2,2028 SIGNATURE t A-111,16 NOTARY SEAL ABOVE OPTIONAL Description of attached document Title or type of document: Document Date: Number of Pages: Signer(s) Other than Named Above: Executed in Triplicate Bond Number: S057044 Premium included in charge for Performance Bond PAYMENT BOND (LABOR AND MATERIAL) KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach (hereafter referred to as"City") has awarded to Wright Construction Engineering Corp-2625 S Santa Fe Ave., San Marcos, CA 92069 (Contractor's Name and Address) (hereafter referred to as"Principal"), a contract("Contract")for the work described as follows: Bluff Top Slope Repair (Project Title) WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to furnish a bond to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law, by a duly admitted surety insurer under the laws of the State of California (hereinafter referred to as"Surety"); and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitation, as shown in said circular to provide bonds in the amount required by said Contract; and Surety has provided financial strength ratings from reputable companies, such as from A.M. Best, Moody's or Standard & Poor's, to validate that Surety has positive ratings of being secure or stable; and Surety has provided financial strength ratings from reputable companies,such as from A.M. Best, Moody's, or Standard & Poor's, to validate that Surety has positive ratings of being secure or stable; and Surety is registered and listed with the California Department of Insurance, NOW,THEREFORE, we, the undersigned, as Principal, and Employers Mutual Casualty Company 16150 N.Arrowhead Fountains Drive, Suite 350, Peoria,AZ. 85382 (Surety's Name and Address) as Surety, are held and firmly bound unto City in the penal sum of Two Hundred Ninety Three Thousand Two Hundred Forty Nine and 00/100 Dollars ($293,249.00 ) 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: November 20, 2025 ATTEST [Corporate Seal] • Wright Construction Engineering Corp (Principal Name) By: •� ��,<� Name: Wes Wright Title: President ATTEST [Corporate Seal] Employers Mutual Casualty Company (Surety Name) By: Name: Cyr{ttiia J. Young d (Signature of Attome -in-Fact for Surety) 623-760-1563 (Attach Attorney-in-Fact Certificate) (Area Code&Telephone Number for.Surety) APPROVED S TO FORM: By: n • 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 f CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 ,m5r c e c r,4=*--,,,, c-a,er-�-r�er2---,rcc. f r-r c rc=oc=rcr c rc‹Yr.,-L--1 -.4-x w- -(-e—.F•N sez-- e c .erar c.,cr�-rc . 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 NOV 2�0 ?025 before me, Emily Preciado, Notary Public Date Here Insert Name and Title of the Officer personally appeared Cynthia J.Young Name()of Signer(p) who proved to me on the basis of satisfactory evidence to be the person($) whose name() is/ore subscribed to the within instrument and acknowledged to me that Ne/she/they executed the same in his/her/tI7eir authorized capacity(ips),and that by his/her/their 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. -. ��.,;" EMILY PRECIADO WITNESS my hand,andofficial seal. , :141-1 COMMISSION#2488212 = o "�i.3; Notary Public California `/" J _ !!.J, LOS ANGELES COUNTY v`,co My Commissio�z Expires -' Signature �� Aa Mr1Y 11,2028 Sign 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: El Corporate Officer — Title(s): El Corporate Officer — Title(s): ❑ Partner — ❑ Limited El General ❑ Partner — ❑ Limited ❑General ❑Individual IXI Attorney in Fact ❑Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: &c..w c:<-v ;W,..4:,- x=c>NANA ^--cam c^uet�wee 'Wl-e.+4, .. �;uW.-c"W=A;W6c:w ux-�� c�c 02015 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 r • STATE OF CALIFORNIA. DEPARTMENT OF INSURANCE NQ 0 7 6 9 0 SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY THAT,Pursuant to the Insurance Code of the State of California, Employers Mutual Casualty Company of Des Moines, Iowa , organized under the laws of Iowa ,subject to its Articles of Incorporation or other fundamental organizational documents,is hereby authorized to transact within the State,subject to • all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, :Common Carrier Liability, Boiler and Machinery, Burglary, Sprinkler, Team and Vehicle, Automobile, Aircraft, and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation of any,of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable,and as such laws and requirements now are,or may hereafter be changed or amended. IN WITNESS WHEREOF,effective as of the_ 4th day of March 2003 ,I have hereunto set my hand and caused my official seal to be affixed this h. 4th day of March 2003 .ohn G. :mend' nsuranc 'ommessi.• •� ` Pt/ By ctori. idb y 'V for Ida odrow - Acting Chi-lePuiY NOTICE: Qualification with the Secretary of State must be accomplished as required by th• ra. ... . _: ..rations Code p :. ptly after issuance of this Certificate of Authority.Failure to do so will be a violation of Insurance Code Section 701 and w .e grounds for revoking this Certificate of Authority pursuant to the convenants made in the application therefor and the conditions contained herein. FORM CRJ ( g OSP 00 39391 , emc. INSURANCE P.O.Box 712•Des Moines,Iowa 50306-0712 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS,that: 1.Employers Mutual Casualty Company,an Iowa Corporation 4.Illinois EMCASCO Insurance Company,an Iowa Corporation 2.EMCASCO Insurance Company,an Iowa Corporation 5.Dakota Fire Insurance Company,a North Dakota Corporation 3.Union Insurance Company of Providence,an Iowa Corporation 6.EMC Property&Casualty Company,an Iowa Corporation hereinafter referred to severally as"Company"and collectively as"Companies",each does,by these presents,make,constitute and appoint: Cynthia J.Young its true and lawful attorney-in-fact,with full power and authority conferred to sign,seal,and execute the following Surety Bond(s): Surety Bond Principal: Obligee: Number WRIGHT CONSTRUCTION ENGINEERING,INC. S057044 and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED:The President and Chief Executive Officer, any Vice President,the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1)appoint attorneys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature.thereof; and (2) to remove any such attorney-in-fact at any time and revoke the power and authority given to him or her.Attorneys-in-fact shall have power and authority,subject to the terms and limitations of the power-of-attorney issued to them,to execute and deliver on behalf of the Company,and to attach the seal of the Company thereto,bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company.The facsimile or mechanically reproduced signature of such officer,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power-of-attorney of the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF,the Companies have caused these presents . be signed for each by their officers as shown,and the Corporate seals to be hereto affixed this 17th day of September,2025. . ' �• i , �� Seals if ott R.Jean, •{-.ident&CEO Todd Strother,Executive Vice President E�O�PgM1`,; �:,i�;8, of Company 1;4b'=irman,President Chief Legal Officer&Secretary of �WJ..?"41'',�e: c4`.`;�w;''S..,: Se, o;;,CC &CEO of Companies 2,3,4,5&6 Companies 1,2,3,4,5&6 lu SEAL -° = �; 1863 1953 -°-_ ?'V ;;r; '�_-,1"4 5 =g= to: On this 17th day of September,2025 before me a Notary Public in and for the State of Iowa, +'•...,, f ,4'�•'41,. • ; ,;' personally appeared Scott R.Jean and Todd Strother,who, being by me duly sworn,did say that they are, and are known to me to be the CEO, Chairman, President, Executive Vice ,; ,,`N ;, fit . President, Chief Legal Officer and/or Secretary, respectively, of each of the Companies o' c' e 4-% ;-s .,' "'; above;that the seals affixed to this instrument are the seals of said corporations;that said J; •: fg A_:y; instrument was signed and sealed on behalf of each of the Companies by authority of their 3= SEAL p SEAL W? SEAL o respective Boards of Directors;and that the said Scott R.Jean and Todd Strother, as such :; , officers, acknowledged the execution of said instrument to be their voluntary act and deed, ••;Q; ` ono`;, �.c.• and the voluntary act and deed of each of the Companies. ,, AMY DANIEL My Commission Expires August 13,2028. _ :ConTnisslon Number 866839 My Commission Expires Al ^�ow August 13,2028 �' r(//J Notary Public�S'and for the State of Iowa CERTIFICATE I,Ryan J.Springer,Vice President of the Companies,do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies,and this Power of Attorney issued pursuant thereto on 17th day of September,2025 are true and correct and are still in full force and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 20th day of November , 2025 . Vice President ; 1 7851 (9-25) S057044-00-000-00000 J0565 AC "For verification of the authenticity of the Power of Attorney you may call(515)345-7548." 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 San Diego On 11/25/2025 ,before me, Nicola Chandler ., Notary Public, personally appeared Wes W.Wright 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 State of California that the foregoing paragraph is true and correct. +y�•�°�rh NICOLA CHANDLER �� .,iNotaPCCaHf&niaz �Nr F. San Diego County Y•+ .410 Commission#2486040 WITNESS my hand and official seal. ''0R 4,ro.r r My Comm.Expires Apr 2,2028 SIGNATURE L lam. NOTARY SEAL ABOVE OPTIONAL Description of attached document Title or type of document: Document Date: Number of Pages: Signer(s) Other than Named Above: CONTRACTOR'S SWORN STATEMENT AND WARRANTY REGARDING CONTINUING INSURANCE OBLIGATIONS FROM: Wright Construction Engineering CorpROJECT: Bluff TopSlo pe g g P Repair (Contractor Name) CC No. 1815 2625 S Santa Fe Ave., (Street Address) San Marcos, CA 92069 (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 November 26 , 20 25 , at San Marcos, CA (Date) /(City, State) (Signature of Individual Who is Making Declaration) WARRANTY Contractor hereby warrants and agrees to maintain Products and Complete Operations Insurance in compliance with the insurance requirements of the Contract for the Project. Said insurance shall be maintained through and until the expiration of all Warranties provided by the Contractor. Said insurance shall contain Additional Insured Endorsement CG 2010 1185, naming the City as an additional insured. Contractor shall supply to the City, on at least an annual basis, a Certificate of Insurance and the aforementioned Endorsement evidencing continued coverage which meets the Contract requirements. Signed on November 26 , 20 25 , at San Marcos, CA (Date) (City, State) CONTRACTOR: Name: Wright Construction Engineering Corp By: % 1711 Name: Wes Wright Title: President /(.1.I( i _____"..41 WRIGCON-01 RGONZALEZ A�o_-- CERTIFICATE OF LIABILITY INSURANCE DATE/110/2025YI 12/10/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsetnent(s). PRODUCER CONTACT NAME: Paramount Exclusive Insurance Services,Inc. PHONE o,Eel):(818)986-7283 I FAX Ho):(818)986-4949 15760 Ventura Blvd.Suite 500 INC,(A/i N Encino,CA 91436 AIL ADDRESS:service@paramountexclusiveins.com INSURERS)AFFORDING COVERAGE NAIC B INSURER A:Indian Harbor Insurance Co. 36940 INSURED INSURER B:PRIME INSURANCE COMPANY _ 12588 Wright Construction Engineering Corp INSURERC:Admiral Insurance Company 24856 2625 S.Santa Fe Ave INSURER D:Everest Premier Insurance Company 16045 San Marcos,CA 92069 INSURER E:Palomar Specialty Insurance Company 20338 _INSURER F:Landmark American Ins.Co. 33138 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADOL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTRINSO WVD (MMtoDrYYY1 IMM/DD/YYYYI A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 CLAIMS-MADE X OCCUR X X ESG0068191 3/4/2025 3/4/2026 PR MISES ea occcu yence) S 100,000 MED EXP(Any one person) S PERSONAL 8 ADV INJURY S 1,000,000 GENTAGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE S 2,000,000 X POLICY JECT LOC PRODUCTS-COMP/OPAGG S 2,000,000 OTHER: S B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 2,000,000 (Ea accident) S ANY AUTO SC25043027 4/21/2025 4/21/2026 BODILY INJURY(Per persen) S OWNED SCHEDULED AUTOS ONLY X AUTOS BODILY INJURY_LPer accident) S X HAUR OS ONLY X NOTO$ D PROPERTY DAMAGE (Per accident) S S C UMBRELLA LIAR X OCCUR EACH OCCURRENCE S 2,000,000 X EXCESS LIAR CLAIMS-MADE UX00000155801 3/4/2025 3/4/2026 AGGREGATE S DED RETENTIONS Annual Aggegate s 2,000,000 D WORKERS COMPENSATION X AND EMPLOYERS'LIABILITY STATUTE OTH- ER ANY PROPRIETORIPARTNER/FYECUTIVE Y r N X 7600025371251 3/412025 3/4/2026 1,000,000 OFFICER/EMBER EXCLUDED? Y N/A E.L.EACH ACCIDENT S (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS beio., E.L DISEASE-POLICY LIMIT,S E Builders Risk CPBRP25124033300 2/17/2025 2/17/2026 Any One Loss Occ 331,750 F Excess Liability LHA605508 3/4/2025 3/4/2026 Limit 2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) G)AGCS Marine Insurance Co.Policy No.: MXI930886682280 EFF Date.3/7/2025-3/4/2026 Inland Marine Contractors Equip.Scheduled Equip.-ACV $590,159.,$10,000 Unscheduled Equip.,$250,000 Equipment Leased,Rented or Borrowed from Others.Deductible:Contractors Equipment$1,000 except $2,500 for Theft,Vandalism,and Malicious Mischief.H)United Specialty Insurance Company Policy No.:WEI-CO-001821-00.Effective 8/15/25.8/15/26, Contractors Pollution Liability$2,000,000 Each Pollution Incident Limit,$2,000,000 Aggregate Limit,$10,000 Ded. Project CC-1815,Bluff Top Slope Repair City of Huntington Beach,its officers,elected or appointed officials,employees,agents and volunteers are named as additional ins rEEddver of` SEE ATTACHED ACORD 101 APPROVED AS T(�I O�yy��RM CERTIFICATE HOLDER CANCELLATION [3 MiiE utbd L.'J.. IVIIGLIIOTTA SHOULD ANY OF THE 9 THE EXPIRATION ANCE WITH THEEV THERE .orrice 7OIC.GBJ;CQH_IVERED ANCELLED BEFORE Cityof Huntington Beach IV L/\ 2000 Main Street e ¢ t��Qu&K1 P.O.Box 190 Huntington Beach,CA 92648 AUTHORIZED REPRESENTATIVE , .;7Z I ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID:WRIGCON-01 RGONZALEZ LOC#: 1 ACOR EY ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Paramount Exclusive Insurance Services,Inc. Wright Construction Engineering Corp 2625 S.Santa Fe Ave POLICY NUMBER San Marcos,CA 92069 SEE PAGE 1 CARRIER NAIC CODE SEE PAGE 1 SEE P 1 EFFECTIVE DATE:SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 26 FORM TITLE: Certificate of Liability Insurance Description of OperationslLocationsNehicles: subrogation in favor of City of Huntington Beach,its officers,elected or appointed officials,employees,agents and volunteers are named as additional insured.Primary and non-contributory applies.Specific GL endorsements to follow. • ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: ESG0068191 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations CITY OF I IUNTINGTON BEACH, ITS OFFICERS ALL LOCATIONS ELECTED OR APPOINTED OFFICIALS, EMPLOYEES. AGENTS AND VOLUNTEERS 2000 MAIN STREET P.O. BOX 190 HUNTINGTON BEACH, CA 92648 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage"occurring after caused, in whole or in part, by: 1. Your acts or omissions; or 1. All work, including materials, parts or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the in the performance of your ongoing operations for the additional insured(s) at the location(s) location of the covered operations has been designated above. completed, or However: 2. That portion of "your work" out of which the 1. The insurance afforded to such additional injury or damage arises has been put to its intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the C. With respect to the insurance afforded to these insurance afforded to such additional insured additional insureds, the following is added to will not be broader than that which you are Section III—Limits Of Insurance: required by the contract or agreement to provide for such additional insured. CG 20 10 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 2 If coverage provided to the additional insured is 2. Available under the applicable Limits of required by a contract or agreement, the most we Insurance shown in the Declarations; will pay on behalf of the additional insured is the whichever is less. amount of insurance: 1. Required by the contract or agreement; or This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. . • CG 20 10 04 13 ©Insurance Services Office, inc., 2012 Page 2 of 2 POLICY NUMBER: ESGU068191 COMMERCIAL GENERAL LIABILITY CG20370413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Or Organization(s) Operations CITY OF HUNTINGTON BEACH, ITS ALL LOCATIONS OFFICERS ELECTED OR APPOINTED OFFICIALS EMPLOYEES, AGENTS AND VOLUNTEERS 2000 MAIN STREET P.O. BOX 190 HUNTINGTON BEACH, CA 92648 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage"caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations 1. Required by the contract or agreement; or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Page 1 ENDORSEMENT#004 This endorsement, effective 12:01 a.m., March 4, 2025, forms a part of Policy No. ESG0068191 issued to WRIGHT CONSTRUCTION ENGINEERING CORP by Indian Harbor Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTORY WORDING (AS REQUIRED BY WRITTEN CONTRACT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following additional provisions apply to any person or entity added as an additional insured by endorsement to this policy: 1. Solely to the extent required by a written contract which the Named Insured enters into prior to an "occurrence"or offense for which the additional insured is provided coverage under this policy: a. This policy shall apply as primary insurance in relation to any other policy issued to that additional insured. b. Any insurance or self insurance maintained by the additional insured shall be excess of the insurance afforded to the additional insured by this policy and shall not contribute to it. SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS, 4. Other Insurance, is modified to the extent it is inconsistent with this endorsement. 2. In no event shall this Endorsement be construed as increasing the limits of insurance set forth in the Declarations page or altering the rules which fix the most we will pay set forth in SECTION III—LIMITS OF INSURANCE. 3. Notwithstanding any other provision of this policy or any endorsement attached thereto, no coverage shall be afforded under this policy for any loss, cost or expense arising out of the sole negligence of any additional insured or any person or organization acting on behalf of any additional insured. All other terms and conditions of this policy remain unchanged. Includes copyrighted material of Insurance Services Office, Inc., with its permission. SLC 016 0912 ©2012 XL America, Inc. All Rights Reserved. May not be copied without permission. POLICY NUMBER: ESG0068191 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: AS REQUIRED BY WRITTEN CONTRACT SIGNED BY BOTH PARTIES PRIOR TO LOSS Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. • CG 24 04 05 09 ©Insurance Services Office, Inc.,2008 Page 1 of 1 5 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule.(This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2%of the California workers'compensation premium otherwise due on such remuneration. SCHEDULE PERSON OR ORGANIZATION JOB DESCRIPTION ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE BLANKET WAIVER OF SUBROGATION REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER OF RIGHT FROM US PRIOR TO INJURY. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 03/04/2025 Policy No.7600025371251 Endorsement No.001 Insured:Wright Construction Engineering Corp Premium$INCL. Lrsurance Company: Everest Premier Insurance Company Countersigned By: • -1998 by the Workers'Compensation Insurance Rating Bureau of California.All rights reserved. From the WCIRB's California Workers'Compensation Insurance Forms Manual-1999. RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating • (Date) CITY OF HUNTINGTON BEACH ., INTERDEPARTMENTAL COMMUNICATION A, TO: City Treasurer FROM: City Clerk DATE: I247ZJ?�" SUBJECT: Bond Acceptance I have received the bonds for VV I1 kt 1n/C41trn_ ' j�f1 QGJ ri(it Co rf . (Company Name) (, CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. 60591O14 y Payment Bond (Labor and Materials) Bond No. S L4L Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. • Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other i Re: Tract No. Approved 1 2/1) LO/25 (Council Approval Date) CC No. Agenda Item No. ( -- 1 MSC No. City Clerk Vault No. (Y O 0.,S(D Other No. SIRE System ID No. 1� g:/forms/bond transmittal to treasurer �����NTINGjp CITY OF 'I Off :�� HUNTINGTON BEACH Lisa Lane Barnes I City Clerk December 22, 2025 Wright Construction Engineering Corp. Attn: Wes Wright 2625 S. Santa Fe Ave. San Marcos, CA 92069 Re: Bluff Top Slope Repair—CC-1815 The City Council awarded the bid to your company for the above referenced project on December 16, 2025. Enclosed is the original bond submitted.A copy of the executed contract with the City of Huntington Beach was emailed to Jason Merritt @ jmerritt@wcec.net and Nikki Carnes @ accounting@wcec.net on December 22, 2025. A Certification of Compliance with Title VII of the Civil Rights Act, Certification of Compliance with Prevailing Wage Laws and Contractor's Certificate form must be returned to this office after the proiect is completed but prior to the release of retention funds. In addition, the following item must also be on file, with this office before the City can release any retention funds: A warranty bond guaranteeing the final amount of work and materials for one year. If your performance bond does not include specific wording for a one-year warranty, then a rider or separate bond must be submitted. Should you have any questions or concerns regarding the enclosures or items that must be on file in this office prior to release of retention funds, please call the Public Works Department at 714-536-5517. Sincerely, 14;titz/ite# Lisa Lane Barnes i City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov 'EMC Casualty pany BID BOND KNOW ALL MEN BY THESE PRESENTS:That we, Wright Construction Engineering Corp. as Principal, and the EMPLOYERS MUTUAL CASUALTY COMPANY, a corporation organized and existing under the laws of the State of Iowa and authorized to do business in the State of California , as Surety, are held and firmly bound unto the City of Huntington Beach as obligee, in the sum of 10% (Ten percent of amount bid) DOLLARS, lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH,that, if the Obligee shall make any award to the Principal for: Bluff Top Slope Repair, Bid No. CC No. 1815 according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of such proposal or bid and award and shall give bond for the faithful performance thereof, with the EMPLOYERS MUTUAL CASUALTY COMPANY as Surety or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay to the• Obligee the damages which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. Signed, Sealed and Dated this 15th day of October , 20 25 Wright Construction Engineering Corp. Principal By; /i /� �of Witness Employers Mutual Casualty Company .r 4 Surety By: � C}/lithi�/�. Young orney-n-Fact Questions regarding this bond should be directed to the EMC H.D.Bond DepartmentVV ((JJ at 515-345-2689. 7007.4(0.7-14) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 :rc,rncarxu--4.c--eA-es�-e..,-Nn-g-e•.�rcrnr-,-r-,crcrcxr rcrr-0yot-crc-r„cr.,crc:r.,cr-crrt".4-rer..crs csrc rc rrfx—. ..fr�c A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of San Bernardino ) On OCT 15 2025 before me, Emily Preciado, Notary Public ate Here Insert Name and Title of the Officer personally appeared Cynthia J.Young Name()of Signer() who proved to me on the basis of satisfactory evidence to be the person() whose name() is/e/re subscribed to the within instrument and acknowledged to me that N'e/she/tliley executed the same in his/her/their authorized capacity(ips),and that by his/her/their signature()on the instrument the person(), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. EMILY PRECIADO WITNESS my hand and official seal. [TOMSSlON24J E ` ;.i•� Notary Public-California ,m _ _ ;, =" LOS ANGELES COUNTY o =, j' Mr C�mmissioii Expires iP Signature em,,a di,(eLtasiv �.Y 1 t,2�28 Si.'ature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑General ❑ Partner — ❑ Limited ❑General El Individual LK Attorney in Fact ❑Individual ❑Attorney in Fact El Trustee El Guardian or Conservator ❑Trustee El Guardian or Conservator ❑Other: ❑ Other: 1 Signer Is Representing: Signer Is Representing: . .�,,x=e..(-.,4,-,w u �=c�c...e ^w�%.A.:e.., ..—,k.w .. ,v, ,,,... ..;c7,:e.-w,4....—� -,c,�e. ;x-v,;.<;,<:.ucw�.7 02015 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 • STATE OF CALIFORNIA DEPARTMENT OF INSURANCE NQ 0 7 6 9 0 SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY THAT,Pursuant to the Insurance Code of the State of California, Employers Mutual Casualty Company of Des Moines, Iowa , organized under the laws of Iowa ,subject to its Articles of Incorporation or other fundamental organizational documents,is hereby authorized to transact within the State,subject to• all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, :Common Carrier Liability, Boiler and Machinery, Burglary, Sprinkler, Team and Vehicle, Automobile, Aircraft, and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation of any,of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are,or may hereafter be changed or amended. IN WITNESS WHEREOF,effective as of the 4th day of March 2003 ,I have hereunto set my hand and caused my official seal to be affixed this = ' 4th day of March 2003 ohn G mend' • ' nsuranc ommtsst • By ictori id19_ y for Ida odrow — Acting Chie"fePtuY NOTICE: Qualification with the Secretary of State must be accomplished as required by th rations Code p ptly after issuance of this Certificate of Authority.Failure to do so will be a violation of Insurance Code Section 701 and w e grounds for revoking this Certificate of Authority pursuant to the convenants made in the application therefor and the conditions contained herein. FORM CB•3 OSP 00 39391 mc. P.O.Box 712•Des Moines,Iowa 50306-0712 INSURANCE POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company,an Iowa Corporation 4.Illinois EMCASCO Insurance Company,an Iowa Corporation 2. EMCASCO Insurance Company,an Iowa Corporation 5.Dakota Fire Insurance Company,a North Dakota Corporation 3. Union Insurance Company of Providence,an Iowa Corporation 6. EMC•Property&Casualty Company,an Iowa Corporation hereinafter referred to severally as"Company"and collectively as"Companies",each does,by these presents,make,constitute and appoint: Cynthia J.Young,Kassandra De Leon its true and lawful attorney-in-fact,with full power and authority conferred to sign,seal,and execute the Surety Bond: Any and All Bonds and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company,and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire October 10th , 2025 ,unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED:The President and Chief Executive Officer,any Vice President,the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to(1)appoint attorneys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof;and(2)to remove any such attorney-in-fact at any time and revoke the power and authority given to him or her.Attorneys-in-fact shall have power and authority,subject to the terms and limitations of the power-of-attorney issued to them,to execute and deliver on behalf of the Company,and to attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof,and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon the Company.Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company.The facsimile or mechanically reproduced signature of such officer,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power-of-attorney of the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF,the Companies have caused these presents to be sig -d for each by their officers as shown,and the Corporate seals to be hereto affixed this 22nd day of September , 2022 . • I ott R.Jean,P ident&CEO Todd Strother,Executive Vice President ,Ns;; ,,,,,.P.;'' ,,,,,,,,,,, •f Company 1;airman,President Chief Legal Officer&Secretary of •,"" ,,, ' ,„ "�- a'.. 4s= &CEO of Co Hies 2,3,4,5&6 Companies 1,2,3,4,5&6 :WAG�4PPPOR,t,,'Cn:' • ` CP Ogg 'P'- Z 0Z=4pPPOgq `: - SEAL 1863 =0" 1953 7.-4: ;:• iowA • ;;' '"' 22nd September 2022 ,,,,,,.,* oti•,,,,,.��,�;: •*,,,,,.#•°= On this day of p before me a Notary Public in and for the State '0N1A ° • a °"„", of Iowa,personally appeared Scott R.Jean and Todd Strother,who,being by me duly sworn, did say that they are,and are known to me to be the CEO,Chairman,President,Executive o'\ou,R,�F''' ;'��"5°A'wc"'' ;'0.1°. 0'',• Vice President Chief Legal Officer and/or Secretary,respectively of each of the Companies 11,,0 VORy�!,,o� :�i�pPPORyj',CO'. W?`OPFUq�':9'i �Q;� o � • : :o ;.: above;that the seals affixed to this instrument are the seals of said corporations;that said ..1 SEAL K_ :o SEAL - SEAL o` instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors;and that the said Scott R.Jean and Todd Strother,as such •'•'*,/oWP,*,•`; �'yORnf'DPKo<P`.- 'o,'�MOINES.��P'` officers,acknowledged the execution of said instrument to be their voluntary act and deed, and the voluntary act and deed of each of the Companies. My Commission Expires October 10,2025. �CartKATHY LOVERIDGE Q�� I(�J1 LO �r{sskn Number 7/0769 October f0' Notary and for the State Iowa ry CERTIFICATE I,Ryan J.Springer,Vice President of the Companies,do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies,and this Power of Attorney issued pursuant thereto on 22nd day of September ., 2022 ,are true and correct and are still in full force and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 15th day of October 2025 /./0)// Vice President 7838(9-22) 0000000-NA J0565 000 AEC 000000 "For verification of the authenticity of the Power of Attorney you may call(515)345-7548." 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 1 County of San Diego j On 10/18/2025 ,before me, Nicola Chandler ., Notary Public, personally appeared Wes W.Wright 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 State of California that the foregoing paragraph is true and correct. ati���rf NaICOLA CHANDLER ± Notry Public-California Z *i; Co San DD ion M iego County WITNESS my hand and official seal. 248Df " My Comm.Expires Apr 2,2028 SIGNA NOTARY SEAL ABOVE OPTIONAL Description of attached document Title or type of document: Document Date: Number of Pages: Signer(s) Other than Named Above: _ _ _ _ LZ/EA34lll8L6Lbt , ®1'u6IuJoAp I.s.. fd x3pad LZ/EA3Hll8L6LbL ®a.l.,g6!UJeAO I.JJId ssaadx3 ® •• • >') 111119i Od 3 • . : - r•�,.2�..K;, - . W,• .,, !;y-..,• .,_, . v ,,c. .,e:s�.,.,. '. ,' -srg4P:>,Y�`k"R.L.�t16 1 �-,,..ri. •�,.f a, . , �' .nys;Ly r. II J ,� r:)..,"`GIs SHIP DATE:20OCT25 } >,;;>> .; ORIGIN ID:CLDA (760)599-3915 "` - ;gin ; ACTWGT:0.25LB �' ' ' •NKKI CHANDLER � `^�%+� ' WRIGHT CONSTRUCTION ENGINEERING COR CAD:109458380/INET4535 • " " it'•�i •=• ' •n,sc!4tti•' 2625 S SANTA FE AVE DIMS:12x9x1 IN ti : �^+' ;1'y i`Xt.., SAN MARCOS,CA 92069 BILL SENDER ... '-`'' `f+ �' UNITED STATES US I' -. ° - "f"' ''a°" 'TO PUBLIC WORKS OFFICE I :'ry ".•A OF HUNTINGTON BEACH I CITY V .�� ;i, :f, ` .i 2000 MAIN ST o x HUNTINGTON BEACH CA 92648 ' ' >r a (714)536-5431 REF: yt ;y'y.;:;'' j 1 ,, INV: :I,1 5; •;,'.i '.i ;y ! Pa DEPT: n`_v .� �•• ,.t. ' ''r 'III IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIHII111111III r: :t> : . . '• -' r ® ' a k.SS FT T !. Y. � ' y 't Express '4, . I iI - r E 1 .,...,,,,,..,•. ..„,:,.,,v:.,..,.,1 ..: .. . `f 1 Part#156297-435 RADB2 EXP 09/26 ('aiti:l z , :''a'.`'' k,`Y' • '.1‘....C, . iftiggaiiCaWerSEOPECA > !;...1{2 i ',;A,;,.,44,;,-,l'i.,'':'.,". - , r Y f,-- ram— '! ` ' CO '• .' • , E. aliValfaiielMaillESIMIErll• p > ....A. '''?-r)'-,..1,-,,,4-,..\. ... .. .. , ,, .,,, . ..I. . ...,..,__,,,. _ . ., t • :rd. ., ' tAj J , N a� rn n 'a+.♦ . • :S' ' S ' v/) Y Q . ' c-. r t i Z Z O 1 44tr V. e sy y If`�t~`j• c�tii i - .ter:. _.• c c0 0 O� F BOLSA AVE. G'0 McFADDEN AVE. U v EDINGER AVE. NTS o Z = J HEIL o AVE. \\ 0 o o cc Q < o \\\\ (1)- Q co I:t CD Cr) Z WARNER o_AVE. CO amamilL Q SLATER AVE. 405 o ' Lu \\ 9 Li Lu z TALBERT AVE.r- <-. czi I _J \ t 0 J o ELLIS AVE.` / �` x• J GARFIELD AVE. r � �r�0�.••�`` \\\ ¢ , �, = YORKTOWN AVE. O<v � • `� 0 �' v V c(n ci v�i \ (1, h s 7 • •` T � m ADAMS AVE. _ • cc (1/ ADCL �`L��1 CC ?���`9�' \��� ,:cF` INDIANAPOLIS AVE. 0 NG- 4.1 c) ¢ CI cci ,Z&' '` 1����`��� \\ \. ATLANTA Z 2—I_ AVE. J ` '� OP ,� \4 HAMILTON AVE. \FAG GQ� •. i�,:,se c7 •• • \ \ 4,/ Q'is GHQ\ S N io�'��������\ \oc�q c y�y BANNING �. QQ, GAS ,������� \; AVE. tx PROJECT LOCATION � ,o �/ ® Bluff Top Slope Repair F'To c'� ti LEGEND ARTERIAL STREET LOCATIONS REV 2/14/24 BLUFF TOP SLOPE REPAIR, CC-1815 PROJECT LOCATION MAP %. p CITY , OF HUNTINGTON BEACH sv. 0 DEPARTMENT OF PUBLIC, WORKS 1 OF 1 ,i 1 Rf14 IOW iNc\i" 'TIN 760 .•••• p R P O Rg •T•••. • -- _ eps % Bluff Top --- — — - 7 -- - ' 4). V • ._- „ (, ,,,,,,,, , ,, \ , ,,, 1, , , _ • Slope Repair _ - _ _ _ -____,_ __,..._f__ _ __ �_ . Q• Projec , „, ,,._„,,. _...... t .. - 4: . .., ____ . - . ---_—� --�- �. •. December 16, 2025 %i3O( •48��� 7, 19 0 4�••• C k,#' 0i iV" \<-\, ofiAr O (1NTH F '�.// 1505 99 BACKGROUND s i ---frOtaR "X 1 V,\,, _ 1 1 R AVE d I 1 .1. SLAM 4 05? • %\c 1• The existing Bluff Top slope is beginning to fail in certain AVE ,..„ areas and exhibits signs of surface erosion \ a* .“146vt. ,— / roAexao Airr • Erosion caused by rainfall runoff , , \4.,,' .)- p 6i 1 • • • • Project opened bids publicly on October 21 , 2025 , #:60÷ 4; ., (*), <.( , ...„-„ „, itte..a, 44.....„ - •-••• , s _Aialtil. _AM \ 1;.P.44,44'\ \ / 1 IA 1 , - ---L '•,',1''''' 4' " \ At ,,,ezz• '. k‘N, , 4-1 a 94‘4, \ N't• 4 ,.... MN - I AVE '1'.. 4 44,. ‘ N VZ.t, 4' ArOrairdraPap...... • eV' \ ''V I N G 7'6;64- 0# \O ....... .... .. ... 04, 0 cs,s....000 a P 0 RA repo.. <9 N h ..,... .... --- - --- %\<," Nk -- _-_--- 0,-57 N, — 7.---_—_rt---z---L--- ..• " •-e •*, ..•• I r 116, 0 is..•- /7 190,`...... <.c ..... T.\..... \ or COON. ( 4,011 .1.41P41,40,41/40n, NEEDS/WHY/BENEFITS Public safety Blufftop slope • • and reinforce , J., i • Reconstruct t further erosion • ''' ; - ' --, , -.4„.;: . . , stabilityand prey Provide . -----"---g-iW. • ... _ ,., • Improve slope durability . , .... appearance ce slope ... _ ,.... -.., 1,...,14- , ,, • Enhance .., „„--- -4;,-,--. ...i ' 4 ' f'4,-%A• ::, '' . 2'4' ''''''•0' --,•*-•. -, - 'I,,. ..„„..-- 8,4',1','''''14" 4'''':' - 1. 'wiff'''-''"•.'•1•0.7 '' ty.44. ''''',:,-;fr.N,.'"*A',-'.2‘V't 1',"- ';',,ilf :..N. r'1*.". sl_\``'... _ ----_-_:-_----.):- ,. %.."5:3‘ - .el'''.—.. • - '''''''.-4%, ' '-'-.,:ik,'"7',?1441'.A.,7-: "1..".".',' - 4,2,4,, N'''." ;'.'" '.4'.,;:, ...e4:144„,-...:;,.':•:.;:',C....i.,' ', -.,-S '0'w,:.,i, ,r0,63-:', '4,'-4, 'itto-A,,, '-.. .''',,,,,,,,, ,:,... ;,.:., lik I --,-----..,_ __ -..z....-:,._ - I: '''zc t • l'-',-;"'--...,-,','---, .- ',;',A..':,:..4....,ie , ..'-,-..:'- '-- . -.1....6:•-•,! ,.:,- --"•Nik.,,,..4.:;.'''''.:.-‘'' -''' - ' t c) :-.-7.-5".'. -,.7, :. w'-'-')./i 0 .. , _, ',.,,,,,,i,.. .,,,,,.. \ ..i... .,i.'; .-,.-','....'.,..1,-- ,- ..- . - ..,' ''''.! ..- ' .t. ‘.vo 11.4, - ----- — • (k.... A _.•2',..f..',,,,: ,,,,::,:q ,-4,‘ ''.- •';::,1f,-"*.aa''''.4A'''.4'.:;:rr,' ''''' ' ''''''':' ts, ' ''' -or, ...--'--=:- .7-L7- ---:-. .r.•• A, ":.;..:1'.''1',,,..,, i','•.#1''....,1;:'''. ., ,.,,'... ' .....,i',VM ',! .:.:,':;,..',',„' '''. ';',..S!.',.:*,,,,,.':;.,8' . .,'`. ‘ ••••'`,".e 61.. •......:....... \, 0 • "-. '. -- , ... . ,.- ' l*Nik <c r ,. .,...;-;=,,,,,!--; ', •„„kag:k.k. •ek OUNTN1 00 .• <-`,.:j ' '" ..''' litiotatolitor,•-•-, .," % '••' '' :,,,;-1,-,*-z: • ,.. . - ' FUNDING • Infrastructure Fund $402 ,236 I N C T Vy • °LINTY CPS//I SCHEDULE • Construction to commence in January 2026 • Complete project in 30 working days �NTINGp�n, N�pRPORATFN 0 . tJn • •'•'FF9 P� •�4O cUUNTY \� RECOMMENDATION • Accept the lowest responsive and responsible bid submitted by Wright Construction Engineering Corp . in the amount of $293 ,249 • Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney. /��NTINGT ,/� O`er.•\NCORPORAtf�•.••.���� ,�U • l Q S y Q '1 F �( = 0L1NTY ��,, , ca T ; z T@ 66 i 1 ‘ C, S b- K vy-j,'r °� 5 t�3^ `p y� �fj y + ( yy� t s 9Nft'ff $ f�f L r+�.l 13...i 1 Iw7 ;y ;'Rine ":,i A'.� —`' 111 N." • • , ' ::-.Z.J j 11 i "--"" —,- b , °� tt i - 10' ' �� i #1 am 1�1 i' ' 1/4 rrtl1'x (11%1 ■ U) O III 11611111 UI) a) M Switzer Donna From: Galvez, Michelle Sent: Wednesday, December 10, 2025 12:20 PM To: Switzer, Donna Cc: Fuentes, Joe; Okamoto-Cerda, Eduardo Subject: CC-1815 - Clarification Regarding Bluff Top Repair Project - Date Discrepancy Follow Up Flag: Follow up Flag Status: Flagged Good afternoon Donna, We kindly ask you to accept the following clarification regarding the date discrepancy in Section A of the NIEB for the Bluff Top Repair Project CC-1815: After submitting the NIEB for the project, we had to reschedule the bid opening date from October 9 to October 21. The project continued to be advertised during the NIEB submission period; however, we extended the advertising timeline to include additional dates. All relevant dates were accurately updated prior to publishing the bid on Planet Bids. We appreciate your understanding and remain available for any further clarifications. Have a great day, Michelle Galvez ' Environmental Specialist Public Works/Engineering Office:(714)375-8445 m ichelle.ga lvez@su rfcity-hb.orq l 0 0 0 0 CITY OF HUNTINGTON BEACH 2000 Main Street,Huntington Beach,CA 92648 1 (vlirrnn: 7/r8/-2S Pa h: oPs/.2- c /u)e 2/2S SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of BLUFF TOP SLOPE REPAIR CC No. 1815 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated project and will receive such bids prior to 10:00 AM on Thursday, October 9, 2025, on the City's PlanetBids System Vendor Portal, at which time or thereafter, bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this project via the City's PlanetBids System Vendor Portal website at: https://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: https://www.planetbids.com/portal/portal.cfm?CompanylD=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents, to be added to the prospective bidders list, and to receive addendum notifications when issued. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are 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 no less than 10% of the amount bid. For electronic submittal of bids, the bid security must be received at the City of Huntington Beach Public Works Office, 2000 Main Street,no later than the bid opening date and time. The bid security must be submitted in a sealed envelope bearing the name and address of the bidder, and the outside of the envelope must read as follows: OFFICIAL BID SECURITY - DO NOT OPEN Project Name: BLUFF TOP SLOPE REPAIR CC #: 1815 Bid Opening Date: October 9, 2025, at 10:00 AM. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A, at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: The project will consist of unclassified excavation, including saw cutting, removal, and disposal of asphalt, vegetation, and miscellaneous debris. The existing soil shall be removed and stockpiled on site for reinstallation. Additional soil will need to be imported. The slope shall be reconstructed using slope benches and reinforced with Geogrid. Installation of geojute erosion control fabric over the entire slope face and installation of drought-resistant landscaping. Provide a point of connection and tap into the existing water line to install a 4-zone irrigation system with a temporary solar irrigation controller with no cabinet, all conduits,valves, and appurtenances to be furnished and installed. Pave new 4" asphalt over compacted subgrade with a new redwood header along the edge. The Contractor shall install and maintain all project erosion control and BMPs per the WPCP. The Contractor shall set up and maintain the staging area north of the lower beach path only, the staging area to be enclosed with temporary fencing with a wind screen. The Contractor shall provide a traffic control plan to maintain a minimum of 12' of pedestrian access in the upper beach path during all phases of construction. The Contractor shall furnish, install, and maintain all traffic control during construction. The Contractor shall remove and dispose of any and all equipment and material used to maintain pedestrian access. The Contractor shall make sure that there is access to both the lower and upper beach path at all times. The Contractor shall provide flaggers when their vehicles are traveling on either of the beach paths. The contract shall allow the Contractor 30 working days to complete the contract. The Project NTP start date shall be no later than Monday,January 12,2026. 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 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:loZfxsMwLHN6JABqr89N I Proof Updated:Sep.18,2025 at 11:02am PDT Notice Name: NIEB CC No. 1815 I Publisher ID:0011756448 See Proof on Next Page This is not an invoice.Below is an estimated price,and it is subject to change.You will receive an invoice with the final price upon invoice creation by the publisher. FILER FILING FOR Donna Switzer Huntington Beach Wave donna.switzer@surfcity-hb.org (714)374-1649 Columns Wide: 5 Ad Class: Legals Total Column Inches: 55.42 Number of Lines: 114 09/25/2025:City Notices Notice 841.45 10/02/2025:City Notices Notice 841.44 Subtotal $1682.89 Tax $0.00 Processing Fee $0.00 Total $1682.89 NIEB CC No. 1815 - Page 1 of 3 SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of BLUFF TOP SLOPE REPAIR CC No.1815 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY,invites electronic bids for the above stated protect and will receive such bids prior to 10:00 AM on Thursday,October 9,2025,on the City's PlanetBids System Vendor Portal,at which time or thereafter,bids will be opened and made available online.Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this prolect via the Clty's PlanetBids System Vendor Portal website at: https://www.pi anetbids.com/po rtal/porta I.cfm?Company 1 D=15340 Copies of the bid documents,including instructions to bidders,bidder proposal form, and specifications may be downloaded free at: https://www.planetbids.com/portal/portal.cfm?CompanyI D=15340.Bidders must first register as a vendor on the City of Huntington Beach PlonetBkis 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. Pursuanttofhe provisions of the Labor Code of tile 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, cashiers check, or bidders bond made payable to the AGENCY for an amount no less than 10%of the amount bid.For electronic submittal of bids,the bid security must be received at the City of Huntington Beach Public Works Office,2000 Main Street, no later than the bid opening date and time.The bid security must be submitted in a sealed envelope bearing the name and address of the bidder,and the outside of the envelope must read as follows: OFFICIAL BID SECURITY-DO NOT OPEN Project Name:BLUFF TOP SLOPE REPAIR CC#:1815 Bid Opening Date:October 9,2025,at 10:00 AM. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors License Class A,at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY.All extension of unit prices will be subiect to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: The protect will consist of unclassified excavation, including saw cutting, removal,and disposal of asphalt,vegetation,and miscellaneous debris.The existing soil shall be removed and stockpiled on site for reinstallation. Additional soil will need to be imported. The slope shall be reconstructed using slope benches and reinforced with Geogrid. Installation of geolute erosion control fabric over the entire slope face and installation of drought-resistant landscaping. Provide a point of connection and tap into the existing water line to install a 4-zone irrigation system with a temporary solar irrigation controller with no cabinet,all conduits,valves,and appurtenances to be furnished and Installed. Pave new 4" asphalt over compacted subgrade with a new redwood header along the edge.The Contractor shall install and maintain all prolect erosion control and BMPs per the WPCP.The Contractor shall set up and maintain the staging area north of the lower beach path only,the staging area to be enclosed with temporary fencing with a wind screen.The Contractor shall provide a traffic control plan to maintain a minimum of 12'of pedestrian access in the upper beach path during all phases of construction. The Contractor shall furnish, Install, and maintain all traffic control during construction.The Contractor shall remove and dispose of any and all equipment and material used to maintain pedestrian access.The Contractor shall make sure that there is access to both the lower and upper beach path NIEB CC No. 1815 - Page 2 of 3 at all times.The Contractor shall provide fiaggers when their vehicles are traveling on either of the beach paths. The contract shall allow the Contractor 30 working days to complete the contract. The Prolect NTP start date shall be no later than Monday,January 12,2026. 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 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:9/25,10/2/25 NIEB CC No. 1815 - Page3of3 / INCLUDES THE FOUNTAIN VALLEY VIEW 1920 Main St. Suite 225, Irvine Irvine, California 92614 (714) 796-2209 legals@inlandnewspapers.com City of Huntington Beach - City Clerk's Office 2000 Main Street Huntington Beach, California 92648 Account Number: 5272431 Ad Order Number: 0011756448 Customer's Reference/PO Number: Publication: Huntington Beach Wave Publication Dates: 09/25/2025 and 10/02/2025 Total Amount: $1682.89 Payment Amount: $0.00 Amount Due: $1682.89 Notice ID: loZfxsMwLHN6JABqr89N Invoice Text: SECTIONANOTICEINVITINGELECTRONICBIDSforthe construction of BLUFF TOP SLOPE REPAIR CC No. 1815 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH,as AGENCY, invites electronic bids for the above stated project and will receive such bids prior to 10:00 AM on Thursday,October 9,2025,on the City's PlanetBids System Vendor Portal,at which time or thereafter, bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this project via the City's PlanetBids System Vendor Portal website at: https://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: https://www.planetbids.com/portal/portal.cfm? CompanylD=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents,to be added to the prospective bidders list,and to receive addendum notifications when issued.Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California,the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are 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 CC No. 1815 - Page 1 of 3 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 eighteenyears, and not a party g P rtY 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: 09/25/2025,10/0212025 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:Oct 2, 2025. Cantf S'/.ture NIEB CC No. 1815 - Page 1 of 3 SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of BLUFF TOP SLOPE REPAIR CC No.1815 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY,invites electronic bids for the above stated protect and will receive such bids prior to 10:00 AM on Thursday,October 9,2025,on the City's PlanetBlds System Vendor Portal,at which time or thereafter,bids will he opened and made available online.Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this protect via the City's PlanetBlds System Vendor Portal website at: hops://www:planetbids.com/portal/portai.cfm?Company I D=15340 Copies of the bid documents,including instructions to bidders,bidder proposal form, and specifications may be downloaded free at: https://www.planetblds.com/portal/portal.cfm?Company)D=15340.Bidders must first register as a vendor on the City of Huntington Beach PlanetBlds system to view and download the Contract Documents,to be added to the prospective bidders list,and to receive addendum notifications when issued. Any contract entered into pursuant to this notice will Incorporate the provisions of the State Labor Code. Pursuanttothe provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft,classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are 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 in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashiers check, or bidders bond made payable to the AGENCY for an amount no less than 10%of the amount bid. For electronic submittal of bids,the bid security must be received at the City of Huntington Beach Public Works Office,2000 Main Street, no later than the bid opening date and time.The bid security must be submitted in a sealed envelope bearing the name and address of the bidder,and the outside of the envelope must read cis follows: OFFICIAL BID SECURITY-DO NOT OPEN Project Name:BLUFF TOP SLOPE REPAIR CC#:1815 Bid Opening Date:October 9,2025,at 10:00 AM. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors License Class A,at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY.All extension of unit prices will be sublect to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: The protect will consist of unclassified excavation, Including saw cutting, removal,and disposal of asphalt,vegetation,and miscellaneous debris.The existing soil shall be removed and stockpiled on site for reinstallation. Additional soil will need to be imported. The slope shall be reconstructed using slope benches and reinforced with Geogrld. Installation of geolute erosion control fabric over the entire slope face and installation of drought-resistant landscaping. Provide a point of connection and tap into the existing water line to install a 4-zone irrigation system with a temporary solar irrigation controller with no cabinet,all conduits,valves,and appurtenances to be furnished and Installed. Pave new 4" asphalt over compacted subgrade with a new redwood header along the edge.The Contractor shall Install and maintain all protect erosion control and BMPs per the WPCP.The Contractor shall set up and maintain the staging area north of the lower beach path only,the staging area to be enclosed with temporary fencing with a wind screen.The Contractor snail provide a traffic control plan to maintain a minimum of 12'of pedestrian access in the upper beach path during all phases of construction. The Contractor shall furnish, Install, and maintain all traffic control during construction.The Contractor shall remove and dispose of any and all equipment and material used to maintain pedestrian access.Tile Contractor shall make sure that there Is access to both the lower and upper beach path NIEB CC No. 1815 - Page 2 of 3 at all times.The Contractor shall provide flaggers when their vehicles are traveling on either of the beach paths. The contract shall allow the Contractor 30 working days to complete the contract. The Protect NTP start date shall be no later than Monday,January 12,2026. 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 reiect any or all bids,to waive any Irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA,the 4th day of June 2024,by Resolution No.2024-29. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:9/25,10/2/25 NIEB CC No. 1815 - Page 3 of 3 UNSUCCESSFUL BIDS CC No. 1815 Bluff Top Slope Repair 6NT I N I GTo III„,<( :, CITY OF _; HUNTINGTON BEACH `CF�UUNTY'''''' II Lisa Lane Barnes I City Clerk January 13, 2025 Asad Holdings LLC dba Orange Blue General Contractors 27071 Cabot Road, Suite 108 Laguna Hills, CA 92653 RE: Bluff Top Slope Repair—CC-1815 Enclosed please find your original bid bond for CC No. 1815. Sincerely, 0114:4114tt i Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov %ML Fes; t �k SECTION C PROPOSAL for the construction of BLUFF TOP SLOPE REPAIR CC No. 1815 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 30 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,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 C-2 BLUFF TOP SLOPE REPAIR BID SCHEDULE ont lc 1 MOBILIZATION 1 L8 $ 15000 ~^ PROJECT SPECIFIC TRAFFIC -~--------~ D 1 LS $ ���� s 3000 CONTROL PLAN 3 FURNISH PROJECT TRAFFIC i L8 $ �10000 10000 CONTROL 4 FURNISH AND INSTALL PROJECT 2 EA $ 5000 $ 10000 INFORMATION SIGN PROJECT SPECIFIC VVpCp (WATER 3000 3000 5 POLLUTION CONTROL PLAN)TO 1 L8 $ $ ADDRESS CONSTRUCTION BK8PG INSTALL AND MAINTAIN CONSTRUCTION BMPSPER APPROWEOVVPCP. INCLUDING 10000 10000 6 STAGING AREA NORTH OFBEACH 1 L8 $ $ PATH.AREA MUST INCLUDE TEMPORARY FENCING WITH WIND SCREEN UNCLASSIFIED EXCAVATION |NCLUD|NGS/AWCUT REMOVE,' ' 14 �� DISPOSE OF EXISTING A8PHALT ' 52��� � ' 3600 SF $ $ TREES, SHRUBS, VEGETATION,AND MISCELLANEOUS DEBRIS WITHIN LIMITS OFGRADING . REMOVE EXISTING SOIL AND GTOCKP|LEONG|TERE|N�TALLGO|L ' 140 114800 M WITHIN THE LIMITS OFGRADING, 820 CY $ $ AFTER THE SLOPE BENCH AND GEOGR|O ARE CONSTRUCTED CREATE SUBGRAOE BENCH AND 15 54000 8 INSTALL GEOGFl|D WITHIN THE 3600 8F $ $ LIMITS OF GRADING AND CUT AREA IMPORT AND INSTALL FILL SOIL PER 10 GEOTECH REPORT WITHIN LIMITS 100 CY 175 17500 OF GRADING INSTALL GEOJUTEEROSION 11 CONTROL FABRIC OVER ENTIRE 3800 SF $ 3 $ 10800 RECONSTRUCTED SLOPE FACE CONSTRUCT TEMPORARY SOLAR 13 IRRIGATION CONTROLLER WITH NO 1 EA $ 10000 $ 10000 CABINET PER CITY OFHB STD PLAN 722 INSTALL DROUGHT RESISTANT LANOSCAP|08PERG�HEOULEON �5��� LANDSCAPING _' --�_---_ -�. 35000 13 PLANS AND PROVIDE ONE(1)YEAR 1 LS $ $ MA|NEN/\NCE AGREEMENT AND � PLANT ESTABLISHMENT INSTALL NEW 4^PAVEMENT TYPE ||| 25 13500 14 O-PG'G440 (3/8'') OVER 9UY6 540 SF $ � COK8PACTEDSUBGRAOE BLUFF TOP SLOPE REPAIR BID SCHEDULE ... .. ... .. ....... . ..e,.,.r•t tt.;T,1:'.rr:":,..:, ',,..f.fr:•..:. ......... tion - u'aint� - •-Umti"=�'>:- •`rice. ount PROVIDE POINT OF CONNECTION TO TAP INTO EXISTING WATER LINE AND INSTALL TEMPORARY 10000 IRRIGATION OVER FINISHED SLOPE 10000 15 WITH 4 ZONES. FURNISH AND 1 LS $ $ INSTALL ALL CONDUIT,VALVES,AND APPURTENANCES PER HB STD PLAN 720 INSTALL 2"X6"REDWOOD HEADER WITH 2"X10"STAKES ALONG THE 10 770 16 PROPOSED PAVEMENT EDGE 36" 77 LF $ O.C. Total Amount Bid in Figures: $369,570.00 Total Amount Bid in Words:Three Hundred Sixty-Nine Thousand Five'Hundred Seventy C-2.2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name.and Address of. State;' Class. DIR PWC Dollar % of Item(s) , Subcontractor. License Registration# Amount," Contract Number Mountain West Landscape, Inc. 1105685 A 1001116085 $53,000.00 14 11 , 12 24000 Alicia Pkwy Suite 17-465 C27 13 , 15 Mission Viejo, Ca 92691 ABC Resources, Inc. A 14 538680 C12 1000001608 13,000 3 1527 W State St, C32 16 Ontario,CA 91762-4034 By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 10/20/2035at Laguna Hills , CA Date City State Arman Tehrani being first duly sworn, deposes and says that he or she is Managing Member ,o fASA'D Holdings LCC dba OrageBlue General Co acparty 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 • 4441tan- Law: Signature of Bidder 27071 Cabot Rd,Ste 108, Laguna Hills, CA 92653 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract,known as the Bluff Top Slope Repair, (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 Arman Tehrani ,cQ2 2CLr+v T1.2..a to By Managing Member Title Date: 10/20/2025 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes Lei 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. 444424-H,%¢lz - C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. ASAD Holdings LLC dba OrangeBlue General Contractors Contractor Arman Tehrani 44mtao.%a./1z..a By Managing Member Title Date: 10/20/2025 C-7 1 01P0U3';'5 INF-Q1WW00.$ • 'of.biiiioti'otilq.'.04.6 44.0. olt..tc-.dis, ASAD Holdings d6agrahgeBidAtqr).0r0106.*:000'. .„ ...„ Biddefr,N0110 27614 tabcitlId.;Ste,f108 Rness efo Laguna,Hijia, „ „. .„ . CA, _ . 92653 City, State Zip: ( 040! 4174700 :infOapfgrigqiitee.erg Telephone Number Email Address State Contractors 00k01, • . Original Date Issued P414,9/2027 . „ . . • Ekoifatioiittate gite:wasirt§peetedliy,1*r.11.400.61 Dekker-Mt:11. „..„ th. j'.61-10**102g::Ar .por'sWIS litthlaprepeaall . „ . .• „ . . „.. . ..„ .„. „. . „. . . . . The'undersign:Ott i4,43repared*Mi1gfy.i;fhe(titik011 Ottf..1.q;t4y 9f.ThOltittecitii00.40,014:',0114. financially or otherwise, to 0:erf4trit the 0.41'40 for the proposed work and';111proldilent$,14 6.0db.r.44ii'.0 with hi set f(*thl.. AtAt,),144faingp,Lt..6,dba.Oraribef3iiie.:',GetiefaiConti000it: , Company Sigttatute::eiBiddeiC: • Notary Certificate •• ' ember , Attached cierpei&:$itmtatiiq ..„, , . •. • • os :NOTARY CERTIFICATE SObseiibed and,sworn'to before thi1'dtiy Of. eftt7 „ . .... California County of L'0,01,4**s' .494.4x66:'f On f.tt Month,0:43404:YOat ,Insert Xf.00 : 1it1eONOt.4. Ittspogy,opp4t4f /e.--A I. • js4Arj ,0).9:f:::'sigopo: . . „ . . „. ......... . . who proved to me on the haig..of'satisfactory tVideriee to be the,Per§cM(s).Whoeftfile0:t§ittre,1 subscribed to the 80100,:iiigt4004411040,0/11gdgo4 to me that htlAtithey executed the;s:Arpg in hisiherAltar dothorIzodeap.4eity(164,AndthOhy hiAtritheir:signatore(§)on the imttornonith4 430's1:0(s).-„:01*61fiwtifiofti*O-of*Iiioithoptiono5iattoo,6g-dotodAbiotezattioot..,. I certify under°P,FNAIMY .ropww under the 101*of' the,State of California'that the • AZiOgOitIOVaNr0.11 glictObtre0t,' ; , 2f!IKE(M': 'WITNESS my hand and official seal ifotary Oubtic.4liforn!a!' EW, vranfe tot* 1 ; .2 *4;711 Signature 5igo4t**.ofN:0411;Ntilk' WLA(.. .'10:17.07YigAt,000) ,C4 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Removal of debris, and reconstruction of slope with geogrid for slope stabilization.} 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 Villa Park Name and Address of Public Agency Name and Telephone No. of Project Manager: Mahrouz Ilkhani-Civil Engineer Public Works 714-315-1995 $59675 Canyon Channel Errrosion Control September 2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Grading, Excavation and installtion of Gabbions Channel 2. Saddleback Community College Name and Address of Public Agency Name and Telephone No. of Project Manager: Max T-UCMI 949-378-0568 700,000 Demolition and Site Improvement July 2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Grading Slope Access and Site Imporvement 3. City of San Marcos Name and Address of Public Agency Name and Telephone No. of Project Manager: CM-Dudek-Jason Linsdau PM 760-802-4718 550,000 Park Improvement September 2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Site Grading, Irrigation and Planting C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project.Bidders are encouraged submit` supplemental relevant project history in addition to the projects listed herein. 1. Arman Tehrani Name of proposed Project Manager Telephone No. of proposed Project Manager: 949-332-0652 Full Building Demo, Building, City of Seal Beach $2,200,000.00 Site Improvement and Concrete July 2024 Project Name & Contract Amount Type of Work Date Completed Installation of 27 City of Temecula $131,000.00 Solar Light Poles October 2025 Project Name & Contract Amount Type of Work Date Completed $220,000.00 Storm Drain, City of Rancho Palos Verdes Concrete and Paving December 2024 Project Name& Contract Amount Type of Work Date Completed 2. George Alvarez Name of proposed Superintendent Telephone No. of proposed Superintendent: 657-363-9289 City of San Marcos $550,000.00 Site Grading, Irrigation and Planting September 2025 Project Name &Contract Amount Type of Work Date Completed City of Villa Park $59,675.00 Canyon Channel Errrosion Control September 2025 Project Name & Contract Amount Type of Work Date Completed Installation of 27 City of Temecula $131,000.00 Solar Light Poles October 2025 Project Name& Contract Amount Type of Work Date Completed Gll 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/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 Arman Tehrani 42112eur,%¢lz e By armant@orangeblue.org Email Managing Member Title Date: 10/20/2025 PWC Registration #: 1000994213 C-12 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a QD1 2 3 4 5+ construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner,owner's address,date of completion of the project,amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages.) 2. How many times in the last five years has your firm made any claim against a project owner concerning work on a project or payment for a ®1 2 3 4 5+ contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identify the claim(s)by providing the project name,date of the claim,name of the entity(or entities)against whom the claim was filed,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g."pending"or if resolved,a brief description of the resolution].) 3. How many times in the last five years has CalOSHA cited and assessed penalties against your firm for any"serious," "willful"or ©1 2 3 4 5+ violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s)of safety or health regulations? NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it. 4. How many times during the last five years, has your firm been required to pay back wages and/or penalties related to state orfederal prevailing wage (El 2 3 4 5+ laws for work performed by your firm? (Explain on a separate sheet.Identify the claim(s)by providing the project name,date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g. "pending"or,if resolved,a brief description of the resolution].) C-13 BID'BOND „,„.. coNTRACTOR •(Name iekaks.ta1us and address) (Name kgal.slams Ondirsidresa) AmiddA PArtiO13f0,e;:qc_nppl:Oopb!.aeterc 14111"00.4440.**t 27071 Cabot Rd Ste 108 260).-Mnrkeil3lace;:tniie-306 Laguna Hills Ct 92653 wojrijoymiT,A:1910 OWNER This document has impqrtani. 3e,pl'conse9eenca,Consultation kg414,1ciigogofifirgss). vith an attorney is encouraged •c4keig-004.*00..31ea.ci.i. r6pectlo,ifs‘conipietitin'et 444.444-$4-4.01i.:4040*.11.0.44.4fas020,40; BOND AMOUNT.tenvoceni--4,6$14.r.ota4triounitiSil iii*Opy*tore..0g* Con1racto Surety Owner or other party..**be eonidered t1.0.4.t01".:; :iota wi:itrevpikablo,, 04,Re /204/10.4• AltitrTeii5loik.Aepgg, CC No;ifilt Tle Contractor and Surety are bound tO,1110'SYmporjiir the amount set above,for thepayment'avittiCh file.t:'C'hyoto:00,• Sway bind themselves,their liens,executors,administrators,successors 00,s3i.ga1:fisit*and 4.004jjk.,:41i.f0,1401.iiii*iii. the.,torklifion-softhis Bond are such that if the pwrier•***#10.-N4 of the coaria4r*ithip.,fhe time specified in the bid dociimens,•pr*ithik.*iciflimeperior1-. S may be nit-04:10i.4.'ili0;-0W,kr:OctO.Oriffiettit,-*iaiho:4Cti'ectofeither.4j-entOg into a contract with the Owner in accordancewith the teriñs of tiOnd,etbends as,010,:berspeCifiectiii the bidding Documents,yith:,4 surety admitted irt'thejttriSdiefirin.of.thelject and otherwise acceptable to the Owner i for the faithful performance of APO Contract and.1:0f.itiA*P030.t 04:600 0.-tatiict:Octiii40:riat.furnished in the 0-0,00.4* rays to the Owner the 00000,not to'exceed the'amount of this 004 between ilte amount specified in bid alict,suahlargprptiotpt for which the Owner,fttakill:good faith contract with another party the 17;fq*poo:04,*":$40:bide 1.jiotoiikmig4060 ,Othervaip,:ictrem4iii iratill force and!effect: trite:Surity, hereby Nvdives:any-ndiice.of,awa:greemeni.befween the.etiwneennid (enIF-Kt,tn to,extend the time in whLch the pwilo-fooy, accept d*bid Waiver,:a.**0,$y the Sujety shalt tipt4itilit,-(..tA;oy,,eAtif$iOn'3Pcceeding sixty(60)'!:i10ys in the aggregate beyond the limp:foraceepiance of bids specified in the bid documents,,and the Owner and tontractor shall 4bInin,lhe;:$kitgjy4 consent for an:-.axten51riri-:bayrif0*;..y;.(40.44y$,,, If th-'40phil#i$4uoi Ohecitiraetoi4s151d'totottrgetotheterni'deAtsetioriiiihis:'8OridAaffhe deemed to$6:$0cotogto,o40*06i"Nif0:01*11'.40:40(044.N.:'cOilit400. . „ When this.0010 has furnished tp,corkoly.iiiiih'zist.iidory or other legal requirement in the location of the Project,any provisaon in This Bond conflicting with said 04itory•p:t;i0k4) requirement gli-411N.**00.4.00.04110f0f4*(and provisions conforming to such statutory 00thet.100:Itc .iiiOnettt6hult.be'tiothoil incorporated herein intent is tigtittiittiq bondaila 0001.0iimixi004W ói3d SIgned d Olecrthil dare POO*,1025; fefei+ ^ •••• ra a eBlue General Cobliketbeg (Principal): (Sod: ctl , . (tide) 41111101t: ;. • (rzi„riek) „ ...•.• ..01110 OYFO..B.00;AltotTOyi(POP.t. „. . ....... . . •• the,A1A.Dikiiiiiint:4310NL XI 0 jiit1fAijELO1IkiNporoirry.I.Sr.$00e.cco'sfeANY One Bala Plaz.i,Suite ito rttornéy juo*A1.1.K.R.ON$°BY.V E:FRESgNIS:That Mil).,Aii401,i'S iNiDEIONITY.IiNSURAfttet btA10,..AWithe'Amn,OnkY,Aico,rporniihn_orgttplid and existing under the la'y.is,Of thi.cpjiliTiontlea4hof ;ArthurJ Gllngher Risk Management Sen ie ,Inc its true nd lawful Attoiney in fact with tell'atithpr;Ity:tp.F.xeRtiteop.,ItOehalt:hopds„,;htukrtakihA recognizances and other contracs of indemnity andwriungs obligatot in the nature Ihereof issued in the course dins busmess and to bind-41) ;Compaily,,thateby;in an „. 111.10;PnydetiTAttIknty-is gtahted:atidFis;iighed"40-le;itIdd;hy"fa,cgmilp;,un4er,,andhy,fhe.,41.4hprityfofthe following Resolution adopted by th0430A:rd:ROFsc:t9r?of PHILADEI.A.I.I.A;INDEMNITYINSURAN4ppmpANy*0*14.q'of Npvenit5g!'16 16.. RESOLVED ThilikpOed'pflriir.cdt.orhgre4YA4thPrizos the..,Pcesiddnt-'40.4hy VicePresident of the C*040.?.:(1).ApppiniAitomq(s)ptF.4ct'gnd authorize*6:-Attonte,y(OinITgat to execute on behalf of thc Company bondt and taideitakiig-;,*iiiIhie lkiitIp;g4 objigatoiy in the nature t*Otifilfialepatah the i6d1.0-ihe:qop;40,/thexet§:'*0 RESOLtI) that the signatures Oi...kia..i4Ificet*,inidabe:leealn.f.the Company may be affixed to sOch Power ofAthir*y...00i-IIfich*Felathjg1hFteto by facsmuh. and anvauch Power of AttOr.6.0 k6.-00.010and eertjied byfacsnmte signaturesand facsimile geal 41411,h6:Vidid and binding upon th Company in the thture with r01i;PP.1(1.‘ao 60fi'd;:bt,"iiiiiiaitakink to` IN TESTIMONY'WHEREOPIiI,LAIVIPNIA Fpmis,ANy-, i.CAUSED:THIS'INSTRQIONI TO CORPORATE.: gAr,:r0:1?, .. F.0.?(4,15Y OPiatt'OBER-2024. 7: ' • • . . - ' "4. k• - (Seal) •lob'Ohinird";.-;Pt.'ggid4);t ;On,ihii'''S „day.of October,..2 O24 beibre me cithio the iadiidual 4116 executed the pn.cedjng in,in-prnept;to persphal ly-1930,typ•„and being b me duly sworn adid that he is the therein destiititd.hiid.hiithaiitaoffi'derolthd P.111;r4ADET.PIIIA,1NDJ MNITV 10S1-114Nct:OMi!ANY:',that the seal ath'ted to said instrument is the Corpomte seal qi said coingithKthatthii-;gaid.Othlidr*SedIAdd his signature were duly affixed Nninty'Ptibtic: • • CCITIOnwettlth of PoIviWaNk+1.101 Sail Von MckenziM4oIaryPubfloDliwornCouMy ; hlyt);Initnleih*expliesilOying/ii3,:.20208 ' • f.dettnini%sIorinuinbee 136830, PItancfNotares Tilidhig lini'ixiod'PA • • • M9:00i'.!ji41.0010A:'; iiiEdiNaed-Si**6;thfikiiat :,$.0"r-et*,-0-r,P1-4A1,1);EIRNIINPEIVIN tiii;AN(t•OMPAN'411-..der;h-dt'On.9 &inkhiiifiibfthètiI Of Directors and the Power of Atoinii§§h;q0;Rttm„tanfiligtp.91i:the'!').day.:(ict(iber2.624:prt,truc anti correct and are still in full forct.and effect I dDpfthqf, ri'i6.that Iohn OciMb.,;,WKO executed ifle,;Pskwer.,:.,9f Attorney!as;,PreiIdeniEvas:0-f-the dat4:--6.1-ekecutinh-nt:thd;6ttahedfPower of Anorney the duly elected President qf! ...„ In T.estimonyyherdof:I hay6.4thsgrilidd-mk-nattie and at1ied the facsimile seat of each Company thit 20th day e dfober!..2, • . _ • .„.., Edwardasao "(arpcirdt&$,e.cittary. .INAIRANCE,,c(WIPANY •. .,,.. ...„,, . . • -..... . . .. . ,.._ „ , .... ... .... . .. .,...„„._ . .. .... . . , i, 'PALIF011NIA ALL-PURPOSE ACKNOWLEDGMENT . . , KnOtaryptitiiiC:*',Other pri6er.corpaletimtliisfaaAifi*e,verifies only thelfd§htityOftha.indiVidOal whO-s!ROdih0,:',I.-,,'.: . tfoOtimentiOmihiphthiaOpitifjeota is attached,and not thejeufhtOlne -,,:qcp.cit•00,-,or Validity Of thatdopyinant: :'• ! ...: ....,.. .„... ..... .„ . ... . $*•0400:13:N.I.A.. '}. ".,004rtY,'„.a 'Safi Die6O , - - i 1, 04 :0;ttiilidi7:20`E'202$ , before me,.. Parribal:fie „kOtOiY.Public .„ . t •."-• - Insert N'athe of as it apyedr6'.on the.6ffi6iit*I; • . . p.ersonallibppeared , ....._ .. . ,Ojindtliiallman ....„.....„ .. „ _.. :• ''" Ilanygo 9fgpe.00" , -- - ,. _.. . ,... •• , .... . •• : - •... ..--,• . •._• • ••........•„.. . . . . „•.. • ,. ViihOlaryd:.tOtie on 0/0,,b-a,iia:bt:OaliptactcirreVidpnc0 it0 • be.010 person(s) whose'.name(s):iW.er0.' y,h0ce.ibad to the . . :W10iiii;in0frartiOtit an.c1-OdknOVIOcigOd:tdbia,lii.pt liO/alleiffi. qy; executed the same iii.+40/litieltneleatitilpritaiificaridaki(iee), : ! •,.'indifiiiii."0-,his/her/theiroignatekaM or the instrument -Jk....•_.,— •,.....,' „..-4„:46-;;•-:_-•-ii,..,,•,... ...4.1.,i,‘ OarOOn*•07.the entity upon'0,010of which the 1,:: :T.. .., .,;,•.• - P.IklkD'*111:' • : ' ,,,p06.0,00,altad thb insteuin'ent .„. . . t.i.qtYY! gaYfila r ; 3. I codify tinder PENALTY bE,P.P34.013Y•lintlee the law0,of ,;,,i:7.• ,i.,.:, Commistion42;5190 i- lha,Stareof'CalifOrbiathat the foregoing paragraph is true', :'.'''.';•••# cfntr.tlige0-;,1,4fl,t;'1.04,19,>• and correct: ' - • '" ' ' ' ••,'"r•--- '-;"7:,,•:-.,..:,,,,:;....27•,--,.n•-•••;•...,:',.:‘,.. .i;.: . , , Wifr..kes0.,bili ha-60,k ,• idi ., . '• . .S •• fgoatufa. .',1'•• •-;!" '., • -;: ' olac4t4*.i.";40:1:605 . - 'sklgtup4,0,40toivp,01:06,' .. ••...• —--:-. , tiPtiONAte - — — . • ---- — - - ... ..-.....-- , .. : .... tiOugh.ffie iriformatiatfb,eiblrOciftOttykodby'1,0wi ii,til*preiy0 4ii a610,..t0ip.'ersons:Telyjri.01;rtie::00:0(tm6ht arid cotifdpreverit.fratOcliferg-ireOfOV,af akIldli,004.q,C4ftlettl:OtthO.'f0frftoatiOtherdoo4thent: . • • DadriPtion-olAttathed Document: . . ..,: „., ,.. .., ,.., . • ." •.,.... .. , ., ... .,,.:..._ • „ .l'.)iidt.ifileir4bate:. .. ..• Number of Pages ....._ ......„. . . ,.. . ; ,''• ..,,. . . , .. .. ...._ .. .. ... . - Sijile'i(. Other:T4phi;Named Above . . .dap.a.Oitytiaaj Claimed by Signer(s) . • .,.. ' •, ' ighaeaN?tha.'„ . ,., .. . ;$10er...1s.":•Ndnie:-. . . .. , • la Individual 'El;Individual • .. . . • El.Co Officer „ __ . , . . 0 Corporatetifficer—Title(s) . .. _ . _ „ .. ,...„... q Partner tisijitOtO i'.06.E.i0a . • 0 Partner El Liniitod.cldeneral •',; IOU Attorney in Fact RIGHT THUMBPRINt 0 Attorney in f a0 RIGHT THUMBPRINT : 0:Truifes OF SIGNER :CI Trustee OF.SIGNER .- ErGifOrdi0 oi.',C•or. dh4tOf ,- 19.p.of thumb here ; .'11 Guardian or Conservator : Tovatitiumilhere I El•12.00.t.; - ,•-••• ....- - ;' • ...tf Other . . • . . , . ... ... . . ...... .. . ,,.:.. .. . . . : .... , • . $igne.r.ikRatinfaeatirO, . ,4i§naila Rapreaailtii4I „.,.• , . .„ ..... ....„.. ... ., . . ._ . . . .... . . . . ..„ ., . ., • „. . . .... _ . _. .. . . , • „. ......,. ,_ „. .. .... , ..,.,...... ....„ . . . • .:.„. ,., ,,.. :SitifiVOC x� Public Works Support Log in eCPR Search Knowledge Contractor Registration Search Project Registration Search Register Home > Customer Account Lookup > 1000994213-ASAD Holdings LLC 1000994213-ASAD Holdings LLC Customer Account Lookup PWCR ff / \ f 1000994213 jf t , I Contractor Status DI R Approved 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) l Laborer(Construction-Fence Erector-Housemover) (Engineering Construction) =t Carpenter Fence Builder(Carpenter) ? General Engineering;`Carpenter 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 Physical Address-State Physical Address-Zip Physical Address-Country Related Lists Registration Dates® Terms&Conditions Privacy Policy, Disclaimer Nondiscrimination Notice Copyright 2024 State of California Accessibility dir.ca.gov I Public Works Support Log inVettartmerit ReEation eCPR Search Knowledge Contractor Registration Search Project Registration Search Register Home > Customer Account Lookup > 1001116085-Mountain West Landscape Inc. r 1001116085 - Mountain West Landscape Inc. Customer Account Lookup PWCR 1001116085 Contractor Status DIRApproved CSLB 1105685 I ' Business Phone 9496047450 Ext Registration Start Date 2025-07-01 Legal Entity Name Mountain West Landscape Inc. Doing Business As(DBA) Mountain West Landscape, Inc. I Business Structure --None-- President Kirk Varga Email kvarga@mtnwestscape.com Registration End Date 2026-06-30 Crafts Landscape Maintenance Laborer(Applies only to routine landscape maintenance work,not mewl and.scape:constr_ucti.o.n)- „ I Landscape Operating Engineer Landscape/Irrigation Laborer/Tender j Operating Engineer for Landscape Construction Projects Address Mailing Address 24000 Alicia Pkwy Suite 17-465Suite 17-465 Mailing Address-City Mission Viejo Mailing Address-State CA Mailing Address-Zip 92691 Mailing Address-Country United States Physical Address 24000 ALICIA PKWY SUITE 17-465 Physical Address-City Mission Viejo Physical Address-State CA Physical Address-Zip 92691 Physical Address-Country Related Lists Registration Dates O Terms&Conditions Privacy Policy, Disclaimer Copyright 2024 State of California Nondiscrimination Notice Accessibility, di r.ca.gov 1 California Air Resources Board:Off-Road Diesel-Fueled Fleets Regulation file:///U:/Desktop/ABC%20Resources%20-California%20Air%20Reso... ' ` {{{+i'+.•el�=—•yy*,40 il, =--.:iiaii' •— i ytitiur,.=siiiiilr y•t{{I1I!'f,—i.{iY7i•iv ' :iiiiiei e .�f.} xR ,-;,yipi,"1140 ;Nttitttirtit0:i::$,t1tMirti �� itoterg te4ti1r1l00 " l pet,;; dl tilyrl,„:„` tl e -1 � • ..at� ` � t !, , "�,t intll ; -tt1U .I .1, ` 111:1I 4,,i t 1Ni s,,Vi;., , t , :,� sU�l,V.-::tti r -. \IimsUAj , , ,.,!;:—. :,:„ i,,,. .,.0•-a ` .,-;^,.. x ,..... —;,. ,,. s .t 4:4\ y 71.t} b 1:,t i4-. 4 a4v=-, o Pfs ; - , _1i . x �� California Environmental Protection J- gency --s=; t' 'ryW'ga S Air Resources Board ti . �january 1, 2025 CERTIFICATE OF REPORTED COMPLIANCE,. • sm4 M 'OFF=ROAD DIESEL VEHICLE REGULATION ' 1 1,Il • t„ i *Ass (1 • is_isawed to. : ABC' _*c'= „ , ti • -, This aertf ioate,Indicates that fisted above has reported off•road,diesel'vehictesto the �..1'.,.1 l r..4.7 e' California• Air Resources Board and•has certified they,are in oomplience with title 13 OCR •i t i =1:: „�'���` ?' section 24Yt9. All applicable vehicl7's;o.". tiy;the individual;botripany,orageiioy mrfst hq �_.., '•�-`` r ' re tted and labeled,as S" cified in Selrtion 2449,with ali. bte corn leteries`'s, Ise•this"• • �sa''Lli ttNii� p° Pe• tx'� p, p �"s����i ' ' certifiicateisnullandvoid -Cer=tificate,expires 2/28/2026 • ` , .q•;'7 • ` 1;.�t` OH-road Diesel Fleet identification 4 , `s ' 131415 s: Nsal - Yack Kitowsxl - Z f _ Chrei,Mobile source Control Divisiah . ' ` „ry r To verity the aulhefiJiafty of th[;cert,fiaatg§nter Oh,a number at ' ,t 4 - - Caifo raArftasou as Board 1 '•,1 ✓ http Ihvww arh ra.gov/doors/comphance_certi h. • AS `3 µ r 11;. b•-sir ,» ;"r r, s,- d ,. v I 1 t e .C:4,, ,c ( .:h ;�'r�'i,#. , ,f ,1 it.1,.,"..Yf, It-e�4i5" s-,4,1:-h`ator,t ,ilrt{' t ii \cillaii,",Wi piO .,+, ry I..-.'J ,. "��w i' «°irij/1 � 1`,A''i4iY// �\\t*t ,4y// t�iit ,f/// �� t*:.,4//// `�\t'ti;�!',��1 �� t`C;;le+,�/fl ���\ti�d:.fi+ir�i��t�tttt`., .`� t'?,"k;llt{1 etsf;;,,liNi hilt t,: =.:7Pliiit,.,;. 'iti It � ;,,,,,, tliittt,tt, , tni it,: ,„/ tilt t ;i elV.kt `{11 ritiotA it+l,aunt.'•'•—��411;Hiit:;''''"'"i"iiitiU='!Igiiii`y: :.�. l in iitS0 _'.';4f 011,�y:'':411.4.11e,'-•X'. 4. -. ;'_" , ngf ,+',••ire• '.: .a 0., ..i- FM. . :�� *... ..li! s.. . ! 5... 1 of 1 2025-01-03, 11:22 AM ASAD HOLDINGS LLC DBA OrangeBlue General Contractors 27071Cabot Rd, Suite 108 Laguna Hills CA 92653 y' �r z: License# CLASS A 1074946 -_ of • OFFICIAL BID SECURITY - DO NOT OPEN Project Name: BLUFF TOP SLOPE REPAIR • CC #: 1815 w..CN Bid Opening Date: October 21 , 2025, at 10:00 AM. _F= ,'XL anti 7{,�,4� Tpt1'9 To: City of Huntington Beach Public Works Office, 2000 Main Street �. .; I Public Works n�in��rinc� _ • oli��NTINGTO CITY OF 1�,ti0�: '`te. • .6'c -I :-�_; HUNTINGTON BEACH `ce�DUNTY..- \<,••' Lisa Lane Barnes I City Clerk January 13, 2025 Azas Engineering, Inc. 812 Parkcenter Drive,Apt 44 Santa Ana, CA 92705-3576 RE: Bluff Top Slope Repair—CC-1815 Enclosed please find your original bid bond for CC No. 1815. Sincerely, OC144/06416, ,.41,, ,KNIK Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov 7optteii 0,7 SECTION C PROPOSAL for the construction of BLUFF TOP SLOPE REPAIR CC No. 1815 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 30 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. GI 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. N/A C-2 BLUFF TOP SLOPE REPAIR BID SCHEDULE 10 ` 1 MOBILIZATION 1 LB $19,800.0 2 PROJECT SPECIFIC 1 LS s�TRAFF|C 5/4OO.00 s 5'4O0.DO CONTROL PLAN 1 LS �3 FUFlN|8HPROJECT TRAFF|{� 12'680'00 $12'0SO'OO CONTROL . 4 FURNISH AND INSTALL PROJECT 2 EA $4'37O'0D $B'74O.00 INFORMATION SIGN PROJECT SPECIFIC VVPCP (WATER 6 POLLUTION CONTROL PLAN)TO 1 LS s3,810.00 s3,810.00 ADDRESS CONSTRUCTION BK8PS INSTALL AND MAINTAIN CONSTRUCTION BK8PSPER APPROVED VVPCP. INCLUDING 23O1000 2381OOO G 877\Q|N(3/\REANORTH OFBEACH 1 L8 $ ' � $ ' � PATH.AREA MUST INCLUDE TEMPORARY FENCING WITH WIND SCREEN . UNCLASSIFIED EXCAVATION INCLUDING SAVVCUT. REMOVE,AND 7 DISPOSE OF EXISTING ASPHALT, 3800 SF s 31.O0 $111'OOO.00 TREES, SHRUBS,VEGETATION,AND MISCELLANEOUS DEBRIS WITHIN L|K8|T8 OF GRADING REMOVE EXISTING SOIL AND STOCKP|LEONS|TE; REINSTALL SOIL M WITHIN THE LIMITS OFGRADING, 830 OY s50 s41'OOO.00 AFTER THE SLOPE BENCH AND GEOGR|O ARE CONSTRUCTED ' CREATE SUBGRAOE BENCH AND 8 INSTALL 8EOGR|D WITHIN THE 3600 8F s8 $28'8UO.DO LIMITS OF GRADING AND CUT AREA IMPORT AND INSTALL FILL SOIL PER 10 GEOTECH REPORT WITHIN LIMITS 100 CY BU 8000 OF GRADING INSTALL GEOJUTEEROSION 11 CONTROL FABRIC OVER ENTIRE 3600 SF s8 s28,800.00 RECONSTRUCTED SLOPE FACE CONSTRUCT TEMPORARY SOLAR 12 IRRIGATION CONTROLLER WITH NO 1 EA $3'1OO'OO $3'1O0'0O CABINET PER CITY OFHB STD PLAN 722 . INSTALL DROUGHT RESISTANT LANDSCAPING PER SCHEDULE ON O5SOO �O 85S000O 13 PLANS AND PROVIDE ONE (1)YEAFl 1 LS $ ' � $ ' � MA|NENANCE AGREEMENT AND PLANT ESTABLISHMENT INSTALL NEW 4"PAVEMENT TYPE ||| 17OO S180OO 14 O-PG-G4-1O (3/D'') OVER 8D96 540 SF s ' $ ' ' COK8PACTEOSUBGRAOE BLUFF TOP SLOPE REPAIR BID SCHEDULE x,r .::..'i:.. ,fx:c',,xt.t n.._.: , i.:.. tt .::....Sr :•..w :Y,:. "t"! f3'i :t!`:. '�.2. �;�::xy "�.'.:�'S • .. .. .:. x1 _.. ..[., :: ... , 4 .. • .,E. .;,..,.. ...!!E. ."". 1 Se 3 r.f rYi?..x. <-Ainourit°r�- PROVIDE POINT OF CONNECTION TO TAP INTO EXISTING WATER LINE • AND INSTALL TEMPORARY 15 IRRIGATION OVER FINISHED SLOPE 1 LS $13,650.00 $13,650.00 WITH 4 ZONES. FURNISH AND INSTALL ALL CONDUIT,VALVES,AND APPURTENANCES PER HB STD PLAN 720 INSTALL 2"X6"REDWOOD HEADER 16 WITH 2"X10"STAKES ALONG THE 77 LF $15.00 1,155.00 PROPOSED PAVEMENT EDGE 36" O.C. Total Amount Bid in Figures: $385,435.00 Total Amount Bid in Words: Three Hundred Eighty Five Thousand Four hundred and thirty five US Dollars ONLY C-2.2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid.: Name and Address of State Class DIR PWC Dollar % of ...Item(s) Subcontractor License Registration# Amount Contract;; Number, 2 MZB Engineering Inc 1084559 A 1000849264 0 12,000.00 3/o 11,12, Mountain West Landscape Inc 1105685 A_C27 1001116058 13,15 54,040.90 14% By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 10/20/2025, at GLENDALE , CALIFORNIA Date City State ALAA ABDELLATIF , being first duly sworn, deposes and says that he or she is PRESIDENT of AZAS ENGINEERING 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. AZAS ENGINEERING INC Name of Bidder Signature of Bidder 1010 RALEIGH ST,#114, GLENDAALE, CA, 91205 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises'and agrees that in the performance of the work specified in the contract, known as the Bluff Top Slope Repair, (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. AZAS ENGINEERING INC Contractor ALAA ABDELLATIF By company president Title Date: 10/20/2025 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes t No If the answer is yes, explain the circumstances in the space provided. N/A Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. AZAS ENGINEERING INC Contractor ALAA ABDELLATIF /President By company president Title Date: 10/20/2025 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: AZAS ENGINEERING INC Bidder Name 1010 RALEIGH ST , #114 , GLENDAALE , CA , 91205 Business Address GLENDALE CALIFORNIA 91205 City, State Zip (66162)5090 alaa@azaseng.com Telephone Number Email Address 1135048 General A engineering State Contractor's License No. and Class 03/27/2025 Original Date Issued 03/31/2027 Expiration Date The work site was inspected by ALAA ABDELLATIF of our office on 10/15 , 2025 The following are persons, firms, and corporations having a principal interest in this proposal: n/a AZAS ENGINEERING 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. AZAS ENGINEERING INC Company Name if , ,ad Atidellat f Signature of Bidder ALAA ABDELLATIF Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this 21st day of October ,20225 State of Nevada ) County of Clark ) On 10/20/2025 before me, Jennifer Elizabeth Luna Notary Public, State of Nevada Month,Day, and Year Insert Name and Title of Notary personally appeared Alaa Ziad Abdellatif • 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. cv✓1.1'OF Ty Jerinifet Elisabeth Luria °' ``,:; 'r" . NOTARY PUBLIC WITNESS my hand and official seal. " 7,.a' x• STATE'OF NEVADA. 4.7• �' App.t. No.-24-.,6949-0'C vEvnn� EpIY2S.November:20,202Z Signature /4:; !: Signature of Notary Public (PLACE NOTARY SEAL ABOVE) Notarized remotely using audio-video communication technology via Proof. C-9 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Removal of debris, and reconstruction of slope with geogrid for slope stabilization.) 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. Los Angeles County Sanitation District Name and Address of Public Agency Name and Telephone No. of Project Manager: Serj Berkham 562-662-0118 6,241,981.00 GCL, Grading , Slopes, Fabric, SWPPP , Pipes, Irrigation , Hydroseeding 06/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Clearing and grubbing, importing dirt, sloping, compaction , Drain tube, GCL, Gas collection system , PVC Pipes Butt fusion . Swoop. BmPs Slope Stabilaization.Screening of Sand . Grading. Scarifyi g .Geogrid. 2. Ventura county public works Name and Address of Public Agency Name and Telephone No. of Project Manager: Kirk Norman 9,500,000.00 General Demo, Box culvert, Dewatering , Rebar, 05/2022 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Striping ,Asphalt Paving, Sidewalks, Ramps concrete, Shoring , Piling , Bridge building , Channel Building 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-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project.Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. ALAA ABDELLATIF Name of proposed Project Manager Telephone No. of proposed Project Manager: 6616235090 06/2024 Scholl Canyon GCL DT Grading , Clearing , GCL , DT, Project Name & Contract Amount Type of Work Date Completed Tsumas Creek Improvements Project Box Culvert , Shoring , Sloping , Demo , 05/2022 Project Name& Contract Amount Type of Work Date Completed Soldier Pile Wall Thousand Oaks Piling , wood Installation 06/2023 Project Name& Contract Amount Type.of Work Date Completed 2. Daniel C Name of proposed Superintendent Telephone No. of proposed Superintendent: 310 924 -7732 Scholl Canyon GCL DT General superintendent 06/2024 Project Name& Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed C-11 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations(DIR). Currently the annual non-refundable registration fee for Contractors is $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.fore e.com/ContractorS earth 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. AZAS ENGINEERING INC Contractor ALAA ABDELLATIF By alaa@azaseng.com Email company president Title Date: 10/20/2025 PWC Registration #:/ DIR# 2000010655 C-12 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a 1 2 3 4 5+ • construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner,owner's address,date of completion of the project,amount of liquidated damages assessed and all other information necessaty to fully explain the assessment of liquidated damages.) 2. How many times in the last five years has your firm made any claim against a project owner concerning work on a project or payment for a 01 2 3 4 5+ contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identify the claim(s)by providing the project name,date of the claim,name of the entity(or entities)against whom the claim was filed,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g."pending"or if resolved,a brief description of the resolutionl.l 3. How many times in the last five years has CalOSHA cited and assessed penalties against your firm for any"serious," "willful"or ®1 2 3 4 5+ violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s)of safety or health regulations? NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it. 4. How many times during the last five years, has your firm been required to pay back wages and/or penalties related to state orfederal prevailing wage 01 2 3 4 5+ laws for work performed by your firm? (Explain on a separate sheet.Identify the claim(s)by providing the project name,date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g. "pending"or,if resolved,a brief description of the resolution].) C-13 BID BOND NO. 11-912-012 KNOW ALL MEN BY THESE PRESENTS,that we Azas Engineering, Inc. 812 PARKCENTER DR APT 44, SANTA ANA CA,92705-3576 as Principal, hereinafter called the Principal,and United Surety Insurance Company 303 Congress Street#502, Boston, MA 02210 a corporation duly organized under the laws of the State of Nebraska . and authorized to transact a general surety business in the State of California as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Huntington Beach 2000 Main Street, Huntington Beach, CA 92648 as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of the Amount Bid in Dollars( 10% ), 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 Bluff Top Slope Repair, CC-1815 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 21 Sl day of October , 2025 • Azas Engineering, Inc. (Principal) (Seal) (Witness) By: (Title) United Surety Insuran Company (Surety) (Seal) see attached acknowledgment (Witness) • By: i Blake A. ist r,Attorney-in-Fact The language in this document conforms exactly to the language used in AIA Document A310-Bid Bond-February 1970 Edition. • CALIFORNIA ACKNOWLEDGMENT CIVIL CODE§1189 A notary public or other.officer completing this certificate verifies onlythe 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 October 15, 2025 before me, L. Nahina Pfister, Notary Public Date Here Insert Name and Title of the Officer personally appeared Blake A. Pfister 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. 'r' L. NAHINA PFISTER Notary Public-California I certify under PENALTY OF PERJURY under the ;1 Orange Count s g y laws of the State of California that the foregoing Commission#2479518 paragraph is true and correct. My Comm,Expires Jan. 13,2028 WITNESS my hand and official seal. {� Signatur _ f' L Place Notary Seal and/or Stamp Above Signature of N to ublic • OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond 1 1 -91 2-012 Document Date: October 21 , 2025 Number of Pages: 1 Signer(s) Other Than Named Above: N/A, None Capacity(ies) Claimed by Signer(s) Signer's Name: Blake A. Pfister Signer's Name: ❑Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner— ❑ Limited 0 General 0 Partner— 0 Limited ❑ General ❑ Individual ix Attorney in Fact ❑ Individual 0 Attorney in Fact ❑ Trustee. . 0 Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer is Representing: Uni t-Prd SiirPi-y Signer is Representing: Insurance Company ©2019 National Notary Association i . _UNITED CASUALTY AND SURETY INSURANCE COMPANY s, r US Casualty and Surety insurance Company i01' Y7- United Surety Insurance Company 07,41.24 POWER OF ATTORNEY • Attached to Bid Bond No. 11-912-012 172495 KNOW ALL MEN BYTHESE PRESENTS:That United Casualty and Surety insurance Company,a corporation of the State of Nebraska,and US Casualty and Surety Insurance Company and United Surety Insurance Company,assumed names of United Casualty and Surety Insurance Company(collectively,the Companies),do by these presents make,constitute and appoint: Blake A.Pfister its true and lawful Attorney(s}-in-Fact,each in their separate capacity if more than one is named above,with full power and authority hereby conferred in its name, place and stead,to execute,acknowledge and deliver any and all bonds,recognizances,undertakings or other instruments or contracts of suretyship to include riders,amendments,and consents of surety,providing the bond penalty does not exceed Two Million&00/100 Dollars ( $2,000,000.00 ). This Power of Attorney shall expire without further action on December 31",2025. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Board of Directors of the Companies at a meeting duly called and held on the 1'day of July,1993: Resolved that the President,Treasurer,or Secretary be and they are hereby authorized and empowered to appoint Attorneys-in-Fact of the Company,in its name and as its acts to execute and acknowledge for and on its behalf as Surety any and all bonds,recognizances,contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys-in-Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected Officers of the Company in their own proper persons, That the signature of any officer authorized by Resolutions of this Board and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond,undertaking,recognizance or other written obligation in the nature thereof;such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereunto affixed,this 8th day of August,2024 UNITED CASUALTY AND SURETY INSURANCE COMPANY , suRe7r;. ,'si�?rbp : :'.,,- '4,.,"4. US Casualty and Surety Insurance Company "r ro,,,,, .z= _,. ,,e,w,,,re ,m_ nt;s e�:,. ,Y= United Surety Insurance Company :fi SEAL jnc 1;';, SEAL .':>c i. "r'•. SEAL ia; s 5'- :'rod s VA'. ..P.,; 'Z`_.. R.Kyle Fowler,Treasurer Corporate Seals Commonwealth of Massachusetts County of Suffolk ss: On this 8th day of August,2024 ,before me,Colleen A.Cochrane,a notary public,personally appeared,R.Kyle Fowler,Treasurer of United Casualty and Surety Insurance Company,US Casualty and Surety Insurance Company and United Surety Insurance Company,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(s),or the entity on behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the Commonwealth of Massachusetts that the foregoing paragraph is true and correct. WITNESS my hand and seal. f"Ili. COLLEEN A.COCHRANE ( -4-ii,r.._. ,- , X-at 4.-4A (Seal) 4 ' Notary Public C.oilatioriweaflh�l�ssachuseirs Notary Public Commission Expires:1 7/2028 sty Commission Expires 10127/2028 I,Robert F.Thomas,President of United Casualty and Surety Insurance Company,US Casualty and Surety Insurance Company and United Surety Insurance Company do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Companies,which is still in full force and effect; furthermore,the resolutions of the Board of Directors,set out In the Power of Attorney are in full force and effect. In Witness Whereof,I have hereunto set my hand and affixed the seals of said Companies at Boston,Massachusetts this 21st day of October , 2025 . Corporate Seals ;:'.''"'"'N • - <; P-41—"9": -li?"(04.111/t"/ Robert F.Thomas,President TO CONFIRM AUTHENTICITY OF THiS BOND OR DOCUMENT EMAIL:CONFIRMBOND@UNITEDCASUALTY.COM via.vi Aj ;az A5 \3 1.U cirri, )"D �2°\-G Y ` ihj Public Works ineerin fU���Ss 1'41 pm 61-^0 ""049-' fridgIAL/40 SECTION C PROPOSAL for the,copsnnction of 'BLUFF TOP SLOPK RisfAm (0e Mei 1815 in the CITY OF. GTON kEACEt 1 TQ 1101NTQRABLE MAYOR AND. .,NOttiBlglig 'QV THE C,01LlISTCX IFITINIUtTON BEACH:: compliance With.the Notiee Inviting:Wectronic Bids, the Undersigned hereby proposes and agrees to perfotits..4 the work.therein described,and to furnish all labor;material,equipment and incident:insurance necessary therefor,in accordance with thePlnii4,and specifications onfil e,in,the 'office of the City Engineer of the City of Huntington 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,Wotic Within.30 working days,startingfroin the date of the„NOticetoProceed., BIDDER„declares that this:proposal is based upon,careful exaniination of the work site, plans, specifications, instructions to Bidders and all other contract doCuments, If tins proposal is accepted for award,BIDDER agrees to enter:into-accintraCt with AGENCY at the and/or lump sum prices setforth in the following Bid Sehedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will*Wit in forfeiture to AGENCY of the guaranty aecOmpanying this.proposal. BIDDER Understands-that a bid is required for the entire:wok,that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contractwill be based upon the actual quantities of work satisfactorily COMpleted, THE AGENCY.RESERVES TIIB RIGHT TO 1)1810ETB,ANY ITEM FROM TEE CONTRACT. It is agreedThatunit and/or tunip Stun prices hid include all appurtenant expenses;taxes,royalties, fees,ate.,and Will be iguaranteed for a perioci 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:overOgures. , . . . „ . C-1 - leie6/51C72406. 7Lefede_divg,6 awarded the Contract, the:undersigned agrees that in the event of:the BIDDER'S defaiilt in executing the reguiredcontract and filing the necessary'bondsand insurance certificates within 10 working days-'after:the:date of the AGENCVS notice of avaard of contract to the BIbDER,,:the proceeds of the:security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may,*the AGENCY'S option,be considered:null and void, Accompanying this proposal of bid,find i6;�,''(?,x,"l..' ,'vn the amount ofa� a�: ..which said amount is not less than:l0%0 ofthe'aggregate of the total. bid price,;as required by the Notice Inviting Electronic:Bids,payable to the.AGENCY. ;(Please insert the words „Cash",."Certified Checkc",or"Bidder's'pond for l0olo.',as the case maybe} Any staniiard Surety-Bid Bond form is. acceptable. Bider shall;signify receipt of all Adddendahere,if.any: Addenda No.. Da e.l�eceaved` Bidder's Sigaatare:: C. [$QE 4 6{: 1 ..,. . .... . , . . . BLUFF TOP SLOPE'REPAIR BM SCHEOULE .f ' - - • -:13 .,,,,-., 7. ,....„ ..,.. , , „,14.,• --?-.'.,-,',-- ,-. : -,,. . -- ,.: ' , '.'.... .f,.. Contila';`,"'"'.,,z,:', ,, . ..,., . , „ „-;,,,„. ...,,, „ ,,.; , .. ...No .;•:- .,... 'f`,;.7-..:;''''.:''Deiitripton:?•:- ;,:.:;--7;:,-;1:.:' pu00tik ..,:---;:tiiI)V1':::::':: Price Amount : •1 • MOBILIZATION' . . . ,. ,. 1 ! ' . LS _ ! $ 11 Boa , $ An.,Acto - .1 . PROJECT sPEcipic..TRAPpic. : .. . 2 , • - ' 1 ' ' LS CONTROL PLAN .„.„. . ._ . , , „ . . . . ,..,... . .. „ . . „_. . . FURNISH PROJECT TRAFFIC. • ' •3 '. ii, • - - ! 1 ' LS ! $-519°°: '$5.-3(1°4?: ... FURNISKAND1NaTALL PROJECT- : . - ' 'EA $ --."' ....,7" -a...,ric,-1,-'•n A. 2' " - rini $ . . ... ., INFORMATION SIGN.. . ...... .... .„ .. .. - . -:„-- ..: ._ • .-- .. " -,,:.„•:.: :2,: PROJECT SPECIFIC,VVPCP(WATER` , .. ' - . •.— ,.... „. .. ... . ,. ._. , 'O. . POLLUTION CONTROL PLAN)To I ' La. :$ $ 74.•••. t.p .ip .....„.. . ._ ,. . , ,...._..._ „... ..... , .. _.... ._.ADDRESS CONSTRUCTION,AMPS „ . . . . . . „....„. _. .. . . INSTALL AND MAINTAIN CONSTRUCTION BMPS PER APPROVED WPCp,INCLUDING 1 6 : STAGING AREA NORTH OF BEACH . 1 ' 0, $ lqiqo0 2$. - - -• - -- - ' --- '" --—- ; . PATH,AREA mi.isT INCLUDE TEMPORARY:FENCING:WITH:WIND c :SCREEN UNCLASSIFIED EXCAVATION , INCLUDING.SAWCI-7,'REMOVE,AND DISPOSE OF EXISTING ASPHALT; ' [ - , .I .G 1 . . .t . „. . • S TREES,SHRUBS,VEGETATION,.AND 3600 SF MISCELLANEOUS DEBRIS WITHIN' . . LIMITS:OF,GRADING . REMOVE EXISTING SOIL AND . : STOCKPILE ONSITE•,"REINSTALL SOIL . 8 WITHIN THE LIMITS OF GRADING, 820 CY- ig7,50 $77°11150,, 1 .. ..,, AFTERTHESLOPE BENCH AND, . „ GEOGRID:ARE CONSTRUCTED ' . .. . ' CREATE SUBGRADESENCHAND ' ' . . ' ' ' ' ':.'- - - .. •' ' 9 IN8TALL.GEOGROVITHIN THE • t6106: . 8F° ' $:I.: 20,' . ..•. $.. ,61 M ZER . . ........... . LIMITS OF',GRADING AND CUT AREA ii IMPORT AND INSTALL FILL SOIL PER ' ' 10 . GEOTECH.REPORT WITHIN LIMITS " 100 C? t 0, OP•GRANNO . , „. . „ . ..„.... ......„ ....,...„ .„ .. , . . .. . .,. INSTALL GEOjUTEEROSION ' : „.. .....,..... ._ . . ZI V-V-0 . „ . ..„. , _. ... „., ....,...... „ .....,.. 11 CONTROL.:FABRIC„OVER ENTIRE : 3690 . SF' $5,,cS. RECONSTRUCTELISLOPE FACE .. .. .„. ..._ . ........„ ... . ... . , ,, CONSTRUCT TEMPORARY SOLAR' - i'' - , ' ' • : • IRRIGATION CONTROLLER WITH NG . 12 PER CITY• . • ' .-A !S $1149(92: CABINET- CITY OF Ha STD PLAN 722 ... ' • "' ' • • - ' — "' j. INSTALL DROUGHT RESISTANT . • ... ..- .„ .„. ... _. ... „,. . ; ... . „.. . . LANDSCAPING PER'SCHEDULEON : • ,! ;,, , A 4 /1-,., 13 ,,PLANS AND PROVIDE()NEN:YEAR i 1. . LS $,iiii,Pil 0 $ ,1 1717 U.' ,. OAINE.NANcEAOREEMENT AND PLANT ESTABLISHMENT . . . . . . ....„....„ , •. . . . .,. . . , ..,.i . ,... . .. , , - ••' ---, INSTALL NEW 4"PAVEMENT TYPE•III ,1 ie7...., 44 : p.,P0.64--10(3/01 OVER 9.0% 540. ' SF •$ '`Z-3" :$ F L-i i'CV • • . . COMPACTED SUBGRADE .... :: ..' . . • , . . '''''.: . . .. : . . . . ,. I ...... _....., . C-2.1 1. . „. , .,„ ,, . , , . ., , . . „. „„ .,,, .• , „,, ,,,, ...., , . . , . ,. . . ., BLUFF.TOP SLOPE REPAIR BID SCREINDU Bid Contract " n Extended"`,. o R6 ;`':; `ildSot11t0fi PROVIDE pow.OF:CONNECTION To.TAP INTO EXISTING`WATER.LINE, AND.INSTALL:TEMPORARY 15 IRRIGATION'OVER.FINISHED SLOPE , LS ►WITH 4 ZONES FURNISH AND INSTALL ALL:.CONDUIT,`VALVES,AND APP U RTENANCESrPER FHB:STD.PLAN 720 INSTALL 2"X6"REDWOOD'HEADER 96 WITH 2"Xl0"STAKES ALONG THE 77 LF PROPOSED PAVEMENT EDGE 36. O.C. Total Amount Bid.in•Figures:,.$ ` - 0 0 Total Amount Bid Words:`q by C-2.2 LIST OF SUBCONTRACTORS In accordance With;'091,.rPlAment code Section.4i4 the.litupter.shall set forth,the name and 'buSineSS liddrt4s of each subcontractor who will peifortri work°trend&service to the bidder on :said contract in ail amount in excess of one-balfOl one percent of the :fetal bid or $10,000, whichever is greater,an4 tileportion of tie work tube done bysuch subcontraClor, Bid 2Vame andAddres of Stale CIa DIR PWC Dollar of Item(s) Subcontractor Lwense : Regstration# Amount Contract •Nivt,40,A5c;c7 .`5„ 000tC.i*fl?› 1 itt-k Au), t-3z . - . . . . . , . . . • .1: BysubmisSion of thipropogal,the Bidder certifies; 1. That he:is.able to and will perform the balance Of all work which is not coitritd hi the: abovesubcontractors:listing. 2. That the AGENCY Will be fiunished copies of all 'subcontracts entered into and bonds: ifumiShed by subcontractor for this proj_set: . . . „ NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WUXI 13ID I declare under penalty of perjury under the laws of the State of California that the foregoing: s true and correct and that this declaration is executed on 42474 at5hArk Nu4,4,Celiskteatc, ,*(1* Date Cily state Pi(ViSokarzA__, being first duly sworn,deposes and.says that he or she is CF-6. of aRo GAu4 Cdirtintesiikok 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, assodation, organization, or cotporation;'that the.bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited any ether 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 front bidding; that the'bidder has not in.any manner, directly or indirectly, Sought by agreement, communkation,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 iinformation 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 f agent thereof to effectiiae collusive or sham bid. • etit, Ottl6t V\A-01-e., cevo Name of Bidder th"vi-j. Qi `Si.:41 tire ofl3f4 .3 `)1 :COS_ .5ckvt.'"StAcu4 C't1' etzkil , Addreas,of Bidder • ,C41 1 ULHYAGEKEMENT RONOTIAIIIN,MAYOR.A.TO crff couNtz CITITOF HUNTINGTON BEA.Cil,CALIFORNIA man: The undersigned hereby promises and agrees that in the performance Of the work specified in the contract,known as the Bluff Top Slope Repair,(l)(we)(it)will employ and utilize only qualified persons,as:hereinafter defined,to work in prmrimiti to any electrical secondary or transmission ,facilitieS. The tett;"Qualified.Perscinn isi defarted,in Title,8, California AdininistratiVe Code, Section 2709,as follows; :"Qualified Pergola:: 4person who, by reason Ofittliekielidook hOtrietiOn.,is fainiliar with the operationo be,p0formed and the bazar&iiwolve44' The undersigned also promised and agrees that all such work:Shall be performed in.aecordance. with all applicable electrical utility company's requirements, Public Utility C9/11,141SSi911 orders,: and State of California Cal-bSHArequireinentS. The undersigned further promises and agrees that the provisions her.*shall be and are binding 5 any subcontractor or SubContraCtois that May be retitled Or emplOyedby 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.. :1,41 1-itv.veAr elA tiroi etci ContrabtOr Pe- 32))0 tINs.:XCk By • „ Title :Datt! tO- 1161 • . . DISQUALIFICATIO1N OUESTIONNAME In accordance with dovernment eode Section'DIV,the Bidder Shallnompleteouider penalty of perjury,the following questionnaire; OVESTIOIST*AME Ras:the Sickler;-4py,o0cor of the:Bidder or any.employee Of 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 :m1'01,4601? t',4"Yes ih0 On4wdrig ye.8,explain the circumstances in the space provided. — " Note: This:questionnaire conStitutes a part of the Proposal, and a signature portion of the Proposalishall co tat Signature of this questionnaire. C-6 „„ . COMPENSATION INSURANAQE CERTIFICATt Pursuant to.SectiOn 1861 ofthe State Labot Cede,efteh contraetot to.WhOni a.publit Works"contract has.been awarded Shall sign:the following certificate. I am aware of the provisions of Section. 100,of the Labor Code which require every employer to be insisted against liability for workees compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply.with such Provisions before commencing tileperfortaance of the:wOrk of this.colt-met. C:CWP C-ItherotA Czokrtxckin4S Contractor Ai2.N4C , 1\10Va-, By Qt" Title Date,: ..1(2i3,oVtozi3 1 0.7 BIDDER'S INFORMATION Bibbhit certifies.that file followings is Into' and,correct: lOcier, 53q0eL 'Qc.4.ktiQ cc-1)1,4;1;v Business.Address Skka2o e.C4.9VTe,A.irv) C.JA AllomIcp City, State Zip Firkin .) 863 0:i‘o0 e.),90 Telephone Number j:;:mail Address 4 P-) State.Contractor's License No:and Class, [01S-k triZA Origbf;4'Date Issued i0151j4 24)21 Expiration bate The Work site was inspected by itki tlAciek(Stit,q-of our offiee on,tot I ,202, The following are persons,firma,and corporations having aprincipal interest in this proposal: Irktzis rukaroL,_ t-kk,O.A.49), - „ The un4crsignedisirepara to satisfy the Council of the City of Huntington Bea&ofits ability, , financially or otherwise, to perform the contract for the proposed work and improvements in accordante with the plans and specifications set,forth. CA/11)- Citietextkk CoN^1/4-kroACANN:coN) Company Nan 1 OR" *Signature:of Bidder Alik.t 5 (A462--fL ; :Printed piTypecl Signature,' , . NOT.ARY cERTIFICATE Subscribectand sworn,to before me this .day of . , . : ,,,202 : State of , ) County of „ .„ . , , . ) before me, Month;Day,:and Year Insert Name and Title of Notary personally appgared , „ „ „ ,Naine(a)OfSigtter(S) Who,proyedlo:me on.the basis of satisfa,ctoiy evidence to:be the person(s)whose:name(s)is/are SubScribed to the withitt instrument,and acknowledged:to me that he/she/they:executed the same in his/her/theitauthorized capacity(ies),and that by his/her/their signatitre(s)on thainStrament tfie person(s),or:the entity upon behalf of Which'the.persort(s)acted,,executed,the instrument, I certify under PENALTY OF PERJURY under the laws of the State of',Calif:011*J,, that. the foregoing paragraplijs true and correct NYTTNESS my band and of4eial seal, Signatit ,re , ,Atil , . .:.4.:,li,o, • 1 4„ . , .. .. . ,,, , 1 ' Signature:ofk,otary Public/ (Pl.A:a Q-'ARY SEAL ABOVE) 1 1 1.: i' . . i; ' . 0.9 ) 1; i „ „ ..., . cALIPORN.O.AOKNOWtEDGIVIRO.IT CIVIL.CODE1189 ' • -- • " • • • • - - •-- —- " - "• • -- . • .. . . . _ .... ,..„ . .., .. „. . . .. , .. . .. ... . . . . .._. :. .. . . - :- -------••--- - - :- • ...: -:„._. •.• •- - •-" ' • • „ ,.., .... . . . .. this oniythe identity ofthe individual who signed the document !: • tewhich.this tertifitatela•attached,and lidtdie thithfainessi'accuracy,;-Orvall.dity&that doeument. • State:of-California • . 1 County.of ,... . .0.1 tk,Wte, ... ........ ..... .... ............. .„ a1106.-ei ilS& 202<:". -'Oa.,,. c-.. . , : •'7---, .. ;before-.01 0, •- . Date i . i ... Herelnsert Name and Title of the OffiC . ..' .. personally appeared. :114.1 ie.. ).(._i.', 'MO,: e.._, — -- . - --L'•-•.. •••• ---,---, . ,.. . .. Now):of.$/0600: . .„. ... . . ,. . ... ... ..,.7 , ., ., . .. . • . ',, .. -- .' . .. .. . . ... ..- . . ., ii Who prOVed.to rne:On the basis of satisfactory evidence to be,the personKwhose n am e(syislaro subscribed. to the within intymerit and acknowledged to me that kieishe/they executed the same in Walther/0x* I authorized.capecityfiee),,and that by.bie/her/their signature(s7 on.the instrument the person ist or the entity upon:behalf of which the person acted,executed the instrument I certify'under PENALTY OF PERJURY tinder the laws of the State Of California thotche'forogOitig: . diliLbAdi.iki.t :.; Notary u120c Clifol4 .parooraPh.is two arid Orrect. ' .7.-..";,;,,..*-• P, •.- a. ;; i F4,14:1VA:*F,. .0range COopyy. 31 . • . "'tc-iiiir''.. CotrimisMon*24573E7 . WITNESS my hand and official seal, '. . .-.7,ii . 'My Comm,Expre,1,,Cifc It,2025: . •. .... . . ...- - . . i . ... .. . _ i. . . . , Signature -. , -.• .. , • .'....P:6' ' . . .. . . Place Stamp Above •' •-,--" " ' - -- :. OPTIONAL ,,•:-:- . • - • - - - ... .: Completing this..InfOrmation.can deter alteration of the do0Ument at fraudulent reattachment of this form to an unintended document ... . , c.4- dri Description of Attached Docurnepti5e 4'7C...., Pev.t,N-D .6 ...e,0'. A-eis. NN,3,6) alk, .• Title or Type of DocumentW4 77 516DV-A-'N)dd..(-'•CitrQa-IZISI-kx ktin Ci.k-43-atAltiArtir* 1 ' , Document Date: :t) .:00-5t0:4.. .. '1,0 7 7 2....0112.ir::' .... NUmber of Pages:..;9k . - . • '' t Signer(s)Other Than Named Above 0 c).1reiDir i CapaCity(i4)Cfalmed by.Signer(s) • .1 _.. „ Slarieft Noire! Signer•s Name: . . P.t9r1V.r0±0•QfflOgr--11tiON:;', o'Corporate Officer—Title(s): it Partner— 0 Limited -ci General it Partner— a timited O General .. O Individual 0 Attorney: in Pea 0: indiVidtial. 0.Attorney:in Pqe-t. 0:Trustee 0'Guardian or Conservator P,Trustee o Guardian or Conservator o,'Other , O Other: . . . _,. ..... .. . . „.. . H. . . . .. . ... Signer is Representing:.......— . . . , Stgner isRepreeentin : . . .. . .. . / / ....„ . . . . . .. . . . .. . .. .. . / .., .. : 1 02019 National'Notary Association ; i• M1304-09(11/20) i i . . .. , ' . . ...„ . . ...... • • - " . . . .... • • • • . • Bidder's ProA00:111itory For the purposes of this project, the bidder 'Shall provide project history of similar work, specifically referencing the construction of{ltetnoval of,debris, and reconstruction of slope With geogrld for slope stabilization.} Bidders are encouraged to submit stipplementa1 relevant projetthistory in addition 0:the prejectslistedhere,in. Listed below are the names;address and telepho0e.numbers for three public agencies for Which the bidder haS perfortned siniilar woik within the past flye years: 1. Name and Address of Public Agency Nanie and TelephOne No.OProjectletfanager: Contract Amount Typo of Woik Date Completed ProVideadilitional project description to show.sitnitar work; 2. Name and Address.of Public Agency Name and Telephone No.,OFT'tojOctManAget ContraOt Amount Type:Of Work Date Completed Provide adaipmlproject.description to show similar work: 3. „ „ „ „ Name and AddreaS Pfrublit Agoncy Name and Telephone No.of Project Manager:. Contract mono 0 Worls Date Completed PicAdde additional projecidesotiPtionto showaiirular Work: BiddOes Critical StAtf Listed below are the names of the bidders proposed Construction:Psoject Manager,and Superintendent 'Foreach of these critical positionS,please list atleast,three prejects for*hi& the critical staff has performed similar work within the Jest five yoars. These projects do not have tO,be under the einployinent of the bidder of this' prOject.bidders are encouraged sübiiiit supplemental relevantproject history in addition to the projeCts)isted herein., Vkkic eAtNae't Natneofproposed Project Manager , Telephone No.OfprOposed Project Manager: 1,101, iS k0:63tAkN. CYcoe:._ :Lob? 14A,AftV..,.0 Ptoject'Name 84 Contract Amount .Type of Work DateCOnipleted., LLT;ClOck VkbkAettS4S76;:CArt 'D°Project Name Name 84 ContractAmount Type of Work Date-Cotupleted; I CCSL Y2. Sce; ,Projecf--dine&Contract Amount Type Of Work Date ComPleted - PV.Z CAAOLL L& t „ Mite of proposed ESupennteIdeflt TeleptiolieNo-OfproposedSupdirintdident 1441.- - -6 capus,toL__,.. -Prpjpct.Narpo&Contract Amount. Type of Work bite COMpleted 1 Project Name*Contract Amount Type of Work bate Completed Project Name 8c,C,Ontract Amount Type Of Work Date Completed CONTRACTOILREGISTRATION WITIt CALI:FORMA DEPARTMENT, OF INDITSTRIALRELATIONS MHO CERTIFICATE' Pursuant to SB 854(citing Labor:Code Section 17.71,,101))0 passed:by the California Stale Senate' on June 29,M.4*established 4,40wpublic works Contractor Registration Program,which requires all contractors and...:snlicontractors 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 Industriat Relations(M).Currently the annual non-refundable regismation fee for Contractors is$490. Each.contractor to whom a public works contract has been awarded shalt 'sign the following certificate DIRFACT SHEET On S13 1g54 hit st'iwww.ditca: ovrtibliworksiPtibtio html DIR's Contractor Registration Lb* (844)522.4734: Itits://www.dir.ca.govipublic,worksicontractor-registration.htitil DIR's,Contractor Regisitatiim seairchable database: httpa://cadir.secure.force.coomiContractorSeareh lam aware'and will oomply with thepayisions„ofLabor Code Section 17711(0 which states: 'A contractor Ot:SitbeotttrattOr'shall not be qualified to bid on;be Naiad.it a.,bid proposal, ,subject to the requirements of Section 4404 Odle Public Contratt Cede,or engage in the perfottaante of any contract for public work,as defined iit this'chapter,unless currently' registered;and qualified to perfonn public work pursuant to Section 1725 5 It is not violation of this section for an unregistered',contractor to submit a bid that is authorized by Section 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 ;,p4rsttant $eptioan 172 ,5 at the time the contract is awarderV' ftut couore wjlI comply by proOdingProof Of registration with Dlitasihe primary,onnuctor, as well as for ALL subcontract*at the time of sulimitfihig 'the bid. 6..vb Aelvvy6c1, (brk.-Aretc411 Contractor By PA.LiCiS Mare-it, ' e cqbeic Crafk it-S)egYk, Rtirgoil , Title Ibt(2.0 t62-IS PWC Registration 0660 ( „ . ,C=1:2 . . . „ CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRK t. How many times the, lastfiveyears has your firirettecn assessed and. 1 Paid liquidated damages after completion of a Pr9i0Pt.under 01 2 3 4 5;1, construction colittactvitbeither:alniblie Orprittatd owner? P43103-bit a separate sheet Identify all such projects by owner,owner's address date cifcothpletiouputhepjqject amount of liquidated damages assessed and all:other information-00:0aq to*Ay otpliiin4he.*swot*of liquid**itge,5.): 2, flOwInatiy thelastfiveyearsbasymir aroonade any claim against a project owner.concerning work on'A project or payment lot a 01, 2 3 .4 contract and filed that claimip,court.or arbitration? :(Explain on separateslitet Meat fy the claim(s)hyproViding themojeCtname,date of the claim,name of the;e0ty(or enlities).againiewbom the claim was filed,a brief deS,010:On.of the natine of the elaiM,The.Oeint mwluchtho case andabnef description ofthe statusr of the claim fe.g..h.kietafine crifipsolited,a biiefdeserttion or theseselationti .1! 3.. How many,times in.01c in,st law.years caosHA awl, assessed penalties against your firm for any'sprious;!'"wil. IAA"or 011. 2 a 4 or federal Occupational Safety and Health Administration citfecl and.assessed peaaltieo against your firm for violatiOn(s),of SafetyttliealtlitegulationS? ISTOTEt*oil have tided-an sippardill a eitattsiianil the Ottapatirattil Safettand. 'Health Appeals Beard hanet yet raltedlanyour appeal,you need nett Include fuiformation about it: 4. How many timesduring the last Kve ye.ors,has:your firm been,requited to pay backwages and/co-penalties related to state cirrederal prevailing wage C) -2 3 4 $4 laws for work performed by lagrati? (Explain on a separate slieet.Identify the clajm(S) 14E0604 tile AtijeCtname,4inc• ofthe:clItim,name of the claimant;a kid description of*emit=of the claim,the court in which the case was filed and a:brief cieseriOtinn of the.atatui.011PPlar0 e.g "pending' Or.;ifte4:61101,4 4lthe"m9109144 'C413' , • oiCC#..0TINGto CITY OF HUNTINGTON BEACH 2_copN v�p��i�� Lisa Lane.Barnes I City Clerk January 13, 2025 Clarke Contracting Corporation 4646 Manhattan Beach Blvd. Lawndale, CA 90260 RE: Bluff Top Slope Repair—CC-1815 Enclosed please find your original bid bond for CC No. 1815. Sincerely, X.14:49&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 • S .',C T,I'O-.N C. • PROPOSAL for the construction of BLUFF TOP SLOPE REPAIR CC No. 1815 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 f 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 30 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 acontract 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. 1 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, 1 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, fl and words shall govern over figures. Y i 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 1°% 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 3s ti sE C-2 BLUFF TOP SLOPE REPAIR BID SCHEDULE .Bid..:. :.-: `Contract 'Unit'.. `: :' Extended. ' 'No. -, Description Quantity ' Unit ',, Price .. : Amount „ _.. .:1.. .' MOBILIZATION .. . .. ' "...-.. ._,..."1 .:...... LS.. .... $ ' ". $S�Sm W.. _ PROJECT SPECIFIC TRAFFIC...:.:.:.:.:.::.:......::... - , so':"...� 2. 1' _ _ LS $ i,DDD S�.t� ";......._.. CONTROL PLAN • FURNISH PROJECT TRAFFIC - .aa. • CONTROL FURNISH AND INSTALL PROJECT .. .. ..............._..... ...:........... . .::. •. 0,_ . 4 2 EA $ 11'00 "" $` 10977 ...":INFORMATION SIGN .. PROJECT SPECIFIC WPCP (WATER i.�d1 :,'s ,;, ; .." ti .z��' - 5 POLLUTION CONTROL PLAN)TO 1 LS - <- "� . . . ....:::........ ADDRESS CONSTRUCTION.BMPS ' ...". INSTALL AND MAINTAIN CONSTRUCTION BMPS PER : : APPROVED WPCP. INCLUDING op . d 6 STAGING AREA NORTH OF BEACH I LS $ if OQi $ 1.5 }; PATH.AREA MUST INCLUDE TEMPORARY FENCING WITH WIND SCREEN ........ :...................... . . . ,........ . .. : UNCLASSIFIED EXCAVATION ...` :I INCLUDING SAWCUT, REMOVE,AND DISPOSE OF EXISTING ASPHALT, r =� s 7 TREES, SHRUBS,VEGETATION,AND : 3600 SF $`..''; - $ 6 Soo MISCELLANEOUS DEBRIS WITHIN " • .. LIMITS_OF_.GRADING:..::.......................... .. : ; REMOVE EXISTING SOIL AND STOCKPILE ONSITE; REINSTALL SOIL qQ 0 !! : 8 ' WITHIN THE LIMITS OF GRADING, 820 CY $. ,/OD r. $ r $4 . AFTER THE SLOPE BENCH AND ' ' y GEOGRID ARE CONSTRUCTED j. CREATE SUBGRADE BENCH AND ` ; oo ;.......;:":`......................b. 9 INSTALL GEOGRID WITHIN THE 3600 SF ZS ..._......,,, $ g4000- .:..:::.....:....:::::< LIMITS::OF GRADING AND CUT AREA IMPORT AND INSTALL FILL SOIL PER' ; , Co 10 GEOTECH REPORT WITHIN LIMITS 100 . CY , OF GRADING .......:....:..:.:..........::.:.:.. . . ,_,,........... . : ..:.:::::::::....::.:: ....................................... ,..._ ,... S ss :. _ o0 5 INSTALL GEOJUTEEROSION -. ; ; :cc. 11 CONTROL FABRIC OVER ENTIRE 3600 SF ' $ $ .J3 .'"#a RECONSTRUCTED.SLOPE FACE --- CONSTRUCT TEMPORARY SOLAR' :"_..-- _".... . ; rI IRRIGATION CONTROLLER WITH NO • % °s 12 CABINET PER CITY OF HB STD PLAN ' 1 EA $ �}i$00 $ ....% 4., 722 3i INSTALLDROUGHT RESISTANT LANDSCAPING PER SCHEDULE ON d. , so 13, PLANS AND PROVIDE ONE(1)YEAR _4 `; 1 LS $ I5 DOD $ I" 5p ' MAINENANCE AGREEMENT AND . .. PLANT ESTABLISHMENT_... _ ,_... .... ......... ...:. :..:..::.:::...:: ::.:::.:.......:::.::.... . .......".... £ INSTALL NEW4"PAVEMENT TYPE III :; .. . D : ;; 0, 14 D-PG-64-10(3/8")OVER 90% = 540 SF $ go ,$/6 j 2 i' COMPACTED SUBGRADE _ . 1 C-2.1 BLUFF TOP SLOPE REPAIR BID SCHEDULE Bid : ; . : Contract' Unit Extended No,; Description 'Quantity Unit Price` Amount PROVIDE POINT OF CONNECTION TO TAP INTO EXISTING WATER LINE AND INSTALL TEMPORARY IRRIGATION OVER FINISHED SLOPE e ' 24. 15 WITH 4 ZONES. FURNISH AND 1 LS ` /SDP ' $ .:' 06< a INSTALL ALL CONDUIT,VALVES,AND . APPURTENANCES PER HB STD PLAN :1 is 720,:..:::.::.::.:.......:::.:..:...........:. ,..,.„:..,.:...,. . INSTALL'ZX6"REDWOOD-HEADER.... ....... . ...... .. WITH 2"X10"STAKES ALONG THE .= °^ 16 PROPOSED PAVEMENT EDGE 36" 77 LF $ SS $ 235 �� op OC Total Amount Bid in Figures: $ f$./,, ,� T Totel Amount Bid in Words: , 61 Ai d 77. y-� .o/A a-t.cal Zero C 71S.ee" C-2.2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. . , ,. Bid Name and Address'o State Class DIR"PWC " Dollar %o Items Subcontractor Lacense. Registration# Amount Contract l ii ' n 1' L By submission of this proposal,the Bidder certifies: That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3.. NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 10/17/25, at Lawndale , CA Date .Clty State Brian A. Clarke . . _.... ........ being first duly sworn, deposes and says that he or she is President of,Clarke Contracting Corporation 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. Clarke Contracting Corporation. .. Name of Bidder Signature of Bidder 4646 Manhattan Beach Blvd. Lawndale, CA 90260 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA • Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract,known as the Bluff Top Slope Repair,(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. Clarke Contracting Corporation oration Contractor By Brian A. Clarke President . _.. ..._::._.................::..:::.:..:..._. _. ..-. . . ..._ Title Date:. 10/17/25 C-5 _._.... DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes li No If the answer is yes, explain the circumstances in the space provided. gg: { eE 1 .. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Clarke Contracting...Corporation-..-..,_:::::,... Contractor By Brian A. Clarke' President Title Date: 10/17/25 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Clarke Contracting Corporation Bidder Name 4646 Manhattan Beach Blvd.; Business Address Long Beach, CA 90260_.___,...,,. City, State Zip ( 310 )542-7724„ office@carke-contracting.com... ... .. Telephone Number Email Address 325884 A&B . h State Contractor's License No. and Class 07/30/1976 Original Date Issued 12/30/2026 Expiration Date i The work site was inspected by Amadou Fall of our office on October 16 ;.2025.. The following are persons,firms, and corporations having a principal interest in this proposal;,; Brian A. Clarke, President Robert F. Clarke,;Vice President The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Clarke Contracting Corporation Company Name Signature of Bidder Brian A. Clarke, President Printed or Typed Signature C-8 .... NOTARY CERTIFICATE Subscribed and sworn to before me this 17thday of,„QOP.13.Pr „ 2026 i,li 1 ) , State of California ) County of,Los Angeles ... ,) .i on October 17, 2P5 before me, Wendy Sapiens Vega, Notary Public 'Month,DaY, aiid Year - ' —' lithert Naine and Title'of Notary" Brian A. Clarke personally appeared .. . ,. ';I i who proved to me on the basis of satisfactory evidence to be the,'Or.0.1i.WW,h0.0;rtahife(4 OEp :.suh t*ed to the 444 0.140404.„-iiod to me thAtfOli0440y:oxoouto0 the 4 ,§A#0.it 40.00.tit40.0404,0*-,A4tt.646y1040 etti4i7: iiiiattirc0)on the instrument the gh ptiwi*,:q1.4.,00,1:4•:4:00,,t,.0441f,-.00,yhioff4pjfie60:01acted, executed the instrument. .1 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. i :-, „ i ' WITNESS my hand and official seal . 7:1644."6"6"1610.--,,..:>: .-iiikii-iAPitt4'vero; .. ' ) 1 '....'r''' st,-- f-toirAbik.,:Califori C. c. I s0,s' --X,4:Aiiri tii0 st. , :.f. • I AY„CP171±71,,:? PiMsPq12• . ., ;: ; ''1',2.-:::/fii/ ,.. Sig4:41I.-',': . ,',:::::':, '-'1,:',): '- ::ill''''''.ei,,,,,,,-."7-1- ., _ . . .. . Signature Of Notary Public (PLACE NOTARY SEAL ABOVE) ,4 , I - -.1 -, . 7.: , .... —... Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of{Removal of debris, and reconstruction of slope with geogrid for slope stabilization.} 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..TORRANCE -- 20500 MADRONA AVE, TORRANCEVO1. 90503'.. ..:... . I Name and Address of Public Agency Name and Telephone No. of Project Manager: .,STEVE FI NTON -- (310)78.1-690.0 $598,230A0. EMERGENCY.SLOPE REPAIR . 5/8/2025.......... . .. Contract Amount Type of Work Date Completed Provide additional project description to show similar work: REMOVE EXISTING HILLSIDE MATERIAL TO CREATE BENCHES,INSTALL GEOGRID,INSTALL PERFORATED PVC SUBDRAIN LINES WITH GRAVEL AND FILTER FABRIC,PLACE AND COMPACT'IMPfORTEDSOILS IN 6"LIFTS TO RESTORE SLOPE € 2. CITY OF TORRANCE -- 20500 MADRONA AVE;TORRANCE,.CA 90503 Name and Address of Public Agency Name and Telephone No. of Project Manager: J.USTIN GATZA-- (310)618-3032 $453,400.00 EMERGENCY SLOPE REPAIR 2/5/2020 ... Contract Amount Type of Work :. Date Completed Provide additional project description to show similar work: ,SLOPE REPAIR INCLUDING BENCHING,.ESTABLISHING KEYWAY,INSTALLING TENSAR GEOGRID,PLACING AND COMPACTING BACKFILL,INSTALLING.JUTE NETTING AND HYDROSEED.... ... . 3. CITY OF GLENDALE ....-- 633.E.BROADWAY;:GLENDALE„CA._9120t%_. Name and Address of Public Agency Name and Telephone No. of Project Manager: VIKTORIYA PAKHANYAN --(818)548-3945 $2,553,674.00 BULKHEAD....SLOPE..REPAIR.. . .. 7/30/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: SLOPE REPAIR INCLUDING INSTALLATION OF BULKHEAD WALL,HILLSIDE DEBRIS AND TREE REMOVAL,SUBGRADE PREPARATION AND GRADING,CONSTRUCTION OF CURBAND.GUTTER,AND AC PAVEMENT „_,....., C-10 CLARKE CONTRACTING CORP. tt PROJECT NAME START CONTRACT AGENCY CONTACT COMPLETED AMOUNT INFORMATION Vermont Storm Water Phase#2 3/12/2020 $ 2,049,860.00 City of Los Angeles Enrique Peralte 8/27/2020 200 N.Spring St. Room 355 T:213-847-2674 Los Angeles,CA 90012 eriria te:ber/siia(c laaity:arq' Vista del Mar 7/30/2020 $ 1,117,262.00 City of Los Angeles Walter Carrera Bulkhead 1/31/2021 200 N.Spring St. Room 355 T:213-847-0562 Los Angeles,CA 90012 'wafter carreraC eOlt.v.t r4 Banks Court Drive 4/30/2020 $ 636,658.84 City of Los Angeles Armen Dermenjian Emergency Sewer Repair 9/3/2020 200 N.Spring St. Room 355 T:213-485-1682 I Los Angeles,CA 90012 arrnen:'uerinenlra'n(a'gacitv=or 1 Green Lane Pumping Plant 5/1/2020 $ 668,969.38 Los Angeles County . Alex Villarama 9/3/2020 Department of Public Works T:626-300-3374 900 S. Fremont Avenue .avilta rt dlst iacounty.goti t k Pump Station Repair-Los Angeles 10/5/2020 $ 535,143.00 Los Angeles County Alex Villarama 1/17/2021 Department of Public Works T:626-300-3374 900 S.Fremont Avenue ,aviiiaii7a'dwp:tacaurih+.nsty Mullholland Hwy Retaining Wall 8/19/21 $ 858,828.00 County of Los Angeles Joel Zaragoza 12/20/21 Department of Public Works T:626-458-4973 900 S.Fremont Avenue jzar ta?dpw.tacountv.gov Alhambra,CA 91803 La River Low Flow Diversion 4/12/22 $ 8,200,000.00 City of Los Angeles Robert Samonte,PE 12/29/23 200 N.Spring St. Room 355 T:213-478-4762 1 Los Angeles,CA 90012 rab in sarribrite@lacdty iot I . l I Glencoe Way Bulkhead 8/8/22 $ 728,896.00 City of Los Angeles Charles Entz 11/10/22 200 N.Spring St. Room 355 charles:erttiOtacity:arss Los Angeles,CA 90012 1 Inwood Dr.Bulkhead 11/7/2.2 $ 602,244.00 City of Los Angeles Daniel Orris . 2/15/23 200 N.Spring St. Room 355 T:213-847-0488 i. Los Angeles,CA 90012 ;daniet onis(a lac(v orq, • • • • Monteith Park-Green Alley In Progress $ 7,200,000.00 County of Los Angeles Elise Renteria • Department of Public Works T:626--458-3112 900 S. Fremont Avenue enteriato daw lacountv.po r Alhambra, CA 91803 • ESR-Fletcher Dr. 2/28/2023 $ 4,500,000.00 City of Los Angeles Jack Baisley 8/31/2023 200 N.Spring St. Room 355 T:213-847-1215 Los Angeles, CA 90012 ,,jack',beisfeyCa.li ciWertit • Balboa Blvd Bulkhead 6/26/2023 $608,084.00 City of Los Angeles Daniel Orris 9/12/2023 200 N.Spring St. Room 355 T:213-847-0488 Los Angeles,CA 90012 daniel:or s&kiacitv.orq. Appian Way Bulkhead 8/2/2023 $498,159.00 City of Los Angeles Rene Ramirez 10/18/2023 200 N.Spring St. Room 355 T:213-847-0474 Los Angeles,CA 90012 ;feri :ra�nirez('}a lacitvrir9 Temple Hill Dr. Bulkhead 9/27/2023 $511,897.00 City of Los Angeles Elaine Lei 11/22/2023 200 N.Spring St. Room 355' T:213-847-0490 Los Angeles,CA 90012 elaineaeitalacitv.orq Yuma Place Bulkhead 11/16/2023 $1,104,254.00 City of Los Angeles Elaine Lei • 2/16/2024 200 N.Spring St. Room 355 T:213-847-0490 Los Angeles, CA 90012 i ltttrre:lei a}acit+i;on; Sunset Plaza Bulkhead 7/18/2023 $1,312,997.00 City of Los Angeles Kristen Ly 10/20/2023 200 N.Spring St. Room 355 T:213-847-0477 Los Angeles, CA 90012 kristert.I�I(F lacity. rq Larisssa Dr.Slope Repair 11/13/2023 $419,450.00 City of Los Angeles Kristen Ly 12/29/2023 200 N.Spring St. Room 355 T:213-847-0477 Los Angeles, CA 90012 kristen.lvtOiacltv:i rq Santa Monica Bay Storm Drain In Progress• $ 3,225,000.00 City of Manhattan Beach Tim Birthisel Department of Public Works T:310-802-5368 1400 Highland Av jnirti,iismm;ttanbn. ou Manhattan Beach,CA 90266 ESR-Carson Street 5/17/2024 $ 1,248,910.00 City of Los Angeles Jesus Cisneros (1400 W Block) 6/18/2024 200 N.Spring St. Room 355 T:213-485-1452 Los Angeles,CA 90012 jesusc1siterosta�tacitv:ocq Oakfiled Drive(4039)Bulkhead 5/30/2024 $ 318,722.00 City of Los Angeles Kristen Ly 6/21/2024 200 N.Spring St. Room 355 T:213-847-0477 •Los Angeles,CA 90012 kristen_ty vla'citv_orq Laurel Canyon Blvd&Foothill Blvd; 9/3/2024 $ 1,228,180.00 City of Los Angeles Amulfo Nuno Bridge Replacement 9/18/2024 200 N. Spring St. Room 355 T:213-847-1907 Los Angeles,CA 90012 .ernuifo.nunc°5 llacitv.orq Class 3 Remedial Slope Mitigation 9/20/2024 $ 2,297,030.00 City of Los Angeles Michael Womack 10/21/2024 200 N.Spring St. Room 355 T:213-847-0494 Los Angeles,CA 90012 g in�cltaei.vacifnackfc�lacitv;rirq. Rustic Canyon Phase 2 7/9/2024 $ 1,000,000.00 County of Los Angeles Yvonne Taylor 7/26/2024 Department of Public Works T:626-238-3116 900 S. Fremont Avenue >.vrAv:iai;tusaap v:raeour,rv.gau Alhambra,CA 91803 Bede!Street Upslope 1/2/2025 $ 600,000.00 City of Los Angeles Elaine Lei 3/7/2025 200 N. Spring St. Room 355 T:213-847-0567 Los Angeles, CA 90012 efasne.teiCatiracity orq Narcissa Dr. 10/22/2024 $ 232,000.00 Rancho Palos Verdes Joe Van Linden Realignment of Sanitary Main 12/6/2024 Department of Public Works ?joe unbearifecti:rii 30940 Hawthorne Blvd. Rancho Palos Verdes CA 90275 View Crest Road Slope and 3/14/2025 $ 2,000,000.00 City of Glendale,PW Viktoriya Pakhanyan Road Repair 7/24/2025 633 E. Broadway,Room 205 T:818-548-3945 Glendale,CA 91206 vpakii2»Ga i@rilendaieca'cQov Tramonto&Bienvenida 9/1/2025 $ 217,899.00 City of Los Angeles Elaine Lei Bulkhead and Tie back testing 10/8/2025 200 N.Spring St. Room 355 T:213-847-0567 Los Angeles,CA 90012 elatne:teiCctacitv:orq zi • • • rl i'y 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. AMADOU FALL Name of proposed Project Manager Telephone No.of proposed Project Manager: (310)542-7724 VIEWCREST ROAD&.SLOPE REPAIR—$2;6Z',674 BULKHEAD SLOPE.REPAIR. .7/3012025 Project Name&Contract Amount Type of Work Date Completed ,WALTERIA RESERVOIR SLOPE REPAIR-4453.400.. ....._,SLOPE REPAIR. .. 2/5/2020_ Project Name&Contract Amount Type of Work Date'Completed SLOPE REPAIR& CLASS 3 REMEDIAL SLOPE MITIG AATION-.--:$22297 76:1 SHOTCRETEWALL 7l291025; Project Name&Contract.Amount Type'of Work Date Completed 2. CHRIS,UCHOA.::.............. .:::::.::::::.:..:....::..::.::..::.:................. Name of proposed Superintendent Telephone No.of proposed Superintendent:.(310)505-7935 . VIEWCREST ROAD&SLOPE REPAIR--.$2;553,574. BULKHEAAD:SLOPE REPAIR 7/30/2025 Project Name&Contract Amount Type of Work Date Completed WALTERIA RESERVOIR SLOPE_REPAIR...- 45 400 SLOPE:REPAIR ..:2/5/2020 Project Name&Contract Amount Type of Work Date Completed SLOPE REPAIR& ,CLASS..3...REMEDIAL SLOPE MITIGATION.-$2,297,761. .SHOTCRETE..WALL.... ...... 7/29/2025 Project Name&Contract Amount Type of Work Date Completed 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 I 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:I1www: lir:ca:iiovlpublic::wor s/P'ubIiditorksSB 54:html.. DIR's Contractor Registration Link-Cal(844)522-6734 Ittg&wi air ea.aovfputili'64orlr'stcc titraetor-reeistrationitml: DIR's Contractor Registration searchable database: https:llca ir:secur force:coml ontr'aetorSearch` 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. Clarke Contracting Corporation Contractor By - Brian A. Clarke' office@carke-contracting.com Email President Title Date: 10/17/25 PWC Registration#: 1000001461... . .. C-12 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1; How many times in the last five years has your firm been assessed and paid liquidated damages after completion of a project under aU 2 3 4 5+ construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner,owner's address,date of completion of the project,amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages.) 2. How many times in the last five years has your firm made any claim against a project owner concerning work on a project or payment for a tit 2 3 4 5+ contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identify the clairn(s)by providing the project name,date of the claim,name of the entity(or entities)against whom the claim was filed,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g."pending"or if resolved,a brief description of the resolutionl.) 3._ How many times in the last five years has CalOSHA cited and assessed penalties against your firm for'any"serious,""willful"or 1 2 3 4 5+ violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for I violation(s)of safety or health regulations? NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it. 4, How many times during the last five years,has your firm been required to pay back wages and/or penalties related tostate tarfddi5ral:prevailing wage 2345+ laws for work performed by your firm? (Explain on a separate sheet.Identify the claim(s)by providing the project name,date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g. "pending"or,if resolved,a brief description of the resolution].) C-13 Bond No. Bid Bond• BID BOND The American Institute of Architects, AIA Document No.A310(February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS,that we Clarke Contracting Corporation as Principal hereinafter called the Principal,and Federal Insurance Company a corporation duly organized under the laws of the state of Indiana as Surety,hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach • as Obligee,hereinafter called the Obligee,in the sum of Ten percent of the total amount of the bid Dollars (S 1 o% ), 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 Bluff Top Slope Repair(CC-1815) • 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 9th day of October , 2025 _ • Clarke Contracting CorporationPrincipal _ Witness • (Seal) BY Brian A. Clarke Namelfitle President Federal Insurance Company Surety (Seal) Q. Witness BT Douglas . app Attorney-in-Fact ORSC 21328(5/97) 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 October 09, 2025 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared Douglas A. Rapp who proved to me on the basis of satisfactory evidence to be the person(,)whose name(e)is/ere subscribed to the within instrument and acknowledged to me that he/eke/May executed the same in hist erfth+cir authorized capacity(ae), and that by his,Herftheir signature(e)on the instrument the person(.), or the entity upon behalf of which the person(e)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. � ���°*NEJ DEBRA swANSON is1� comm.#2502022 XI W• .. NOTARY PUBLIC•CALIFORNIA. fY :� ORANGE COUNTY e4 Fom^' MY COMM.EXP.NOV 10,2028 1.1/4.1\-CLANOVV\Signature . n a (Seal) _ _ ` " " " 'CF UBB' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents,that FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation,PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Douglas A.Rapp and Timothy D.Rapp of Ladera Ranch,California each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any Instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 11th day of April 2024. Rupere HD Swindells.A:mistant Secretary Warren Eichhorn.Vice President ✓""""� (41" 41. 6,,""''^ .y"""t. _„� �v"'� , t•y`"'"� (*It tia STATE OF NEW JERSEY County of Hunterdon SS. On this 11th day of April,2022 before me,a Notary Public of New Jersey,personally came Rupert HD Swindells and Warren Eichhorn,to me known to be Assistant Secretary and Vice President,respectively,of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY,the companies which executed the foregoing Power of Attorney,and the said Rupert HD Swindells and Warren Eichhorn,being by me duly sworn, severally and each for himself did depose and say that they are Assistant Secretary and Vice President,respectively,of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE , COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies;and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal �y z Albert Conti NOTARY PUBLIC OF NEW JERSEY �' TAq�T' No 50202369 Aoet.w Commission Expires August 22.2027 Notary Public JER, CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY on August 30,2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11,2006;and ACE AMERICAN INSURANCE COMPANY on March 20,2009: "RESOLVED,that the following authorizations relate to the execution,for and on behalf of the Company,of bonds,undertakings,recognizances,contracts and other written commitments of the Company entered Into in the ordinary course of business(each a"Written Commitment'): (1) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise. (2) Each duly appointed attorney-in-fact of the Company Is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact (3) Each of the Chairman,the President and the Vice Presidents of the Company Is hereby authorized,for and on behalf of the Company,to appoint in writing any person the attorney-in- fact of the Company with full power and authority to execute,for and on behalf of the Company,under the seal of the Company or otherwise,such Written Commitments of the Company as may be specified in such written appointment which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to delegate in writing to any other officer of the Company the authority to execute,for and on behalf of the Company,under the Company's seal or otherwise,such Written Commitments of the Company as are specified in such written delegation,which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution,and the seal of the Company,maybe affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED,that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers,employees and other persons to act for and on behalf of the Company,and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I,Rupert HD Swindells,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY(the"Companies")do hereby certify that (i) the foregoing'Resolutions adopted by the Board of Directors of the Companies are true,correct and in full force and effect, (li) the foregoing Power of Attorney is true,correct and in full force and effect Given under my hand and seals of said Companies at Whitehouse Station,NJ,this October 09, 2025 �i), $ � ,� � ,r Rupert HD Swindells,Assistant Secretary IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER PLEASE CONTACT US AT: Telephone(908)903-3493 Fax(908)903-3656 e-mail:surety@chubb.com Combined:FED-VIG-PI-WFIC-AAIC(rev.11-19) CERTIFICTE OF ACKNOWLEDGMENT State of California } ss. County of Los Angeles On October 15, 2025 before me, Wendy Sapiens Vega, Notary Public , Date Name,Title of Officer(e.g."Jane Doe,Notary Public") personally appeared Brian A. Clarke , who proved to me Name(s)of Signer(s) 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. ���".r WENDY SAPIENS VELA WITNESS my hand and official seal. s? Notary Public•Cslliorni� .-) Los Angeles County ' ''4 Commission N 24663$6 My Comm.Expires Oct 12,2027 • Signature of otary Public (Notary Seal) OPTIONAL Although the information requested below is OPTIONAL,it could prevent fraudulent reattachment of this certificate to unauthorized documents. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL X CORPORATE OFFICER Buff Top Slope Repair City of Huntington Beach CC-1815 President Bid Bond • Title(s) PARTNER(S) LIMITED GENERAL TITLE OR TYPE OF DOCUMENT ATTORNEY-IN-FACT • TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: NUMBER OF PAGES DOCUMENT DATE SIGNER IS REPRESENTING: Name of Person(s) or Entity(ies) Clarke Contracting Corporation SIGNER(S) OTHER THAN NAMED ABOVE • • • is 6GV-:. •o CLARKE CONTRACTING CORPORATION •'-t.-'; TR t 4646 MANHATTAN BEACH, ,.,-"S-. .-_ -. _ -- -- _ — _ �.•PlIbhcWOrksEDq�,i��y-°'Iing=;.,._!{.,' LAWN DALE CA90260 - - - - CC:.ti'�td. 1 •! �'._ __ I1„ 'VV�I lerA, r • r., _ _ Ta"r s Wig._. 4 a1. _r- -1 . .y }t- ..:+ f .h= F 5 _ -- �^*. ,. .' --_fir" _ —.Y.,.riv- Lt,,,b„ � r. '3;„p ,,-+,-- .,.,,,,-.! - ;` ^^ P A City of Huntington Beach x 4 , � b _ 74 v Public Works Office " ' ^ ' s� �s 2000 Main Street 0 t--i!'? - - ' "# of Huntington Beach,CA 92648 "�`' s:, _. +x wawa^ a r a -r._ ter.- ._ xa- u.: r._._ ._._- __ _-... ..... Project Name:BL OFFICAL BID SECURITY—DO NOT OPEN UFF TOP SLOPE REPAIR CC 81B15 Bid Opening Date:October 21,2025,at 10:00 AM. #,#0 NTIN6p CITY OF - -_ HUNTINGTON BEACH CFc13UNTV ;;��'�� Lisa Lane Barnes I City Clerk January 13, 2025 Engineering & Environmental Construction, Inc. 15661 Producer Lane, Unit F Huntington Beach, CA 92649 RE: Bluff Top Slope Repair—CC-1815 Enclosed please find your original bid bond for CC No. 1815. Sincerely, PiLietalte, Lisa Lane Barnes City Clerk LLB:ds Enclosure Office:(714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov 1AIA Document A310TM - 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place Engineering & Environmental of business) Construction, Inc. Harco National Insurance Company This document has important legal 15661 Producer Lane, Unit F 4200 Six Forks Road, Suite 1400 consequences.Consultation with Huntington Beach, CA 92649 OWNER: Raleigh, NC 27609 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: other party shall be considered Ten Percent(10%)of the Total Amount Bid plural where applicable. PROJECT: (Name, location or address, and Project number, if any) Bluff Top Slope Repair Project Number,if any: Huntington Beach, CA CC No. 1815 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 d-•med incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond a'u of as a common law bond. Signed and sealed this 13th day of October 2025 4,4 Engineers • 01 Environme tat Construction, Inc. (Principal) .`� ,(Seal) (Witness) 4 li\\ (Title) Jamie Harco Nat 1 surance Com•an (Surety) - .• (Seal) (Witness) s ,,,,,,,,,,4 Title ,,••'4 tNS... (Title) ayno,Attorney-In-Fact ;o�o0"4/ 0 fig.0 Z SEAL 18.S Init. lEa AIA Docum.n+4310TM—2010.Copyright©1963,1970 and 2010 by The American Institute of Architects. " 6 ���NOS`' * 1- POWER OF ATTORNEY Bond# N/A HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group,Headquartered:4200 Six Forks Rd,Suite 1400,Raleigh,NC 27609 KNOW ALL MEN BY THESE PRESENTS:That HARCO NATIONAL INSURANCE COMPANY,a corporation organized and existing under the laws of the State of Illinois,and INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New Jersey,and having their principal offices located respectively in the cities of Rolling Meadows,Illinois and Newark,New Jersey,do hereby constitute and appoint JASE HAMILTON, LISA SAYNO, LISA CRUZ, OLIVER CRAIG, JUDITH SAMUEL, JAMES P. SCHABARUM, II, JEFFREY W. CAVIGNAC San Diego, CA their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law,statute,rule,regulation,contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY,as fully and amply,to all intents and purposes,as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed,and may be revoked,pursuant to and by authority of the By-Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December,2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December,2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint,and to revoke the appointments of,Attorneys-in-Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and(2)any such Officers of the Corporation may appoint and revoke the appointments of joint-control custodians, agents for acceptance of process, and Attorneys-in-fact with authority to execute waivers and consents on behalf of the Corporation;and(3)the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond,undertaking,recognizance,contract of indemnity or other written obligation in the nature thereof or related thereto,such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation,to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF,HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December,2024 ,,,,,,,,,,,, �.o'�1,1NSg9 STATE OF NEW JERSEY STATE OF ILLINOIS ;.b:psPOft,�T•:p s ri _k =fir vp� �gr sea ��>y County of Essex ��,7 County of Cook _z SEAL .'o ,�. 1904ta, n I �� :o� 1ua4 � c Michael F.Zurcher '•.'y 1` ly/ Executive Vice President,Harco National Insurance Company I "'.*."'.��, and International Fidelity Insurance Company On this 31st day of December,2024 ,before me came the individual who executed the preceding instrument,to me personally known,and, being by me duly sworn,said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY;that the seals affixed to said instrument are the Corporate Seals of said Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. "11Y C,! IN TESTIMONY WHEREOF,I have hereunto set my hand affixed my Official Seal,at the City of Newark, .•`'��C,p,�N New Jersey the day and year first above written. \-\OTAf? ,,, OF J Cathy Cruz a Notary Public of New Jersey „NEW`,,� My Commission Expires April 16,2029 CERTIFICATION I,the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney,with the originals on file in the home office of said companies,and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF,I have hereunto set my hand on this day, October 13,2025 A00853 Irene Martins,Assistant Secretary INSURANCE m71; GROUP Surety H4RcO ' AL INSURANCE COMPANY Addendum: Usage of e-Seal and e-Signature for Harco and IFIC Surety Bond Forms Harco National Insurance Company and International Fidelity Insurance Company (herein the "Company") have authorized our network of surety partners, as granted under the attached Power of Attorney, stipulated within the terms of a signed Agency Agreement and duly appointed by the Company under a Department of Insurance appointment (where required) within all 50 U.S. States, plus U.S. territories and possessions, to affix an electonic e-seal to all bond documents as if it were a raised corporate seal. This addendum also extends to the use of an e- signature by our appointed surety partners authorized under the Company Power of Attorney. This authority is effective on this day,the 24th of May 2022 and shall remain in place indefinitely unless and until revoked by the Company. Harco National Insurance Company and International Fidelity Insurance Company ',1NSU , SEAL )o a "SEAL�� 984 :$'- •,�.1904 e� :ud.•'��INCA."44a c�lE �t� •,40 • * • Ate. 1 Authorized by: Kenneth Chapman Executive Vice President, Surety 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 13. 2025 before me, Judith Samuel, Notary Public (Here Insert name and title of the officer) personally appeared Lisa Sayno who proved to me on the basis of satisfactory evidence to be the person(s) whose name(-s) Is re subscribed to the within instrument and acknowledged to me that he 4Dthey executed the same in hi •llai their authorized capacity(ies), and that by hi (Or 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. JUDITH SAMUEL a i .: ;i. *l, Commission No.2452311 z WIT S my hand and official seal. z •w. j i NOTARY PUBLIC-CALIFORNIA 10, SAN DIEGO COUNTY Commission Expires July 4,2027 Nota blic Signature (Notary Public Seal) • ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This fonn complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed,should be completed and attached to the document.Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. (Title or description of attached document) • State and County information must be the State and County where the document signer(s)personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s)personally appeared which '(Title or description of attached document continued) must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title(notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. he/she/they, is/are)or circling the correct forms.Failure to correctly indicate this ❑ Individual(s) information may lead to rejection of document recording. ❑ Corporate Officer • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of ❑ Partner(s) the county clerk. ❑ Attorney-in-Fact . Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other Indicate title or type of attached document,number of pages and date. ❑ Indicate the capacity claimed by the signer. If the claimed capacity is a • . corporate officer,indicate the title(i.e.CEO,CFO,Secretary). 2015 Version www.NotaryClasses.com 800-873-9865 •• Securely attach this document to the signed document with a staple, 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 October 15th, 2025 before me, Trisha Lee Winegarner (insert name and title of the officer) personally appeared James Harding who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the.same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. T; TRIS,; H4,p bikNGifoNEit r ;:: Orange County Commission#2401451 My Comm.Expires Jul 15,202f Signat a al) • , ;,,fr,,,r'''..'`-'7,-,11.7'...''.7,7-:71'''1'i''i.r,; •-1 , ..,, '1,+-''‘1,-;'11* ,:r, ,I.T,r,-,"_,1_.'- !..21..... ..'',1•:::i-, • 7777,77177,17.1'tirll. ', ,,.. ,41,-ii,;I e,„'I-.',, •`.*; ‘-• '".,','.,•,'••1", .,' "•''," ,i T,"-,...,•-•r••1'"I'\;',,,r.,•,c,s,',.„,g,c,•,-';:..ti:',„.1;',i;,•i.•.'-.,' •,1 ,% ',,.-..t.Ai:': '••, 1 I .:'' .. liffilPf""'P;ii ti.):'',.?r,4,..'it:',12:4?' i1A'''''-i4,''..:::.:•;,''-•',.i .:4'.")':.'::‘14 4'5'-•:7':•''f:-11.':•...:'4"..:.'-'..'...,-- I;..:::•Ir . '•:;.4-1,-•:,4 0.-•1 ;e,•A 4.•••'-'7.••"..'', ''..,•1:i'‘,A.,AiiA14-pii,'t41,i A tIgtO•A -'. .•,..4, ,,„.„ro .,..,....,....„...i., .,..,,... ........,,• .. ,,,......,..,......,..,.. „_.•_.,4 ..._...., Engineering&Environmental CO Inc. i; t. ',1;,4,1„,-,1,,,:'y,`-'.-..._ .1)11.4. ;.7-i,,.' ,:",:';''1'.1 lir-44,X, '• 4I,'I:Iiii-,„%..,!I`,-"1'..:;Ii,:....:!.-:II-.•:LII 1.Tif'i:i',..,';.;:l't'...1.,..1"'•,.!'';.--•1,.....:4 7171 Warner Ave.,B404 .,,,,,. r'',ifj'r, -.- Huntington Beach,CA 92647 i---':.! ' ';',!: ..1;!-Irli,`..'...:',f:.'i,';,,•4. -,.,1.1V'r.r..1;.....S-.44,;y.."111,1,44P..1.4 ';.4▪'i.,,11:.;!';-;,-;;e7,:rp,;.',.,,r,'•,::',1,'-,-.'" -il ,-;1::1-•I'Ll.:...,',;),;C-!1,t's-.7' , / ti).;,.1:',,it•.?,';,.;;;T;1;11,!!!:„.t, ."'r,v-',1,::Fig',,'1,-c4-•! 17:5'' ; ; , : ,. :4- :,,,,APAIP 1 4.1%e i•q'' ',-"i'l tr-....4 ii:,,'•,'4•J:•,.."',4'i-,.,;i"•;•!•"I'..,••.!' -'4;,:-'. dr,,,ii'4,..4•‘=I:I; iII.1441 c. I,',`, ', .i.MAi.tIrti,*'if 1-t.r,-',,ii'!„-.,,,',:b,`1!-,'„i'l,.;; ',I,,,-.',?.".- ',,,,,,,I,.',•}:.,., :,',.,,,,',...,•,,,,-,,-4,‘, j. l'!-lt, P:; ,jil il'rt.',. .iltif '.403:31.14'; 1'il:;•,! -ir'":;,i'l:''Jj,...,r;i';',,,:;,Ti,..A'.3..V1;iNi.';''C'1"...2,,...''.:;-':`•n:',','Ci';-.1 il‘'0'; i'-;.t?,11":11:::'r;41-6.;.,f'-'1, 1.k":' ,;11'!,,-!,'is,',.;tr..f,ik;;;';i11 4;,;,,,v,- 'It'.'',q,,N 4.1:4ilit.P.ISTi. 4:1;i1",100,, i,'1,,,Y;i:;'i.:.,-:;...;.:.,;'1,..;;;I:t,f,,!*:',?;•.,i'lL',;:):::::_-,'''1.j',;,,;!,`,,.!:;...;:;-1 , , Itii''';',;:"•''';,‘-,-;'' ,rj-i'l.,";i'-'t:4A,''lit'f'117'',.til,'',f;i'.;;'•;',1:I,tfit',.0, :1:'lliti';$ „`:'::.,,'t,:ki,1:121:5,,,A'-71,t '''':',:-:r::*'..:;'':1;!,.',ti.:;,:.11.4'---,:,.;.::::',=:'-'::::.:Y';';',':!:':::,:',.'''..-:,-,,:-'1 ft-e'41,,1,4".•:,i•st::::;',..:i::::::...., ,Ii..4i..:;`11'..•J', j'ilii...!(,..::;._-:','-:,-".:-it'l..,..,-;::,'.',1 1. .,,i;:41g;;.•:fii.„,, ?: . .,7:.•:,,ii.i; gliP:‘,,:pi liaLf[11.?11,Inr' l-,.1',,f''''''.';;',':;.::1:-:;':.:';:.,:.,•''::::;'-';'-:1,..--,i;','i -;,-11;',--',!';'-5:;::.--;:::':,-!:-.'-:.:.?i '.i.,::,;•..ti:-..;;:,`,14:P134.4,. ,,,,,, r ' ':i.',,•1i../1?k 1,1i ,,, 411140:41tflt4-.; ,i, ,'N,.:4,;i,a,;',:,.!.:?- i--;-,.-:-.3?:..4.--:-.,qT,g,':j.:*-,11'.. t;Zri,.'-,'.•"''',.''',4,1(i,"rP":':.' 1,,;',It."'=;,',P..,:-,•1411rf)r:i'•iv,fi.:::"4;c4,1:t 30.r,'',' V,}11',"1 krk,';',1 t1'. it.,t'fr',,,•:.i:;'r,c„'-',!:;;:,':-6,T'•f.'''.:',:'',','1-1,1','!f,'.'..g'•q;'•.;1;:j.,;:.'-'•i!- ,i-:.i t f:-:::L!t,'k-, „4k .: ,i., 1 ..iiqr.i.'!,L.,,,i,";;;.0;4.I4,,Iii.C41,:ifit.,g,i.I.,-,11;1't .. '.-Ai:;,k;,„:131,, 4,p.III ty"; l'f,1,,,'IVI;•:;;;,-ii-,;;;:t:-',,,,..:,L 7 4--.,'-.1,'1.;1:1;!.;;;;;;',.f .''',"'i'.if'.1;i' r;',:;;,.,1,;'-ti,.i-',';4,,,•,114 ,i,' ,,,,,,- it;'1;.,,;%,,i,F,,..,.t113--..,.4"1,..,-•!,''',,0, ,,,tr.,,'Irs,..i•,.4.; --1-'4.giciui ',”7:4' '1'4 ; u.i.41',.,,,`,.:1',1!,....,,,`xv,:&••• .•-•,1,.j,,,,,4?•„,.'„,.,.i•!‘„,,.;.; ,',;.'..:••::--..•A • '''''':ir'it'''Y'''-'•"4:t'.l'' '''' f lit,4.4.-"-"q.''''''ql--Aft' , .'1'.11'.i''.t.1.1:',. '.•,..'il :4711."/-...0,4,',.!•1t.',,,ii•,4",,,,;11.-1-',"1,,-.).4.-.,,,-,••;!•••,',-i..,,,:i.'•.,: ';.;/•_•,..'-,-'„.,: • "---;',40- ' , . i •--0-5',"•,- •,'...,;;.,•',4 I!,..,.4.•• :,,,,,,• . '4:'r . Aei, . .,,,.„ „.„,,,,,.. , ...,:!.._:.,„.,„:...,......,:„.„..!,..„.„:::,.„.,., •-•44X1--,,IN:4'414 ,";f:- .'f;'d 1',i"''1... .1,,.].:,=.',.,.. iC,' 14 -i- , '•Ii'..''' '.;'''el.,i,',A.,.--',P.::,,t,...1'.'.:':.i,',:i'-i?...i-7ill,r.';,:i',•c/-:,...1..:4`., 't - 't ., 4:.; ,,,, .. 1,,,,fi: ,1'4,il -• .. - '; :: - -:1;,,,: i,:l.,,t.,..1-::g"."::-.-•',11-1,r.,:r.:,,-,=4''...r••',...;;.•.4...',,,',•, '1'.''3'' 'f•Fi, 1..• . ', Tr.alr'Nfif,'''.ic":4;.,4'..,,,i",:ALt4,,p-,.."y7J1i.::::,.,,,,i;,,-;:sy•J_.....,,.,....,:i ' *I''' ' ''p'it k''''I 1ir,•`ri,.1.1'',4''V1'12,1. i'''';Irrjr'r',1.':-1 r'.1.'111-2;11'.''.''''.'1411,j....1,*'...:1- ".1,:' 4,„ ,r ! ; .1 ,; .T-44 :• -.•-, 4t,,,, ,..,..,,, ,i:.,',,, ,..-0,-,. ,,,,, .,,,i,-..J.••,'. ":" ".' -, ' ti'4,;-,, .:•„•,,A w,•".4..'Cir.,'-',I.;'t,r;-..,„.",,,,,,,,t ',-;•'• "I 14,-' ,1,, ;',1;- • ';,..1 ,• 1'' ''P ilfir1C1..'.''r;,,:..-4',rli:•1,:i''''',4j,,-,'.'.-:;,!:,,..';...''.:f.:'."•:•-:. ;,"k, . t 1,. 4,440-"e' i,•,4.-f-4A. 4,,.• i.-..,' 4.'",,,••:,--.-•,.• , A., • .,••",-,4•,-...1 ,,v ,,•••.:ri 14 7 .41.i. :''•t.i4,.4::.,,',,„:•!,:•-•:,.;iili ,;.,%,4',.:--.111j-'rr,',.;:;1,t;•;:;.e:',-;,,-;; ..;;,-,...-,., 4-... ,.., ''1:4 oj , f',: 1 . :iirt'4.;':',' O ProjectFF l C IANLa BmIeD:SBLUFF R I TOPT Y—SLOPEDONO T O P E REPAIRN P. fw.s;• lfsp.:.g: ,, ..,. z4it . , ,-.:-..1, ..i 41 ",..;Ni`14' ;"'..i':.:-;,:',,,,.; •i-'0,....;;Iiiiyi',.,1;.....'..',:,l'...:;,1 CC#:1815 14',',,;;Ii',Iii •0:14;.' ';4,,,i; ';',;,;:'6,-.'-:";z"..",,I;it,..,....,,;!'$.1„1*-!,v;,-rxiAli,,4•14,',;i:T.„.,-!,,,,,,,,,i,...; ber 21,2025,at 10:00am , 1 ,.„1 .,1,0,Ivice 114,,,,•-11,,, ..:4,1:;:1-1,,,,11,:eq'- !-..:-11'i.k,, !,-,i,`..x:,...'-'-11,-.7--.':11,2,"- •':I '' 't l'' 7f.r,A,'''if*,,''''''' .1,, -101'4:,`, ',,,.P,..:'1,1;',.;;--,r.:4:i'''.i';..4''i',if,'i */•,..r..:! Bid Opening Date:Octo Aik71. .' firAy. ..1,4( 44',!*-",V•9',,1`."ii.,',-•'•'-it i:i';"•,-2' A.,;..4 1..:,•4,-;-...::::1-,i.,i ',',':,,•';'.4:.;•-•,-,,, ),g, A 444 ,.,,,,,,4••• , .1,,A41.1•4 .I,,.., ,t,•,..A..,•••:,,r,;,', 4,-'-•:,.- 4, ,••• ' 14.4.,1ilk.7r4":-.4., c4 Iltk,11:;;:lii,V;::F%j- 1, :',4':.:;..';;.'i;.r.-•::114:1' .pictlir,si,,,, , ..-,, , ,,,;,.?.i.,.. ,,.y,..,!..r.:- ,4:. t.,-..„,,-L.,•,.. ,",..,,,...,._:,, '.' Lit ,IA".IT i.1'i f.'t''•',..,',•,'N..44;','''''"''1'..-1,,,,,"1,;412'76N',1 ,4 1...., ..AVIJI'a.,'',111- -.,.;%.1 .-.'l 7Li i: '.'A-',,rA,•'.4-.,..,..4•4.4-4-.',4/!...4.•-4,,,:'•,4•44,..r?•,'''.- -; ".1:tifol$1.14:kriit"':.'17.7'.44-'"',.• :):,--'4,4:,,:t P,Y,,r,, ;;V44,',: ,‘),1:,.,,,e,'‘",.t'.-•;.,):4:",-,,:ii-f-:'47-1.-•;,1..z1L.'.......,..-zi ,,,,„„.„,,,,,,iii4A4avi-N,Nyilit, .7,,k4.4,4," ,K-yi:.,-44,44.I.N4,...,,,,,','" A,ALFAtku.;;•-•„;'4"14k,t, f I 11•'',11..',1",b,'',;1'1/1.' Ir1.;,',,1;-*r.'1,. 41' r`'.13;WiltIIr'' •It;' ;1;r ;.4' ;4';',/ .-I,: , .-.11',si,..;7'1-,i'il';'-ri!;.Li'''t:''''"--"':;;;'•1 ,',11,A; -ti,,,'*.P!*,;:i7t-'4;.'tfi0.:ii.,,it ,.tili-,:r•-i.:•..0,-;-,,i, .,•.:ire,,,I.,,,,,,,,,,f,kp,,, ,t,_:'Iii "i41.3::':livr.1,44,,I*4,1i.;"%i'1..,:'i,'1;11V14,1;,:,;;';;" 4 ' ..';Iii ,.:.., ..,„,,,......:,.,„„:„.„,,,,,,,,,,,..„,..,.,.,,,,_.,:.„,„,.,.,...,.;„__,:.„..,..1 1. , :,,,e44..,,,,,,,,,:,,,,::.;„:„.4,;,..„,,i:.,.::::..,;4-,:::.;,:,„.,:..„1.,,s,,J,.;,;_,,,,,,s....,-..,-; .•%, itIgl,iAii,-1,;:: re4i...,;•:,;:,:i..0,1,,,,,-, „,014 ;'!if. ;i,, Ir,,,,,.:,.,.:.,, ,.,..f.„,-,!,,,,,,::., f;;;L ::,,..,--,,,,:.,1 1 t, 4 ..:, ,,,-,41i3:-..,4.1-.,-.1,:_:,';,,,,:;'11,:•,,...',;, .,r..-, ,',,, i-i.,-; ".:i.,.',:,.-1 'i'::,!-.'.:'s,..i k 'Of' 1',,,' tr1,.14r" 11,11"rP 4;t A:', 4i,•J•.:14f-ii.;•:-',•;',1-;','-..,,:,:;,-,•-,-,-•',4'1,',V•4,',;•`;:::',"''..•':-,''-'-!1';'''7.,1". ...--i..:'!..... ,„ 2:04,-;,•••„i',i , ..,./ , :t • '..11',-'r...','' '.t.-a-‘ ..'• ' '''t= 4 1'1,1 1-,..,, ;11;-,, s.2.1r,;;' •'''''''r''r'11;1'1.'";-''."'1 r';' ..1..--,...!',.. ! ▪ 4444t4R,IIti r.•pfi'la...,'lir••4:'4.•,trii,,•:4::.:4:AtM1':'A.,• •V i-ril'Ir .4.,.,t:otiktt,, ,6 iiie&,,in6.!:,...i„t:'•,...-;„.11:'i•:,-,24. K:1•1.:1;f44-,,ri4;1:=',;IAS:4, 4'1,`4,`-,i1t;:.:?-''..i!r,4.14', A . ‘.0.1:1T.10...f.-,..J,,t,p,c.!iii„ic .v,if9r , n9,.,.1,;7.,,If.:,';:„.4..:-.1-,.;'.,•;...1::;:z,„[...t.-,:',-2.:,:t.,. ,:, . -I. ,-,..-,r,r, if,ti.,. .-..q1,11,:,W4P.',..1..Z.:-.1,:ii.i.4.1;: i.:,,:1, ,;..5:'',::;:',-. A'''-;:-.''''''.-.''''.. ''''''....'t ii ..: ,,,..., .:-.''....;"'11','''1.11,''.„111;•,:,.;',1.1.,:r1K.:14,:11-Ti.:`-:.'%:','.".1.'.,-ifl-f:::"' ,R.:. :::, . :k, •', , ."4.-,i_14',... ,,,,...,•.4,. ":.• -.), i,,,', -!r1 2.- ;•••,a1 ‘:',n,,i,r ..-' 4....r;qt'A 0),'.''',;.1.,:t-...,!,•%:.=',"':i'..-•'4 •',.i:';')%;r'''.1-'. 415 ; er. . -11,- -', i,,,-,..-.• -r4.,.11.•, ',.1! •151/(3' Of, •.."',-,.1-',:'. • i',,,;•.:-:.;11;',,i',7'.,:f2ii'._:',.. ':i-..",-,-' .-',..,,'; ,':. , :, 11 r,i,:r '.,IT'i,'7 ::?,aL : .,,,. ,,,,,,-;.;,;.,,,..,,,.:.,,,,,,,),,,,,,,,,,,,,,,,, ,.! ,:--ij 1•-•.-r--,--;::-';1-..,,i'.-It' .f--,..:.:',......-:-',.,.,-,...:tsj--‘:',.--....-;.::-;..,.......„:,:.. ,t.• ,..;-,..4,1.,,...,-..,..,,..,,,,, ▪ f,,,if,,I;;I.:,..11,:,,,,,,,.,:nt,L.,,- ,)''''' '-''-4.i,1,-;,-It,I.,vt,1:-. .• ,'",;—- !,,-, , ..._,....,,------ 1 ...4.,:-','",;':R:ri:'1;.,--.-.';':'';i=:-.-7,..:.';L:"...•:•1:',I.;',74c.;',-:r`,.4:2,:i-IA,:-.`,i•'4; iti'l,14,qt9.",V0.-r";;.,V,,,,,r.Kf L,;,,t-',,.,.;ro;;,:4:1 '.;.• „61 ...,::;,.- •; °1? PoGT CITY OF n' HUNTINGTON BEACH "2-•••Ks or.° 40 0�I C,DUNT���ii�� Lisa Lane Barnes I City Clerk January 13, 2025 Heed Engineering 20 Fairfield Foothill Ranch, CA 92610 RE: Bluff Top Slope Repair—CC-1815 Enclosed please find your original bid bond for CC No. 1815. Sincerely, *fuJ � , ;:r' Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov G SECTION C PROPOSAL for the construction of - BLUFF TOP SLOPE REPAIR CC No. 1815 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 30 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,find Bidder's 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 for1.0% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature;' None C-2 BLUFF TOPSLOPE REPAIR BID dan Qu ' -' 1 - MOBILIZATION ' 1 L8 s40.000 $ 40000 D PROJECT SPECIFIC TRAFFIC 1 LG $ 1'000 $ 1'000 ` CONTROL PLAN 3 FURNISH PROJECT TRAFFIC 1 L8 $ 3'000 $ 3'000 CONTROL 4 FURNISH AND INSTALL PROJECT 2 EA s 1'600 $ 3'OOU INFORMATION SIGN PROJECT SPECIFIC VVPCP (WATER 1D8U 1000 G P{�LLUT|ONCONTF�OLPLAN)TO 1 LG $ ' $ ' ADDRESS CONSTRUCTION BK8PG INSTALL AND MAINTAIN CONSTRUCTION 8K8PSPER APPROVED VVPCP. INCLUDING 5OUO ' 5000 6 STAGING AREA NORTH OF BEACH 1 LG $ $ ' PATH. AREA MUST INCLUDE TEMPORARY FENCING WITH WIND SCREEN UNCLASSIFIED EXCAVATION INCLUDING GAVVCUT. REMOVE,AND 7 DISPOSE OF EXISTING ASPHALT, 3600 SF $ �2.00 7.200 TREES, SHRUBS,VEGETATION,AND MISCELLANEOUS DEBRIS WITHIN LIMITS OF GRADING REMOVE EXISTING SOIL AND STOCKP|LEON8|TERE|NGTALLGO|L � ' 180 147600 9 WITHIN THE LIMITS OFGRADING, 820 CY $ $ ' AFTER THE SLOPE BENCH AND GEOGR|D ARE CONSTRUCTED CREATE GUBGRAOE BENCH AND ' 8 INSTALL GEO8R|O WITHIN THE 3600 SF $ 16 $ 54.000 LIMITS OF GRADING AND CUT AREA IMPORT AND INSTALL FILL SOIL PER 10 GEOTECH REPORT WITHIN LIMITS 100 CY 200 20.000 OF GRADING INSTALL GEOJUTEEROSION ' 3 1O8OU 11 CONTROL FABRIC OVER ENTIRE 3600 SF $ $ ' RECONSTRUCTED SLOPE FACE CONSTRUCT TEMPORARY SOLAR 12 IRRIGATION CONTROLLER WITH NO 1 EA s 4'OOO s 4'UU8 CABINET PER CITY OFHB STD PLAN 722 INSTALL DROUGHT RESISTANT LANDSCAPING PER SCHEDULE ON 3SOUO 35OOO 13 PLANS AND PROVIDE C�NE (1)YEAR 1 L8 $ ' s ' MA|NE@ANCE AGREEMENT AND PLANT ESTABLISHMENT INSTALL NEW 4"PAVEMENT TYPE ||| 22 11880 14 O-PG'G44O(3/8'') OVER SO96 540 8F $ $ ' COK8PACTEOSUBGRAOE BLUFF TOP SLOPE REPAIR BID SCHEDULE : ' ._.�. .....:.. ..:... contradt 'Unit°> Extended _. No.......a.,. `.s- r z,...xxv...:.:. .vz.r:.:'ia„ ;,•'':::'x Y1 Ya;.` i ."xit"' r34::,, ._. ... ::. ....•, .Descr.� ton,..:..:..... ...... Qu'atiti ni Y:Pr ce" m unt'�'=- PROVIDE POINT OF CONNECTION TO TAP INTO EXISTING WATER LINE AND INSTALL TEMPORARY 15 IRRIGATION OVER FINISHED SLOPE 1 LS $15,000 $ 15,000 WITH 4 ZONES. FURNISH AND INSTALL ALL CONDUIT,VALVES,AND APPURTENANCES PER HB STD PLAN 720 INSTALL 2"X6"REDWOOD HEADER WITH 2"X10"STAKES ALONG THE 10 770 16 PROPOSED PAVEMENT EDGE 36" 77 LF $ $ O.C. Total Amount Bid in Figures: $ 359,250 Total Amount Bid in Words: Three hundred fifty-nine thousand, two hundred fifty" C-2.2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class DIR PWC Dollar % of Item(s) Subcontractor License Registration# Amount Contract N umber:. 1 L&S GRADING&PAVING C 12 $11,200 /o 0 1107982 3 2000008879 Mountain West Landscape, Inc. 1105685 C27 1001116085 $64,800 20% 2 By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on10/20/2025 at Foothill Ranch CA Date City State Behrooz Seyedin , being first duly sworn, deposes and says that he or she is President of Heed Engineering 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. Heed Engineering Na f Bidder Signature of B er 20 Fairfield Foothill Ranch CA 92610 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Bluff Top Slope Repair, (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. Heed Engineering Contractor Ben Seydin By President Title Date: 10/20/2025 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes El No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Heed Engineering Contractor Ben Seyedin iejjj?) By President Title 10/20/2025 Date: C-7 . , L' 011)11)gFtf$INfOil .M.2,ektiON': i' .51.P.DER,,certitio;f4attil4b,(10,ihg jhfOth#Atioh'..i. .:(Khqmit.:0;t,e.0::. i ]Teed thelleetitig., . ,. .... .. . .. . . . .,. . . . . .iic.tcl&Nilith-O 2.0ffield . . - 1 Etusinegs,Addres's. .Foothill Ranch (A.. 9:2610 „ _. ..„ . . ... .. . i 'City, -.State Zip. .,. . ... , .. . , f1,1,@,het,1011,giii .-Oiiigiii,e corn ":.(.949. ) 110..10..-P51..,. . b0. f , i T.e.leli.hOti01 .4.jhb6:t . ... . . , . . . _. .: b .i.tA. Address 104014 A;QPNtAb ENGINEERING , . .... .. ,. .. . i &4teroffiraetb0s.i4eeiiSe!.**40:.'-01 $ ,. ..?0$10212018.: i. . . , ... . . ,.... . . i Orii,qnal.Date issued '0 )"/.'3 1/202.6 . . ... . ,. Expiration Dat . . The work site wo$.ii:I§p-eoed'by3616ydin. A..of our.office on .10/02 ;I025, Th04.16110*ing e.pérsOns,titio .:ptid torp04d9h8fid•Ong 4.priNit ihtoroOhjli.ipf000,-s.iit. . . . . .. . .. . . . ... . . . . „ . . , . .. .. .. . . . .,. . . ..... . .. . . „ . . • .. . ., . ... - . - ...•- . . . . . • ..... ... . .... . . - - •- - - - . ,. „ ;,. ... _. ,. . . • .„ . ..... .. . .. . . ..., . i ...._ .. , . . . _. . ... .., ... . , . .,. .. ..... ..... ,.... , . .. .., ... , . „. , „ .,_ ............ .. .. .. ... . . . ,. . , . .. ... . .. . - - • - - •- -- - - The hhclot',.5igtki..,4:,.ipi-..014:a.k..04,:ki6Withe:Council of City of flithiihgtonfae44;pf'4 pl5iljty,,, 1 ‘financially ci . otherwise to,,perform the contract for * proposed i,,?erk.and:,rroproVernehtS-:in cordoee...withibe;pfgris amtspeeifte4.0dits,;Set forth.. Heed Engineering „.. .. ... ... . ... . . .„.. .... ... . . .. .. . . .. . Comp. ... .‘.Xaro- , . ... .. .... „.„ .., . . . .. . .S.tgotot -: ..f.:133.-.-0i.', '.130.Sy,o0.7 r.S.0y.6a:tri , . . P.iiiited:cii:Typed$404ti.4..p., ..,• . . i . - . . . . .. .. ...... .,... .. .. ... - ----- ... NotARrCERTIFICATE . . .. . . .. ,...,...,—. , .. SobSql.k41-orid:sv.;rorii1.0.:t.i.0.:6te:oc:-04 ,i,At,:-.d4r:-cif . ts.tA ,,, 2402., ,„ . • . . . ..... . . . . ... , . .., . . . . . . .. . ....._.... .. ... . .„ . I . ... . „ . .... . ..... ,,. . „ . . , ......... . .. : . . . . i k $.tat0;..Of 'tiAtilrOil_ALI.Pi ) t. (60iitY'..of. ii.il MtiAs,„ ) 0,...ij_ .N ti 1...`i 1"-L6.-2.Z . )3ef`.6.r.pl-tio Vosio•tot..1.1 . c.-..• . ..... ... •• Month,D4y,-;,:a.h4.:Yoat Insert Nariiehel Title of NcOr3i,• • . . . . personally 1,4,01104rP4.. . :c5', ..,,N: ik.sW1.7"._ . S'&.,). .1:3 I. i-iq's):.(ifSigr.!gy(s). . . . .....„ ...,.. . .. ......... „.. ., who'ip400.4 to me on the*OS'of satiSfae,tay,:6videpcp;V:be the persoii(S)whose names)Woe , .5 subscrAjed.V the.within'.iiistrumenf.440 Ozowroago*)me,that he/she/they:k)t04tted:the'same :,. i*Ii,s7fi3Orith.Oir.0i-it4i#.00-0*a(*(i0400.t1 that!),r,IiOietiiii61%,. ..:/01.10t06,0..pq,,O*illstryot-0(tt,t60. pOt. pij•(§)i Ot il-W.4ii0ty:4poisfipti4.1.ror,i, ilidittlid Pet,S.60(s)oefei4,execut04:tile••4:ltruhieo. 1 I. certify 411.'100' PENALTY OF POO:MY 1,0001.7 itti0:rows :of-,:tliP-T State:of .cjilihowt-1.114'tjlifit'.the:- ) ,, , . „ . • „.,:0...., :g • ,; iptcgOilig'001-4,gr40.11',fs fiki:e and coryd0, ..-Mc0.,0,.A 0&•'0,,, .. WITNESS my hand and official seal... ,t3:,•• -g.c..,6s ,.. 0:;,.• ,11, .,- . , ., ,,,i::.--,e).. • , cp: i. ., •--;. • 2. 1.. ... •--,f'i .3, i :-t. . . . . 1i:01'a-444f.#24'.4)i clrZ, :. . . . ' . .40•:eP.-!'"!,,,flitt oi il*". . Z,* .. Signature . ., ',-- .' ' ,.',4,:- -.....,_._.-7: - - le.'0 •'..-: :,%%", . , ll.t.-7.77771 -1ritti'y,.06•411 , - ' Oi,,At:t-No'Aiitflik -., A, .. .. . ... , . .. ' . .,...•- . ' . r: ‘‘‘ • 1: i i 1 . .. .. . . . .. .. :. , . . . .. .. . .,, i. ....... ......:: Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Removal of debris, and reconstruction of slope with geogrid for slope stabilization.} 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 Metropolitan Water District of Southern California 700 North Alameda St. Los Angeles, CA 90012 Name and Address of Public Agency Justin Guzman(909)392-2535EXT 62535 Name and Telephone No. of Project Manager: jguzman@mwdh2o.com $610,000 Excavation,Benching,V-Ditch in Lake Skinner Dam Perimeter 06/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Excavation, Soil stabilization and recomcation perimeter of the Lake Skinner Dam , Construct 4800 feet V-Ditch 2 Metropolitan Water District of Southern California 700 North Alameda St. Los Angeles, CA 90012 Name and Address of Public Agency Nikki DuranAubrecht 714-577-5032 Name and Telephone No. of Project Manager: jduranaubrecht@mwdh2o.com $600,000 Excavation,Grading, Concrete 07/20205 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Grading, Compaction, Soil stabilization for Hell-Pad area 3 LA County Sanitation Name and Address of Public Agency Jenny Tanphanich Name and Telephone No. of Project Manager: 562-908-4288 ext. 6826 c 562-321-1471 oh@lacsd.org$1,100,000 Underground excvatn,Trenching 11/2022 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: c-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1 Ben Seyedin Name of proposed Project Manager Telephone No. of proposed Project Manager: 949-300-2751 Lake Skinner Dam Improvements 610,000 Excavation,Benching,concrete 06/2025 Project Name & Contract Amount Type of Work Date Completed Robert B. Diemer Water Treatment$600,000 Excavation, Grading , Concrete 07/2025 Project Name & Contract Amount Type of Work Date Completed LA County Sanitation $1,100,000 Excavation, Trenching 11/2022 Project Name & Contract Amount Type of Work Date Completed 2 Bob Holcomb Name of proposed Superintendent Telephone No. of proposed Superintendent: 714-944-7867 Behner WTP Access Road slope repair $480,000 Slope repair 10-2020 Project Name & Contract Amount Type of Work Date Completed Glorietta Bay Pump station Structural Repair Project Name & Contract Amount Type of Work Date Completed Hacienda channel and invert access Derbies Removal, Channel Structure repair ramp and drainage extension $550,000 Project Name & Contract Amount Type of Work Date Completed c-ll 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.htm l DIR's Contractor Registration Link—Call (844) 522-6734 https://www.dir.ca.gov/public-works/contractor-registrati on.html DIR's Contractor Registration searchable database: https://cad ir.sec ure.force.com/Co ntractorS earch 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. Heed Engineering Contractor Ben Seyedin (3_45.„ By ben@heedengineeringinc.com heedengineeringinc.com Email President Date: 10/20/2025 Title PWC Registration #: 2000002164 C-12 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five years has your firm been assessed and _ paid liquidated damages after completion of a project under a 0 1 2 3 4 5+ construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner,owner's address,date of completion of the project,amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages.) 2. How many times in the last five years has your firm made any claim against a project owner concerning work on a project or payment for a 0❑1 2 3 4 5+ contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identify the claim(s)by providing the project name,date of the claim,name of the entity(or entities)against whom the claim was filed,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g."pending"or if resolved,a brief description of the resolution].) 3. How many times in the last five years has CaIOSHA cited and assessed penalties against your firm for any"serious,""willful" or �01 2 3 4 5+ violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s)of safety or health regulations? NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it. 4. How many times during the last five years, has your firm been required to pay back wages and/or penalties related to state orfederal prevailing wage 01 2 3 4 5+ laws for work performed by your firm? (Explain on a separate sheet.Identify the claim(s)by providing the project name,date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g. "pending"or,if resolved,a brief description of the resolution].) C-13 Bid Bond No. TS25-421 Document A310 TM — 2010 Conforms with The American Institute of Architects AlA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal Nat us and address) , (Name,legal status and principal place a f hrtsiness) Heed Engineering Nationwide Mutual Insurance Company 20 Fairfield One West Nationwide Boulevard This document has important Foothill Ranch, CA 92610 1-14-301 legal consequences.Consultation with an attorney is encouraged Columbus, OH 43215 with respect to its completion or OWNER: modification. (Nacre,legal status and address) Any singular reference to Contractor,Surety,Owner or City of Huntington Beach other party shall be considered 2000 Main Street plural where applicable. Huntington Beach, CA 92648 BOND AMOUNT: $ 10% of Amount Bid PROJECT: CC No. 1815-Bluff Top Slope Repair (Name,location or address and Project number,ifant) The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves.their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perlbrm the work covered by said bid,then this obligation shall be null and void,otherwise to remain in lull 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 Surely shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time Ibr 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 he 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 scaled this 15th day of October, 2025 Heed Engineering (Principal) (Seal) (Witness) �r By: . (fitly) . Nationwide Mutual Insura ce Company Please see attached Nolan/Acknowledgment (.Sure° (Seal) (Witness) By. (l'ille) Kerissa Ricciardi, Attorney-in-Fact S-00541AS 8/10 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On QGIr 15,�before me, Jeremy Bush, Notary Public (insert name and title of the officer) personally appeared Kerissa Ricciardi who proved to me on the basis of satisfactory evidence to be the person(s)whose,name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. �— .,-` _ ,,,'� JEREMY BUSH N Q~ °F uM COMM.#2529817 a NOTARY PUBLIC•CAUFORMA ORANGE COUNTY y1 �'v MYCOMM.EXP.AUG12,2029 � t ` i Signature � � (Seal) 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: MICHAEL CASTANEDA; KERISSA RICCIARDI 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. 4/0 Antonio C.Albanese,Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT 411" itatixwN,' STATE OF NEW YORK COUNTY OF KINGS:ss On this 1st day of April,2024,before me came the above-named officer for the Company aforesaid,to me personally known to be the officer described in and who executed the �`*;SEAL *' preceding instrument,and he acknowledged the execution of the same,and being by me duly 6,1FT06 sworn,deposes and says,that he is the officer of the Company aforesaid,that the seal affixed ' ��uifetiS hereto is the corporate seal of said Company,and the said corporate seal and his signature \_I were duly affixed and subscribed to said instrument by the authority and direction of said Company. Sharon Laburda Notary Public,State of New York No.01LA6427697 Qualified In Kings County Notary Public Commission Expires January 3,2026 My Commission Expires January 3,2026 CERTIFICATE I,Lezlie F.Chimienti,Assistant Secretary of the Company,do hereby certify that the foregoing is a full,true and correct copy of the original power of attorney issued by the Company;that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner;that said Antonio C.Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer`of the Company,and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors;and the foregoing power of attorney is still in full force and effect. • IN WITNESS WHEREOF,I have hereunto subscribed my name as Assistant Secretary,and affixed the corporate seal of said Company this 15th day of October 2025 Assistant Secretary BDJ 1(04-24)00 Heed Engineering 20 Fairfield Foothill Ranch CA 92610 OFFICIAL BID SECURITY - DO NOT OPEN Project Name: BLUFF TOP SLOPE REPAIR CC #: 1815 Bid Opening Date: October 21 , 2025, at 10:00 AM. t • 2uipauOuRKTIom3jqnd - I - PublicWorksEll,ghleering 1,1'OcAt GrO�6 CITY OF -\c-1-1 HUNTINGTON BEACH „,,;7 % • ; �1 Lisa Lane Barnes I City Clerk January 13, 2025 HZS Engineering, Inc. 1403 N. Batavia Street, Unit 108 Orange, CA 92867 RE: Bluff Top Slope Repair—CC-1815 Enclosed please find your original bid bond for CC No. 1815. Sincerely, X14-i-it044142. 1444"-- Lisa Lane Barnes • City Clerk LLB:ds Enclosure Office:(714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov by SECTION C 2S1 1``/V1L' PROPOSAL C-1,2 Project Bid Schedule C-2.1 - C-2.2 List of Subcontractors C-3 Noncollusion Affidavit C-4 Utility Agreement C-5 Disqualification Questionnaire C-6 Compensation Insurance Certification C-7 Bidder's Information C-8 Notary Certificate C-9 Bidder's Project History C-10 Bidder's Critical Staff C-11 California Department of Industrial Relations (DIR) Certificate C-12 Contractor Pre-Qualification Questionnaire C-13 SECTION D SAMPLE CONTRACT D-1 SECTION E SPECIAL PROVISIONS E-1 PART 1 GENERAL PROVISIONS SECTION 1 —GENERAL E-2 1-2 TERMS AND DEFINITIONS 1-7 AWARD AND EXECUTION OF THE CONTRACT SECTION 2—SCOPE OF THE WORK E-3 2-2 PERMITS 2-5 THE CONTRACTOR'S EQUIPMENT AND FACILITIES SECTION 3—CONTROL OF THE WORK E-5 3-4 AUTHORITY OF BOARD AND THE ENGINEER 3-7 CONTRACT DOCUMENTS 3-8 SUBMITTALS 3-10 SURVEYING 3-11 CONTRACT INFORMATIONAL SIGNS 3-12 WORK SITE MAINTENANCE 3-14 CLAIMS RESOLUTION SECTION 4 - CONTROL OF MATERIALS E-8 iv SECTION C PROPOSAL for the construction of BLUFF TOP SLOPE REPAIR CC No. 1815 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 30 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 Bidder's Bond in the amount of 10% which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting 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 C-2 BLUFF TOP SLOPE REPAIR BID SCHEDULE ande pq 1 MOBILIZATION 1 L8 $25,000.00 $25.000.00 PROJECT GPEC|F|{�TRAFFIC 2 1 LS $ 3 ��� 00 s 3.570.00 CONTROL PLAN ' ' FUF�N|SHPROJECT TRAFFIC 3 1 L8 �7 ��O0O CONTROL -��=�===- ' ' FURNISH AND INSTALL PROJECT� 2 EA � 800OO INFORMATION SIGN -=�====— -�^=====- PROJECT SPECIFIC WPCP (WATER 5 POLLUTION CONTROL PLAN)TO 1 L8 $1.500.00 $1.500.00 ADDRESS CONSTRUCTION 8&1PG INSTALL AND MAINTAIN CONSTRUCTION BK8PSPER APPROVED VVPCP. INCLUDING 6 STAGING AREA NORTH OFBEACH 1 L8 $15, $15.000.00 PATH. AREA MUST INCLUDE TEMPORARY FENCING WITH WIND SCREEN UNCLASSIFIED EXCAVATION INCLUDING GAVVCUT. REMOVE,AND DISPOSE DFE�(|ST|N8ASPHALT, 3600 8F $ 800 $28.800.00 TREES, SHRUBS, VE8ET/Q'|ON.AND ' MISCELLANEOUS DEBRIS WITHIN LIMITS OFGRADING REMOVE EXISTING SOIL AND 8TDCKP|LEON8|TE; REINSTALL SOIL B WITHIN THE LIMITS 'FGRADING, 820 CY $ 95.00 $77.900.00 AFTER THE SLOPE BENCH AND GEOGR|D ARE CONSTRUCTED CREATE SUBGRAOE BENCH AND 9 INSTALL QEOGR|DVV|TH|N THE 3600 SF $ 9.00 $32'400.00 LIMITS OF GRADING AND CUT AREA IMPORT AND INSTALL FILL SOIL PER 10 GEOTECH REPORT WITHIN LIMITS 100 CY 430.00 43.000.00 OF GRADING INSTALL GEOJUTEEROSION 11 CONTROL FABRIC OVER ENTIRE 3800 6F $ 10.00 $38'000.00 RECONSTRUCTED SLOPE FACE CONSTRUCT TEMPORARY SOLAR |FlR|GAT|ONCONTROLLER VV|THNO ' 1� 1 EA $25 CABINET PER CITY OFHB STD PLAN, '���'�� ~ � ��� 722 INSTALL DROUGHT RESISTANT LANDSCAPING PER SCHEDULE ON 13 PLANS AND PROVIDE ONE(1)YEAR 1 LS $50.000.00 $50`000.00 KU/\|NENANCE AGREEMENT AND PLANT ESTABLISHMENT INSTALL NEW 4^PAVEMENT TYPE III 14 O-PG-G44U (3/B^) OVER QU96 540 SF $ 5O.O0 $27'000.00 COKUPACTEDSUBGRADE C-3.1 • BLUFF TOP SLOPE REPAIR BID SCHEDULE x.5^ _•. .:.i „ :i.y,<'. x• .,.r�.::i:, ="x.. f.i �f,;' 1' 'k'.�x:r„ .i. No • =Descri tion "" ` 'Quantk Unit' " "'.Price"'T Amount ' PROVIDE POINT OF CONNECTION TO TAP INTO EXISTING WATER LINE AND INSTALL TEMPORARY 15 IRRIGATION OVER FINISHED SLOPE 1 LS $ 56,000.00 $56,000.00 WITH 4 ZONES. FURNISH AND INSTALL ALL CONDUIT,VALVES,AND APPURTENANCES PER HB STD PLAN 720 INSTALL 2"X6" REDWOOD HEADER 16 WITH 2"X10"STAKES ALONG THE 77 LF $ 30.00 $2,310.00 PROPOSED PAVEMENT EDGE 36" O.C. Total Amount Bid in Figures: $ 437,280.00 Total Amount Bid in Words: Four Hundred and Thirty-Seven Thousand, and Two Hundred Eighty Dollars and Zero Cents C-2.2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid' Name'and Address of State Class DIP PWC., Dollar % of Item(s) Subcontractor License Registration Amount :,Contract. Number 11,12, Mountain West 1105685 A, 1001116085 $53,000.00 12% 13,15 Landscape, Inc C27 By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER ANDSUBMITTED 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 1011C/taiat 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 bba 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 orher 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. Hamid Shekaramiz Name of Bidder Si v —77 Signature of Bidder 1403 N Batavia St Unit 108, Orange, CA 92867 Address of Bidder C-4 --.:-':,e.''.:.j.`•"''::: '';', .,.; '"7.- -':<-7. -- ,..._ • .: , ; „,:,.:',.-‘, :es,:_ .:-!.--; ':,,i.., ': .;:,:',:. :' . :1,. 1 i,(,,-,, ';e,:',. ;?-4, s,'', ::. s-': ; ;,•;,:., 'i:" ''",i '' !...;,,., ,--,,,,,,i e,.,::;:, •/;,: „.,.;, : ,„ ; ,-; •f', i 1 '•'`r '3 z • ,•;t:.•'3' 1 '''.1 ii, '':: ; :; .. A notary pub tic or ot3-,..ef officer co verifies only the identity I the individual who signed the document to which this certificate is attached,and truthfulness,accuracy,07 vaNdt/cf that document , i• ; • State of California i •''' i County of 1 '• - i ;•„,. : 4 : } 4 „ ) -''? . On OfAb\QK 61U/5-before rne, Ali CI . Licc/i A ' ' ..,chkrii ii,ws, i •;;: I i ',,, i (Irtrt name anti title of the officer) ' 1 . 1 •,:‘, e e: , personally appeared v 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 whichthe person(s)acted,executed the instrument. ' " 1 I certify under PENALTY OF PERJURY under the laws of the State of California that tli‘, I i foregoing paragraph is true and correct. 1,- 1''''' 1 j*Vt-,d,64>, ANDRES°RONA I WITNESS my hand and official seal, Z.1 , :• - '• COMM.#2513734 min Z if,*1 nOTAgtPliEl4 4" ' t* i OPAC,F4tiliteel I \-.4.trz:_,,,dg.' ii Caro Watt wits;,lfli f i v i t",',•' i !1; ':: -•:.-:' t Notary Public Signature (Seal) 1 '•,:::,:. ; ; ':' 1 .'„ , t ---- - OPTIONAL INFORMATION ---- ----- ------- DOCUMENT SIGNER CAPACITY : , Ii , k 1:1 ,.. ...... —,—....,..,.,.._„ , e ,. (name or type of documenV (capacity ctairrvid bi the 1-.'grre;:: 1 ' ' j e.',. ,iy.: ; NOTICE — ) THE NOTARY PUBLIC DOES NOT. [ .:‘':•,- i .....___ CERTIFY THE AUFH.ORIZED 1 (number of pages) (do wrnent data) _ CAPACITY OF THE SIGNER I '':: : , , ,,,„%., ,.-:<,„.... •:,..: ,.!:: : ,,,i-,,-,.J., ,-,;.,-.,.,;1,-- ,,,,,„,;,,. :-. ..„.,,,,-,-,-:.;,,, ,, .z:-.;,-,--,-,,---,-:;-:,-,--:..-:.,--c-,---.‘ , ,---, -:,-, -,-.-,', ,,,- ., ',:., 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 Bluff Top Slope Repair, (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 Hamid Shekaramiz By President/ CEO Title Date: 10/15/2025 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? Cl 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-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1 861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. HZS Engineering Inc Dba HZS Construction Contractor Hamid Shekaramiz By President/ CEO Title Date: 10/15/2025 C-7 BIDDER'S INFORMATION BIDDER certifies that the follOWing itiktdiation is true and cottedt:" HZS:Engineering Inc Dba HZS Construction . Bidder Name 1403 N Batavia St Unit 108, Orange, CA 92867 „ Business:Address Orange „.„ , CA 92867 „ . City, • - State ` Zip s"( 949 )415-9586 : ' hshek@hzsengineering.com -„ Telephone Number Email Address Lic No. 1039476 A,B,C-8 „ • State Contractor's License No.and Class OS/17/18 'Original Date Issued 05/31120 Expiration Date • • . , The.work site was inspected by. Amin Sedghi :dour office on ObtOber'15 ,2025 . The following are persons,firms,and,corporationS hairing-a principal interest in this proposal: Hamid Shokaramiz President/Vice President/Secretary/Treasurer - •. • • , „, , ; • , . „ , r The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the 'contact for the proposed work and improvements .accordance with the plans and specifications set forth. HZS Engineering,Inc Dba HZS Construction Com any Name Itt Signature of Bidder " :" ; Hamid Shekaramiz Printed or Typed Signature = = , • foully CERTIFICAN Subscribed.and iomto before hie this day of 0(,k1;bott , a4now1 eple, ° • • ° . State of CoOnty of Ovar , •) „ on•,C)ch\wit. t5 10015 'before me Of 4" iC* Month,Day,and Year— Insert Name and Title of No personally appeared. - ,:":kArtsna : Name(s)of Signer(s) who Koval 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 hidher/their authorized eanaeity(ieS),and that by his/her/their signature(s)On the instrument the. person(s),or the entity upon behairot which the person(s)acted,-eiecuted the:instrument. certify under PENALTY OP PERJURY under the laws of'the State ofCalifornia That th0:, foregoing paragraph ig true and eorreOtfr " "4 :"4 4 WITNESS my hand and official seal. '1;137ilawl*. .11116. " 6711".474-411' . • si AnDRESORONA COMM:it 2Z3'./.34 2 tARY.PUOIXTCALIFORia iiRmivcoutin 1^' 1 (v1,1 1!_ral : 1, Signature • Were of Notary Public (PLACE NOTARY SEAL ABOVE): • 0.9 ,„ A Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Removal of debris, and reconstruction of slope with geogrid for slope stabilization.} 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-io 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 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 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-11 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854(citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $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-registrati 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: 10/15/2025 PWC Registration #: 1000529847 C-12 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a 001 2 3 4 5+ construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner,owner's address,date of completion of the project,amount of liquidated damages assessed and all other infonnation necessary to fully explain the assessment of liquidated damages.) 2. How many times in the last five years has your firm made any claim against a project owner concerning work on a project or payment for a OO 1. 2 3 4 5+ contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identify the claim(s)by providing the project name,date of the claim,name of the entity(or entities)against whom the claim was filed,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g."pending"or if resolved,a brief description of the resolutionl.l 3. How many times in the last five years has CalOSHA cited and assessed penalties against your firm for any"serious,""willful" or 01 2 3 4 5+ violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s)of safety or health regulations? NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it. 4. How many times during the last five years,has your firm been required to pay back wages and/or penalties related to state orfederal prevailing wage OO 1 2 3 4 5+ laws for work performed by your firm? (Explain on a separate sheet.Identify the claim(s)by providing the project name,date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g. "pending"or,if resolved,a brief description of the resolution].) C-13 UNITED FIRE CASUALTY COMPANY' 18.Ste=e'4 Avenue SE, PO Box 73909 Cedar Rapids.,tOW3 524B7-3SC09 319-39g-5700 (A Stock Company) ED BOND KNOW ALL BY THESE PRESENTS,that We. 142.3 Engineefing DM5 Coastrucan as PrinciPal, hereinafter called the —rincitlat and the UNITED FIRE.&CASUALTY COMPANY,a corporation duly organized under the laws of the State of KMA,as Surety,hereinafter called the Surety;are held and firmly bound unto City of Huntington Beach c, as Obligee,hereinafter called the Obligee,in the sum:or Ten Percent or Bld Dollars ($ 10%910k1 „ ),for the payment of which sum wetland truly to be made,'the said principal and the, said Surety,bind ourselves,our heirs,eXOCUICKS,administrators,successors and assigns,jointly and severally,firmly by these presents, WHEREAS;the Principal has submitted a bid for Bluff Top Slope Repair NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter Into a contract with the Obligee in accerdince 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 uch;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 oho be null and void, otherwise to reinain in fill!forte and effect. Signed and sealed this 15th day of October ;20 25 . HZS Engineering Inc, OSA HZS Construction By ed,e(c4,-.0ev, ) (Seal)4' (PRINCIPAL.) 414 Sit'e agtt44 YtesiveAtrtere (WITNESS) " (TITLE) '„ • UNITED FIRE&CASUALTY COMPANY'— (Seal (SURETY) (wITNESS) Ricardo CrISPin.(ATTORNEY-IN;FACT)' ' 7;77 • cowicost sass • CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT `A:Notary.Pablic:or other officer caraplatiog,this certificate verifies onlyth9 identity of the individual who signed the document to which this certificate Is attached,and not the truthfulness, accuracy,or.inifidity of :that document"•State of California County Of Ventura On tOl . before me,, Susana G::Rodrigdez Notary Public. pertonally appeared Ricardo Criepin who proved to rne drilhe.bapis of•satisfactory:evidence to.bethe peraoh(6)Whosehame(a) isiate Subscribed:164hp within instrument and acknowledged to.me that he/she/they executed the same in authorized capacity(lea) and that by hit/her/their signature(a)on the - instrument the person(s), or the entity upon behalf Of which•the person(s)atted,executed the instrument. • I Certify under PENALTY OF PERJURY under the laws of The State of California that the• ' foregoing paragraph lalrtlaand•correct,, . ,,.yyriwass in y:hand'arid.offiOlit.seaf, .thityy Public 4.411fivrola .g „VOW§Catrirt .f. 4;410 .;ammission t 24111243 , • . .• _Atiltyr_e,p_ _44.0,2520_211 4,1anstuio of.Notify Public , . . r • OPTIONAL Though the data below is not Iaw; it:mayprove valuable to persons relying-ohthe' document and could prevent fraudulent reattachment of this form. CAPACITY-CLAIMED:BY SIGNER DESCRIPTION OF ATTACHEIIDOCUMENT [INDIVIDUAL OCORPORVE OFFICER TITLES(S) • TITLE OR TYPE OF DOCUMENT • • . •OpARTNER8 °LIMITED • . ,OGENERAL NUMBER OFPAGES gjA,TTORI4gy,SFACT., OTRUSTEE(S) • EIGUARDIANCONSRVATOti, . clOTHER ' . . . — . •• - ••DATEOF DOCUMENT SIGNER la REPRESENTING: NAME.OFPERSON(S)ORENT1TY(IES). . , ,•:- :SIGNER(S)OTHER THAN NAMED ABOVE- • v i 4 IJh1Ir"fD Hitt &CAStJALIY COMPANY..C.ET A11'RAPIT)S,IA rrtluitri+es: Surcry Department U UNITE!)'FIRREit IND.t:MNTTYCOMPANY,:Wt:i'iSTElt,TX 118.S.erondMcSE FINANCIAL.PACIFIC INSU1 ANLG.C`OMPAl3Y.f,US-ANGELES.CA Cidar ftaptds,[A �d2,ltli ituftJtlANL"C' C1.it Cirri FIFIJ;COPY OP POWER OP ATTORNEY (original on file at florae Office of.Company—See Certification) KNOW ALL PERSONS BY:T1IESL'PRESENTS,'fiat United Fire&Casualty Company:a corporation duly.organized pp.j existing,underthe"Iaws- of the State of.loiva;plaited lire&.indemnity<:Company,.a'Corporation duly-orgniirtai and existing.underttie laws.-of the-State of Texas;:and Financial Pacific lnsuranec C.isiiipany,a corporation duly urganL'ed and existing tutder the laws:of the State of California:(herein collectively.called ;the Coittpanics),'and having their Corportitdlicethgtatlers:in Cedar!rapids.Staie:of lowe,does snake constitute and appoint KEVIN lt: REED,•. JeSSIGA. GARCIA. AARON FOSBURG, JODIE LEE DONER;,.•RiCARDO. CRISPIN, :EACH ;ND•Iti'IDUALLY their into and 1awiW Attorney(s)-in-Fact with polder and•auhority hereby conferral`to sign,seal and executebonds, in its.behalf:all lawful -undertakings and other obligatory,instriunents of similar nature:provided that no single obligation shall exceed. $50;000;tcoo..00 tend to bind the:Companies.tttereby asfully'and to the;same extent as if such instruments were signed.by the duly'authorized offncers.of tlte.ComFanies and aill otthe Acts of said,.Attorncy;pursuant to the authority,heebby given and hereby rated and confirmed. The Authority hereby_graanted shall expire theist day .of _Apr it-, .2t)26 Ant ass sooner revoked by United:Fi e&Casualty Conipany,.Uniteed Fire&Indemnity Company;rind Financial Ptirific Insurance Company, • This Power of Attorney;is made and executed pursuant to and by-authority of the following bylaw duly adopted by the Boards:of'Directois of United' Fire&Casualty Company;United Fite&Indemnity Company;and Financial Pacific-lncurance:Company, "Artdele.V1—Surety Wads Nail ttnderti kings" -Section 2:Appointment of Attomey-iti-Fact: "Ihe.President or any Vice Presiden4-or any other officerof'the Companies may.from tithe to tipple:appoint by wetter cerdficates.atterneys-to-fact to act in behalf of the Companies in the.execution,of policies of insurance,bonds,undertakings and other obligatory"instr mans of like nature. The signature of any.olliecr aiahorizedintroby;and the Corporate seat,may be al ixcsl byfacsimia to any power of•attorisey or special power of attorney or eradication of either authorised hereby;such signature and seal alien soused,being adoptedby the Companies ns the original signature of such offrcer'and the'original seal of.the: Companies,to be valid_end binding upon the Companies with the seine.force and atiortas though manually:affixed. Such attomays-in.fact;subject to the knxtatiun"s set of forth'in theirdieir.tespeetiVevertiticates of authority shalt have(nit ponorto bind:the Companties by their signature and execution of any such insttururars end.to attach the sot' the Companies thereto.,The President or any Vice t'resulern;.the Board of Directors or any'other officer of the Companies may at anytime resoke all.power and authority previously given to any atiotney4u.fact, ,,,,,,a l�.. „ IN W1INESS.WHEREOF,Ilie COMPANIES have each.caused these pro ants to besi�d by its It'44,' ,:,,."e•.+h s eo vice presidient and•its corporaate seal to be hereto.affixed this 1st day of Apr l l•, '2624 cowavirR� a roxro><irt i ` '�+ UNITEI?FIRE&CASUALTY•COMPANY e —�--' wv_.: : UNIUD FIRE:&.INDEMNITY CO tPAN'Y ey4y 8M�' ! • •U1 • �.•,,aa �tP FIN'ANCIALPACIFICINSURANCECOMPANY kN,nn .34 ty: . State of lowa,County of i.,caa,'sst 1'"C 4.,../t- Vrce President On let day of April.. 2024', before me-per sonally :came Kyanna M. _Saylor tome known.whin being'by the duly sworn,.did depose and say;that she reside,in Cedar'Rapids,State of Iowa;that she is.a Vice President of United Fire St:Casualty Company,a Vice,President of United Fiit&indemnity;Coirippriy,.and:a Vice President of Financial Pacific.Insurance Company.the corporations'descnbe;t in,and Which executed the above:iustniment;:that'she knows:the•seal of Said.corporations;that the seal affixed to the Said, instrument is such corporate seal;',that,it was so-affixedpursuant to autttority.given by.the Aoautl of Directors of said corporations and that she signed her name thereto pursuant to like authority,arid acknowledges same lo'be,the act and deed of said co rpisratioris, • r Judah A.!ones i teaa Notarial Sri P' • Coninitaabn member.l'r3041 it,: testy Cornmisslon Expkea O4/2 2p27 atary Pubhc - _ My commission . ices:o4 32d27 I,Mary A.Bausch,AssisiantSa:retsiry of United Fire&'Casualty..Conipany and;Assistant Seen tar) of United Fire&Indemnity:Company.ompany.and Assistant Secretary.or Financial Pack instira cc'Contpany,do:hricliy certify that I:havc'compareed the foregoing copy of the Power of Attorney and affidavit,and the copy of the Section of the bylaws and resolutitins"of said Corporations as set forth'in said Power of Attorney,'with tin.ORIGINAL SON:FILE INTHE HOME OFFICE OF SAiL)CORPORATIONS,and that the same rue correct transcripts thereof,and of the whole:of the said originals.:and that-the said: _ Power of Attorney has not;been revoked midis slaw in fuli force;and effect: . , -. Ili tesurndnytyirereof I`have hereunto subscribed my name and affixed the"cotporate seat'of the said Corporations • . ' . '•this-15tb ,.. s,. day of October , ,.20 25 • ,�'. (,fittUt�ta y•e4/►Oa�11 i Pp^� n �f�.t[]� z+�^"'^'' "' r c' k" 'E9 f Ur .t.•�•6 -+ fro+ y ��..., 1 e�f '` , I `�. ,�+ y~';� ' ' Assistant Secrvwuy, ' ,• ;r ?�.r ;., '►;ri •� OF&C.&UF&I&EPIC uPOA tsts`t144i:,,'f' . ,pti� �i �., 5-A IT?l_l Ad Yi.$iSJfl d '�. .. � n.� 1 °Rr ¢a �'g 3 ."i,:a:.,�..,d t. ..-°zt`�` 4�,••,•.,.�R,����..a..a °°.*... g. " '� £.d..p ' . .,g: ' 'x�• f '` '' Y i i I "� ), ,°Y'1'.,`€. . '°.'',w,tti, f '-a;;:,..:�j'+ ,. wa• :e. ,f.d `�•jv¢,. C r��w""��,.y'°", "•�,y,, 4i��� �:a(,'.,;} y.• � 't +'�>s+'x .,� 4x a. ,.,...+.- '_, d `+ d --jjp :` Y x Ayt q r p, ,A,notary public or•other officer completing this certificate verifies only the.identity of ;. 4�i the Ind,ivi.dual who.signed the document to which this.certificate is attached,and not • ,P. the truthfulness,accuracy,.or validity ofthat document. :. AA; ga 4 4 State of California ) a ;4° t stir. .CO r - :County of - - . - , " 4 1� I� 1 _ • r "'.. li ,`/` . 'On.QG�D� 6. i -?before me;:.. ArYA-Ct%. O4 G`.1 ? b'ic ' • .(Insert name and title of the officer) .1 . '',1 4 y pp svit\-(A<etyyl-ilgpersonal)• a eared Ni " OL'iYl� ' , fk.. who proved to me on'the basis of'satisfactor evidence::.to:be the person(s).whose '`� names)istaresubscribed to the.within instrument-and acknowledged.to me that ilo he/she/they.executed'the same in his/her/their authorized capacltyOes),and that by , 4o`� W his/her/their signature(s).on the instrurnent'the person(s),or the entity upon:behalf -VI._ of which the erson(s),acted,executed'the instrument. • (certify under.PENALTY OF PERJURY under the laws of theState:ofcaliforinia that'the .'iii,;' • foregoing paragraph is true and correct. • :` „j :4 WITNESS..my hand.and official seal. • "'` ,�.:.�,�; AN�aE5 OROWA u ° ' :COMM;N 2513734, i i w • URaNc.E.cCoifr P.... aR tpJp¢ 1 •t. • Y,.iii!k tirii. i_o. , i l I. ,; • Notary Public Signature' (Seal) i+ K'g OPTIONAL INFORMATION rt ge F } � � : a • �CCUvE � C�= 51G ERA"CAIACZTY , . �1; e:, -'.. y 3 i s' BB 1 A a:' irs a, f 71 ' ,(name or type,of document) • .(capacity(laimed.by the signer): r'-" • Y. • � :-NtJTICC .. `.,,�.:N ,•� ;..>.:.:-. 4 bin /"� • '°THE NOTARY PUBLIC:DOE'S t�iST i, <ta , ,;e.'doc CER[I FY•TH E.A • ,, ,• "•(numberofpages) :`tdotumentd,,...,.�, ,: (I'CliORt2Ei7: ` yY ..7:`' T: a. . s. 'C;�,@A.C[ YrC�E;''[`liE SI<GltTirlt:-�; >;..r '4`-...,�L,✓�:' „-„r..oa.,.,. .----.n. re, ar`,:,.,,,,,..;.'`>.,- „-,-,,,,,,:gar-,'W;", ,. b ,x° e,,i.`..y t , 3 :a» k s w-:,5•s, ,. ,,,„1„„,,,,,.., '"�.. - 3, µd',�"",,"�:i... x .. ae.:.a"'a.o, .F°. ✓,.,, N^.". '� oy. "" ,'w°a�a , a's`..' " ;9w,=, cos. 1 , s'';c.,..„qt 4.` '-° . s•;� a..;, 0'"q ? '",r;. �-^+,:'w.sY^"-". . -,i•^�q, ¢".."w r ,; `i'` . ..F,#.. , �. I�Zs �1,11 ivtee ri woe, IVtC 1403 N P4"k001 5+, UwH- IOv QVA d ( CA 1 2-13 01 O Fff C ( r L 317 SECUr('P( - DD No' 0[2&iv projecf NI e._ / 14 TeC' 51°I2e ;Z.gtab- CCU : I51 F i d Orevi i h, ba}t : Oc-1-4pA. ZI 12 2.c- l 0:ao r Public Works Engineering �b d0,as iNcr°2_ CITY O F 11 ...... .....•. I HUNTINGTON BEACH _CF'•..,1?iron..• � f _couNT,�'Vie Lisa Lane Barnes ( City Clerk January 13, 2025 Jeremy Harris Construction, Inc. 3921 Alamo Street Riverside, CA 92502 RE: Bluff Top Slope Repair— CC-1815 Enclosed please find your original bid bond for CC No. 1815. 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 Jrmu� 1 (lr1 9 SECTION C PROPOSAL for the construction of BLUFF TOP SLOPE REPAIR CC No. 1815 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 30 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,find 10%of Total amount Bid Bond in the amount of Bid Bond 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 C-2 ` BLUFF TOP SLOPE REPAIR BID SCHEDULE ' Oic ni osd 1 MOBILIZATION 1 LS $55,350.00 2 PROJECT SPECIFIC TRAFFIC 1 LS $ -25-00 s2--2UOO O25— CONTROL PLAN 1 LS �3 FURNISH PROJECT TRAFF|{� 8'100.00 $8'1OO.00 ' CONTROL 4 FURNISH AND INSTALL PROJECT 2 EA s 1O2O'OO s 324O.00 INFORMATION SIGN PROJECT SPECIFIC VVPCP(WATER 5 POLLUTION CONTROL PLAN)TO 1 LS s3375.00 s3375'OO ADDRESS CONSTRUCTION BM9G INSTALL AND MAINTAIN CONSTRUCTION BK8PSPER APPROVED VVPCP. INCLUDING 8100 8100 G STAGING AREA NORTH OFBEACH 1 L8 $ s PATH.AREA MUST INCLUDE TEMPORARY FENCING WITH WIND SCREEN UNCLASSIFIED EXCAVATION |NCLUD|NG8/AWCUT. REMOVE,AND 7 DISPOSE OF EXISTING ASPHALT, 3600 SF s 9.45 s 34020.UD TREES, SHRUBS, VEGETATION,AND MISCELLANEOUS DEBRIS WITHIN LIMITS OF GRADING REMOVE EXISTING SOIL AND STDCKP|LEONG|TE; REINSTALL SOIL 8 WITHIN THE LIMITS OFGRADING, 820 CY s40.5O s33210.00 AFTER THE SLOPE BENCH AND GEOGR|O ARE CONSTRUCTED CREATE SUBGRADE BENCH AND @ INSTALL GEOGR|O WITHIN THE 3600 8F s13.5O s48600.OU LIMITS OF GRADING AND CUT AREA IMPORT AND INSTALL FILL SOIL PER 10 GEOTECH REPORT WITHIN LIMITS 100 CY �7OOO 27000 OF GRADING � - INSTALL GEOJUTEEROSION 11 CONTROL FABRIC OVER ENTIRE 3600 SF s6.75 s24300'OD RECONSTRUCTED SLOPE FACE CONSTRUCT TEMPORARY SOLAR 12 IRRIGATION CONTROLLER VV|THNO 1 EA s 81OO.O0 s 81OO.0O CABINET PER CITY OFHB STD PLAN 722 INSTALL DROUGHT RESISTANT LANDSCAPING PER SCHEDULE DN 13 PLANS AND PROVIDE ONE (1)YEAR 1 LS s33750'OO s33750'OO ' K8A|NE@ANCE AGREEMENT AND PLANT ESTABLISHMENT INSTALL NEW '' TYPE U|��� . PAVEMENT2835 153DS �O 14 O-PG'G4-1O �VD^ OVERSO% 540 SF s . � ' COK4PACTED8UBGRAOE C'2.1 BLUFF TOP SLOPE REPAIR BID SCHEDULE Bid Contract - Urnt Extended NoP?. Quantity-;!*: 201 „Amount PROVIDE POINT OF CONNECTION TO TAP INTO EXISTING WATER LINE AND INSTALL TEMPORARY 15 IRRIGATION OVER FINISHED SLOPE 1 LS $20250.00 $20250.00 WITH 4 ZONES. FURNISH AND INSTALL ALL CONDUIT,VALVES,AND APPURTENANCES PER HB STD PLAN 720 INSTALL 2"X6"REDWOOD HEADER 1 6 WITH 2"X1 0"STAKES ALONG THE 77 LF $33.75 $2598.75 PROPOSED PAVEMENT EDGE 36" O.C. Total Amount Bid in Figures: $327,327.75 Total Amount Bid in Words: Three Hundred Twenty Seven Thousand Three Hundred 1TVenty Seven Dollars and SeventTFive Genf's- 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 14 ABC Resources, Inc. A,c1z, 1000001608 1527 W State Street 538680 15,000.00 4% Ontario Ca 91762 By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 10-20-25, at Laguna Niguel 5 CA Date City State Teerun Teymoorian , being first duly sworn, deposes and says that he or she is Vice President of Oppenheimer National 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. Oppenheimer National Name of Bidder Sig ature of Bidder 31878 Del Obispo ste 118510 San Juan Capistrano CA 92675 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract,known as the Bluff Top Slope Repair, (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. Oppenheimer National Contractor By Tee Teymoorian -Vice President Title Date: 10-20-25 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented.from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes ® No If the answer is yes, explain the circumstances in the space provided. N/A • Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Oppenheimer National Contractor By Tee Teymoorian - Vice President Title Date: 10-20-25 • C-7 BIDDER'S.INFORMATION! BIDDER certifieS1hat the following information'IS true and correct: Opperiheirder"National BidderNarne 31875•Del Obispo ste 118510 Business Address San Juan Capistrano CA 92675 .City, State Zip ( 940 ) 264-2640 bidaoppnatcom Telephone.Number :Email Address 1095956 A&B State Contractor's License NO.and Class 08.,304022: Original Date IS:stied :08,31-2026 Expiration Date, The.work Site was inspected by Tee Teymobrian Of our office on 1Q/20, ,20125. The following are:persons,fins,and.Corporations having a principal interest in This proposal: Oppenheimer National. Rusteeri Hadjile(1.Qeo. Tee Teymporian-VicePresident Abtin Teyrnoorian COO Arman Fard-.Ghaaenii CFO Sean Teythonnan 5ecretary 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. Oppenheimer National .(1) 4*-.8 Company Name. IF= T:3 'it-0 CD .Signature of Bidd Tee.feyMOOriati- President Printed or Typed Signature 4.—e NOTARY CERTIFICATE Subscribed and sworn to before me thisWa/ day of aet 202.3.7": State of 6/4 'County of ) On Od 0,4 5- before me, 1\e. F.A4-4&Li MOnth,pay,and Year Insert Name and Title rOf Notary personally appeared "(4=A-ta 1:441?494.. kAf , Name(s)of Signers) who proved,to me on the basis of satisfactory evidence to be the person(s) 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 authorize&capacitY(ies),and that by his/her/their signature(s)on the instrument the pet-so*); or the entity upon behalrofwhieh the perSdn(s).acted,executed the instrument. certify ,under'PENALTY OF PERJURY under the ,laws of the State of California that the foregoing paragraph is tit and,correct. WITNESS my hand and official seal. s4,WZ PJ)(MOE - tlotary Public Orange County Fwv Commission#24 t0788 My Comm 4kie la,2026 ; Signature, Si nature:of Notary Public (PLACE NOTARY SEAL ABOVE) • t-9 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Removal of debris, and reconstruction of slope with geogrid for slope stabilization.} 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 Huntington Beach 2000 Main St#5, Huntington Beach, CA 92648 Name and Address of Public Agency Name and Telephone No. of Project Manager: Eduardo Cerda (714)374-1750 $150,000 Facility grading, asphalt,striping Dec 2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Grading and trenching ada slope excavate 2. Acacia Park City of Fullerton 303 W Commonwealth Ave Fullerton CA 92832 Name and Address of Public Agency Name and Telephone No. of Project Manager: Joseph Hernandez 714-773-0049 Grading and concrete flat work, Dec 2023 $265,000.00 trenching for conduit and plumbing Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Demo, Grade, Excavate 3. Lawndale Elementary School District 4161 W 147th St. Lawndale CA 90260 Name and Address of Public Agency Name and Telephone No. of Project Manager: Mayra Mireles 310-973-1300 Ext.50098 $455,662 Playground Imp,Parking lot grading slope and asphalt August 2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Grading parking lot with slope and site work C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Tim Teymoorian Name of proposed Project Manager Telephone No. of proposed Project Manager: 310 990-9941 Huntington Beach PD Facility Demo, Grade, Excavate Nov 2024 Project Name & Contract Amount Type of Work Date Completed Acacia Park Cit of Fullerton Demo,Survey, Grade, Concrete pathway Nov 2023 Y and Site work,ADA Project Name &Contract Amount Type of Work Date Completed Mitchell E.S. Playground Project Bid#2025-01 Grading parking lot with slope and site work August 2025 Project Name & Contract Amount Type of Work Date Completed 2. Arman Fard-Ghassemi Name of proposed Superintendent Telephone No. of proposed Superintendent: 714-552-3600 Same as Project Manager Above Project Name& Contract Amount Type of Work Date Completed Same as Project Manager Above Project Name & Contract Amount Type of Work Date Completed Same as Project Manager Above Project Name & Contract Amount Type of Work Date Completed C-11 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $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/public-works/contractor-registration.htinl 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. Oppenheimer National Contractor By bid@oppnat.com Email Tee Teymoorian -Vice President Title Date: 10-20-25 PWC Registration #: 1000975733 C-12 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a cal 2 3 4 5+ construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner,owner's address,date of completion of the project,amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages.) 2. How many times in the last five years has your firm made any claim against a project owner concerning work on a project or payment for a O1 2 3 4 5+ contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identify the claim(s)by providing the project name,date of the claim,name of the entity(or entities)against whom the claim was filed,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g."pending"or if resolved,a brief description of the resolutionl.) 3. How many times in the last five years has CalOSHA cited and assessed penalties against your firm for any"serious,""willful" or Uh 2 3 4 5+ violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s)of safety or health regulations? NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it. 4. How many times during the last five years, has your firm been required to pay back wages and/or penalties related to state orfederal prevailing wage CQ71 2 3 4 5+ laws for work performed by your firm? (Explain on a separate sheet.Identify the claim(s)by providing the project name,date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g. "pending"or,if resolved,a brief description of the resolution].) Tee Teymoorian-Vice President 10-20-25 C-13 SECTION C PROPOSAL for the construction of BLUFF TOP SLOPE REPAIR CC No. 1815 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 30 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 t pY - IA Document A310TM — 2010 Bid Bond Bid Bond No: N/A CONTRACTOR: SURETY: (Name. legal status and address) (Name.legal status and principal place Jeremy Harris Construction Inc. of business) 3921 Alamo Street The Ohio Casualty Insurance Company Riverside,CA 92502 175 Berkeley Street This document has important legal Boston,MA 02116 consequences.Consultation with OWNER: an attorney is encouraged with (Name.legal status and address) respect to its completion or modification. City of Huntington Beach 2000 Main Street, Huntington Beach,CA 92648 Any singular reference to Contractor,Surety.Owner or BOND AMOUNT:Ten Percent of Total Bid Amount(10%) other party shall be considered plural where applicable. PROJECT: (Name,location or address,and project number,if any) Bluff Top Slope Repair Project Number,if any: 1815 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(I)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may he 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 hid,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 he 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 Q provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so Lu 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 14th day of October 2025 o Jeremy Harris Construction inc.w ��� 0 _....._.___---- (Principal) (Seal) (Witness) (S Ctj=/!!i'�eS/ •� �_.._..-- �".ce The •(Tit o Casualty Insurasurance Compan y ..'+r" (Seal) i". (Witness) ® (Tit tine Woolford Attorney-in-Fact • Init. AIA Document A310"—2010.Copyright©1963,1970 and 2010 by The American Ins lute of Architects.All rights reserved.WARNtN.@ I:This ALA Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Alit"'Document,nr any portion of it,may result in severe civil and criminal penalties.and wilt 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-Demand1T 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 mire in its nomnletion.ns,na CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT , A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange ' On OCT 1 4 2025 before me, Thao Nguyen Luu Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Christine Woolford 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), 7Nao NGUYEN LUU'''�'( and that by his/her/their signature(s) on the instrument the i Notary public-Cal fornia 1 person(s), or the entity upon behalf of which the person(s) .c,n,.- Orange County '~�^ri, commission N 2453804 _ acted,executed the instrument. My Comm.Expires Jul 18,2027 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature V44//'7/�/Z"t--- Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies)Claimed by Signer(s) , Signer's Name: Signer's Name: El Individual El Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner ❑Limited ❑General ❑ Partner ❑Limited 0 General .. . ❑ Attorney in Fact tRIGE(TTEIUlv1gE?Rlf�1T , ❑ Attorney in Fact l (GHTTf1UMBPR1iT ❑ Trustee T OF SIGNER ill Trustee OF:SIGNER. ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here" ❑ Other: 0 Other: Signer is Representing: Signer is Representing: . 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 �'a� 71Wai n.o ) On Ld 7 '7° before me, 1'A' katt,-) PG /C • (Inse/�name and title of the office personally appeared � i'2'Yi :- 1171 arn'i' who proved to me on the basis of sa is I1 factory evidence to be the person( w ose name) is/ e subscribed to the within instrument and acknowledged to me that hels�e the executed the same in his/hir/their authorized capacity(ip‘), and that by his/hp1/t it signature(4.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. KAUR� WITNESS my hand and official seal MA NPR EET 3' COMM. #2500870 Q . . NOTARY PUBLIC-CALIFORNIA m yY! SAN[UNARM°COUNTY My Comm.Expires Sept.27,2028 . Signature u' a11 kfed lea (Seal) . ' This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. 7 .L V4` L 11JeJ Liberty Mutual Insurance Company Pt' Mututal® The Ohio Casualty Insurance Company Certificate No: 8212061-024096 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Alexander R.Holsheimer;Christine Woolford;Danielle Hanson;Emilie Geoge;Irene Luong;James W.Moilanen;P.Austin Neff;Theo Luu;Yung T.Mullick all of the city of Mission Viejo 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 2nd day of July , 2024 . Liberty Mutual Insurance Company Pv 8NSUp al* INSU %NSU,q The Ohio Casualty Insurance Company �.1 4oaPOR4r,pp yJ 6owPOi i �0P�owPor4'Sp West American Insurance Company a3 Fofi Q * %Oo � # %om ui > ; 1912 � o oy1919wq Q 1991 0 as ~'74) s4eHu`s .aa� Sp &Aloe�',abY� its 'NOIANt' .aa a,7*0 ''y1 * 0 ',B * eIk By: to — David M.Carey,Assistant Secretary }'`N State of PENNSYLVANIA -5 fp_ rn County of MONTGOMERY SS ._ . - n On this 2nd day of July , 2024 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Er= co 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•5 at > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. (2-0 IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. != c•,7, ilt as O r- / " s>'; Commonwealth of Pennsylvania-Notary Seal ®� -. Si''" G Teresa Pastella,Notary Public 4;-'. �-dV Qj O (/f z��� Montgomery County /(L O. y sn My commission expires March 28,2025 By: C N 1 ',q. ,',� Commission number 1728044 E Nam, �,ilist t' ,; Member,PennsylvaniaAssocisllonorNotaries eresaPastella,NotaryPublic O f0 0 0 a? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Insurance' o•E. Company,and West American Insurance Company which resolutions are now In full force and effect reading as follows: E M � ARTICLE IV-OFFICERS:Section 12.Power of Attorney. n- o Iii ' Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President b 2 :n c'i may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and at t m co N undertakings,bonds,recognizances and other surety obligations.Such attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full al 8 o Lo power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall Z cl be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ti . ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. - IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 14th day of October , 2025 . v tKSU cvi INge„ -C�1NSUpq i.JPop7`Po4'1\+Sl'o G."opPok ZL 0-d okqr yo iSL a �,�co 4 3 b n p 3 Fo ce 1912 o 1919 h f 1991 o s,j,..��tg� d'.) 4c"5 A 36 J,41"75�aaa ors '41n4 °' as By:Renee C.Llewellyn,Assistant Secretary 8>> * 0 lt * 0 ilk * 0 LMS-12873 LMIC OCIC WAIC Multi Co 02/21 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid,find Bidders Bond in the amount of 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 0 10/21/202521/)tA1 [\i i ) , C-2 BLUFF TOP SLOPE REPAIR BID SCHEDULE WARictiOtt.:: MOBILIZATION 1 LS $ 38;696 $ 38,696 PROJECT SPECIFIC TRAFFIC 2 . 3,630 :3,630 CONTROL PLAN 1 LS $ $ FURNISH PROJECT TRAFFIC 3 1 LS $ 45 517, $ 45,517 CONTROL 4, FURNISH AND INSTALL PROJECT 4 2 . EA 2,240 480 INFORMATION SIGN • $ $ PROJECT SPECIFIC WPCP(WATER 5 POLLUTION CONTROL PLAN)TO 1 LS $ 3;360 - $ 3.360 ADDRESS CONSTRUCTION BMPS INSTALL AND MAINTAIN CONSTRUCTION BMPS PER APPROVED WPCP. INCLUDING 6 STAGING AREA NORTH OF BEACH 1 LS $ 14,948 $ 14,948 PATH.AREA MUST INCLUDE • TEMPORARY FENCING WITH WIND SCREEN UNCLASSIFIED EXCAVATION INCLUDING SAWCUT, REMOVE,AND DISPOSE OF EXISTING ASPHALT, 7 3600 SF $ 0,40 $ 37,440 TREES, SHRUBS,VEGETATION;AND MISCELLANEOUS DEBRIS WITHIN LIMITS OF GRADING REMOVE EXISTING SOIL AND STOCKPILE ONSITE; REINSTALL SOIL 8 WITHIN THE LIMITS OF GRADING, 820 CY $ 51,06 $41,869.20 AFTER THE SLOPE BENCH AND • GEOGRID ARE CONSTRUCTED CREATE SUBGRADE BENCH AND 9 INSTALL GEOGRID WITHIN THE 3600 , SF ,$ 8.54 $ 30,744 LIMITS OF GRADING AND CUT AREA IMPORT AND INSTALL FILL SOIL PER 10 GEOTECH REPORT WITHIN LIMITS 100 'CY $136 $13,600 OF GRADING INSTALL GEOJUTE EROSION 11 CONTROL FABRIC OVER ENTIRE 3600 SF $ 4.82 $ 17 352 • •RECONSTRUCTED SLOPE FACE CONSTRUCT TEMPORARY SOLAR IRRIGATION CONTROLLER WITH NO 12 1 EA $ 12,766 $ 12,766 CABINET PER CITY OF HB STD PLAN 722 INSTALL DROUGHT'RESISTANT LANDSCAPING PER SCHEDULE ON 13 PLANS AND PROVIDE ONE(1)YEAR 1 LS $ 28,897 $ 28,897 MAINENANCE AGREEMENT AND PLANT ESTABLISHMENT INSTALL NEW 4"PAVEMENT TYPE III 14 D-PG-64-10(3/8")OVER 90% 540 SF $ 37.42 $ 20,206.80 COMPACTED SUBGRADE C-2.1 BLUFF TOP SLOPE REPAIR BID SCHEDULE 3•.. -M,}'9u rP'�xw.IF�JK Ak?Hif,.►►NO>aA4P9'v.r w�f,.F"i•�.:i:se:�/l�r ry!•.o.}�R;�•r.�1�.p R.r,}Si;!:M t^.- ;, „r j.R*M'w aR�1 �"- b..t it =.i-r,MpR�'ii:'R1{k7F'M'IMRRR'7�m.MGRkFC�iN'R 1P IMklinRI1i�� R��I IF,O®KPO4�RRR�il d! w F�rtrt�MR{R�iiioY�'�. q ..YdRi��.ii�R N,i!!r:r,.vr►.n^a�'_Ao!�m'rR IGq M'YprH�Y'y�'i.'P'M:J Rr*i:j_;r faq�i .3� , :i.,b�A a v{,s•b.!"..'�'u'3'M fY It Yt w n N G'F"s R t±W.�M ix !4' m.!Y q;�a ix. R�-F-r f+ R ■�sT {/lJ��� {y��■y�■yy� D ep` y�7�y[i.{��";. ��yn■^}[my�. .s:i e� r��tycyn��lylrr)p�``a tR'► i{Ir.a:qii.C":YiYYrP'rF�.F- .SilY�rl�v.W.�.Wi.i�rb D Hv .i'i�ti PROVIDE POINT OF CONNECTION TO TAP INTO EXISTING WATER LINE AND INSTALL TEMPORARY 15 IRRIGATION OVER FINISHED SLOPE LS $ 9,600 19,600 WITH 4 ZONES. FURNISH AND INSTALL ALL CONDUIT,VALVES,AND APPURTENANCES PER HB STD PLAN 720 INSTALL 2"X6"REDWOOD HEADER 16 WITH 2"X10"STAKES ALONG THE 77 LF $ 20 $ 1,540 PROPOSED PAVEMENT EDGE 36" O.C. Total Amount Bid in Figures: $ 334,646 Total Amount Bid in WordsThree Hundred Thirty Four Thousand Six Hundred and Foury Six —1:7Dollars ero eni`— C-2.2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater,and the portion of the work to be done by such subcontractor. :::Bid Name and Address Of :.;.; ': State :Class . ':'.'DIA PWC:'- ,,Dollar... %of Items Subcontractor Licensee Registration# . `- C {) g ,.. Amount Contract - Number: ..:; ABC Resources, Inc. A 14 1527 W State Street 538680 C12 1000001608 $11,836.21 .02 Ontario,CA 91762 C32 Partial 12 ACM Lighting Services 1411 S. Rimpau Ave Suite 207 758630 C10 1000017923 $2,500 .02 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-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on/D/lo/2S, at(,/chd 72/,r4�c. , Date City. State A arri S , being first duly sworn, deposes and says that he or she is j c Q f i (c JJ' + of .eiesy'I OcirrisS CUh-0 MG the party making the foregoing bid that the bid is not made in the interest 6f,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. J .elm c-j 14a)r r1S (fin s-" �C. Name of Bidder 0,0tru— ignature�der 3 °zl 14/gma S-' live✓s1e &4 Address of Bidder SEE ATTACHED NOTARIAL CERTIFICATE C-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, J County of SSawwrlmdino ) . • On 10)2)120Y- before me, d (inse name and title of the officer personally appeared ,Thi.emii JohY1 Harr is , who proved to me on the basis of sWtisfactory evidence to be the person( )whose name(d)is/ e subscribed to the within instrument and acknowledged to me that he/p ie/tJy executed the same in his/h r/t it authorized capacity(i0), and that by his$r/ti it signature on the instrument the • person( ,or the entity upon behalf of which the personf'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. ��� MANPREET KAUR WITNESS my hand and official seal. - COMM. #2500870„ t,, 4 ' NOTARY PUBLIC-CALIFORNIA t" SAN BERNARDINO COUNTY, - yw My Comm.Expires Sept.27,2028 ' Signature MA`)//bruit kQ (Seek) . 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 Bluff Top Slope Repair,(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. Jeremy Harris Construction, Inc. Contractor (21,264tyti Vice-President Title Date: 10/20/2025 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified,removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? CI Yes ElNo If the answer is yes, explain the circumstances in the space provided. N/A Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Jeremy Harris Construction,Inc. Contractor Vice-President Title Date: 10/20/2025 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Jeremy Harris Construction, Inc. Bidder Name 3921 Alamo Street Business Address Riverside CA 92501 City, State Zip ( 951 ) 215-0771 info@jhcinc.net Telephone Number Email Address 924979 Class A State Contractor's License No. and Class 10/20/2008 Original Date Issued 2/28/2027 Expiration Date The work site was inspected by Abe Benitez of our office on October 17 ,202 5. The following are persons,firms, and corporations having a principal interest in this proposal: Jeremy Harris, Vice President Grace Harris, President The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Jeremy Harris Construction, Inc. Company Name 9AlIIQA turder Jeremy Harris Printed or Typed Signature C-8 NOTARYnL CERTIFICATE Subscribed and sworn to before me this Gar�tday of 6�i'l ,202. State of o (hi, ) County of &Q ylV" ) On t° ?,o /2.0 before me, j 4 ,1 red Mont ,Day,and Year Ins•rt Name and Title of Notary personally appeared V l?111y J l r,s v Name s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(1 whose name,) is/y f'e subscribed to the within instrument and acknowledged to me that he/pie/tVy executed the same in his/lhr/tl, it authorized capacity(ils),and that by his/Vr/th r signature on the instrument the person(, or the entity upon behalf of which the persons)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MANPREET KAUR COMM. #2500870 NOTARY PUBLIC-CAUFORNIA SAN BERNARQINOCOUNTY MaydSignature ,,l�:Siture of Notary Public. (PLACE NOTARY SEAL ABOVE) C-9 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Removal of debris, and reconstruction of slope with geogrid for slope stabilization.) 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 Yucaipa 34272 Yucaipa Blvd.Yucaipa, CA 92399 Name and Address of Public Agency Name and Telephone No. of Project Manager: Landon Kern, (909)797-2489 x 288 $553,955 Grading 2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Slope Repair, Debris Removal, Grading, Channel Restoration 2. County of San Bernardino 222 W. Hospitality Lane San Bernardino, CA 92415 Name and Address of Public Agency Name and Telephone No. of Project Manager: Johnny Gayman (909)386-8688 $1,597,620 Channel Impovements 2022 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Mass grading, Channel and slope stabilization, Export materials 3. Borden Excavating, Inc. 1014 2nd Street Calimesa, CA 92320 Name and Address of Public Agency Name and Telephone No. of Project Manager: Nathan McGrand (951) 334-9320 $1 037 597 Grading Access Roads 2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Restoration of Reservoir, Grading of access Roads C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Abe Benitez Name of proposed Project Manager Telephone No. of proposed Project Manager: 310-728-973 JRWSS LTM Slope Repair at Calle Vista $298,942 Slope stabilization Current Project Name&Contract Amount Type of Work Date Completed Birch Creek as Built Restoration $936,043 Reconstruct Creek 2023 Project Name&Contract Amount Type of Work Date Completed Mid-Valley,Channel Improvements $1,597,620 Construction of earthen foundation 2022 Project Name&Contract Amount Type of Work Date Completed 2. Jeremy Harris Name of proposed Superintendent Telephone No. of proposed Superintendent: (909) 234-8264 Bedford Wash Stage 2 Improvements $6,293,410 Construct Channel, Rip Rap 2025 Project Name&Contract Amount Type of Work Date Completed Reservoir Access Road, and Transmission Line $1,037,597 Grading, restoration of Reservoir 2024 Project Name&Contract Amount Type of Work Date Completed Wilson III Basin Phase 1C $1,972,183 Install Rip Rap, construct creek impact basin 2022 Project Name& Contract Amount Type of Work Date Completed c-11 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)),passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations(DIR).Currently the annual non-refundable registration fee for Contractors is $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 D1R'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/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. Jeremy Harris Construction, Inc. Contractor info@jhcinc.net Email Vice-President Title Date: 10/20/2025 PWC Registration#: 1000001177 C-12 Public Works Support eCPR Search Knowledge Contractor Registration Search Project Registration Search Log 01,fir'MOM mod in Register }tome ) CustomerAcceuntlookup > 1000001177-JEREMY HARRIS CONSTRUCTION.INC 1000001177-JEREMY HARRIS CONSTRUCTION,INC. Customer Account Lookup PWCR Legal Entity Name 1000001177 { I JEREMY HARRIS CONSTRUCTION,INC. Contractor Status Doing Business As(DBA) DIR Approved ; Jeremy Harris Construction,Inc. CSLB Business Structure i--None— Business Phone President 9512150771 "Jeremy harris Ext Email info@jhcinc.net Registration Start Date Registration End Date • 2025-07-01 j 2026-06-30 Crafts LABORER Operating Engineer Address Mailing Address Physical Address I 3921 Alamo St I Mailing Address-City Physical Address-City Riverside l Mailing Address-State Physical Address-State CA Mailing Address-Zip Physical Address-Zip 92501 Mailing Address-Country Physical Address-Country United State, 1 Related Lists Rggiatratinita tgs.0 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a 61 2 3 4 5+ construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner,owner's address,date of completion of the project,amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages.) 2. How many times in the last five years has your firm made any claim against a project owner concerning work on a project or payment for a 61 2 3 4 5+ contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identify the claim(s)by providing the project name,date of the claim,name of the entity(or entities)against whom the claim was filed,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g."pending"or if resolved,a brief description of the resoiutionl.) 3. How many times in the last five years has CalOSHA cited and assessed penalties against your firm for any"serious,""willful" or 61 2 3 4 5+ violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s)of safety or health regulations? NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it. 4,, How many times during the last five years,has your firm been required to pay back wages and/or penalties related to state orfederal prevailing wage ®1 2 3 4 5+ laws for work performed by your firm? (Explain on a separate sheet.Identify the claim(s)by providing the project name,date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g. "pending"or,if resolved,a brief description of the resolution].) C-13 m� 4- on5 Cari5hructitin gox t11°3 (. 18e, CA q s-32 Q-FGCial $ick Secor;3t-� -Do L)cr c7pEN'. \\\asorksz.... Z\vcc 1 ov S1a Ra-pai c CCU \ ‘5 "C?:Ic1 Operni,ncJ, Do+\e'. OcAobe - a1, ao a5 10:00 AWL 9 Public Works Engineering l� _ Z�_25 3-1-loww- �,�o� I°GTo77-. CITY OF - - .fi ='` HUNTINGTON BEACH ,, w..- ts - :4, ‘.=._.);.5.„?......:r.- _____:,-.±i„..,w ";7 • FedUNT��;;%I' Lisa Lane Barnes I City Clerk January 13, 2025 J/K Excavation &Grading Co., Inc. 541 W. Rialto Rialto, CA 92376 RE: Bluff Top Slope Repair—CC-1815 Enclosed please find your original bid bond for CC No. 1815. Sincerely, 009 4:„... .et,4,,,, ,,..6:, ,,,,„, Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov (J* Excetvidw-) SECTION C PROPOSAL for the construction of • BLUFF TOP SLOPE REPAIR CC No. 1815 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 30 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 hi the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty • accompanying this proposal. BIDDER understands'that a bid is required for the entire work, that the estimated quantities set • forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, • and words shall govern over figures. • C-1 ! i • 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 aOceptable, • Bidder shall signify receipt of all Addenda here,if any: • Addenda i1�ir.. , •:1;7aie'Rdegiu d .•. .8iddera . t ratio . .•. . .'• • • r . • . . • • • • i ! i C-2 j • 1 BLUFF TOP SLOPE REPAIR BID SCHEDULE • • Bid, • ; •,. . • ; •. . Contrlict : ;Unit•• • Extended • • • No., Description Quantity,G Unit F'cice' • �4mo4nt • 1 MOBILIZATION 1 LS $ 52,000.00 $52,000.00 ' • 2 ^PROJECT SPECIFIC TRAFFIC 1 LS $5,000.00 $5,000 oo� CONTROL PLAN • 3 FURNISH PROJECT TRAFFIC 1 LS $ ae,000.00 $ 4s,000.00 CONTROL 4 FURNISH AND.INSTALL PROJECT • 2 EA $ 3,000.00 $s,000.00 INFORMATION SIGN • PROJECT SPECIFIC WPCP(WATER . 6 POLLUTION CONTROL PLAN)TO 1 LS $4,000.00 $ 4,000.00 . ADDRESS CONSTRUCTION BMPS - INSTALL AND MAINTAIN CONSTRUCTION BMPS PER • APPROVED WPCP. INCLUDING ' 6 STAGING AREA NORTH OF BEACH 1 LS $ 35,000.00 $35;000.00 PATH.AREA MUST INCLUDE TEMPORARY FENCING WITH WIND SCREEN • UNCLASSIFIED EXCAVATION INCLUDING SAWCUT, REMOVE,AND ' DISPOSE OF EXISTING ASPHALT, 3600 SF $ 21.00 $75,60o.o0 TREES,SHRUBS,VEGETATION,AND • MISCELLANEOUS DEBRIS WITHIN' LIMITS OF GRADING • a REMOVE EXISTING SOIL AND STOCKPILE ONSITE;REINSTALL SOIL • • • 8 WITHIN THE LIMITS OF GRADING, 620 Cy $ 142.00 $118,440.00 • AFTER THE SLOPE BENCH AND ' • GEOGRID ARE CONSTRUCTED • CREATE SUBGRADE BENCH AND • • •• 9 INSTALL GEOGRID WITHIN THE 3600 SF $1too $ 39 600.00 • LIMITS OF GRADING AND CUT AREA • IMPORT AND INSTALL FILL SOIL PER 10 GEOTECH REPORT WITHIN LIMITS 100 CY .• OF GRADING 95.00 $9,500.00 'INSTALL GEOJUTE EROSION . • 11 CONTROL FABRIC OVER ENTIRE 3600 t SF $ 4.00 $14,400.00 RECONSTRUCTED SLOPE FACE CONSTRUCT TEMPORARY SOLAR • IRRIGATION CONTROLLER WITH NO • • 12 1 EA $ 4,000.00 $ 4,000.00 CABINET PER CITY OF HB STD PLAN • 722 ' • INSTALL DROUGHT RESISTANT , LANDSCAPING PER SCHEDULE ON 13 PLANS AND PROVIDE ONE(1)YEAR 1 LS $48,500.00 $48,500.00 ., • . . MAINENANCE AGREEMENT AND •' PLANT ESTABLISHMENT r INSTALL NEW 4"PAVEMENT TYPE III . ' 14 D-PG-64-10(3/8")OVER 90% 640 SF $ 42.00 ' $ 22,680.00 COMPACTED SUBGRADE • • : C.2.1 I , • • • BLUFF TOP SLOPE REPAIR BID SCHEDULE • BLii; • : •• : Contract ; .Unit • ;.Extended 'Non • ;; ' I issgriptign ' Quantity • Unit . Price Amount PROVIDE POINT OF CONNECTION • TO TAP INTO EXISTING WATER LINE AND INSTALL TEMPORARY • • 15 IRRIGATION OVER FINISHED SLOPE LS $z1,00o.00 $ 21,soo.00 • • WITH 4 ZONES. FURNISH AND • INSTALL ALL CONDUIT,VALVES,AND APPURTENANCES PER HI3 STD PLAN • • • 720 • INSTALL 2"X6"REDWOOD HEADER 16• • WITH 2"X10"STAKES ALONG THE 77 LF $20,00 $ 1,640.00 PROPOSED PAVEMENT EDGE 36" O.C. .... • • • Total Amount Bid in Figures: $ 503,860.00 Total Amount Sid in Words:Five hundred three thousand eight®hundred sixes • • •• • • • • ' • • • • • • • • • • • • • • • • • • • • I I . • . 7 • • • • C.2.2 i I a, 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. • �Btl .• • Name'and c Of State •• : Cass• .DI:R Me. 1)ollar ;vf IteinN • . •- •Subconttrac(o • .L&erase • . Registrafto�i# - sziortttt. Coatiaet. • 1V ar�ib Hardy & Harper, Inc. 215952 A 1000000076 $19,358.00 3.85 • 14 32 Rancho Circle Cs 1 i 16 Lake Forest, CA 92630 c12 • 11 Mountain West Landscape, Inc. 1105685 A 1001116085 $53,040.99 10 • 12 24000 Alicia Pkwy Suite 17�-465 • 13 Mission Viejo, CA 92691 C27 • 15 • • • • I ' 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. .• 1 C-3 • I' F • NQNc91-.44.10-5IQN AFFIVAYTT . . EACMI)Thy I.declare unden.penalty-Ofyiedpry under tlid.-atiN.va of the StateniCalifcirtile,thatti0 foregoing is: 'true and.;correct aild that declaration is executed on.:19.q9??§ ,at Rialto CA :$141:0 4nriott! J WHiams Jr .. duly sworn, deposes and that 1,14.01: she is „ . ....... . „ , !!! Presideit of Jii<,Excavation-:& .:the pdtty;making the foogoorgllict,tot the bid is notroacjeln.4ihtpreat of,cr...04.1.4q.boo..i.f of.;,: 4y`pricif$Otosectperson, • partnerainp;;00#114aqi tia0eiattnn, organization, or corporation, tjiwitio bid is genuine and not • collusive cir sham,'that the bidder.ha not directly.orindireetly.:inditted or 03.6it4d:Eitiy.tithefbidda to put in a false-or sham\bld,and has not dnectly or indirectly colludedi 0,0h0p,k6di•OciNftodi:cir agreed with any bidder or 466* else.!fOitput in a sham bid, or that.anyone shall Ofrditi-fmn . 4 .1!; :bidding, that the bidder has 110 in any ;Inariger; 'directly ip4irec0;:sought by agreement, communication,or botifetOffd6With.aityrif0:.tefii the]bid price,or that of any'.other 61404 or to 400,0 any 44.,(4.4.0ge,against the public body awarding the contract:of!anyone:interested in the pfãposed contiact,that all statements contained in are furthers that, ....„ •,.. , . not;directly or indirectly,,submitted fhis,.or her bid,price or any breakdown.themot..0 flW!...cbtithftitS .• thereof, or divulged Inforgriatinn:or.data relative'thereto, or paid, and will not pay fee to any • cOrianiatiOn,partnership,company association,!!ogo*4060„,imdo-pbStaii ,or to any member Or •• agent fherea4i:effectuate a collusive or sham bid, JfK Excavation&Grading Co :NameofBilder . .; • .t. Signatdeof!Oder , 541 W Rialto Ave Rialto, PV92.376: „ Aft:f.e,4:pfpiddor . , , . . . . . •, ..G4 • UTILITY AGREEMENT It(giOrtABIX,MAYOR AND CITY COUNCIL COYOFIIUNTINOTON1W01,CiT lemem The undersigned hereby promises and agrees that in theperformanpe';of:the:3,yo*i_sppeifie4 in the- OntraCtl(nOlinyn;a:s the Bluff Top slop*Repiiiik;(l)(We)(it)*Ofttotoy,.Aivi utilize only qualified persons, as hereinafter defined, to work in proximity in any electrical secondary or:transmission: facilities; The term "Qualified Person" is defined in Title 8, California Administrative $eetion170Q, "4`,2Y.411001.Person A person who, by reason of experienceor thafructioA z famz1iar with the op4101210 kperfirm0.4.404tbe hazards .5; The:iiiideesigned;alSolkoiniSed ad agrees that all such work shall be perftrined in accordance with all applicable:090W0,1.014y company's requirements,TO*.Utility. ,onnnission orders;, and State•of.,:CalifOritiatal.:OSUA:regniretnentS, The undersigned ilitthergani" fge-s• and agrees that the provisions book:shall be are binding upon any gtibbdiititabtor•subcontractors that itiaY be.:retained of:diiiptOyedy the iindeiSiO4, and that 4.ne-:undersigned 4411'take steps a are necessary to assure-compliance by any said .s,ubOiitia0tOtaiihe,britraatos,Evvith • J/KFkeaitatorf ..gonto.pfor. •!. / • ,; • 144 • By ..President Date: IC1/2912°2 ; " • ""' Cs •• ;• . DISQUALIFICATION QUESTIONNAIRE: In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of • perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the.Bidder ever been disqualified,removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety • regulation? CI Yes 12DNo If the answer is yes,explain the circumstances in the space provided. • • • 1 • • • • • • • ' • • i I i . Note; This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. ' C-6 • i � COVII*N$A.TIOS1 bigtiliANCt.ttRtiffekth 1ngsoatitioSection,S1 86.1•of the State LaborOcIdeifeaelicontra,Ctot to'WhOM:a public*oats:Contract 1.1p01‘ce.0 4w4r4o4 shall:pj..gr,i'iho:following ceKtifiCate. am aware: ilit:IproViaiOns:of SectiOtl:3700.,of Labor Code which require every employer:to be insured against liabtitty for;worker's compensation or o undertake insurancein ACOordariCe'With.IhOPrektikoit.§ of that Cade,;aridt will2cOrxly With poyi4ons,),*fore'complopCingto:.pe,rfc,t.rp-taogocte,h,c pf.*§opo:t.r#.4., j/K Dscavation 8.,,arading'Co- Inc COfifriotOr By Prêsidehi Tftle • . . „. . Date: TO/2012026 „ • ,s1 .„ . • , , BIDDER certifies that the:folloWiftIrifootiatioti is truivp.ncl co4pOt:,: ,J;iK Fx0avatlein tdingo., in,q,! Bidder Name 5411.,.W.,Rialto Ave • „ „ „, • Business Address ,Rialto; ;CA: 92376 009: 1 35741100'k11 kwilUmsAkeigvafion.ocirn' Tooripitc,Ntio*, Email Address 7.6230 A t12: .„ • . • • • state Contractor's License No axkd Class, 0411090 • chijohat,pgo.bgiod 04/30/27 Eiàtion Date sitewas by Brian Williams of our..office ,Ottobet thd,f61lOWlitgAtO pOrstiri$,,fitniS;*0 corporations havinga pti.poipaljuvrestitfIhi ,prOpt*th KOryleftyJ Williams Jr; Janine Williams i; , _ _ „ , • _ . ! „ The undersigned is prepared satisfy the go400it,dihg:qty of Huntington Beach of its ability, financiaLly or otherwise, to perform the contrnt for the#00sd.a work and Improvements in ,O.c:cpet4.. nèlle t.)1444nd,: pp6ificatIOAs.§0 J/K Ekodvatibii:&,:Gfadinj':Ca., .• , - • • • ,. cpmpapyNAp'. • Sjgnature:of Kenneth J Williams Jr, PthtedorTyped Signature • • , „ • 043 , . . . litO.TARY-...:CE' 101PleATE. '. Slib-sctib.e.d,til&swool:to.bore.,.ne this 20 day of'C5tobet. ,202 , . . .. . - • . • .,.. . . . . . . , . .... .. . .. ...., . ... ... . , . , . . . .: ; . . . . , , .. , . :. ... . ... ., ...., . .. . . .. . • . „„ . ,.. . . ., . ..... .. .. „ •i1 , State of :California . . •. .. ):. . .. .;..• reopnty.of..§..Ori.Bernardino .), .. •i :On tO/20/206 . .. 'ii.dotd.lifei ,61vidne Relayo,:Nibiaty hibli6 g0.0114.13aY;..4.0 Year - I.080#,NAnie...efidtitle.Of Notary . „. ... ... ] .. .. _ personally appeared 1<ott:ria.th'..-4.. Williams Jr : .. - .....,.. . ... . . . •, .N4;t0.00)4.$1g11.P.F(§)::„ , . . ... .. ., ,.... . . ... . .. . .. ... . .. .. . . . . .. .....„ .. . , .. •.. ., 'who provedioine.:-on-theliaSis..of.satisfactory-evidence to be.thepersoncS):WhOsenaine(0):is/are fsubscribed to the'VViinikin...initt,lerit;:404.441tOMOdgOd to me Ot.1,i6.1*./.10):PY Pl( cOcci::0*.:sm :: iii.•-li.1011eitti3:0i0iitlio6iect•eqtiaottAic0),.,,and tha(hytisihet/thett SignattiW(S):on theitiftnjinortt tii.O. := .i?TerSon(0.,,Ot to.004 upon behn.if or*okthp..;p, tgon(o4*4,• 9,9:t4to,o;foii-istpoerji,: • I certify under.1);EN4Ltiii: OF:PERJURY‘,1„iii,clOt the. laws of:the:State 'At California'. ill*'tlio. . . foregoing- pr4goph is true and correct .. ''.•",...-i';::::,e_'..,.H.',...,.:, ' . ' '•,•.- ..,1: ..:,-•:: . -;.•-: ::,-.•- ,f,•• oiiOrtraePi6,14 .: 1 'WITNESS illy,:hgt.-04n4.off1.0.4t,041.,, ;,...,.',:tir. ..,' .Haiti(Nibl@taliforhia- ,'• ;;;;;;1.),4,1•7;; SOISerniirdin0-COpqy A < ... . ' .'•';'11244, .••.• • '.Cdmillissfon•#'.,24SOM .7 , , — - • ., . .7:',",•:.''?' )1,V:cql.mktipires,F,e10.344:(2:8,,,,,, „ ''' '-.L...,:, ""-'''': . [.-:7',.,• -.7-,-,.,.-..;.:',-„. ;,.,,,. .,,..., ,,....,.„,,‘,..2.,,.....,..„ , .. igna ure , .„. . .... .. „. ., Signature Notary (PLACENOTARY SEAT',ABOVE) , . . , . .. ., ., •.f' <.'. . :i .. ....,. 'I ii - - • ,. . . . . . . .. . _. . :1, • . • -9. 1 . .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{Removal of debris, and reconstruction of slope . with geogrid for slope stabilization.} Bidders are encouraged to submit supplemental relevant project history in addition to the'projects listed herein. . Listed below are the names, address and telephone numbers for three public agencies for which • the bidder has performed similar work within the past five years: • 1. San Bernardino Municipal Water District 1350 S E St., San Bernardino, CA 92408 Name and Address of Public Agency • • • Name and Telephone No.of Project Manager: Damian Garcia 951-232-2105 $21,014,840.91 Remove debris, Construction of New Water Basins 03/17/25 • • Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Enhanced Recharge in the Santa Ana River Basins-Phase 2 East Valley Water District 3111.1 Greenspot Rd., Highland,CA 92346 Name and Address of Public Agency • l Name and Telephone No.of Project Manager: Mike Esquer 909-266-4003 $4,976,840.00 Debris removal,construction of new water basins 02/09/2024 Contract Amount Type of Work Date Completed • Provide additional project description to show similar work: Sterling Natural Resources Center(SNRC) ' 3. City of Beaumont 550 E. 6th Street Beaumont, CA 92223, .•• Name and Address of Public Agency • Name and Telephone No.of Project Manager: Marcos Reyes 951-255-3741. $1,084,360.00 Reclaimed water treatment plant 09/13/2021 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: • WWTP Salt Mitigation Uprade C-10 . • Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager,and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not • have to be under the employment of the bidder of this project.Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. • • I 9 1, Rafael Serrano Jr. Name of proposed Project Manager • Telephone No. of proposed Project Manager 909-721-9877 :• li Enhanced Recharge in the Santa Ana River Basins-Phase$21,014,840.91 Remove of debris,construction of new water basins 03/17125 Project Name&Contract Amount Type of Work Date Completed • Sterling Natural Resources Center(SNRC)$4,976,840.00 Debris removal,construction of new water basins 02/09/2024 Project Name&Contract Amount Type of Work Date Completed Project Bruin$7,847,382.00 Grading for new warehouse,with cement treated remedial work 05/21/2021 . Project Name&Contract Amount Type of Work Date Completed • • 2, Danny Burleson Name of proposed Superintendent • Telephone No.of proposed Superintendent: 909-201-6213 • Enhanced Recharge In the Santa Ma River Basins-Phase$21,0+14,840.91 Remove of debris,construction of new basins 03/17/25 Project Name&Contract Amount Type of Work Date Completed • Sterling Natural Resources Center(SNRC)$4,976,840.00 Debris removal,construction of new water basins 02/09/24 Project Name&Contract Amount Type of Work Date Completed VWVTP Salt Mitigation Uprade$1,084,360.00 Reclaimed Water Treatment Plant 09/13/2021 Project Name&Contract Amount Type of Work Date Completed Gll CONTRACTOR RE61SVUTIONWITIIVALIFOOMAIDEPARTMNT' ,.., ..... .,,,„ ....,. .,.. ..„ ..,. , ... . .„ .. .. .. :OFINDTJ$TRIAILRELATIONS:1(1)11t)CERTIFICATE ,... . .:. Pursuant to gli.,8S 4 Oitinginb.or:CodO,Seetieri 17:71.kga)),passed by the Cafforilia$t4tp$drOtg, ... ,. „ . ... .. .0r1 hno:29,1914,•estabiiiliedk.new public Wotkp COntrOtor'*gigtooriPe.ogrAm.,*hiohTcquires all eoritraetOrS'a40:subcontractors bidding and•prtortria ig•Work,.,*Public Works Projects to TeeSter., 04,:14.01114.:114*:(each July 1,through jurte.30 stale fiscal year) with the California.: Volovit-t6od'ffr.i.44stal Relations(DIR) 041`.0.44.4iP,44nPal 110,190.P.cl.,1410`,X98*4.0.011*.for Contractors is 400.. Each contractor to whoma'‘pUblid,works contract has been awarded shall ,,,§Igift.).*.j0j0*.lUg'orfiNo.tp.,..- i DIR FACTSBEETon,BB:834- • littpSt//www!dir..eagov/PubliorworksiknbileWorkiSEI854.•htnit , . 4 •i . ,.. . !DI.R1,P•Contractor Registration Link Call(844)52247$4. ,., . . , lattriaill*Mtdit::od.gOvipuha-works/dOritrktdr4dOstrAttohihtrilI ,I ;I:W. 1:004troOt-pr*0040 searchable database: . 1 , i littis•Weadit:steure:foree.torniCentractor8eareli ? :i I.am awarennd will eorOlY,with:the:j#6:ViPiotis!,oflabof Code Seatioitl77-1:.„I(a):41ii,dit,Statek:1.; "IA OdiitraeroiOrnabdontraOtOr shall not be qUaliftec.ItObidun,be,listed in a.,:lii4poposp.1,: „ ..,411)190-49'P KFC111*W.,t0 ef$eotiom41:04,ofthoPUblic Contract Code,or-engage.in the . performance Of any eOntinet.foiI.pOlg.TO workc as defined in this 4,gpfers.unless currently registered and qualified to ii,erfOriii!public work pursuant to:section 1715,3!,it is:!not a ii,i4tIo0,;Ortlii$*01,0-fo(oripurpgi4tcr9c1 O.onttaptoKfo-oktnit*bid thglo.othotize&by „ ., :Section 7029 1. ontio:,136.8.iogo-,40 Professions 04.0;b:y'SOitotiii 0164 or 2010 '`i5 of the Public Contract!.Code,-provided the eoll,tra:tior is registered.to perform public work 15ileSiiaiit,to-Seetia5,5nt:!tbe riraelhe:opritinctignwarded"-' 1 furthermore will byproiding'proof-ofpgla4afion Wiiii':pi .:43-lit**iiiiaty-eorirractori. ...,, .. , .,:. •.•, ..":, - - .- :II .as welLas-for•ALL,stibcOittinotoinattlie titad'Of PUbinittinkthe bid, ; •I, . , Ji.ic Excavation:& Grading!Co!., Inc atotor .. !. . , ... ,.,.. , . . ., . . .:, .. . . By . , . !.., ,,10?illiortit@jkOge.aVatipti.tOril ...''• !,Ernaii . , . , Pfe§ident, . ,•.• "Title Late 110/20/2025.,..... , .. r. .PW.,-.0;Registration#:: .1.01000-003.-0 : ,• , . .... . . „„..„.. . . .. . .. t44. . „ .. , t: }. t •., 1. l' ! 1! CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a 2 3 4 5+ construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner,owner's address,date of completion of the project,amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages.) 2. How many times in the last five years has your firm made any claim against a project owner concerning work on a project or payment for a 2 3 4 5+ contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identify the claim(s)by providing the project name,date of the claim,name of the entity(or entities)against whom the claim was filed,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g."pending"or if resolved,a brief description of the resolutionl.) 3. How many times in the last five years has CalOSHA cited and assessed penalties against your firm for any"serious,""willful"or 0 2 3 4 5+ violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s)of safety or health regulations? NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include • information about it. • 4. How many times during the last five years,has your firm been required to pay back wages and/or penalties related to state orfederal prevailing wage C1 .. 2 3 4 5+ laws for work performed by your firm,? (Explain on a separate sheet.Identify the claim(s)by providing the project name,date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g. "pending"or,if resolved,a brief description of the resolution].) C-13 • • • bAIA Document A310TM - 2010 • Bic.Bond Bid Bond No: N/A • . CONTRACTOR: SURETY: • : (Na'ine,legal status and address) (Name,legal status and principal place • J/K Excavation&Grading Co.,inc. of business) 541 W.Rialto Ave Atlantic Specialty insurance Company • Rialto,CA 92376 • 605 Highway 169 North,Suite 800 This document has important legal Plymouth,MN 55441 consequences.Consultation with OWNER: .. an attorney Is encouraged with r respect to its completion or .•(dame,legaistatti;F•414l address) • City of Huntington Beach modification. 2000 Main Street, Huntington Beach,CA 92648 Any singular reference to Contractor,Surety.Owner or • • BOND AMOUNT':Ten Percent of Total Bid Amount(10%) other party shall be considered plural where applicable. PROJECT: • • .(Name,location or address,and Project number, Veiny) .. Bluff Top Slope Repair Project Number,if any: 1815 • . ..:. The Contactor and,Suretkare 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 tone.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 , b d;•.and.givesstich 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 pidrnpf payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the • • .• • difference:clot:to exceed the amount of this Bond,between the amount specified in said bid.and such larger amount • .•.for which the;Owner may iq good:fa(tli contract with another party to perform the work covered by said bid,then this . • obligation'shall.be null and vQid-0 otherwise to remain in full force and effect.The Surety hereby waives any notice of .an agreement between ttie Owner and Contractor to extend the time in which the Owner may accept the hid.Waiver of '.notice:by the'Surety shall.not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for • . acceptarici 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.ia.connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall i • be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond hts•been furnished to comply with a statutory or other legal requirementin the location of the Project, any provisidri 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 15th day of October 2025 • • • • - J!K Ex cation&Grading Co.,Inc. 7,�• �,� (Pr 1 (.Seal) • (Y3�itness)- - ,4- ' Ail & pe loll s ce Company Ti_• _-___ ..___ atrety) JU (Sea!) (Witness) ( •tie)Chris a Weolford Attorney-In-Fact AlA Document A310'"'—2010.Copyright @ ieee.1970 and 2010 by The American institute of Architects.All rights reserved.WARNING:This Ale Init. Moment is protested by U.S.Copyright Law and international Troatios.Unauthorized reproduction or distribution of this AlAe Document,or any portion of It,may result in severs civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This .• i document was created on 01127/2012 07:23:12 under the terms of NA 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,end may not be reproduced Dam to its completion.soma • • • • • • • CALIFORNIA ACKNOWLEDGMENT • CIVIL CODE§1189 • .l :r... ...1 4:.,:t•Yr.:..... •• .3.13:.3 . .._.....i't•!n�.4••.i:'. ..........r... ...L.•i...:+'7:t.N. ..... :.. ...,. .rf. l3. 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 Califfoo nia County of Yi }v } On (O/ `p f 7 before me,i/1/1114 Y,-`"''/ 1 cry� A)Orl/ f"1 )i C; , • • Date ` Here Insert Name aid Title of the Officer personally appeared NO VA,,I �l� +i 41/146 7 Name()of Slgnerr) • who proved to me on the basis of satisfactory evidence to be the person(,$)whose name(z)is/ar subscribed • to the within instrument and acknowledged to me that he/sloe/they executed the same in hisliae4tf}eir • authorized capacity(ies);and that by his/keritheir signaturep on the instrument the personcsyy,or the entity upon behalf of which the person(sp acted,executed the instrument. •• • I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing •• CHRISTINEPEGYD paragraph is true and correct. Notary Pubtic-California • 'F San Remardino County ' � my • Commission N 2�480735 WITNESS hand and official seal. n° My Comm.Expires Feb 13_2028 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)Ciaimed by Signer(s) • Signer's Name: Signer's Name: ❑Corporate Officer—Title(s): ❑Corporate Officer—Title(s): o Partner— ❑ Limited ❑ General 0 Partner-- 0 Limited ❑ General • ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact • ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator • • ❑ Other: ❑ Other: • Signer is Representing: Signer is Representing: • • .:r• .:,. .Tq {:{.}Y "A'% .asT :....Sr;V...:a-?'{Y.?S. a^`: Y`:''L; t.:Fi....a......�'}:(•: . .,.Ur............=.fl.':}�✓..,:...:?}.%.::C•.`ii).%...-....�.'}:''i:':�':.:.......:'1•Y:`....i....r.:...,.......A,...:.•1.t........:�..r.,....t....:i'J�.. . ©2019 National Notary Association CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate Is attached,and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange OCT 15 2025' On before me, Theo Nguyen Luu , Notary Public, • Date Insert Name of Notary exactly as it appears on the official seal personally appeared Christine Woolford • 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), m T, TNAO NGU1tfM LUU and that by his/her/their signature(s) on the instrument the si N�notaryPubltc•Caltfomta as person(s), or the entity upon behalf of which the person(s) Orange County y r ^n+ Commission*2453864 acted, executed the instrument. mrs My Comm.Expires Jut 18,2027 M • 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 (1,4lhin Place Notary Seal Above Signature of Notary Public OPTIONAL l • Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. • Description of Attached Document Title or Type of Document: Document Date: Number of Pages: • Signer(s)Other Than Named Above: • Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual 0 Corporate Officer—Title(s): ❑ Corporate Officer —Title(s): ❑ Partner ❑Limited ❑General 0 Partner 0 Limited❑General • 0 Attorney in Fact RIGHT THUMBPRINT 0 Attorney in Fact RIGHT THUMBPRINT • ❑ Trustee OF SIGNER 0 Trustee . OF SIGNER ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator • Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: • [intact] INSURANCE Power ot Attorney KNOW ALL MEN BY THESE PRESENTS,that ATLANTIC SPECIALTY INSURANCE COMPANY,a New York corporation with its principal office in Plymouth, Minnesota,does hereby constitute and appoint: Christine Woolford,Emilie Young,Irene Luong,James W.Moilanen,P.Austin Neff,Thao Liu,Yung T.Mullick, each individually if there be more than one named,its true and lawful Attorney-In-Fact,to make,execute,seal and deliver,for and on its behalf as surety,any and all bonds, recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof;provided that no bond or undertaking executed under this authority shall exceed in amount the sum of:unlimited and the execution of such bands,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof In pursuance of • these presents,shall be as binding upon said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seaL This Power of Attorney is made and executed by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,2012: Resolved: That the President,any Senior Vice President or Vice-President(each an"Authorized Officer")may execute for and in behalf of the Company any and • all bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof,and affix the seal of the Company thereto;and that the Authorized Officer may appoint and authorize an Attorney-in-Fact to execute on behalf of the Company any and all such instruments and to affix the Company seal thereto;and that the Authorized Officer may at any time remove any such Attorney-in-Fact and revoke all power and authority given to any such Attorney-in- Fact. Resolved: That the Attorney-in-Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds, recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof,and any such instrument executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed and sealed by an Authorized Officer and,further,the Attorney-in-Fact is hereby authorized to verify any affidavit required to be attached to bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,2012: Resolved: That the signature of an Authorized Officer,the signature of the Secretary or the Assistant Secretary,and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney-in-Fact for purposes only of executing and sealing any bond, undertaking,recognizance or other written obligation in the nature thereof,and any such signature and seal where so used,being hereby adopted by the Company • as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though • manually affixed. • IN WITNESS WHEREOF,ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by anAuthorized Officer and the seal of the Company to be affixed this first day of January,2023. �wGP �URA 9 s SEAL ? • sY., 1966 'o By STATE OF MINNESOTA `- j.v W�o?:a ? Sarah A.Kolar,Vice President and General Counsel HENNEPIN COUNTY On this first day of January,2023,before me personally came Sarah A.Kolar,Vice President and General Counsel of ATLANTIC SPECIALTY INSURANCE COMPANY,to • me personally known to be the individual and officer described in and who'executed the preceding instrument,and she acknowledged the execution of the same,and being by me • duly sworn,that she is the said officer of the Company aforesaid,and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company. o�,'tEsrir''•: ALISON D.NASH-TROUT 1 1Z, .:,i ': NOTARY PUBLIC-MINNESOTA jtxY}'l G � 7444-'. • My Commission Expires • off.: •.ay.,yt_.: January 31,2030 Notary Public • I,the undersigned,Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY,a New York Corporation,do hereby certify that the foregoing power of attorney is in full force and has not been revoked,and the resolutions set forth above are now in force. Signed and sealed. Dated 15th day of October , 2025 jL.. Ci9 • .-4,•�iAPORgpFgy. • �S SEAL•. IS)) • . 1986 0; This Power of Attorney expires r�sj&w vo ws January 31,2030 • �o;�b . h?;o`' Kara L.B.Barrow,Secretary 'rnrn",nu0 Please direct bond verifications to surety@intactinsurance.com I m ' 1,+ i t '. E 1rt iPk,r.i i.. 5,•'�S ji ,r '� ,�f 'f '�' tf I t:��, + • • J/K Excavation & Grading Co., Inc. 541 W. Rialto Ave. • Rialto, CA 92376 }� � r F t .S i t t t 1 1 f '7. i 4 ' 'MI - t i t t, C, r ,y tl ik � r7t rr v # t} P t iz,ik t 3t li V x 1.a s r ifi f 4 "tea to 4:1 y;, #�v,'t , .i t I +fit 1,11 +ii+i} f k"lr 41 '.t`f a ik f t { „; t .„yyyGGG 1 ,:+g f {, t ,�.,•• +. f , ;t # i SA t." 'fit...4dt ka . #;rf:r�jk I,.j�f �Sg fa r iR T:it' �+.� 1 +�.",�`..��� +kit n 14. h� iT rr�ft'J'ia., 1. � ri'.t a:^ ati g ;,; ,,;;,.>q�tr{.r� t!„�: ', + OFFICIAL BID SECURITY DO NOT OPEN qt '*;t 'i 'i}�'' ; ,e `' Project Name: BLUFF TOP SLOPE REPAIR ill ? N � y` • ii ° t ft }.e CC#: 1815 ' i ' i.' _,i` t,I"f!, i 7t i s' tL t:, Bid Opening Date:October 21,2025,at 10:00 AM. t. t n rt4 f :ri y ,S '1 h.s �1z VF,IA t 1 r P� 6 tt� r tart, ,f � q I Cpy R Y,^ 1 w� , 4 4 +t t �'; a i =jtS4 1 L {.t f '� i 1S"; it 4.• , ..—. ,,,; Mf, . (t� _f,t,. 31,;1{,.10:. .3. ,i li,: ?j4,1 f 5 . -�`-. 't h� 'f'' .rC;,".-�y,G�l': 1 'Px%'1 �1;� ill'iLiii?.tiltt6i': t 't`4i:i.,:: + 1 - i- } tr, ',ft;r,y ,St; t'��i } + Ill ' fitt+ , , 1+ y ,dt 1 e S f ~ky. ;; 1 } `ci+ e7 Tj f (li Ifp p t' 1� ,3 T',�I r;s a { ;j gI• 'jr+�' ilrt �tl1� IIY 1 !! rtk dh$ jldi . � ;, r S $ ,:i u t}}r 4 �� ' '('�A{{E F tilltf+ 11i �, ; `l 1 ,ir ` I , f,',1 air {( ,�'1-1+. #51 f,"ti1k„ } .„, 'I1 71i i µ It ,, I i ,:(`u�yp�of Ij4. t; I., � , 11° rf-4- ( t11i` a a h t 1'f t 4�lr r fi 5�eFs `i 1., P�1 1'ib - T k a i ,f aytl 'i t S r., t ���� 1 1` ;:,fir+, Gt 1 5+,t,, , !, i , ii' oisEn eering ,,,Ls 1'4,t ,t + . , 4,n • 4r t,s PublicW ,,ki }" k,{r t° t7 { ' } ' }#r p, d-C t 7 i +. it • Wi, t}k �t j=at,F - 4; I l; if i ;'„ , a :,,:i!,„,.,,,,, ;,,r, Sq + �'�1 I. ab') t. t h f {" , 1 Ali t di' it ` 1 , t t ; , fri , 'i I f e , ° i- r it t� 1 � °t ai l i iiii. a .�f ti': „I, •1 t t a`:�g f f ,It'? I' ' it `+ - S.•f f ' St.1 �r ,ii & }•i{1 , 'f-'y[Ii ''t''„ / Ile i' "t ;' +- t�;' f.a�'l, .n C ,q.. ii°ANT I N 6 T °� CITY OF Mgr of ` 74 �F _l HUNTINGTON BEACH �FCOUNTV C��i�� Lisa Lane Barnes I City Clerk January 13, 2025 KASA Construction, Inc. 15148 Sierra Bonita Lane Chino, CA 91710 RE: Bluff Top Slope Repair—CC-1815 Enclosed please find your original bid bond for CC No. 1815. Sincerely, 0141441e. ;714e. • Lisa Lane Barnes City Clerk LLB:ds • Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach,CA 92648 I www.huntingtonbeachca.gov /1.9 rinWid1(.0) SECTION C PROPOSAL for the constriction of BLUFF TOP SLOPE REPAIR CC.No, 1815 in:the IT OF HUNTINGTON BEACH TO THE HONORABLE' MAYOR AND MEMBERS OF TIM COUNCII, OF HUNTINGTON.DEA,CII:: In compliance with the Notice Inviting :Electronic Bids, the, undersigned hereby proposes and agrees to pedant 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 Complete;the work Within 30 Working days,staiting,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 inehide 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 1Q 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.. 1 0%,Total Accompanying this.proposal.of bid,find Bidder's Bond in the amount of Bid Pride 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 Reeeived . ' Bidder's Signature , . . . 04 BLUFF TOPSLOP.t:REPAIR BID SCHEDULE . . ....„„.,,_ ..„ . ... .., ... . .,... ,. , . „.. . . . , . . . ,-.32;:.*. Contract,t5t,;kvt, 5.'1,,,WA,,,..t,,est,,,.,111 '-,p p-;',vl - e e 1: •,:4J,:p=,,D.w,r.--,:r:,74;-4:7-;34-v.v--:4,-P.:.--,..,-•*-5:-.4 ;: 4..ip,,,,,HT,,,e„if.-p,,o,i- 90.0010.04.0ntZ:.;,:-:',:::.::',.:',141,14401;.:73.IP,.(111g1.1:1:".441:'f7,:ttiO:In-l:Mkt1141101, I.. . MOBILIZATION. , • ..!--- , . -. . „„- g ' --1 . -.g -" -LS • . $'•$5;000;-- S .55„000, PROJECT$P.ECIFIC.TRAFFIC • ': 2, ; 1 LS, i i 1,•:560.• .- $ - Oa. . ' CONTROL PLAN ..... .. . ... .„ .„ .: : • .... '1.15 FURNISH PROJECT TRAFFIC -' - - - , , 1 - LS. ! S! I000-• $ a0C)Cii CONTROL ! , , .. ... I .,...., . i.. , . . .. ... ... . . . ,. ........ ......... ... FURNISH AND"INSTALL PROJECT Z, ,EA ' $: 1" Soo $ 3-600 INFORMATION SIGN . . , • 1 - . . . ? ' • PROJECT SPECIFIC-WPCP(WATER- '' - .' • • -- --- - -!• I . , : 5 POLLUTION CONTROL PLAN).:TO • , _ 1 LS • . $- -4500:-.. $ •ii 5091 .. ........... ... .. „.! ADDRESS.CONSTRUCTION BMPS • • INSTAL.LAND.MAINTAIN - - -;- • •- CONSTRUCTION BMPS PER APPROVED 111/PCP;'INCLUDING ; i . , . . 6, ' STAGING AREA NORTH OF BEACH • . 'I ' • LS ;Pt WO $ PATH.AREA MUST INCLUDE ) . TEMPORARY FENCING WITH WIND ' . : .. .. SCREEN .. . .. , . . . , " • - -• UNCLASSIFIED EXCAVATION -- - . INCLUDING. !.SAw.CUT,-REMOVE,AND . DISPOSE OF:ExisTiNg ASPHALT, .. • ; . ..... ..,.. . .„. ; :. 6 F . $. .. $ IS:-.2.40 7 ' - - - • •• • - - - - TRFFS,.,s,H.RUP .,VOF:TATION-,.AND 3 00 S 7, ' MISCELLANEOUS DEBRIS WITHIN '.. . ._....„. LIMITS,0F.."GRADING' • . . . ' .• . ,• . . ... . ...: . .. . .. REMOVE EXISTING.SOIL AND STOCKPILE.oNSITE;;REINSTALL SOIL . 8 WITHIN THE LIMITS OF GRADING, ,"8.20 CY : $ ..-100',.. . $.„82_090 AFTER:THE SLOPE BENCH GEOGRID AK CON§TRL,I.QTE,I? . . CREATE,SUBGRADE BENCH AND ' . :p INSTA(L,Gpo.pRip WITHIN THE - 3600 SF : $ I. 6- .-, $.5liopo ;. . LIMITS OF GRADING AND CUT AREA - ...... ..... .' IMPORT AND INSTALL Fp..11.,PER. - • . - • . _•'..• ; -. - • - ' . • • • .. fiy GEOTECH REPORT WITHIN LIMITS- - 100 . -CY ! 2-50' '.'2S'.00d ; .......... . OF,:,GRADING,- -• . . INSTALL GEOJUTE EROSION .. - ,.. 1.1: CONTROL FABRIC OVER.ENTIRE , 3600' SF - $ 12,s, $ 41566 RECONSTRUCTED SLOPE FACE • .. ' ' - - CONSTRUCT TEMPORARY SOLAR . . ' ' . '' • .. ' - ' ' ' -- .. - . . . '' - • IRRIGATION CONTROLLER;WITH NO , 12: . ' 1 ' 5 .d00' S .:S. 690 . 1. • - -- CABINET PER CITY-OF Hi3 STE/PLAN , • '---- . .---:-- : • -. - .. - - -- - - 722,..... -. . , .,- • .. - ! - - - ---'.- --- • - • -- , • • INSTALL DROLIOAT RESISTANT. : • - . - • - LANDSCAPING PER SCHEDULE ON 16. PLANS AND PROVIDE ONE(1)YEAR 1- ;LS. $...75 ,000, $....725 coo: i , .MAINENANCE:AG REEMENT AND ' PLANT:ESTABLISHMENT.. . . .., .. • INSTALL NEW 4"..pAyFjwNT TYPE jjj, • • . ,,... ... 14 D.0664.,lo(3#3."yoyER'90°,4 ' 141:',s g . .F $ 60.• .- .- $,.:16...i...2.0... 6,::!. . ! . conAPACTEb.:sUBGRAbe . .. .... ....._._........ . . _„ .. . ,.. . . ..... . - . . C42.I ______...... ...........,..._...... BLUFF TOP SLOPE REPAIR BID'SCHEDULE , t;,•=°$ t3,, t;.? CNC 0001:1f i7rr- T IPPETtItif,!; f;:ft1011:-; Mi0c$0 PROVIDE POINT OF CONNECTION TO TAP INTO EXISTING:WATERLINE AND INSTALL TEMPORARY IRRIGATION OVER FINISHED SLOPE LS $ 221000 22;000' WITH 4 ZONES, FURNISH AND INSTALL ALL CONDUIT,VALVES,AND. APPURTENANCES PER Hi3 STD PLAN. 720 INSTALL 2")(6"REDWOOD HEADER WITH 2"X10"STAKES ALONG THE 16 77 LF $ 2.0 1151-1-0 PROPOSED PAVEMENT EDGE 36" _O.C. Total Amount Bid in Fidures:l fO7,6.9-0,00 Total Amount Bid in Words: tie . d4Se . oti(raevi Fy vo-u61 44,4 7.A10 coszi-47 C-2.2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will.perform Work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000; whichever is greater, and the portion of the work,to bc:done by such subcontractor.. Bid Not#0,0141AtidrOss Of State Class AIR yvvc Dollar Item(s) :-.Subcontractor License RegistrOott# .2.4mouni, ,Contract Number.' • fig(i 53,8t0 100600.GQ8 #13.11.$1 9. iS:2:1 wi,54-,;571 •aretxf- c.a./ 044,40 .64 1062. C-31 By submission of this proposal;the:Bkicier,cortifics: 1. That he is.able tos 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 boncls furni8lied by:subcontractor for thisproject: C-3 NONCOLLUSION AFFIDAVIT TO.BE EXECUTED:BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration-iS executed on 1 0/2t/25, at: Chino ,CA 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 Shalt;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 a-warding 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 rrierriber or agent thereof to effectuate,a collusive or sham bid. KASA Construction, Inc. Name of Bidder 41.• • ignature of Bidde • Diana Kasbar, President 151,48 Sierra Bonita Lane, Chino, CA 5171Q Address of Bidder • • • CALIPORNIA ALlePL RPOEE.AcKNQWLEDGMENT CML pODE§1189 �;�i!i`Cd:�.f'�L`.•F.".G%�G�L"f:!"K�.f•:'[� iF�.(':�'"-`(.'w"�..f.'�.41"til.'�f+t�X�'��[".\t�:!`Y:"`�"XQI:'.4�.f.`i[':tk"!.`P.C"�'.C'.�`7.Gi`�"Y'.`(^R'.�.'X'!�.Gi{Y.4'!�.<"`C�F'h'�.C-"!C:f"�-`,t�.[%:C.C<l�t A.notary public or:other officer.corripleting this:certificate verifies;only the:identity of the.individual who signed the :, docurnent•to.which this certificate is attached,and not the truthfulness,accuracy;or validityof that:document. 'State of.California: County.of Sari gerriar.d i P •Ori •.1 n/91/7.n79 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 signatures)on the instrument the person(s); or the entity upon behalf.of which the persons}acted;:.executed the:instrument: :I certify under PENALTY OF pERjURY under the laves Hof the'State of`California•that the foregoing paragraph is true;and.correct: ''0'464°'° WITNESS my han nd,official seal., ittrog,` Notary Public•calif San 8erriardina County t commission Z38Z8b2 Signature. l • *• MyCamm.ppirga yov'12,2Q25, E Signature of Notary Public • Place.Notary;Seal Above • _. . ..OPTIONAL Though this section:is optional, completing'this information can:deter alteration of the document or fraudulent reattachment of this,form to:an:unintended document. Description of Attached.Document Title or Type of i ocurrlent: . Document::Date:: Number .of :Pages;:. Signers) Other Than Narirled Above: . Capacity(ies)Claimedby'Signer(s). Signer's Name: .. .. . •Signer's.Name: O'Corporate Officer Titles}: 0 Corporate Officer — Title(s): U Partner Limited; :CI General. LI Partner — LI Limited 0.General ❑Individual C Attorney in Fact Q Individual' El Attorney in Fact 0 Trustee i Guardian or Conservator CI Trustee Cl Guardian'or Conservator 0;Other: . 0 Other: Signer Is Representing;: Signer Is Representing: L.r: ^ c <cx:< r i 7 7(ci 1• 02014 National Notary AssociatiO •'www.NationalNotary:org 1-8004JS•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 Bluff Top Slope Repair,(1)(We)(it):will employ arid utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The lain "Qualified Person" is defined in Title 8, ,California Administrative Code, •Section 2700, is follows:, "Qualified Peitatt: A person who, by reason of experience or:instmetion, 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 electucal 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 subcontractorswith the requirements contained herein. KA8A-Construction, Ina. Contractor d-e? y Diana Kasb r, President President Title Date; 10/21/2025 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance With OoVernitietit Cede Section 1016;,the Bidder-shall complete,under penalty perjury, the following questiorMaire. QUESTIONNAIRE Has the:Bidder, any officer of the l8idder or ally 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 replationl Yes /ift No If,the answer is yes, explain the circumstances in the space provided_ N/A Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State.Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the, provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the Work of this contract. KASA Construction, Inc. Contractor Diana Kas r, President President Title Date: 10/2112025 C-7 BIDDER'S INFORMATION BIDDER cettifies that the following information is true and comet; KASA Construction, Inc, Bidder 14ame 15148.Sierra Bonita Lane Business Address Chino CA 91710 City, State Zip (HeCtor ZaVale, Estimator) ( 909 ) '457-8260 hectorz@kasaconstrUction.corh 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 insppcfed by Hector Zavala of our-office oti October 16 2025. The following are.persons firms, and corporations having a principal interest in this proposal: KASA Construction, Inc,- A.Corporation 15148 Sierra Bonita Lane, Chino,CA 91710 Diana Kasbar- President/Treasurer Sam Kasbar Vice President i.Secretary (909) 457-8260 „ The undersigned is prepared to satisfy the.Council of the City of Huntington peach 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 y 1\1 e Signa re of Bidder iana Kasbar, President Diana Kasbar Printed or Typed Signature C-8 • NOTARY CERTIFICATE Subscribed and sworn to before:me this . day of. , State.of County,of. On before me, Month,pay,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 rite that he/She/they executed the same inhis/heritheir authorized capacity(ies),and that by his/her/their si,gn.attut(S)on the instrumentrthe person(s), pr the entity upon behalf of which the:perSon(s)aCted,executed the:instillment. 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 officiaLseal. Signature Please See At ached. Signature of Notary Public (PLACE NOTARY SEAL ABOVE) c-9 CALIFORNIA ALL-PURPOSE:ACKNOWLEDGMENT OIL CODE.f 1480 . „ . . . . . . „ . . . . . notary,publio.or other Officer.completing this certificate,verifies Only the identity,of the.individual who signed the document to hiqbttii8certitic, te i 'attliet:1;and not the truthfulness;aOcuracy;or validity of that document. . . . 'State Of California County of San }Bernardino On .9t6191FnA2 ,befOre me, !Fleettii• EAVala, Notary.A51.1blici „ Date Here Ins.ett Name and ride of the.Officer personally appeared bar . . Name's)Of SiOrier(s) • " " "' . who proved to me on the OaaiS 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 capablty(i00,and that 150ra/her/their signature(s).on the instrument the person(s), or the entity upon behalf of which the person(s).aoted,executed the instrumeht, certify under PENALTY OF PERJURY under the'lawS. of the State of California that the foregoing paragraph • is true and correct. WITNESS iy hand :official seal. _ Notary Pubtic- San elfnart!ino County • • .r7 . Commission 4 2382462 ignetcire! -" My•tOiritii,t0im Nov 12;2.(}25 . . S nature fNôtPubii tely • Place.Notary Seat AboVe • • , OpTIONAI, • Though this section is optional, completing this information can ideter alteration of the document or froidifientteattaohrnent of this form tO an:unintended'document Description c)•1 Attached Document Title or Type of Document: Document Date: Number of Pages: . :Signer(S) Other Than Named Above: Oapacity(i3Os) Claimed by rior(s) Signer's Name . Signer's Name: El ObtObrate;OffiCer.— Title(s) 0 Corporate Officer Title(s): Partner — 10 Limited 0 General D.Partner 0 Limited 1:1 General tnbilvidual El Attorney in Fact aindividual El Attorney in Fact El Trustee El Guardian or Conservator 0 Trustee .0 Guardian or Conservator. El Cither: ti Other: Signer Is Representing; Signor ftepresentin"g: _ I 00i4 NatiOnal Notanj At8bOtatiOn:,wviiiiiht‘iationaiNbtaiy.org I-pot)-vs t\idTARY(1,8ou-:816-024 'Item#5907 • CERTIFICATE OF CORPORA..TE RI$SOLUTION Of "NASA:CONSTRUCTION INC: I, DIANA KASBAR ,President of KASA:CONSTRUCTION,INC.,Organizedand existing under the laws of the State of California and having its principal place of business at 15148 Sierra Bonitatane,Chino,CA 91110 hereby certify that the following is 4 trite copy Of a resolution adopted by the Board of Directors of the Corporation at a meeting convened and held on •NOVEMBER:0%2021, at which a quomm was present and voting throughout and that such resolution is now infill force and effect and is in accordance with the provisions of the charter and by-laws of the Corporation. RESOLVED : Thatthe DIRECTORS are hereby authoritedand directed to certify to any interested party that this resolution has been duly adopted,is in full force and'effect,and is in accordance with the proVisions of the charter and by-laWs Of the Corporation. FURTHER RESOLVED,hone at this time: 'further certify that this Corporation is duly organized and existing,and has the power to take the action called for by the foregoing resolution. DIRtCTOR.S . DEANA KASBAg 11.4/9-21 President Date SAM KASB „ 11-09L2 Vied President I Date SAM KASBAR 11-09-21 SeeretarY Date DIANA KASBA 11-09-21 , Treasurer .. Date Witness 015111411d seal of this Corporation On this; 9th ,day of NOVenibet 2021 . Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar vvork, specifically referencing the construction of {Removal of debris, and reconstruction of slope with geogrid for slope stahilixation:} Bidders are encouraged to submit supplemental relevant project history in addition'to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work.within the past five years: I. JUropa Area Recreation & Park.Distritt-8621 Jurupa Road, Jurupa Valley, CA 92509 Name and Address of Public Agency colby@farpd.Org Name and Telephone No..of Project Manager Colby Diuguid (951) 361-2090 $6,637,35/.401 New Park Construction 01/2023 Contract Amount Type of Work Date CoMpleted Provide Additional project description to show similar work Demolifion:& Removals, Erosion Control, Soil Cut at Fill, Soil Export, Grading and Earthwork City of El Monte = 11,333 Valley Blvd., El Monte, CA 91731 Name and Address of Public Agency kko©elmonteca.gov Name and Telephone No, of Project Manager Kevin Ko (626)::580-2058 $3,668,016.54 New Park Construction / Street Improvements 06/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Demolition & Removals,Erosion Control; Soil'Cut& Fill, Grading and Earthwork.. 3, County of Orange - 601 North Ross Street, Santa Ana, CA 92701 Name and Address of Public Agency Adam.Ramos@ocpw.ocgov.com Name and.Telephone No.of Project Manager: Adam Ramos* (714) 667-163:1 $5,787,621.00 New Park Construction /Street Improvements 10/2025 Contract Amount Type Of Work Date Completed Provide'additional project description:to show:similar work: Demolition &Removals, Erosion Control, Soil Cut & Fill,Soil Import,Grading and Earthwork „ „ „ „ Killik ;0 0 rsi! STIR ti OVi'ClN Building the Feitindeititldr•OW:Aittire CAticense:No.921544:I Classifications:A,,B,:C-27;C-10 'COMPLETED PROJECTS Prpject.Namei: Alondra Gateway Park Project Project Address: 412 West,Albtidra*BlVd.,,Comptori,CAS0220 Owner: Rivers and Mountains Conservancy(RMC) Owner Address: 100 North Old San.Gabriel canyon Road,A4Lisa,CA 91702 Owner's Representative: SikariciarPorter4ill Phone Number 213-3104)781 Email: Sikander;Porter,Gill@skeriska.coro. Brief Description of Work: New Park Construction Contract Amount: $2,684;425,00 Final AMoUnt: S.2,800;000:00 Pate Completed; April 10,,2025 . Project Name: InStallatiOn Or Mayfield at,LOpez„pementary Schcitil Project Address: 701 South White Avenue, Pomona,CA 91766 OViner: . Pomona Unified School PiStritt: OWner AddresS:i 800 South Garey AVentie,,Pbrhoria,CA 91766. OWner'S Representative: keiiin)inbo 'Phone NOMber: 9W644-5841 Email: keviriOlCacorn Brief Description of Wiork:' New ParicCoristrottion: Contract Amount: $846,846.00 Firiej:Arpount: $654,726.00 DateXompleted:, October 24,,20244 Project Name: )urupp Avent..ie i.enciscape Media() Projett Project Address: Jurupe Avenue &Mulberry Avenue, Fontana,CA;92337 °Whet: ' City of lFOntaná Owner Address 8353:Sierra Avenue,Fontana,CA 92335 Owner's Representative: Eric Amaya Phone Number: 909-350,5579' Email: ,earhaya*oritanaca.goV Brief Description of Work: New Median:Construction tt Street Renovation Contract Amount: $4,854,9215.10 Final Amount:: $5,107,936.64 Date Completed: October 1,2024 Page I 1 1/*APESIV CONSTRUCTION Building the Foundation for our Future CA licenpe No.927544 l 0a4slificationk A,'0,C-27,C-16 Project Name; Merced Avenue Linear Park and Water'Line Improvements Project Address: 30201 Merced Avenue,Et Monte,CA 91733 owner; City.of El Monte Owner Address; 1.1333 Valley.Blvd„:E1 MOnte,CA 93.731 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 tinalAMount: $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 Schleisroan Road,Eastvale,CA 92880 Owner's Representative: Steve Lawson Phone Number: ;951-7274524 Email: slawson@jcscLus Brief DeStription of Work: 'Existing Park Renovation Contract Amount v :$866,500.00 . Final Amount: $927,594.41 Pate Completed t 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: hitren@westrninster-ce.gov Brief Description of Work; Street Renovation and New Medians Construction Contract Amount: $5,233.,249.50 Final Amount: - $5;777,611.48 Date Completed: October 19,2023 page:12 _ „ CCI tsl -1 #4,UcTicp Bülldihg the Fbiltieldtion fOt.outfutui.e CA License.No,.9275,44 Clastifications: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 Macnell Street,San Fernando,CA 91340 Qwner's Representative: Julfen:Veriegat; Phone NOrnber: :818r8B8•71: Email: jvenegas@sfcity.Org Brief Description of Work: Existing Park.Renovation Contract Amount; !$1,394,561.60 Final Arnotint:. .$1,408,712.70 Date Completed: July 12,2023 • Project.Name; l':iithland:Park,,.Shaclow.RoCKTRACT 31894 Project Address: Sierra Ave..and 20th St.,.Jurupa Valley,CA 92509 Owner v Jurupa Area Recreation&NI*District, Owner '$61 Jkirupa„Rpad,JurOa 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: $6,631,357,40 Final ArnOunt: $6;654,89,6,41 Date Completed: January 28,2023 Project Name; EEMR Median&Side Panel Turf Replacement Project Address Highway, Rosectans Ave.,&Firestone Blvd., Norwalk,CA:906,50 Owner: City:of Norwalk Owner Address:: 42704,NorwalkBlvd„ Norwalk,cA..9000 Owner's Representative: Christine Roberto Phone Number: 562•-;979-57Q8 Email t croberto@norwalkca.gov Brief Description of Work:. Median Improvements, Contract Amount: $43,706.00 Final Amount; $245;896,42 bate Completed: September 30,2022 Page 3 • wievartits. ci wrPt Buil*Tthq.Foondation for our future CA License Nch.927544.I;ClassificationS:A,B,C727,,C-10 Project Name: Wett'Haven Park Renovation: Project Address t 12252 West Street,Garden 6rove,cA 92840 OWner . City of Garden,Grove Owner Address: 11222 Acatia:Parkway, a rlietT Grove,CA 92840 Owner's Representative; Carina Dan Phone NuMber:. 714-7417534g Email ,oprinad@acity:Org grief Description of Work: Park Renovation Contract Aniount:. ,$534,835.00: Final Amount: $698,318.50 Date.Completed: August 25,2022 Project Name:. Marconi Park Football Field Renovation.8i Site Improvements Project Address t Lee Aver*&Verbena Road,Adelanto,CA 92301 Owner:. City c5tAdelanto Owner Address: 11600 Air Expressway,,Adelanto, Owner's Representative f Saba Engineer Phone Number; '818,522-7965 Email sengineerOadelantoca.gev Brief Description of WOrk:. Football Field Renovation Contract Amount;. $.012,7Q0,00 Final Amount; 13,158.30 Date Completed: August24,2022 Projed Name: River Road Median Landscape Improvements Project Address: On River Road from Corydon St.to N. Lincoln Ave:,Corona,CA 9880 Owner: City of Corona Owner Address: 400 S.Vicente Avenue,Corona;CA 92882 Owner's Representative: Tracy Martin Phone nurtibqn, 951-232-0438 Email; vacy.martin@cordnace..gby Brief Description of Work: Median Landscape Improvements Contract Amount: S./139,889.80 Final Arnountt. ,$450,213.35' Date Completed: June 29,2022. Page I 4 II*10111111_ A C13 N STRIP 011 rsi Building the Foundation for our Future CA:License No.927544 Classiiications:.A,B,.C-27,C-10 Project Name: Gabron PA-16 Park(SUrtiniit at ROSena) Project Address: On.SIAM-nit AVe.:between Citrus-Aire,&Sierra Ave.,Fontana,CA,92336 Owner: Lennar.Hbrries tf:California Owner AddresS:. 980 Montecitb DriVe,CorOna,CA 92879 Owner's Representative: Carey Adams Phone Number: 951-903,8732 Email: tarey.adams@lenner,ecitn Brief Description Of Work: NOV ParktOnstration Contract ArnOtintt $1,094;902.59 Final,Am bunt $1,202,645:27 Datetompleted;' February 10,2022 Project Name: Mendez TriO*.Memorial Park Project Address: N/E Corner of Westminster Blvd and Olive Street,Westminster,CA 92683 owrier: , City of Westminster Owner Address: 8200!Westrninster Blvd„Westminster,CA 92683 Owner's Representative: Than Pham Phone NuMber: 714-54873456, tphamgweStenintter-ca.gov Brief Description of Work: Park Improvements: Contract $701,544,25 Final Amount: $80,0e934.68, Date Completed: ,November23,2021 Project Nam,e; 171encijf, Park Maintenance'Renovation Project Address: 2143 g.Oakmont Avenue,Orange,CA 92867 Owner: City bUOrabge Owner Address: 390 East Chapman Avenue,Orange,CA92806. OWner's Representative: RobeftAmbriz,Jr. 'Mont Number: 714-744-7274 ext.7283: re rri b rit@eity,Oforenge.Org Brief Description of Work:. Park Improvements Contract Amount: $1,348,509:0 Final Amount: $1,528,755.28 Date COMpleted: October 25,2021 Page J 5 tONSTRUCTIDN 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 Cyprest Owner Address: 5275 Orange Avenue,Cypress,CA 90650 Pwner'S Representative: AlekatideU Bangean Phone Number: 714-229-6694 AbabgednOtypressta.org Brief Description of Work: Landscape/Median Construction ContractArnount:! $693,837.50 Final Anil:Wilt $798,766.89 bate CornPleted: FebtOary 18;2021 Project.Name! Landscape Improvements East of 51erra Av'OnI3IP Project Address: NVE 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 Repre'sentetiVO Robert Eisenbeisz Phone Number t .909-295-3142 EmailiteisenbeistpinterWeStgrp.coni Brief Description of Work: Landscape Improvements Contract Amount! $506,09.2.00: Final Amount: ,$617,150:49 Date Completed: API112,20,4 Project Name: Yucaipa Regional Park RV Camping Modular9hower/Rettroorn Project Address: 33900 Oak Glen Road,Yucaipa,CA 92399 Owner:. County of San 8ernardino Owner Address:. 385 North Arrowhead Avenue,San Bernardino,CA 92415 Owner's Representative:: VasiliS Tsanga rides Phone Number: 909-3,61-8786 Vasills.TsangarideS@res.sbtounty.gov Brief Description of Work: Park Improvements Contract Amount: $ 18,500:00 •final Amount; $350;300.00 Date Completed: April 8,2021 Page I 6 1114011VSA--, CD N$'T RI—I Qlrirals4 tifilding the Foundation for out Riture CA License No:92$44 F Classifications:A,B,C-27,C40 Project Name: Palm !A Muscupiabe Drive'Medians-Landscape Improvement Project Address; Palm Avenue,.San Bernardino,CA 92405 Owner: City af San E3emardino Owner Address: 290 North D Street,San Bernardino,CA 92401 Owner's Representative: Saba Engineer Phone Number: "909-384-5284 Email: efigineersaptbdity,Org Brief Description Of Work Landscape!Median Canstruction Contract,Amount: :$668,000.00 Final Amount: $668,000,00 Date CoMpleted: JanUary 25,2021 Project Name: WeSt COW HWY Wciien:Landscaping Phase Z 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 Owners 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 Crea Par.k Improve/tents Project Address: 4860 Condor Aye, Fontana,CA 92336 Owner City of Fontana Owner Address: 8383;Sierra Avenue,iFontana,CA 92335 Owner's Representative: Ricardo Garay Phone Number: 909-350-7619 Email: rgarayQfantana.org Brief Description:of Work: Park Improvements • Contract AmoUrit. $1,960,014.00 final Amount: $1,994;811;42 Date Completed: March 27,2020 Page] 7 A 4 CNSTRUCTIDN Building the Foundation for our Future CA License No.927544 I Classifications:A,B,C-27,C-10 Project Narne: RiVerbend Park Project Address: 11793.Confluence br.,Jurupa Valley,CA 91352 OWner: ,Lennor HorneS of Califernia Owner Address: 980 Montecitb Drive,Corona,CA 92879 Owner's Representative: Brian King Phone Number::: 949-428-1400 Email: brion.king©IennOr.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 Replocement Project Address: .5700:Qrange Ave.,,Cypress, A 90630 Owner: City of Cypress Owner Address: 5275 Orange Avenue,:Cypress,CA 90630 Ovvner's Representative: Nick MangkolOkiri Phone Number: 714-22976729 Eniail: ribiongkalakiriOcyPressta.org Brief Description of Work: Park improvements, Contract Amount: $318,500.00 Final Amount:- $364,670.14 Date Completed: Februe,ry 2$,292Q Project Name: 'Water Efficient Medians Project Address: El Toro Road between Calle Sonora&Moulton Pkwy.„1„ogprio 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: Obaumgartengdityoflogunawoods.org Brief Description Of Work: Median IniproVernents Contract Amount: $254,747.10 Final'Arriount: $254,747.1.0 Date Completed: February 6,2020 Pagel 8 011:31•4 STRk•-I.0.7"I t3 N: Building the Foundation for our Future CA License No.927544 I Classifications:A, 15,027,C-40 • Project Mine! Los Serranos Park Project:Address; 4849.Bird'Farm Rd., Chino Hills,CA91709 OWner: City&Chino Hills Owner Address: 14000 CityCeriter Drive,Chino Hills,CA 91709 Owner's Representative: Mark Raab Phone Number:, 909-364,2746 Email: rtiraah@chinohills.org Brief Description of Work: •Park Improvements ContracfAmount: $3,688,324.92 Final Amount:: $13,905,472.24 Date Completed; November-18,2019. Project Name: Trail Connection for Deadmans Curve::(Conestoga Trail) Project Address: Rancho PalosVerdes,CA Owner:. City of Rancho PalOsVerdet Owner Address: 30940 Hawthorne Blvd.,Rancho Pales Verdes,CA 90278 OWner's Representative: James O'Neill Phone Ntimber: 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 Prc:lject Name: ' Joe Sampson Park • Project Address: 65Q W. Randall.Ave, Rialto,CA 92316 Owner: City of Rialto Owner Address: 150 South Palm Avenue, Rialto,CA 92376 Owner's Representative:: Ted Rigoni Phone NUrnber: 909,820-2651 Email: trigcthiprialtOca.gov Brief Description of Work: Park IMproVeinent.S Contract Amount: $5,147,000:QQ Final Amount: $5,323,556.56 'Date COMpleted: February 26,20.19 Pagel 9 Kik ..:::- ,...'• .., :-. ' :' -„ ' .,.- ,. ,. '''•,-,... • vl 00 NISTIFtLIW.r1 0 N 13uildingthe foundation for our Future CA License Na:927544 I ClaSsifitations;:A,B,c-2:7;t-it) October'2,1,2025. City of,HUntingtory Beach 2000 Main Street' Huntington Beach,'CA 92648. PROJECT: .Bluff Top.Slope Repair Project BID DATE, .October 214925 BID TIME: 1:0:Qg AM: Biddees.Statement.of Financial Responsibility,Technical Ability-&Experience , . KASA Construction Inc:would like tO.thank.the selection coMMittee for theirthorotigh evaluation arid Consideration of our proposal in identifying the Most qualified Ofetor'fbrthesublett project. KASA Construction,Inc.Carries an A, B,C- 17.and,C40 licenses and employs bothcertified and licensed.0„Sb's/QSP'S and pesticide-apOlicatOrS,,retPectiVely iti- hOUSe. Furthermore,KASA Construction, Inc has successfully completed a:multitude of public works projects ranging from.as loyi,:as$109;000;and.in excess of$5,000,000 for ohjic entities such as.:caltrans.,Sao:Bernardino Associated [Governments,United StateS,:Artny--Corbs 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 eyery.Oroject: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 giyen project executed by'our firm. KASA Construction Inc. is very financially stable and is backed hNi.ppr.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. :1-lOtAi.the Scope of Work and SerVice*will'be accomplished;0 y e.,excellent history in.project execution and delivery is :attribUtable tootit thorough review Of the contract:documents, understanding of the full scope of workand. establishment of the projects execution approach prior TO furnishing any bid Coupled with the expedited establishment of project controls,resource planning,procurement strategy and imolemeritationf011oWing.,award of any project As it pertairK:.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 srequest submittals for all materials being incorporated into the work and submit for the Agency's review and approval:immediately following the aWatd.of contract to ensure that Any delays attributable to procurement are entirely avoided,:orders are placed Immediately following receipt of approved submittals and;scheduled in accordance with the construction schedule which is submitted totheAggncy prior to commencement of construCtiqq.The prPOPt.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:Q.10 existing onSite. conditions for the protection of 0111m/dived patties. 15148 Sierra.Bonita Lane,Chino,California 91110 Phone-::,(2o9)457-8260 Fax i(909):4157,8261 I.www.kasacoristruction.com NSTRUCTIDN Building.the Fbunaationfot pur Future CA License No.927544 ClasSifications:A,B,C-2:7,C40 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 Bluff Tobsiope Repair FirOject to your Agehcy.Should you have any questions or comments,do not hesitate to contact me at any time. Si cerely, Sam snar Vice eside t onstr tion,Inc. 15148 Sierra Bonita Lane,Chino, California 91710 Phone:(909):457-8260 Fax:(909)457-8261 I wwYtt.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'.projeet.Bidders are encouraged submit supplemental relevant:project history in addition to the projects liSted herein. 1. Michael Brooks, Senior Project.Manager Name ofpropesed Project Manager Telephone No. of proposed Project Manager:. (909)457=8260 Highland Park Shadow Rock $6;637,357.40 - New Park COntrUction- 01/2023 Project Name&Contract Amount Type of Work Date Completed ,Merced'Avenue.L.inear Park- $3,668,016.54 New Park& Street Improvements.7 06/2024 Project Name&contract Amount Type Of Work Date Completed Crawford Canyon Park- $5,787,621.00 -New Park& Street. Improvements 10/2025 Project Name 84..Contract Amount Type of Work ' Date Completed 2. :Q1-1Arl flarnehi,Qpneral Stirierintendent Name of proposed Superintendent Telephone No..Oflpropodd Superintendent: (909)457-8260 Highland Park ShadoW Rock- $6;637,357.40- New Park Construction - 01/2023 Project Name&Contract Amount" Type of Work Date Completed Merced Avenue Linear Park- $3,668,0116,54 7 New Park& Street Improvements 0.612024 Project Name; Contract Amount Type Of Work Date,Completed Crawford Canyon Park-$5,787;621:00- New Park &Street Improvements -10/2025 Project Name 4 Contract Amount Type of Work Date Completed ,c-ii CONTRACTOR REGIS'TgATION WITH CALIFORNIA,DEPARTMENT OF INDUSTRIAL RELATIONS (DM) CERTIFICATE PtirStiatit to.SB 854 (citing Labor Code Section 1771.1(a)),:passed by the California State Senate on June.20,.2014,established a new ptiblie‘WOtksContractot 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 Attie 30.state fiscal year) with the California Department of Industrial Relations(DM). Currently the annual non-refundable registration fee for Contractors is $W: Each contractor to whom a public Works;,contract has been awarded shall sign the following certificate = DIR FACT:SHEET'on.S1$ $54 https://WwW.ain c a.go vtptibl i c,worksiPti bl ieWorksS B 854.html DIR's Contractor Registration Link—Call(844)522,6734 https://www.dit.ea.govipub licworks/Contra ctor-registration.htm 1 DIR's Contractor Registration,Searchable database littps://cadir.sectire.forcecOinCOn tractorS each I am aware,and will comply with the provisions of Labor Code.Secti on 1771.1(a)which states: "A contractor or subcontractor shall not bequalified 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 fetan unregistered Contractor to subrint 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 pursuantto Section 1725:5'at the time the.contract is awarded.' I ftirthennOte will comply by providing proof of registration with DIR'as the primary contractor, as well Of&ALL atibetititractorS at the tithe of submitting the bid. KASA Construction, Inc. Co Actor „ , ... nK Diana Kasb r, President Diane.K@Kesa0oristrpotiOn.c0rn Etriail President.... . . Title Date: AO/21/204 PWC Registration#: 1,00000601:3 . „ CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE How many times in.the last five:years has.your firm been assessed arid paid liquidated damages aller Completion of a:project undera 1 2 3 4 5+ construction contract with either a ptiblic or private owner? (Explain on:a separate sheet identify all such projects byowner,,mVneeS:address,date Of completion of the project,amount of liquidated damages assessed and all other hot infortnationnecessarY.to hilly explain the assessment of liquidated daniages.): • .2. How many timesti ,esüi the last five year, has your any claim against a project owner concerning'work On a project or payment for a. 2 3 4 5+ contract and filed.,that claim .COurt or arbitration? (Explain on a separate sheet. Identify the Claim(s)by providingthe;project name,date, of the claim,name of the entity(or entities)against whom the claim was filed,a brief IA description of the nature of the claim,the court in which the case was filed and a:brief Rim description of the status Of the.claim{e.g,"pending or-if resolved,a brief description of the.resoltitionl:) 3, :How,many times in the last.five,years has GalOSHA cited and assessed penalties against your firm for any-serious""willful"or 01 2 3 4 5+ violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for of safety or:health regulations? :NOTE:If you have filed au appeal of a citation,aritilhe,Oceupational.$afety and m Health Appeals lloard.haS not yet ruled on your appeal,you,rieed riot irielude INt information about it, 4, Now many.'times'dtgipgthe last five years,lips your firm Open;required to: pay back wages and/or penalties related to stateprfederat prevailing wage. 01 2 3 4 '5+ laws for wotk;peritirrn0 INVOUt finri? .(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 cfairn,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].) c43. iY rX ♦ �.re�.,t� ♦. .CONTRRACTORS: 11.100. STATE LICENSE"BOARD r g�s LICENSE: Lire ' z 927.644, CORP' : ,. KASA CONSTRUCTION iNC qn., •A B,C27:C1C);: s� k, ;01.%31/2627 v+N±lw.csib:ca.;gov. ' a • CSLE3 • _deb, 1:::4101 •CONti,z*croOs.;.STAT LICENSE'BOAR • OCOntraCtOrS:License Detail for License# 927544 .DISC131161ER:A license status cheek provides Information tokenfrons the[Silt, UOnieslataleise etorereiyingon this inhermithenape shoutci be emere of the Ceithepheitteilehisl ar4anertyisissbAretroAZIlrorner:disdcWeeerev . r. ho.thaIwill.opeaf 1416vitartiritm,arrolatibit Oek terz,(war:1011411,3n of pcl'ors.Vie rinVairratrutie,g'.estcdortl;,,r4Tri t ikril.,rgror,s.arra,tivOr*Itt,c.rincertargotorr!ofpostrine.tr7, ihr.41.41$.1.Chtrrs my fit re,isri4tIntarrznstiaathathavkr9et blen entwO intottre.15,6evadrri*4., uOutO IntorTatio9 v.A .r..ou#Rurtion 100'1.'cniu.,061,:iri:AtAt!i, CHINO:SADVIO . .CFP°P,W" Date Mostoos Exptra Date.CAnweas trice*ttaiti4 1:tdsvc.wi.10,P=etkonri Et:1m '000115,09. s E. OvcpALa.92FI c27 AtiOS6,4=t4 Bondln9 Infoonailon "tantracions.pOnit: Thr,gon,wite"dattroutors Raid with.,:kroal.rattrwitAtu5Os.1.t.ia:ktrcu c,6,40p4r,, Sam!e!utp be...13000319 Bowl&multi, pftliy.e Vito,DI/G912.1733: en1341,t•totv 0on4 of qualltiingindiyidpt • ThequatyPdat4üaSERGAO5tOLOA0flARreft.i6pc1 t.4t hIpesIOpertnareot • 0fieyntIng,skimernIrryLptns.pilt.pfl*Opi)wi0Wp*Te,qie Band aNitaliyinginfitviduatis getrepUe.d., 1111"v.DoOP01 2024 • • Waters.CtimpensaOcn iThrsircenie rOmaii4erscomper.satioriinsuranceWIththe,FirkiiithiitiinfifiCkSiiii1:01, tcji4P4t4v•6? Fey kymbenUE161912.5 Eftectivenit;:pisp019 Exp,Ife Datiaki1P42,126 ','Weliktecavarre..gronir14.;,.;a. • utiMceri,cogiipetiiatioh '2'442.acur4itiontInavil6kt ri..r.eita*unpi..iteillk rot desettpilotiaid)t vs disr es.eamp;trw..tainft,ii.tisilkatinn ersiier(11115tilifor tfil's3Iten,ste;contact. the to oseesjnuirarisi c yeCd t,ehtditvsnet.n forlhelloriees.loweerisareilabll.bxclitkiNt grirTgprC ohvp ontEdoOS eat navalal?1 t.tvW•Oiri'Cinpenfititin insuramtk iiirrerm'AciasotkatIRI porch Fog" Xhsbeard4oca rot vstifyoriftwttigatiiiie accorasvitclasitiintloh cado4'dtpliqat Back totcp CopdidOns of fAc essi ity tOificatior, cinciyrio.t.'02.ps.st.* Catif941ip ` � U���N�� ��v���� ~~~�~~~ p�x Works Support 'Los in Oepartment of ^CpK Search . � tontrac.iork.e sqmh � project Registration Search ��� ��_^�^�~� �nr !;��Azq ����' ��� ,lOQOOq6013-KASACqmsfr"q6" /""� . __............ _....... __-...... ^�-___�,� 1U8o[06013-k3\8\Construction Inc. -_.... ___-. - --_- _-__� _-_-_'----_--�____--_-^-'__ � eeAccount-W|_p PWCR ` ioono066.1� } i -------- - ------------'----- -~--� | Contractor Status ! ` `� =-++---~----�-^ ' -,�---- �=---- ----/ DIRAoDroved 927544 � | oU044sphpnx / _.......... ' . / | Ext � | ��. � neoig,t,rauo"SbrfDate, -,__~. __.... -' -_---- -_'_. ... ~-,~�-. -~.. � LeoaFntltyw«me .............. '�_ _�' _`'~__ __- __------ �___.-` ~���__~l / 'Construction Inc _ / goinmRu�e�A�¢V�o � mASAcondmcuonmc � ......... ...' .............. � pusinu�s Stmptu=� ...................... ......... � None i ~-�-� -' ------ `�~-----~-��----^-----' -------� — � p,esmcn -----'^---..........................----- ---- � � � Email i ' - ~------ - -- --- -- - � ' - --- `--` ' ' - - �'--- - --�'- --'--- -- '--'--' � � - _- -=,=� ,_=__��'_`�,+��_',�' neuisbndgn End Date � ,._`^~_^+^^��+'-^-~-~� .^~.�+^.....^�_^�^^��-^'-^~ � / Crafts and ~° ~=_= ' i [��nur ' ������ | `- -- - ' ` - � � , ' -- - - � '- -' -- ----- ' - � -- - - � � ' � Auddres§ �oomo*uu�s -_-_` _ ...=^ _�''��'^-��_�-~,^°����'���','/+ �-~ _.� - ~^�='^~_�_`` `�-,+~_,�-....-. ---=~`=+ ( wbilkgvmum, ~om � ' in�~_�____'�_'^_-�_-�-__._-_�~ �.�`�_,� �IMm8ng'wddrey ^stat CA � �Mamm:. ......-.... ~+-^^--���`-----�-=,--�^-=-----��---''��^-��+=�--� �17 L�--�_--_----_--'- '----�~------. .............. 'waijmg4d4re�'tv»n�v -- ---~-r°=-- � '--�-`-�-�-'��-^------�-----'~~~~��-~---,`,�'^--�-----'~_--` -,--�--� United States | ........... .................... __-__�- ' Physical Address � Physical Address-City _. __............ ^^_~___~��^�-�_-_^�-�_'_ --=/ � Address--State ' -- ----- | _. -_ .............. .... ......_ ......... - ~` '-..............~_______.^.~......^_^.............~''_ ....... -^=~�=`=�~�-__� ` phmkaAd6,re,,s-21p ` ! ----'�,-~�- '~- ~~ ^ `---`-�~�~--�--~~^-�----- '~--�-~---'---�`�~��------� �--- � - '-- --- \ _ ..............- __` `.___-___ Physic"Aadress,.Countvv. ~~.-_.......... .-_��.',`___�.~�' _-__. { �Rei -........---~~'-^~ .............'---- ----,-- --�.........-,~�~- -------�-' ,_'--........... _' Wudiupwioatiomwice co�Wt:�f 20mState ofcal(pin* Acces.simNty 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-gillaskanska.com Skanska USA Building Inc. Skanska Integrated Solutions 4110 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 th'e 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 EL'hi `�Y 4E ttti¢$4,..1A CITY OF EL MONTE Leonardo Torres, P.E. h;. City Engineer PUBLIC WORKS DEPARTMENT 4.44troW 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.gov ' City ©f >, _WESTMINSTER ' fr#,#,,: 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 t 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, ,..-juveitvz--x4rx.,,,_ , 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 • 7. T�Y. CITY OF • • if CI IY COUNCIL" December 13,2023 C LESTE T.RODRfGU 6 KASAtConstruction, Inc. _' ' -i "Attentiion: Sam%Kasbar, Owner/VP VICEt'�t1AYORBonita' •: ��'•�• 15148 Sierra 'Lane' MARY.MENDOLA Chino,'.GA:9.1710, • COUNCILMEMBER:, JOEL.FAJARDO 7 Project: Layne Park Revitalization Project,Job No. 7616, Plant No. P-737 Owner:City of San Fernando COUNC.:ILMEMBER Subject: Letter of Recommendation MARY SOLORfo 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 CALIFORNIA 91340 Sincerely, • (818)898-1290 . LAS PALMAS PARK. 505 S.HUNCINGTON ST. 1,, Julian Venegas. SAN FERNANDO Director of Recreation and Community Services CALIFORNIA 91340 (81.8)898-7340 VONINi.SFCITY.ORG • P E N TA _:71 r_ 1 r _.7...1 77, i___i 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 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 z Cifyof - .�.,:..1r �: Gabriel Reyes r." 4: Mayor r' .._„! Daniel Ramos `./" Mayor Pro Tem Joy Jeannette Council Member September 21,2023 Angelo Mesa 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 Recreatiim:.KASA has•.been,a true partner throughout the process and the City greatly appreciates theeffo ts,-- `\ . 9 $ KASA maintained the higliest1eve1 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"greaf,success. City of Adelanto is'looking forwardto work with".RASA':'in future and wbuld",highly recommend the company to other agencirs. "~F''z,:F N Sincerely, y: Saba Engineer,P.E. ` " , . > .` . City Engineer ` Adelanto City Hall-11600 Air Expressway,Adelanto,CA 92301 -(760) 246-2300-Fax(442)249-1121 31;:...';e0 Ram...,._ .f'Y .• _1, .',1.P�X?r:, ,�,.._�I"• A sit f Ag..,*x ?..,'..T1 „,„ ,„ , ity- of 1887 All-limerfcapf. • ” — EuO23 1061/4$kcijOstrdctiorr,Jrc. Attention;Sam KaOpri,pwriqr,/VP -,151418',5ietra Bonita Lane, Chino.) Ck,917,10 '..Project;Lucinda Garcia Park I'mprovernentroje4 Q1i'vnert::citir of motitoicio. Letter Of:R1410111,0i0n06001.1 Pear On behalf of the city'pf:MqprOia,:l woulillikat0„:0,pokyoo and your Team otKA$A Construction for yoxr 1 ,efforts in completing the Lucinda Garcia :Park; Improvement Project!: This project consisted of he :renovation of an existing park which includes the of two new 'playgrounds, ,rubberizedi ,P;AtfAcjpg,:'o(prcjg;'Ocl!...iiPPIPPLOIAkidition to various other site furnishings such as block walls, concrete walkingtrails with:ikghtsi landscape',andirtafIon ,k;esA completed the:,project vlithppt any,safety related issues and completed the projoot,within rth4,, speifie4.projOtttiireft,atne:Whphissme§:arOes,sdlutions were provided rek400. The City of:Monrovia recently filed the;Notice of Completion on this project and'the quality,of the: improve1ents made during'the project have !,:igeh,s well received by the gorgo4hity,The KASA teeth: completed the project with the intent to maintain asreat business relationship the of Monrovia City staff appreciate the willingness to complete the project in&diligent and professional manner which resulted in 0:s-corn 0,40,TOrojemoqt thexorilthohlw thankfüI 'IVOiuki like to thafik-464;toigtotulote you and yocitteaih,ot'lMe:tieoject completion of the Lucinda Garcia Park Improvqmev, Project; I would recommend f.<4s; toot-0700bn mt. 'to future agencies or ovv1)6r. liased orttheAuality Of-Wori,k, i.$14C0:17.0!Sti. ,P1/41eTachiki DireettirofPirblit:Worksf !city,Of MOnrciVia: Corporate Yard 0 600 Sp4th,I*140:00:Avq10-01‘lfOrirpNii,4, 4100#0.:91016,• 01, ::(ozo) 9a. "'7.5575 r • 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 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, ti Ryan Combe . Director of Forward Planning Lennar Homes of California 98o Montecito Drive,Suite 3o2,Corona,CA 92879 Phone:a�(951)817-3500 • w , :e/CITY OF 4 , NORWALK .. A Connected Community 8, 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, Aty � 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 *'VlP9' 100 Civic Center Drive,Bay 2D t Newport Beach,California 92660 •F^J' '• �` g 949 644-3330 1949 644-3308 FAX :,: newportbeachca.gov Q gar f ,`gLipptzN 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, Michael J.Sinacori Assistant City Engineer i"'*Y` " a `s4�4 r ram; „ ��� "+^ etc++ � .' r4 . ,f ' q� VilW�' o ublI,�Wo rpe� the t», � „,�� � T_i ;;.. T w '+ -•*t ' ''�tc 4 COY �`"7Rr's + 1Lyam_ / ,y r ,,44,�,,�' Fi2',1',/111.6 ,14,4147?'!;Ee 5 ,���.,�' Ir'', ..tn.,..Ar4 s,.�x.� �"- „'�S«rr..:i.1tir. ?? ,,:+_. wkWa'G,x.%r'+1., ,,,`_, 42GS✓Ls ✓',ti«5..'.!�__ '�'.., ,.3 .'l', " :.... .., ., ,.,,, �.,...M,3is.s'+`fit.` N:NA 171! 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 .LE ri4 :., A COP ... . . '' ..p' ,-,,./•,•4 • • , fi June.10,2020. • ;KASA ConstruCtion, Inc. :Attn: .Sam Kasha t. ii :15148 Sierra Bonita Lane :Chino,CA 91710 . . :Project :Sierra.Crest Park&:Dog Park Improvements-Fontana,CA Owner: [(Hovnanian.1-lornes 'Subject:: letter of RetornitendatiOri • '. To Whom it May'Ccineern:. On behalf of K Hovnanian Homes,We'would like to.thank KASA Construction for their efforts in completing the Sierra CreSt-Park itriprOvernerits PrOject. 1 .1 The project consisted of a Public City Park with a COprefahritated RestrOo:m.Building,Playground :Equipment,Rubber Surfacing, Basketball Court, Pitnic,areas NVith.Benches,Tables,and B.arbeg Ups,green I- Space,as Well as Dog park.: . • , KAsA completed this,praject in a tonSeientiOUs.Marmer,,mairitaining the.highett level of professionalism a nd'keeping the clienVs besfinterestS in mind:,Throughout-the duration.Of the project,KASA cooperated actOrdinglyWith IC;Hovnanian and the City to overcome many obStactesjacect during 'ConttriaCtiOn.AlthOgli,there were some trYino.times And design issues,.K.A$,kalways.imaIntained. professionalism, and and worked diligently with K. Hovnanian to achievethe mast.feasible solution for all. Without a,doubt, KASA fulfilled their duties:at a General Contractor to the.satiStaCtions.of all partieS, They also always honor any warranty request and stand behind their installation,which is a true testament f.or.a quality general' oritraCtor:, it has been A Sincere pleasure w.orkingswith Sam Kasharand'his team..We would not hesitate to refer' them to any organization.seeking a diligent,professional;general contractor that upholds the highest • . possible standardsAnd executes exemplary work. . ..„ '..Sincerely,. , — : •. . . . ..,.. • .• " „ t ... . . . • anon Mock. •• • ,Sehior Land DeValornant:Managat . , K. Hovnanian Southern California Division LLC 400 E)tchenge,Suite.20.0 Irvine, CA 90602: 1, 1 • i • 1. 700.1 'CITY:OF RANCHO PALOSVERDES PUBUC WOiN DEPARTMENT WiPy.:0„42-0 5A•000140.1Q0, 1.6:140 8,160*pgrjita,Lane- :QhfrOCA 9:1.7 to Project Conestoga Tea Connection f0,-e4dnibret.-0000 TwhOm ifrnaTponcerri: 'The City of Rancho Palo Verdes would like to IhPrils.;KMA.'-Ociosirudion for their piprrtmorici.Able pprtprrnanw in etitnpiotinglnp,::c'onostoga:likil:p011()Optipn Project. ,KA$A Construction completed this project with diligeno6'„,aiid'obtnrOmpbt, . maintaining theighêsfleydFOrpt'Ofessiotialiitii.aitorrtign to detil and work ethic. KASA Constructions.scheduling and coordination r vvAio: mpotty..They maintained ak..00,0Itont 1 relationship with the City,:project management and inspection*PIII.."end kept:the job nirinjrt.in :COMji*rit and prgoniiett It:na8,:bb-6ri a pleasure working with KASA and we w2,410 not,hesitate to recommend their Perv...ice5.to:others. $j)7100rOty, Ali 'N'Ot"$et, „Ozppobr Engineer .;30E.14.0).-iikvkiTtioRtipp9vgA50.4)3*Qi-lakAiLO:SAtERDES 49m§1§190($1,4) 44 S2S2JFAX( 1O);544;5292:1f7i-WOVeRfft0,65NIIRPV :PRINT)Qr,1 Fi,ec,MOPPIIPE.f; Et';'1:.: ti lir;g City of Rialto ,,,,. ?Av.,— e, I 4.60 ,0'0 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, 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 • • • lhirt f .J)14C1411 GIMP 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. (961).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)869`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, (ittpllwww.comworksdg.com COMMUNITY WORKS DESIGN GROUP • Scot Rice ASLA,LEED AP,CASp CA License Vice .esi•ent Landscape Architect CA#5111 NY#2645 Certified Access Specialist CASp-709 scott@cwdg.fun NV License#389 " 1sst k ,., .= ^ 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,. Tucker.6r czyk ebn*Ucti n:.Manager' 31200 OAK CREST DRIVE ;0; WESTLAKE VILLAGE • CA • 91361 0:(818)706-1613 • FAX(818)706-1391 • www.wluorg 74/ etb- C di/4 111111 14000;City Center Drive KASA Construction, inc. CA 91109 Attn: Sam Kasbar Chinp 15148 Sierra Bonita Lane (900)-364-2600 'Chino„ CA 01710 tfitvW• e (./ Project: Lot Serranos Neighborhood.Park ,T)Wner:„City,of!Chino Hills: „ Subject: Letter:of Recornrriendation , „ „ Dear Mr. Kasbar, On behalf of the City of Chino Hills, 1 would like to thank you and your team at KASA.Construction Ina, 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 andithrough 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 le:, 2019. I have attached our Grand Opening 'Net.: 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-scheol garden club. I'd like to extend my sincere appreciation to„yeu and your deVotedteam on a job well done and congratulate you on an outstanding project, It was an honor to introduce the 44th park to the City of Chino Hills I would net hesitate to recommend KASA COnStrUctiOn Inc , to any other owner or agency, Sincerely, Ottil CyrithiaNloran .Council Member 0(4 Art Brian Johsz Ray Marquez a Cynthia Moran Poteri: Rbgers , -• " „, „„ „, „ „ „ Tn.'.951.4!;3,3280 14075 Ff.7,ED1i1UCK PS rf l'AX:951.4 Q.:37j MORENO VALLEY 88005 W 11 E R 0 135 E A 10 $ 5 0 A R. m E t^.ci()\Will!CA 9',2552 0805 July 2-4,.2018 Subject: Letter of Recommendation John F. Kennedy Veterans Memorial Park Restroom Improvements;Project Project No; PCS HSG GR.—JFKRENO To whom it may concern: it. has been a pleasant experience working. with Sam Kasbar and his: staff with KASA citittrUCtion.on'the JFK Park project. This'project:included a prefabricated rettroorn, eleCtrical,, sewer, picnic shelter, irrigation, turf installation, -shrub installation, colored concrete walkways, and,Site amenities. The final.project turned out absolutely beaUtila 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,. Tony Hetherman Parks Projects Coordinator TH. Enclosure: Letter Of Recommendation c: Project File „ - VAC*elopmeni&SppcsVFK restrtioni‘KASAkReconimend4tion4ocx PARKS: AND COM M UNITY SERVICES DEPARTMENT Department of Public Works, Apr Douglas S. Stack,P. Director - 4 41tiv-4, DctOber 81, 2017 KASA Construction, Inc. 15148 Sierra Bonita Lane Chino,, CA 91710 Subject: KASA Constructionvinc. 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 convoy to Other agenCies. Very ruly yours, Ken Nishikawa Deputy Director of Public Works/Engineering 300 Centennial Way, Tustin, CA 92780 4' P! (714) 573-3150 0 F: (714) 734-8991 0 ymr-w..134ginca.brg City of Westminster 8200 Westminster Boulevard,Westminster,CA 92683 714.898.3311 • ,* •"'' „ www.westminster-ca.gav TRIIT A Mayor SERGIO CONTRERAS Mayor Pro Tern DIANA LEE CAREY December 12, 2016 Council Member TYLER DIEP i Council Member KASA Construction, Inc. 15148 Sierra Bonita Lane MARGIE I..RICE Chino, CA 91710 Council Member Subj1ect: Letter of Recommendation EDDIE MANFRO onager 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, Jake Ngo, P.E. Principal Civil Engineer City of Westminster/Public Works Department • .r. . •. CITY OF :"''GR „ . c:0011,00m$E040E,OiogpAiF:qatiEtot 1,gmniv.;cityptrartgb.cmg (ti1.4)7447,72# FAX::01.4.74144*.f.. eCOO '<ASA ContruCtiOn, 15148 Sierra::80041.,0 he (hitioit4 9171 P30040; tAimbScAPit tIENOVATICW AT THE;8AisITIAGtiTh18 ASSESSMENT DISTRICT To Whom'ftMey:Concern: On behalf of the Cty ofpOpp:,,,r.WOld like to recognize Mt4;cOstrile.ti6ii for theie60#t*-,idirig*-04 oh the Turf Replacement and 0fijak RenovationFtt.916et at the Santiago Hills firOf.Ossi.0*andih.a timely manner.. Working with KASA was a pleasure Their professional managerial skills,fror6Ilio-top Opwq1A9tigi',00 their re'entless"get the job tiOPefri•attitude and approach 0.1:.-01e:i4:00-0141:40 and implementation of construction truly made the difference in the successful anCraCcelerated:eoniOletion. •:00t.e..a*i:Oi0:0140telIC4;1*1106;UW004 OtIle,SiOteto refer pie professional services-of kASA construction-Inc.to others: ;ItY04 IIVO,1,40y stjons. you :ey.-conteetrii0,4(1:1:,E08.Z=.:5491 Sincerely; Neth:46:8104rrio, • ' Landscap P.:(9..kcst:c00td!r10cr . , 230 gAl'014APIVIAN AVENUE: '5f; ORANGE CALIFORNIA 92866=1506 • "7„0.1:1"4, OFSOUTH ,PISADENA cPPLIMUNITY>SERVICES DEOARTMENT 11 02 OXLEY STREET, SOUTH PAsApskA, CA 01030 TELf 626.40 .4360 FAX: 626A03.7361 WWW.Ci.SOUTH-PASADENA.CA.US October,25;.2016 , To Whom.It May Concerti: 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 ifithe project beirig completed in a successful and tiiiielYinanner:Thfough 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 Spautscha.Southpasadenaca:gov or(626)403-7362 if you need additienal inforination. Sincerely, dila Pautsch Community Services:Director " ' = • „ , 0.!"*.s7s 714,c7,5*:•`: , CITY OF ORANGE ,. .„.. ,. tkayi: w COMMUNITY SERVES:DEP/ ,01ViaNt vvww,cityoforange.org 16140NEi (714)744-7274, • FAX::(714)7444251 July 14, 2015 KASA.COnStruttion: 15.148 Sierra Bbnita Lane Chinol '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 compjetecl 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 forbine to work alongside them in the future,. Respectfully Submitted, 1 , 4 ,r,,„„ ( ',,,:' L,)filk Don Equitz ,i/ Sr. Landscape Project Coordinator COMMUNITY SERVICE DEPARTMENT•230.E,CtIMPIWN AVENUE •ORANGF,"CA 9286 �L Si / I Lewis Operating Corp . 1156 N.Mountain Avenue(91786)/Post Office Box 670 Upland,CA 91785-0670 i Office—(909)949-6789/Facsimile(909)931-5595 • i 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 Statham 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 Parlchouse (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 i I look forward to working with the KASA Construction team on many more projects in the future. Sincerely, Randall Lewis Executive Vice President ''�� • Liberty r� ` Mutual® SURETY BID BOND KNOW ALL BY THESE PRESENTS,That we, KASA Construction, Inc. of 15148 Sierra Bonita Lane, Chino, CA 91710 (hereinafter called the Principal),as Principal,and Liberty Mutual Insurance Company (hereinafter called the Surety),as Surety are held and firmly bound unto City of Huntington Beach (hereinafter called the Obligee)in the penal sum of Ten Percent of the Total Amount Bid Dollars( 10% ) for the payment of which the Principal and the Surety bind themselves,their heirs,executors, administrators, successors and assigns, jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH,That WHEREAS,the Principal has submitted or is about to submit a proposal to the Obligee on a contract for BLUFF TOP SLOPE REPAIR, CC No. 1815 NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified,enter into the Contract in writing, and give bond, if bond is required,with surety acceptable to the Obligee for the faithful performance of the said Contract,then this obligation shall be void;otherwise to remain in full force and effect. Signed and sealed this 15th day of October , 2025 \At/ KAjS onstruction, Inc. (Seal) Principal Witness C iq,Ka f _ ReesIA— Title Libert Mutual Insurance Company Witness y h Samuel ' Attorney-in-Fact 3 `Ooc� 1912 o • .0)SSACHUS��.dL 8j * T,\'‘ LMS-10053 05/18 M. 'iVii, Liberty POWER OF ATTORNEY rA ` 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 Attomey 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 • Pt tt,t PvtY INso,p� tNsupq The Ohio Casualty Insurance Company a=`oat 054,'4, c=oosp./Li'4� - 0,0,4,..4.. West AmericanInsurance Company 1912 0 1919m, 1991 3 i"( �JO / CD o r v "3 S: o Q O mil (� Ui E ad,*SSACHo ,..4 MAMPS,Abe '(601ANP -da = U N Nathan J.Zangerle,Assistant Secretary a m tv State of PENNSYLVANIA ss a) rn County of MONTGOMERY .o j, 4-• 3 On this 1st day of April , 2025 before me personally appeared Nathan J.Zangerle,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 8 aa) io 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 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. al vziIN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. c•B 11.O O a) 9P PAST `-'2 �. toNWE P� Commonwealth of Pennsylvania-Notary Seal >,- -8O !4 o� 4<Z Y Teresa Pastella,Notary Public C.� O OF I Montgomery County E My commission expires March 28,2029 By: o a) C (`0 y Commission number 1126044 �A�` eresa Pastella,Notary Public 't `o N 2 NSyL ,G Member,Pennsylvania Association of Notaries .`.- al (B N �qRY Ply ?.;v 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 0•g• Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: a c ARTICLE IV-OFFICERS:Section 12.Power of Attorney. `o 0 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the v :a es. President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety m— > 2any 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 o 8 o have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o a) Z 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-13 m provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. Ii o- 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 15th day of October , 2025 . ..1NSu� ttY INst otst/R ..c.,oRPr��ZC� yi...00 Pk'4r'P92 \4PGok'"4+0C 2 Fo'Poo r Fo '' r Fo �/ _ 1912 �I o 1919 � � 1991 . LL/[/«"1�C•�'S'� c/. :m v, o a g • dJi., CNUS"-dD y� ~HAMPS�`�D �N01ANP' b y• �h * /-N '714 * ).a s*M * ��d Renee C.Llewellyn,Assistant Secretary 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. 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 5 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(s) whose names-) is are subscribed to the within instrument and acknowledged to me that he $they executed the same in hi Ailap their authorized capacity(ies), and that by hi {jam- 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. LISA R.CRUZ WITNESS my hand and official seal. W ' Notary Public-California - San Diego County °My Comm.CommissionExpires Ap�2398946r 2026 25 4S-41bNota i ''�c Signature (Notary Public Seal) . • • ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies wi th current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed,should be completed and attached to the document.Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. (Title or description of attached document) • State and County information must be the State and County where the document signer(s)personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s)personally appeared which (Title or description of attached document continued) must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title(notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. he/she/they-is/are)or circling the correct forms.Failure to correctly indicate this • ❑ Individual (s) information may lead to rejection of document recording. ❑ Corporate Officer • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. ❑ • Signature of the notary public must match the signature on file with the office of Partner (s) the county clerk. ❑ Attorney-in-Fact •:• Additional information is not required but could help to ensure this • Trustee(s) • acknowledgment is not misused or attached to a different document. Other • Indicate title or type of attached document,number of pages and date. ❑ Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). 2015 Version www.NotaryClasses.com 800-873-9865 • Securely attach this document to the signed document with a staple. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of San Bernardino On 1 0/20/2O2 before me, Hector Zavala, Notary Public Date Here Insert Name and Title of the Officer personally appeared Diana Kasbar and 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. c• Tti HECTORZAVALA WITNESS my hand a official seal. a -,s ue. Notary Public-California t r San Bernardino County E. , iF Commission if 2382862 Li•oa'� My Comm.Expires Nov 12,2025 Signature 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 — ❑ Limited ❑General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: •.._ _ • :. cz ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 CERTIFICATE OF CORPORATE RESOLUTION Of KASA CONSTRUCTION INC. I, DIANA KASBAR: ,President of KASA CONSTRUCTION INC.,organized and existing under the laws of the State of California and having its principal place of business at— 15148 Sierra Bonita Lane,Chino,CA 91710 ,hereby certify that the following is a true copy of a resolution adopted by the Board of Directors of the Corporation at a meeting convened and held on NOVEMBER 09,2021, at which a quorum was present and voting throughout and that such resolution is now in full force and effect and is in accordance with the provisions of the charter and by-laws of the Corporation. RESOLVED : That the DIRECTORS are hereby authorized and directed to certify to any • interested party that this resolution has been duly adopted,is in full force and effect, and is in accordance with the provisions of the charter and by-laws of the Corporation. FURTHER RESOLVED,none at this time. I further certify that this Corporation is duly organized and existing, and has the power to take the action called for by the foregoing resolution. DIRECTORS /771, DIANA KASB := _ zy�' 11 09-21 President Date SAM KASB '� ri- -- ' 11-09-21 Vice President Date SAM KASBAR 11-09-21_ Secretary Date DIANA KASB 11-09-21 • Treasurer Date Witness my hand seal of this Corporation on this 9t'' day of November , 2021 . KI S4 Con ATLI(Alen, .ihc. ISI+-8 ,..Vier-,,, 6on La„e;i CA,inoi CA- 71710 CH)/ ." 1-1-4,14-tfdzm &mS, 2000 MQ;Vl cF-ee+ I ,i1' n 13€ ,A,Crt 6126'-s Sectled 13icL t3ancL For.: KM/I- Co, dkon, mac. no NW- Ope , W y�� p� 7- kulwa-- Mail // 1?ro�eci-` ekep� lop Slope. gej�iir (Tnv�J�io+,3.' C.C-1815) t/ 0it-4e,t Tine. : lw esolo., October Z1, Zo25 1- 10:00 f M Public Works Engineering 1A)-VMPC)^ ) ,a -,S') I -D 44a6 \ NTINGT0 CITY OF _ HUNTINGTON BEACH CFC°UNT.. i Lisa Lane Barnes I City Clerk January 13, 2025 Lonerock, Inc. P.O. Box 54503 Irvine, CA 92619 RE: Bluff Top Slope Repair— CC-1815 Enclosed please find your original bid bond for CC No. 1815. Sincerely, 14-=-4.44te, r="/rive Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach,CA 92648 I www.huntingtonbeachca.gov Lot.mr-gitLa-- • SECTION C PROPOSAL for the constructicin of ovoTT:Tor $torg IMPAIR CC N . 1815. 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 thcsatisfaCtion of and under the supervision of the.City Engineer of the City Of flunthigton Beaeh,and to enter into,a contract at the following prices. The'Undersigned agrees to complete the work within 30'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 Sehedule. 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 pricea,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:spell 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 hid,;unit prices,shall govern Oyer extended amounts, and words shall govern over figures. c-i If awarded the Contract, the undersigned agrees that in. the.everit of the BIDDER'S d:efault in executing the.required Contact and filing the necessary bonds and insurance certificates within 10 Working days after the date of the AGENCY'S notice of award of contact 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 mill and void. Accompanying this proposal Of bid,'find 1.4 i'LD be OD in the amount of to 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 A.GNCY. (Please insert the Words "Cash", "Certified Check",.or"Bidder's Bond for_yo as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall$ignify receipt of all Addenda here;if any: Addenda No. , Date Received Bidderfs Signidure. . _ BLUFF.TOP SLOPE REPAIR BID.8.0111,MM. Bid :Contract Unit Extended No Description Quantity Unit Price Amoufl't . MOBILIZATION... . . . • 1 . LS $ 45i/ex," $ PROJECT'SPECIFIC TRAFFIC 2' •: . t. LS $ / ib&)....,!? $ •. CONTROL PLAN. • FURNISH.PROJECT TRAFFIC ,31 LS ./S-:eta $ 15-00a,>, . CONTROL. . r .. f . - FURNISH AND INSTALL PROJECT . • • — : ••. ; • , 4 • • EA $ $ INFORMATION SIGN PROJECT SPECIFIC WPCP(WATER ' •• • 5 POLLUTION-CONTROL PLAN)TO ; 1 LS $ /5";61-1,- • ADDRESS CONSTRUCTION BMPS . . . iNSTALL AND MAINTAIN • • • CONSTRUCTION ompspER AOPRoVEI)WpoR.INCLUDING 6 STAGING AREA NORTH OF BEACH 1 LS , $ /.5;'00)." Coca • PATH.AREA MUST INCLUDE TEMPORARY FENCING WITH:WIND SCREEN — • UNCLASSIFIED EXCAVATION INCLUDING SAWCUT,REMOVE,AND 7 DISPOSE:OF EXISTING ASPHALT, • 3600 SP $- 69. $.1100, TREES; SHRUBS,VEGETATION,AND • • „ .„ MISCELLANEO.US DEBRIS.11.v.iTF.HN LIMITS,OF GRADING ••• t' •-7 • - REMOVE EXISTING SOIL AND STOCKPILE ONSITE;REINSTALL'SOIL 8 ; WITHIN THE LIMITS OF.GRADING, 820 CV 3 $ AFTER THE SLOPE BENCH AND GEOGRIDARE CONSTRUCTED .„ CREATE SUBGRADE BENCH AND : :9 iNsTALL:GEQGRID WITHIN THE. 3000 SP S.... • $ /t9 LIMITS orGRANNG AND!CUT AREA : . „ IMPORT AND INSTALLFILL.SOIL PER. 10 GEQTECH REPORT WITHIN LIMITS 100 , /Q).4)00,,/ OF GRADING INSTALLGEOJUTE EROSION " II CONTROL FABRIC OVER ENTIRE 3600 SF $ --ee. $ / 3,660.-;- RECONSTRUCTED SLOPE FACE CONSTRUCT TEMPORARY SOLAR IRRIGATION CONTROLLER WITH NO • • • •••••,• • 0. . EA $ .eva: $ .0c3/49, • CABINET PER CITY OF HB STD PLAN • . "- 712. . . „ INSTALL DROUGHT RESISTANT • • LANDSCAPING PER SCHEDULE ON • 13 PLANS AND PROVIDE ONE(1)YEAR 1 • LS $ A El VOX $ 36;E'er MAINENANCE AGREEMENT AND PLANT'ESTABLISHMENT . . INSTALL NEW 4"..PAVEMENT TYPE 14 D-PG-64-10(3/8")OVER 90% 540 ..SF $ 4s, co MPACTEaSUBGRADE • " BLUFF TOP SLOPE REPAIR,BID:SCHEDULE, Bid•. . .;'.,. ,,a.,..: ,. . Contract ,...,,:^. No. Description ua nti :Unit• Price:4,7, PROVIDE POINT OF CONNECTION TO TAP INTO EXISTING WATER LINE AND INSTALL TEMPORARY IRRIGATION':OVER FINISHED SLOPE 15: WITH 4 ZONES.FURNISH AND LS $ f 5; #1 $ 00 INSTALL ALL:CONDUIT,VALVES,AND APPURTENANCES PER HB STD:PLAN 720 INSTALL 2"X6"REDWOOD HEADER ' WITH.2"X10"STAKES ALONG THE 1.6 PROPOSED PAVEMENT EDGE 36'° 77 LF $ 4,./ $ oO.. O.C. Total Amount Bid'in Figures::-$ IJ86,7/0 ° Total Amount Bid in Words: `7 .s-err ' urn- � �1�r ..�.. C-2.2 LIST OF SUBCONTRACTORS In accordance.with Government 'Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater,and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class: Item(s) 1Subcontractor License Registration Amount Contract 2,‘ Number 4=1, By subroision of this propo§al,the Bidder eertifies: Y. 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 ished copies of all subcontracts entered into and bOnds furnished by subcontractor for this project.. c-3. 'NONCOLLUSION AFFIDAVIT TO BE:EXECUTED BY BIDDER.AND SUBMITTED 18,7ITII BID I declare under penalty of peijury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on lojaihe,at / Date City State bf--k-G Nei-) tZa-kV 0 V-C c— ,belt).* g first duly sworn, deposes and says that he or she is prc—s)ca ei117 of tiC 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 contrac4.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.. ..„L. P C Name of Bidder , \ - kJuip t-D'N Signature:of 7P bc5V-4-tr 't 1 67- LA qz_co Address of Bidder C-4 UTILITY AGREEMENT HONORABLE OR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlenien: The undersigned hereby promises and agrees that in the performance of the work specified,in the contract,known as the Bluff Top Slope Repair, (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 Cod; Section 2700,as follows: "Qualified Person; .4 person who, by.reason of experiena or iitrtution i.sfaniliar with the operation to be per:farmed and the hazards 1111W-tied" 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. Le) t Contractor By iocC" Title Date: /O. 2.0 DISQUALIFICATION QUESTIONNAIRE In accordance with Government.Code Section 1Q162,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 Vederal, State or local government project because of a violation of law or a safety regulation? 0 Yes If the answer is yes,explain the circumstances in the space,provided. Note: This questionnaire constitutes a iart of the,Proposal, and,a signature portion of the Proposal Shall constitute signature ofthis questionnafre. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the Sta.te Labor COde,each contactor 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 Contractor By Title Date: C-7 BIDDER'S INFORMATION BIDDER certifies that the following information iS true and correct: j iCi.k G':-F-4:7 ., ( \ka( ,, Bidder Name P, o, , o) , s'i-k S7c3 Business Address I 'e_Nic' i-le cfr c:i 26157 LikS0.3 City, State Zip (914 ) \ .Lk .12.$ ,,kplit4 e 2,4.)..ov-oct52t a, c,-..14. Telephone Number Email Address. State Contractor's License No.and Class Original Date.issued ) -.. ,/ s k ) Expiration Date The work site was inspected by MeV-C*14 ikkbikAule our offic On t ra I ‘17 ,202,5- The following are persons,fails,and corporations having.a principal interest in this proposal; rDekt6isco H-k-P-6,..k-frp-0 - -- Pi2c-ki0epri I Ilzt-gep+,, sc,i2r-cf. X- 6, --\-A tic' 1L4A- ..-. , A-0 ojk-'c._ -- Ni 1, MzECtiD'e-dr. 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. f LC) Tt ) 0 C-, - t 0 .:e' • Company,'Name -CAM '1--C-4,-i•-,5 Signature'of Bidder b RAc-fko frtik--- ,k- povtc._-- Printed or Typed Signature c-8 NOTARY CERTIFICATE Subscribed and sworn to before me this ,day of ,202_.. —(4/)10 A0611 )6Le j o State of ) county of ) On before me, Month,Day, and Yeat InsertNamfiand Title of Notary personally appeared /i q.Name(S)of Si &(s) who proved to me on the basis of satisfactory evidenc O be the person(s) whose name(S)is/are subscribed to the within instrument and acknowledg5d to me that he/she/they executed the same in higher/their authorized capacity(ies),and that by higher/their signature(s)on instrument the person(0, or the entity upon behalf ofWhich the ,ion(s)acted,executedthe instrument. I certify under PENALTY :OF PERJURY un er the laws of the State of California. that the /foregoing paragraph is true and correct. WITNESS my hand.and official peal. ) / Signature / Signature of Notary Public (PLACENOTARY SEAL ABOVE) i / .7 C-9 ACKNOWLEDGMENT A notaryliublic 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 trUthfulnets, accuracy,or Validity:Of that:document: State of California County of Orange On October 20, 2025 before me, Sandra Velarde a nititary public , (insert name ofthe officer) Dragan Marjanthilt personally appeared who proved to me on the basis of satisfactory evidence to be the pKsongwhose nameksaere subscribed to the within instrument and,aaknowlod ed to me that 0eAstie1tlaey executed the same in WOoribtf,"authbeizecl capabityllest and that by Øherftbetr signatureN-on the instrument the perSonWor the entity upon behalf of Which'the petSo5s-a'Cled,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. SANCIIVELA!IDE ,ii;c4s* Notary Public Calif ornla ,t7 Orange County -c• CPmmissitiii 4 2383741 1: _ Ay'Ctunm.Expro Nov 18f:2q5 „ Signature a) • (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 {Removal of debris, and reconstruction of slope with geogrid for slope stabilization.} 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 ithin the past five years:. I. Oriy e9 - PNer eF-L.4-- a- Name and Address of Public Agency Name and Telephone No. of Project Manager: A.1 - 213-ga-1-71/74' RohiVi ta,c/-74, SeP4-1-7 Contract Amount Lb.94e0a.,---- Type of Work Date Completed Provide additional project description to show similar work:„.,-) e5c-httortcribi-9 7-re. 2. C7,77 .1--er-171 P-7.972- &SR- Name and Address of Public Agency t Name and Telephone No. of Project.Manager: 1/7/1/ emi? e96,0 ofo, re---A702-q ritrevair-76, /0/1-9-zr. 0. /0 Contract Amount Type of Work De Completed Provide additional.project description to show similar work: .•-gcel)71771 i3-73-e-ciqu:/w6 44.,-;sit/ -- 6-reizi, LAX-e.(4). .40,,p-ra, tlbe-Ace-- 1 i 290/ 1 077 e, --110/07/tvg-Tkio 31-rneizi, i. Seet)A_JD,0-60-eg. Botc. Name and Address of Public Agency Name and Telephone No. of Project 1Vianager: 006 6witid 3.7.9.--/ 73S- $7616c)t) 5Dr-pn,), 6;y/2-607 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: /)-/Sqz-C-7 e2-e--)24/ePt ,/9-7,/10 eg 0.) re ,Re4t-lh) • c-to 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. MA. obul L. Name of proposed.Project'Manager Telephone No. of proposed Project Manager 941-3 10 41-1 ; pyProject Name& Contract Amount Type of Work 0.17411L-. Date ompleted AP.P-17/ 200 )00 M9 79A11 4, IN or))/z 2_,z Project Name& Contract Amount ype of Work „at COmpletPd, 66/26 2,0 niatiqs Aiw6-cr.gt:odie07-' gjeet Nraine:86 Contract Amount Type of Work . Date Completed 2. le — „ of proposed Superintehdent • Telephone NO. of proposed Superintendent 01‘ 02,1fejtv -e:- 441 41 eed ) 9 ge.* / i 453 11 300 Project Name'&Contract Amount Type of Work 1) ck:t Date Completed ta4" . Ijotvi pex2 ; .s7-tio,H-coo,%r ty/ e7y .,262„1.9 Project Name,8c Contract Amount Type of Work ate Completed /A":44fr Aw-s4P1 4674.0e0/ Project Name& Contract Amo it Type of Work titiN Date Completed ke# 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 bags,(each.Jtily t through Jane 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., DJR FAO'SHEET on gB 8154 https://wwvv.dir.ca.gov/public-works/PublicWorksSB854.html DIR's Contractor Registration Link—Call.(844)522-6734 https://www.dir.ca.govipublic-worksicontrdctor-Tegistration.htmi DIR's Contractor Registration searchable database:. littostlleattir.securelorce.cont/Contractorgearch II am aware and will comply'with the provisions of:Labor(ode. Section 171L4a)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 unregistered contractor to submit a bid that is atitiwrized.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 tithe the contract is awarded." I furthentore will comply by:providing proof Of registration With DIR as the primary contractor, ag as for ALL subcontractors at the time of submitting the bid. , - ci Contractor By RibotJCt& oc,0 eo_ Email (ti lYnY1.7— Title Date: (0/W/?-=4,32‘:— PWC Registkaiion#: I C)000 P3C0?) C-12 CONTIkACTOR PRE-QUALIVICATION tglESTIONNAIRg, 1. How many times in the last five years has yourfinn been asseased and paid:liquidated daniages after'completion of a project under a :0 2 3 4 5+ ConStrUCtion COntract:With either a public or priVate OWrier? ( plainon a sepoate Sheet Identify a suck proje4s by.owner,-Owner's address,Me of completion of the project,amount of liquidated damages assessed and all other • information necessary to fully explain the assessment of liquidated damages.) 2. How many tithes in the last five years has your firth made any claim . against aproject owner concerning work on a project or payment for a .9 t/2 $ 4 5+ contract and filed that claim in court or arbitratiOn? (Dtplain on a separate sheet Identify the claim(s)by providingthe project name,date of the claim,name of the entity(or entities)agAmstlyhoin the claim was filed,a brief description of the nature of the claim,the court in*.hich the case was filed and a‘brief description of the status of the claim(0.g."Pending"or if resolved,a brief description of the resolutionl.) ' 3. How many times in the last five years has c410$1.1A cited and assessed penalties against your firm for any"serious,""willftir or 01 2 3 4 5+ violation(s)or The federal Occupational Safety and Health AdinittiStration cited and assessed penalties against your fain for violation(s)of safety othealthregulations? NOTE;:lf you haVe filed:an Appeal.Of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on youttApDeal,lot need not include information aboUt it. . . 4. i-low many times during the last five years,haS":yckirfirin been required,to` pay back wages and/or penalties related to state Orfederal prevailing wage 0‘ 2: 3 4 ,5-1.- laws for work performed byyour firm? (Explain on a separate sheet Identify the claim(s)by providing the project name,date • of the claim,naine of the claimant,a:brief description of the nature of claim,the Court ia Which the case was fled and a brief descriptionof the status of the claim[e.g., "pending"nr,if resolved,a brief description of the,:resolution].) C-13 . 7k-17: 7 . y/2,....r.s/zo 24 e. \toter :.`ei 0g - .Au i I P , ,,. BID BOND KNOW ALL BY THESE PRESENTS,That we, LONEROCK, INC. of P.O. BOX 54503, IRVINE, CA 92619 (hereinafter called the Principal), as Principal,and The Ohio Casualty Insurance Company (hereinafter called the Surety),as Surety are held and firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called the Obligee)in the penal sum of 10% of Bid Amount Dollars( 10% of Bid Amount ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for BLUFF TOP SLOPE REPAIR/PROJECT NO. 1815 NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract,then this obligation shall be void;otherwise to remain in full force and effect. Signed and sealed this 20TH day of OCTOBER , 2025 . LONEROCK, INC. , (Seal) Principal', Witness • Dragan Marj resident T The Ohio Casualty Insurance Company Witness By [7 . Dean E. Brown Attorney-in-Fact JP�-(Y INgV� 9 U coRP R47z. m s SEAL o O yl ).x.‘d s-0053/0C 10/99 XDP A r-r V �i L rty POWER OF ATTORNEY r� ` Mutual® Certificate No: 8213490-975710 Liberty Mutual Insurance Company SURETY The Ohio Casualty Insurance Company West American Insurance Company KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Brad M.Hamilton;Daniel R.Brown;Dean E.Brown all of the city of San Clemente state of CA each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 27th day of March , 2025 . Liberty Mutual Insurance Company P,tNSL, Pv�Y INsr, XNS4,„ The Ohio Casualty Insurance Company j"&Port,14. rG°RPORiTF 1i. 2°°PPO16 , West American Insurance Company 1912 kzJ Q 1991 0�0o /a•-%CNUsfe'.da `(s �NDIATIP �✓ _ -. a) .y d By: - 7 * 1 * > M * >� = (o as Nathan J.Zangerle,Assistant Secretary Cr RI State of PENNSYLVANIA ss 5 El rn County of MONTGOMERY o >,, t On this 27th day of March , 2025 before me personally appeared Nathan J.Zangerle,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 21 o rti Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes a)m therein contained by signing on behalf of the corporations by himself as a duly authorized officer. >g 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. D C-rn O co s °- O N Qr4, ON,r<� 'Commonwealth of Pennsylvania-Notary Seal >_ .ttJ .,os- ti(. ti' Teresa Pastella,Notary Public 4)'@ � � /" U y y Montgomery County "di& E o a) OF My commission expires March 28,2029 By: O a) �, Commission number 1126044 � Oj ��j�ghSYLv� G Member,Pennsylvania Association of Notaries eresa Pastella,Notary Public Q o0 ns`) .RYPS� o-4' This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3°No E. Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: M m ARTICLE IV-OFFICERS:Section 12.Power of Attorney. `o co O 03 o ,_ 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 co 72 ( President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety m— > 2any 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-o 5 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) z0 instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the m provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ti a ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, - bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J.Zangerle,Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 8th day of October , 2025 . P�tNS(/k.q PvtY INs&o° OH 'Pgg0!!z2 `Oo Rt � """ jZ!1I �� 19HP`��a� Y 4VolAto- D Byt. .h * P' �y4 * 1. sM * 0 Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/24 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual ' who signed the document to which this certificate'is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On October 20, 2025 before me, Sandra Velarde, a notary public (insert name and title of the officer) personally appeared Dragan Marjanovic who proved to me on the basis of satisfactory evidence to be the pe sons'whose nameAare su scribed to the within instrument and acknowled d to me that ie l)eyexecuted the same in rft 'r authorized capacity.04, and that by Ili Its 'r signature(s'on the instrument the perso , 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. ,, o..Nf SANDRAVELARDE ;3 ft+ � .`s Notary Public.California �.- -� Orange County : �` Commission;2383741 L �`My Comm.Expires Nov 18,2025 3. Signature, (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On October 20, 2025 before me, Sandra Velarde, a notary public (insert name and title of the officer) personally appeared Dean E. Brown who proved to me on the basis of satisfactory evidence to be the pe son s'whose name�.g'f ed s scribed to the within instrument and acknowled to me that te s�ieft q'executed the same in . ii lerftfiftir'authorized capacity(i ) and that by is p/ ' signature(�s)-ofi the instrument the person�or the entity upon be alf 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 mjr h nd and official seal. ,r.�:cr sANORA VnrE � . i ��_-ilk = Notary Public California z Orange County ' �' Commission;2383741 J 44c( �� '( �`My CaliaSignature (Seal) . LONEROCK,INC. P.O.BOX:545 IRVINE,`CA 92619-0503 1.j7 C Ty pF e i C � vggs (01 2 cc' hid%/1-) j2 / /N71��U /J cf"I-r am ' ifs 5 (p c.--rui3t_"IZ 2t) 2023 " iO °Go -7111 Public Works Engin?•-ing • - 01i1' �T I N. CITY OF 1 - •9= HUNTINGTON BEACH ..j/ Lisa Lane Barnes I City Clerk January 13, 2025 Matcon General Engineering, Inc. 531 Magnolia Ave. Corona, CA 92879 RE: Bluff Top Slope Repair—CC-1815 Enclosed please find your original bid bond for CC No. 1815. Sincerely, 0:46/71,t 4/4r. • Lisa Lane Barnes City Clerk LLB:ds Enclosure Office:(714)536—5405 I 2000 Main Street, Huntington Beach,CA 92648 I www.huntingtonbeachca.gov frkulidn• dr-> • e'V/I(AliArtieet V.,-&-ette Cf SECTION C. • PROPOSAL for the tonstrnetion of BLUFF TOP SLOPE.REPAIR CC:No.1815 in:the CITY OF HUNTINGTON BEAcn TO THE IION,ORABLE MAYOR AND MEMBERS OF *MP 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,;inatetial,:equipment and incident insurance necessary therefor,in adeOrdanCe.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 prideS.,The undersigned agrees to complete the work within 30 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,. 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 underlie 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. 0,1 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 shalt 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 fi MSS ervi •CiftWin the amount of134514.39vhich said amount is not less than 10%of the aggregate of the total bid Nice, 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 411,Addenda here,if any: AddindaAre4Date Received Nbfadt 'BLUFF TOP.SLOPE REPAIR BID SCHEDULE Bid Contract Unit Extended •::. Description P441** Unit Price Amount MOBILIZATION I LS, 26if1$2021 PROJECT'SPECIFIC TRAFFIC. • ,2 $ .126" CONTROL,PLAN 1 .C FURNISH PROJECT TRAFFIC • - • 1 ;L8 gt-O'CO $19-S0D,cc CONTROL. .1. ' . FURNISH AND INSTALL,PROJECT . ( 5 2 EA a 06 INFORMATION SIGN • • --.PROJECT SPECIFICVP.CP(WATER $ POLLUTION CONTROL PLAN)TO I LS $"..2.. 5oCt $12-15004:0• ADDRESS CONSTRUCTION BMPS • , . INSTALL AND MAINTAIN • CONSTRUCTION BMPS PER . , APPROVED W PCP:.INCLUDING 6 STAGING AREA NORTH OF BEACH 1 LS 127590-00 (2a9t5to PATH.AREA MUST INCLUDE . TEMPORARY FENCING WITH WIND SCREEN. UNCLASSIFIED,EXCAVATION INCLUDING,SAWCUT, REMOVE,AND I DISPOSE OF EXISTING ASPHALT, SF1.1.0" $15..65t 6Q° P,Ce TREES,:SHRUBS;VEGETATION,AND, '3 MISCELLANEOUS:DEBRIS WITHIN LIMITS OF GRADING: „. " ' • • REMOVE EXISTING SOIL AND. STOCKPILE.ONSITE;•REINSTALL SOIL 0 . WITHIN THE-LIMITS OF GRADING, $20 1 0E . s1tlAi91,(A) . • AFTER THE SLOPE BENCH.AID GEOGRID ARE CONSTRUCTED • CREATE SUBGRADE:BENCHAND • .9 INSTALL GEOGRID WITHIN THE. SF , .to4t41,41ILM:t LIMITS OF GRADING AND CUT.AREA . IMPORT.AND:INSTALL FILL SOIL PER 10 GEOTECH REPORT WITHIN LIMITS. , 100 CY 4 5p 5•Ivioc).00 OF GRADING . .v. . . INSTALL GEOjUTE.'EROSION „ 11 CONTROL FABRIC OVER.ENTIRE .8600 SF . •11:1 StE4:9Ao'.06 RECONSTRUCTED SLOPE FACE . „ • CONSTRUCT'TEMPORARY SOLAR 12 • IF IGATION CONTROLLERWITH No ; • . • • - 1 $ CABINET PER CITY:OF 'sit) PLAN ! EA . DD• - • • • , 722: . . . INSTALL DROUGHT RESISTANT LANIDSOAPING PER SCHEDULE.ON. -11 PLANS AND PROVIDE ONE(1)YEAR 1 LS $12044.°13 MAINENANCEAGREEMENT AND PLANT ESTABLISHMENT INSTALL NEW 46 PAVEMENT TYPE 14 DADG-8440.-0181:OVER 90% 1540 SF iTh .. $ COMPACTED SUBGRADE 042,1 BLUFF TOP:SLOTT REPAIR BID SCHEDULE No / Description Quantity Unit Price Amount PROVIDE POINT-OF CONNECTION TO TAP INTO:EXISTING WATER LINE AND INSTALL TEMPORARY „ IRRIGATION:OVER FINISHED SLOPE, s 19i1G„op $ c3,15.,00 WITH 420NES:.:FURNI8RAND INSTALL ALL CONDUIT,VALVES,AND APPURTENANCES PER HB'STD PLAN 720 . . . INSTALL 2%6"REDWOOD,HEADER „ WITH 2%10"STAKES ALONG THE 7T LF: $ 1161.6 $.'11;1143;15 PROPOSED PAVEMENT EDGE 30" . • "" " " Total Anlotint Bid in Figures:.$ 345.1912....q9) . Total Amount Bid in WordslAqehUI74 -6)1414 kle-1-hoZavd cix.. . . hkkiltli&jWA4iAiO : 16 la' ; . 64-7cortS c!2.2 LIST OF SIJECONTEACTORS In accordance with Qoverrunent Code Section 4104, the Bidder ,Shall Sef 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 subcontractorItem : - ."100440 ;itz.", ‘Amount Ceoir40iWjF By submission of this:proposal,the Bidder ceitifieS: 1. That he is able.0 and will perform the balance of all work which is not covered in the aboye subcontractors'listing. 2, That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for thiS project. NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I.declare under penalty of perjUry under the laws oft4 tar California that the foregoing.is true and correct and that this declaration is executed on 1() '1., at CE5ybrA ,-C6-kiftWAIM Date City State bcoVe„ IAM-j-lAtiNs ,.f,piiv first duly sworr, deposes and pHs that he Or she is V-rec\601+ of VAA4 owi Gehey6 Elweekr&party making the: foregoing bid that the bid is not made in the interest of,or on the behalf of,diay undisclosed person, partnership, company, association, orgAni7ation, 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 colToration,partnership,company association, organization,bid depository,or to any member or agent thereof to effectuate a collusive or sham bid. ( EIN9'w.ev;f49 tte\C. ame of Bidder __ Signature of Bidder, "L SV Vaghbti 0 Neintt LO YAM: GI Var i Address oftidder, I • C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON.BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance aft work specified in the contract,known as the Bluff Top Slope Repair,.(D(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 instruotion,,is familiar with the operation to%he performedandthe 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 requtenierits, 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.. bate, ta0,1i1 ne)I 17\4 060(01 Contact& tbiZ IADI-Whafc Pr . •ec1.6P.14 Title • Date: to 12026 DISQUALIFICATION QUESTIONNAIRE In accordance With Government Code Section 10162,the Bidder shall completP;Thgler penalty of peijury,the f011OWing questionnaire. QUESTIONNAIRE Has the Bidder,,any officer of the I3idder 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 Tithe answer is yes,explain the circumstances in the space provided. Note: This questionnaire constitutes a pait of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to SectiOn 1861 uf the State Labor Code,each contractor to*Mt 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 cothinenting the performance of the work of this contract, ikkikai{D &-eh-gfra I girl'YtteihiNjlhc Contractor Nicol/ PO4-4fApkis PreSVIie Title Date: lb [ C-7 BIDDER'S'INFORMATION BIDDER certifies that the following information is true and,correct: kaatil WA1 : hVINQtiii-11\) IN,- BAklerre 1. (4r,- I9'M ' tIOVIP IA ene U)11)1nA i BAsittess.Address LOrDintli C-Al cam iA 9.0i1q City; State Zip. (all )lci - 62,1 A kai-con§ei mg)tivoi 1•tom Tele hone Number Email Address ....----' Oti3e71 L, I Ctits-c A. siatq Contractors License No. and Class 194 it), 2.011 • ,Original bite 38814 Ex.piratioii;Pate, The work site was inspected by V-1,41M 1/4kt-)41101kOur office on Ctiblper If 6 2025 hefollO ' re P ons,firms,and corporations,having.a-ntit st i vtiat hiter- n this proposal: '' .\ wir&- ike.NS ' p f(soriNT' i V-AleytN4 OaMews - 1 1 5.foreAv.143 I vp 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.. (0)tviA I V-11,)-kyve 9. : Ortipany Name • , Signature of Bidder WA CAL 'Ic464+14Wc •TIrin. ted.or Typed Signature. C-8 _ _ NOTARY CERTIFICAn Subscribed and swoni to:before me this ogt day of Co.lab 4-e- ,202E. A notary public or other officer cOmPleting this certificate Verifies only the identity of the individual who signed th,e. ttocumeot to which this certificate.is atiadted,and.not the truthfulness,accuracy,or validity of that docuinent. „ .. State bf CalViOvet. .A.., ) ' County Oft'VG/5 ode, • On 0 0 ici%)&t.- 19.6 PaX before me,k4et-4,64.1. &et-vine 141-4114.4.A.4,,_ noiiica / Month,Day,.;114 ypar Tnsert Name and Title of Notary personally appeared „ 11-1461t- $a,14 Name(s)of Signer® who proved to me on the basis of satisfactory:evidence to be the.person(S)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ips),and that by his/heritheir,signature(s)on the instrument the person®, ot the entity:uporibehalf of which the persons)acted,executed the instrument: I certify under PENALTY OF PERJURY under the laws of the.;,State of California that the foregoing paragraph,is true and correct. WITNESS my hand,and official seal. ,,.(.1„7-14-,_' KIRSTEN liANOIE HOFFMAN, Notary Public,Worm ;0 Riverside Count! ' '•••,,Ixtr.t':Av M Comm.Ex•ires Dec.79,2027 . .- . . . Signature :Signa e of NO ar------y Pub (PLACE NOTARY SEAL ABOVE) C-9 . Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of (Removal of debris, and reconstruction of slope with geogrid for slope stabilization.) Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers.for three.public agencies for which the bidder has'performed similar work Within-the past five years: 1. ' ,-e, Satz . , • tA i o' . , ..E • (-4. Chro i CA ame and Address of Public Agency 012 Name and Telephone No..of Project Manager: Gf-.,eci, Spni$ otit) 54t 7:23470 I SM 400 t stt fie-IL/Tat r v,--, th dti. 0 2411)2 COntract Amount Type 6-..-.Wor Date Completed Provide additional project desprjption to show si ilar Nylgork:ap ordi , i , 0 ,ral r th7.-\-1 , - hail ' (1511 . , V- etc*, vo f i r , , 2. it1701ic \A104-..0 ; avorA Am; CA, 1276( Name.xidAddres of PublidAgency Name and Telephone No.ofProject Mapager:. Hi diciiel Hatoli )Lit titi-i-Liqgq . Ai 1,10 O it)00...00, Elope '"gal rillet-rae 0 912 Contract Amount Tye of .rk . D te Completed k. Sipl ,-ekthalirte.,I \ te) j Provide additional: roject description to,show similar wor . , ; room isc ID -e,,, 40.---gytd , 'lip-rev , qractotm , pre_mo,e,, (-4,topoo , 44-frei ono, mfritrek., „S-nit,-1.1Arr ' 3, 0 C) :POI I(' Worla . (fi b 1 120-5 CA-- S-CUlfa Ale)01 Ca 10701 Name and Address of Public Agency in is ,__,. r 1 Name and Telephone No.of Project Maiaager: vct,k)rY\Dfild &how& u.6-7)641-5040 tolt i b9b,.1. -' ,-,- Nqe,gym rig-te-4a iii2zyz3 ). i Contradt Amoiint Type of Work 13 o Completed Provide addition project description to show similar work:: ---r, . ' " . • . . ' C., o gb , Ck, t\ - • cgo Bidder's Critiegt 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 projeets listed herein. 1. 12,004- kootohtm Name of proposed:Project Manager Telephone No: of proposed Project Manager:, (22:3) S58 —1q/291 Skirl &Dinn1 H g ch,p,e,,gpairi119-090 Froject Name:&C ntract Amount Type of Work Date ompleted 1.DP/000: ‘12-4,1A9 )40 141/11 Ph I gbeegefairk-tp-v4f, 2,r)2, Th-oject Name&Contract Amount Type of Work Date oinpleted 31 Oltei DM6.5- f-OtiN1AN (IMO t2,14 Eiofe upair1C-ie-yap PrAiecthr .Copt-met Am5unt Type of Work Date Completed 2. 41hi ) Name of prbposed Superintendent Telephone No. of proposed Superintendent: 05 I 545 k) un. (5:famo \ftiki th 11151n s et " S 2.6 Vrp,jectsN able .CQ)ntra.ct Amount Type of Work Date Completed _le73 1:400 .514M-1—tittNOWI OtftoJoDb pair/ Pie-rq CompletedContractWork 14)46 4.16:144 Vo4 S /2, e • Project Name&Contract Amount Type of Work Da e Completed k1y7j c-ii 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 f011owing,certificate. DIR FACT SHEET on SB 854 https://www.dir.ca.gov/public-works/PublieWorksSB854.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.foree.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 201615 of the Public Contract Cod; 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. bffi-efal cil,9inetriv\J Contractor • By Mitoit@mai-con9e)hc. 6o 61 Email 1\11'ate,- kkAl(MANc Presdcevil- Date: - Title - 10.12;01(2oic PWC Registration#:" C-12 • CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE How MaliDittleg in:the last five years has your firrn been asSeSaed and paid.liquiclated.dainages after completion,of a project undeva, (?) 2 .3 4' 5+ 'construction cOntract with.eittlPr. piklio ot piivateownet? (Explain cm a separate Sheet I4etitify4 suchprojects by'owner,owner's address,date of completion ofthoprojoct,amount of linniclatod damages assessed and all other infonnatiOknecessary to fully explainthe assessment ofliquidated damages.) 2. How many tithesji thelast five,years has your fon made any claim against a project owner concerning work on a project or payment for a () 2 t. contract and filed that'claim in:court or arbitratiOnt (Explain on a SepaMte Sheet. Identify the claim(s)by proViding the projectnameidate 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 ht which the case was filed and a brief description of the status of the Claini[e.g."pending"or if,resolved,a brief description Of the resolutioall• 3. How many times,in the last five years has CalOSHA cited and' assessed penalties against'your firm for any"serious," 3 4 '5+ Violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties,against your firitifof viCiation(s)nfsafetyot healthreguiations? NOTE;If you have filed an appeal of a citation,and theDeenpational Safety.and sHealth Appeals'Board has not yet nited on your appeal,you need not include iinfortnationaboutit 4. How Many iimos during the last fiveyears;hSyntir firm been required to: ‘pay back wages and/or penalties related tO$tatO orfederal prevailing wage O. 2 3 4 szl- tws for work performed by your firm? (Explain on a separate sheet Identify the'claim(s)by providing the project name,'date of the elairn,twine of the claimant;a briefdeseriptionof the nature of the claim,the. POI in which the case was filed and a brief description of the status of the claim[e.g. pending or;ifresolved,a brief description of the resolution].) C-13 Il ..A. Document A310 TM - 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) Matcon General Engineering, Inc. Developers Surety and Indemnity Company 531 Magnolia Ave. 800 Superior Avenue E.,21st Floor This document has important legal Corona,CA 92879 Cleveland,OH 44114 consequences.Consultation with an attorney is encouraged with respect to its completion or modification. OWNER: Any singular reference to (Name, legal status and address) Contractor,Surety,Owner or City of Huntington Beach other party shall be considered 2000 Main Street plural where applicable. Huntington Beach, CA 92648 BOND AMOUNT: Ten Percent of Total Amount Bid--(10% of Bid) PROJECT: (Name, location or address, and Project number, if any) BLUFF TOP SLOPE REPAIR-CC No. 1815 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 15th day of October 2025 ; Matcon General Engineering, Inc. Plow, see ct tj act1e(,l (Print' l) (Seal) (Witness) (Title t C tftk \&WT I P reS161-efr+ Developers S rety and Indemnity Company Surety) (Seal) fitness)A. Lamo gne, Notary Public (Title) Rebecca Haas-Bates, Attorney-in--Fact CAUTION:You should sign an original AIA Contract Document,on which this text appears in RED.An original assures that changes will not be obscured. Init. AIA Document A310T'^- Ale2010.Copyright m 1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This Al Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AlA®Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. Purchasers are permitted to reproduce ten(10)copies of this document when completed.To report copyright violations of AIA Contract Documents,a-mail. The American Institute of Architects'legal counsel,copyright@aia.org. 061110 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the Individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On 10/15/2025 before me, A.Lamontagne,Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas-Bates Name( of Signer(s). who proved to me on the basis of satisfactory evidence to be the personCs) whose name(. is/ate subscribed to the within instrument and acknowledged to me that he/she/they executed the same in Flis/her/thair authorized capacity(ies),and that by his/her/their signatureN.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 ; NO=. dIfl °°f,, TAG is true and correct. ; ia and official seal. Orange County' Commission ff 2514271 `'�row i.My Comm.Expires Mar 13,2029 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: Bid Bond Document Date: 10/15/2025 Number of Pages: One(1) Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑Partner — ❑ Limited ❑General ❑ Partner — ❑ Limited ❑General ❑Individual GdAttorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: Developers Surety and Indemnity Company ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 POWER OF ATTORNEY FOR COREPOINTE INSURANCE COMPANY • .DEVELOPERS SURETY AND INDEMNITY COMPANY 59 Maiden Lane,43rd Floor,New York,NY 10038 (212)220-7120 KNOW ALL BY THESE PRESENTS that,except as expressly limited herein,COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY,do hereby make,constitute and appoint: William Syrkin,Richard Adler,and Rebecca Haas-Bates ,of Irvine,CA as its true and lawful Attorney-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said companies,as sureties,bonds,undertakings and contracts of suretyship giving and granting unto said Attorney-in-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said company could do,but reserving to each of said company full power of substitution and revocation,and all of the acts of said Attorney-in-Fact,pursuant to these presents,are hereby ratified and confirmed. This Power of Attorney is effective October 15, 2025 and shall expire on December 31,2025. This Power of Attorney is granted and is signed under and by authority of the following resolutions adopted by the Board of Directors of COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY(collectively,"Company")on February 10,2023. RESOLVED,that Sam Zaza,President,Surety Underwriting,James Bell.Vice President,Surety Underwriting,and Craig Dawson.Executive Underwriter Surety,each an employee of AmTrust North America,Inc.,an affiliate of the Company(the"Authorized Signors"),are hereby authorized to execute a Power of Attorney, qualifying attorneys)-in-fact named in the Power of Attorney to execute, on behalf of the Company, bonds, undertakings and contracts of suretyship,or other suretyship obligations;and that the Secretary or any Assistant Secretary of the Company be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney. RESOLVED,that the signature of any one of the Authorized Signors and the Secretary or any Assistant Secretary of the Company,and the seal of the Company must be affixed to any such Power of Attorney,and any such signature or seal may be affixed by facsimile,and such Power of Attorney shall be valid and binding upon the Company when so affixed and in the future with respect to any bond,undertaking or contract or suretyship to which it is attached. IN WITNESS WHEREOF,COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY have caused these presents to be signed by the Authorized Signor and attested by their Secretary or Assistant Secretary this March 27,2023 , , ,''. i ..� NSU '• R,q • . .••• �( AND/N By. • �:•�FLPOr� C▪ F •JQ GOFLPOR,gT O0/i Printed Nai S. Sant:Zan Z% G 0.• 0 1 %� Fp 2 Title: President,Surety Underwriting _ SEAL w 1936 ' ';u•�'�FLAWP�• ▪•.Y•:` •C'1</FOR�\e',d�� ACKNOWLEDGEMENT: •. 0 '�� • • ,�����n�N�N•••• i,,,,Ilr,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 Orange On this 27 day of March 2023 , before me, Hoang-Queen Phu Pham , personally appeared Sam Zaza who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to within the instrument and acknowledged tome(hat they executed the same in their authorized capacity,and that by the signature on the instrument the entities upon behalf which the person acted,executed this instrument. I certify,under penalty of perjury,under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. �•ry HOANG-QUYEN P.►HAM _ � L Notary Public-California Signature �„'�j_'" Orange County '� - Commission q 2432970 aI.. • My Comm.Expires Dec 31,2026 CORPORATE CERTIFICATION The undersigned,the Secretary or Assistant Secretary of COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY,does hereby certify that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in this Power of Attorney are in force as of the date of this Certification. This Certification is executed in the City of Cleveland,Ohio,this March 19,2023. —OocuSigned by:�i BY: f2airrj (J lit MSI-$ Barry W.Moses,Assistant Secretary POA No. N/A `-696415E7ADE546c... • DocuSignEnvelopelD:3352BFD6-5E9D-4796-837E-C1E455E6530F Ed.0323 • .�ri.�a�.ia�:nr.�uvr.ur..�r nri.rn.w: r.err,ar, . .v.,.n.r:w:w:xr. .v.,vr.i.:nu>u.:vrvnri. .�'•r 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 i i' S.S. _ County of ).v&i.6..o)6 Il - On o A. _ aD before me,J t yr ��n✓Lt PM wca.�t,, a0 ��bl.`c, Name of Notary Public,Title personally appeared r;c.c IZ vtlevf+4,..)5 - Name of Signer(1) i rr Name of Signer(2) . - 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. _ _ _ _ _ _ +�"''��, KIRSTEN JEANNE HOFFMAN t �� �� `�� COMM. #2477774 z = WITNESS my hand and official seal. . oi',. ;-,0,w-- A !y _T�e Notary Public•California o Z `rsr�. Riverside County ' V My Comm.Expires Dec.79,202Tg • Seal q' ture of Notary Public OPTIONAL INFORMATION Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. ET Description of Attached Document -,a r4, . ;is, ?; The preceding Certificate of Acknowledgment is attached to a Method of Signer Identification document titled/for the purpose of •J w 0) Proved to me on the basis of satisfactory evidence: - c1 [form(s)of identification ❑credible witness(es) , : containing 3 pages, and dated OCA, r .KJ Notarial event is detailed in notary journal on: il The signer(s)capacity or authority is/are as: Page#(f'� Entry# 'f.Individual(s) Notary contact: qz6 1-0e60-foot" ❑ Attorney-in-fact , ❑ Corporate Officer(s) Other Title(s) ❑ Additional Signer ❑ Signer(s)Thumbprints(s) % ❑ Guardian/Conservator ❑ Partner-Limited/General ❑ Trustee(s) ❑ Other: representing: Name(s)of Person(s)Entity(ies)Signer is Representing i. j 3 �..C,.n.r..,.r:ur:."1:..T..C,...r.,;,.e:m.0:.1..r,....,,r,,anu.u:.T..C,...r.,.,.r.u“M .•r..,�i.S.r,u.ei.,uu:vr..Cr..",i.n,r.:.. :xT ACi...,.,cr.,:rn...u...TACr...1,,,i.r.:au::,r..,n...ra,., r,...u...1' 2009-2015 Notary Learning Center-All Rights Reserved You can purchase copies of this form from our web site at\w/w.TheNotarysStore.com >_ yam., 4 Matcon General Engineering Inc, _ter, fi 531 Magnolia Avenue -„ 41, Corona, CA 92879 ,y k.TV Rr --- kl OFFICIAL BID SECURITY- DO NOT OPEN • Project Name: BLUFF TOP SLOPE REPAIR "_ CC #: 1815 ~ vie Bid Opening Date: October 21 , 2025, at 10:00 AM ily -"_ _ .- i ' te. .. D dtr•. V - .. C a - R . + �✓o� a 0/k CITY OF _, HUNTINGTON BEACH `,.NCp�NTY'CP�\�o���l Lisa Lane Barnes ( City Clerk January 13, 2025 James Mc Minn Inc. 21834 Cactus Ave. Riverside, CA 92508 RE: Bluff Top Slope Repair—CC-1815 Enclosed please find your original bid bond for CC No. 1815. 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 Jgroiem, ,,AA) SECTION C PROPOSAL for the construction of BLUFF TOP SLOPE REPAIR CC No.1815 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE CO NCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic Bids, the undersigned hereby roposes and agrees to perform all the work therein described,and to furnish all labor,material,e uipment and incident insurance necessary therefor,in accordance with the plans and specification on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agre s to perform the work therein to the satisfaction of and under the supervision of the City Engin+of the City of Huntington Beach,and to enter into a contract at the following prices. The undersigned agrees to complete the work within 30 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 thi 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 failur 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 readverti e the project. In the case of discrepancies in the amounts bid,unit prices shall govern over exten ed amounts, and words shall govern over figures. c-1 • if awarded tio 'C:ontract;„tho anderSignOd agreeS'that,in CVetit of the:BIDDEp executing the required contract and filing the necessary bonds and insurance cortifieciteS Within10 working days,after the date of the AGENCY'S notice of award of contract to the:ImpriEg,,the proceeds thei:aeCtirity accompanying this bid..shall become the property of the AGENCY. and and the a000ptanto:iieitairiay,i 046 AGENCY'S option;boponsiOreil null and.ATOid.,, Accompanying this,proposal of bid,find in the amount Of which Said amount is not less than 10%:;cf the aggregate of the total bid price, As required hy the'Notice Inviting Elettroii& Bidsl payable to the AGENCY (Please:insert"010 words "Cash", "Certified :Cl or:"Bidder's BON fortOyo,'",;n ,the case may be) Any standard Surety Bid forpl is Acceptable, Bidder shall sigtilifylooilit of'41tA00011.04:11eic;:jf any Addn4aNix; ._N/A N/A N/A :N/A NiA EWA: '1 . „ N/A :WA 'N/A , ;;Ni, :1140` N/A1 NIA 11 1; 1 1 C=2 „ „„. ,. . i., ... . , ,....., ,,...„... ........„, ,,, ELvyy Top si.,o.p2E.2acP.A.1.13:..B.L1) $,C,MDIV2Lf. r, , .. . .., .,. .,2 . .. ...... ., . - - - ,„2 M N A:,..,:,,:1,.,7,?,7:t gf..,,.,,,,.;.,.,,'H::*°•,.:1 to•iiildi i::...,„,.„,:.....,,,,, -,-,„.,,,,,•••••3.:•:•-1-•,-,-,•,.!,:u.File.,:•,,..- Liitiiiiiik4ir,„!'• • ;.{,t.i41,f1:•:,: v';',,•••,.',',:.,f..V.!,•:,:..:°:;,•,:,:s',.'•Z'";•'`. 7,''''sl'--',:;•.:-?•!•.lifr;:2.,•!'il';•••,,,e,,,,,,,„.,.f,.,-•„,' . '' -7„-: ? -,-,' . ' - .5:.,,:, , ' 0 *";'!':':;:?, ;4'' t)000'10,1!`?*#: ,:',','''.:: ;-1'.i2:V .:7;.9:ciq00.4f;:] ...S,401:r:,',I:•:;;;-T•tii00•; ''; ' '',,:l'Ail.1041.1t. .. I .. MOBILIZATION . , ,, .„ 1. - - .LS.' - ; . $48,000'.00,:i$48;;.000 00;y. . . . PROJECT'SpECIFICIRAFFIC • , ' 'CONTROL PLAN 1 . . ... . .L: $.$4.-j).0.0,;00:,. .! ... ..... • ••• .., „. „. ..., . , „ , ......:,:, - • 3;,,..,..„......„ ... .. •. : ' : FURNISH'PROJECT TRAFFIC_ .:- - ' . •.--•,.•'---,' .'' .• - .."'.•'•-"' , •' '' - --.-- , 4 , LS. $1 00,000.0P$1.00.000:0C -: : ,..,...-.',....., c.o.NTRQL....,.. ... ,, ,„ . ......,„ , . . ..... ... :- .. .. .......; .. .. - .... ----- - - - - . - - • • i - — -4 F' •URNISHMD1.N.STALL PROjECT.' ,. • :. 2 : EA $.1,5,..0.6.00- ! t.1,600X.0,..!: '. , :.. ..... INFORMATION:SIGN ..• H•..•••• ' • • •.-- .,: 1713,94P1-SREPF!P-')/Y..1.,i.eP(WATER . "..-........., -' I• . . 5 ON POLLUTI CONTROL PLAN)TO ', f - :Ls' $.4,000.00...1 $.4:-;00.0.0,6: . .. , ., . ....... . .. .. ........ , ... , .. • ADDRESS CONSTRUCTION BMPS: '. • INSTALL AND• : QoNsTm.roTibu.•BMPS PER: APPROVED"WPOR INCLUDING , . ,,, .; 0 STAGIN:q.AREA WORT:14'0F BEACH 1 A • LS $2 240,000! $.2 .,26(jcioti PATHAREA.MOBT INCLUDE • ; • 1 TEMPORARY FENCING WITH WIND ! 1 ...... ... : SCREE N . . . LINCLAp$IFIED:BNCAVATION • „ . . . ....... ..... ... . ; . . ...... .. .. , : . • .,:.... .. •:,. 4,. .•- ..•• .. ..• • ; i . INCLUDINGSAWCLIT,;:REMOVE,,AND • DIBP.O.BE;OFE,XISTING.ASPHALT; -•---•• i .. . ::: • T • - ,, . • ,- • ••'•• '-'• • ' ',•,:. • ': 3600 • ,.8F. $6.0(1 ! $21.600.•60 TREES;$HRUBS,VEGETATION,AND : MISCELLANEOUS DEBRISWITHIN ......„....... ... „.......... ..., LIMITS OP GRADING. . .. .... ... .. . .. , .. . i ...„., . ... . ... .. . . . . . . . .. — ......--•••• . - • REMOVEEXISTING.SOILAND , . . . ....„ .... ... . . , ........... . . . .. .. .. . . ..., . STOCKPILE ONSITE, SOILREINSTALL . • ..-. ,„,.. -.0.•'• ; WifiiiN11-1t LOWT,- ,Pr 00A0(00,i : ..0.4: : -0Y. •$140:00 •' -;i -,;.8.M:;''01.) AFTER!ThE SLOPE BENCH AND: ', i -.. , . - •... ... : .. • •. . GEOGRID ARE CONSTRUCTED I .. . .. - - • ----- " ' —' - - - ' • - - . CREATF SUBGRADE BENCH AND, 1 r .• I .. 19. i, INSTALL WITHIN THE • ( 6:00.; SF $7,66.:...... . . ; $i:2b:201j.;00 ........ ... . . ...... ... ..„ . • LiNtritS,OF.t.R*DINGM.11 CUTAREA ImpORTANp•:•IN$TAL,1-....f..11;1.,.,SQ1L.PgR Cl! . .,.„, _.., ... _., 16 ' GEOTECH REPORT.WIT„HIN LIMITS ' c1.00: ' ,cY:' , 11,1-',6LY.0.0 t 300014.1 . .•UO. OF GRADING . . .. . ............. -----4: -- - INSTALL G. !:),jUT.. :BR.QS.I.Q.N ' ; ' , ,,••. .;. , , 11 i CONTROL FABRIC OVER'ENTIRE - . 3600 '' SF V:00'.. .....1 $.,404806.00 RECONSTRUCTED-•SLOPE FACE,, . -. CONSTRUCT TEMPORARY SOLAR ... .. . - , — . . ........ . , • IRRIGATION CONTROLLER'WITH NO ; 1 ; • — .EA,. ; $1 0,'000,00 $49-.00(100 1.2 ' CABINET Pp13,CITY 0.1F.',,I1B.,sTi??LAN,. , i -• ••• •• . ••••• •••• ••••••; 722: •••• . .. ... , ... .... , .„. INSTALL DRO . .UGHT.RESISTANT LANDSCAPING pgR•aq0Fp01.. -tc.1(ii: - . 713 OLS:i4;$.-*D;O:k0\1100.4:t(t.)'ygrn 1., LS.„ • $.,.?..8S).0.0...00, $78......000..99 MAINENANOE AGREEMENT AND. PLANTESTABLISHMENT . . .„.. . . INSTALL,NEW: PAVEMENT TYpE111 • . . „... . ....„ ., .„......,.. .. . . , . ., • . : • 14 D-PG,5440:,.(3/8')OVER-:03%. 540 - ' ' E' 1 $80,06 ', $ t27,;000.0.0'; : . . COMPAcTEDBOBGRADt 11. ' C..2.1. TOP:-.$1LOPE:REPAIR',13to,..g.C111n0L-t Bid :10.40r*Of J,gittetide0;:; X99013titY:; -I 04.4Pric PROVIDE POINT OF CONNECTION TO INTO EXISTING LINE AND IN04141-prObRA.gy 15. ikt:ijOA-tiO4:0y0k."EtNij,FjEb Wfii0 • . • • • . 1.8 27,00, $.! WITI-1.4-'ZONES..fURNISH,ANDAPPURTENANCES PER I-lB STD PLAN . . iNSTALLALL'I.00NDO,IT,,VAVES,:AND 720, — INSTAL14-!W6"'REDVIIQQD HEADER Wil7,1-1;2*101StAKESALONO.Tli-IE 16, • ' t. 70r:00 i5,300200' PROPOSED PAVEMENTEDGE • {IC:: • Total Amount -440;7900O. Tp.tptArh.o.uht,:$1d.'kk.W. :iFouf•huhdeedfdety thoifsandi'8eVeniho.1dred.'hihbty '( d0O/10O:dbliati I . t.. i• .C-2.2 LIST OF SUBCONTRACTORS .4ppprOnnpc,with. Government.Code.$:40'0 414044. the Bidder Aahlo,a04 business address of'each stibcootractorwho will perform kffOric,o,t•render service to the bidder on said OOlittoOt,in an amount it excess of one-half of one percent of the total bdl or STO;00.(), whichever is greater,andthe.pottioit Of"thO,w,Oikioi b done by such giiteOiltract0i. I Bid Weg.#0.#1/44010$.$:df"• : DiR PWC License Registration Amount Contract • • . -2•• MIR Solutions '0.05122. 0-27 • '$i 2 Odd • • " l00.0011868.: „ • • •- : 1416 ADO.Resources tnc 538680 A .71(10Q1S016.68, . C)Oti 3% . SouthernC:Ofbt:nia0-27 12,1":3;.1$, TriQ. 7533:61 18%5 t • T • ! ..• ,• • • • - • • - • • By'aubmissidh Offiiig:iii-OpOsal,the Bidder cdtifiek J That he is able to and will.Deifom:tho'llalahce.,of all work which is riOt::Overeil in the above sObc_ohtygO9r. 7. That the AGENCY .be".futhighe.a,copiesOf all ..4i.itOotitraOtsl• entered into furnished hy8tibio.ohtractpt fo -t.fii$•profoot. NONCOLLUSIONAFFIDAVIT : . To BE EXECUTED,BY BIDDER AND'SUBMITTED WITR,BID i deeloe,ntid brth law-s,Of'the$tate,,of,C4lifornio..that flregQingis true and correct and that this declaration is 1 Cjigt at. „ Riverside 1: •sate 'O6rne.s.McMinn ,being lira duly SlkOnt, deposes and says th;he or she;is President jatile§ d'ioporty the foregoing bid that the bid is:notoinde in.the interegof,!&on'thObehaifpf,:any undisclosed perwp, partnership;,company, association, organization,or corporation, that the bid is genuine and:not collusive or..Sharri that the bidder hasii0t,:clitectly or indirectly induced or solicited any other bidder to put in a false or shatif hid, 4tid:haS,nOt directly orindirectly colluded, conspired li connived,:or agreed with any bidder or anyone else to put in a sham bid, or that oyOtio,$ho4t64.aitl,from bidding, :that: the `bidder has, not in any manner, directly or indirectly, sought by ageetpeat, communication, cg:egoferenee,'wi,th anyone to fix the iiicf:pri ; or that:of any-othec,biddef, or to seoure,arly advantage:against the public body awarding the:::Ootittaet of anyone interested in The proposed contract,that angtddidiefitS:-e0iitainedkIbe bid are true,tna,futther,•thaitlighiddgrliP not,directly or indirectly,submitted his her bid price or any breakdown thereof,;or the contents thereof, or divulged taormatiop or data relative thereto, or paid,.and will not pay fee to. any 0.Prpor4tiop„,Oktnershiconipany#§$000op, organizatiOrx,,,..hid depository,,Otto piijyimoto*ror 4gerit thereoffotifeettiate.4:colledrsham 2,:14t-bes.McfVfirin i Name of13idder f! 5igpatprept Bidder 11 2":1 Cato8.:Ayo, FINOr*io, 0;tN Addiess bfBiddet . . . : .,. cALiPtiRN IA,A0q404,tDpitoppsit.. CIVIL OP §,•*0,:. . :t44-.0 r :=-,'..-0,-,,,,,,03-#. 0,74*-.'.""'S. ,-. '.',.,'"," , . ..:*1-' '2 1.--;.;ci6- ,:- '&000.,,t...:.... .,::'•:*:.:,:,;.. • .' ...'.11-2,11...: ..„. , . ,.._ ..... . .. . ,. . , ......... . , . , ,.. , . . • • •• .. „: . .„ : A ncitOiy.Pubife.'qr•.91tir officer ccq plOiipg.P.i is certificate verifies only the identity of the individual'who.signed the document '! tPEW,Ilicktis qp.!-t.i.ii0tOspt:tii0eci,grjciyis0tthplft.igiftis,*tiracy;•de.V'pOty.cif V.ipt cloctirripti:L, . .... . . .. ... . . .. .. ... ------ . ta.topftalitPii,niq CO4i.AY Of Ck',\IZr.:..14r-;, . ,.}: . ...:. . . On.'Ot;Oyiir i-2Pi,'26[7z,157 . .before me ......64Wq,f 06,6 09iiieidlapf,"03);6 „ ... . . . . Date Here NO.ii? 07ei.77tiO(th0 Officer , , ....- personally appeared - .:irliYif 1 S. 4c:fain il .., • ' PO Of.m0(s) iSi0j#r(s) ,I• . . •,-‘who iitoypci..(6::me or.i.:04.,asts:of satisfactory ey.iciencpick'bei--"thTe potson,(S)'Nvilosp,n'amp(s)isipre subscribed fP-AfP:vvikiiiri instrument 0.iicY;r:6601pWieci6'04,i0.,m4,:tfiatille/Stiefthey 6keutOd::tile..:same In his/her/their apfilpOg.p0.,,cppp4y(1§4,..0061.that i'.?r. his/her/their signature(s)on the instrument the pp:s9,0(SI;pr1.119-entity. .PO.P6.':15gr.i.Pif 0t.'0106 the 00t0.0,(SY0cP(1,0*.00.0d OSP:ib.str.14:110.0L. . . _.. F ASNLETNICOLEMCGOUGH .t - l'i.t. tifs,unclOPtNACTY.0 •0EJIJI2Yli.irider the •( .,-,7.."--;:,7%,COMM: #2450990. mi. laws.ofiheState of CiliforniaAhatjthe foregoing: ticiTARiviklat-,CAUFORNIA :ill • ppragrap64s'ini60.o.. correet. 1 . e-.,..2:. at'!:.1:- -Rpitftsitzt00,14Y .••. - .; ... .„ . . .... .:.,. ..... wcailjiii.;EipirOs:itingp.,.P27 1• . ,•--7,7.;:-.-'-.:,-::--27,,, ,,, ,,::.,::---:-...:„..•,,,-:.7 : ''7'' .WITNESSmy hand and offidpkseaL. i! - . ' 1 . • .jgri tOre: . . . . . Rloce:Npiciry0eat.-ang/gr Stamp Above S Signature-of Notary. 'OPTIO,NAL. . • • 1: • . . Completing,this information can deter cilteibt*-6f0i0 document or :ft-04du-I#tii..robhdoinoiitorihis:gfpro3 to.--0.0 tirlirge.n.iil,e4:d.dcatifOilt,.. 1. . D.0,0100Ph.b.f AttP4.1190..POOfil-POt .'• ••Titles or Typp,of Ppct)fripni:. i Document Date .NumberotPage* • - • . . „.. .. Signer(s)OfheeThan:NampdAbpve; . . . ... .. .. . ,... — • . " Ca'PA-cipj(164 cIaitnq.d by Signer(s) . Signers Name; . . Signers N.01- ';', ci: prporo*Oicer:- 1'..iSio(s)..; --, 0 corporote.0ffiqgr,-1-100,(s)::,: .,. 1 o F*rin-er•-„, p ii.100.0:••th General 0 Partner- 6,Limiteci.b-General: ti Individual •p Attorney in•Fact: ttr Individual ci Morriq)itil;-Facf. b.•tru4ee:. .13:GqarcOan:•or Conservator b trustee.. "E:11.Guardian•or Conservator ItrOtiler: , . . . .. D:;Other: . ... . .. .. . ,, ,,. .. . Signer is.140.tirOSOnif,h0i... - .. $igp-erris Representing: - , . .. „ , . . . _ ..„ ..,,„. .. .•. .„.. .1,. .. , ... .. . : , . , . . , Ipii,..alta .0.. „ . . : .., '0..). :6i4attari$lio-fpry 4sspdOian , .[. 1 . •1 : . . [ . , . TAILITVAGREE,IVIENI I, 11.4N.OR8.)3LEIypiY00.A.NR city.IcOtIN,m, 11 CITY OF OUNTINGTw.4 BEAcH,:cALIFOR$14. Oehtletil* The undersigned hereby promises and agrees that in the performance of the specified.in.the contract, known as the Bluff Top Slope Repair,:,(1)0,0500 will prpplpyand...,*ilie:..Onlylnatificd persons,As hereinafter defined, to work in proximity to any electrical secondary ox transmission facilitieS. The; term "Qualified is.defined in'Title g; California Administrative Code; Settiai 2106;as "Qualified Now ,A peson who, by rq(gpppfqorfrocq,pr inirqction;.frfippi)liqr with the op-050,ifmfb?k,,pvbroigd groibelitgep!ds.,involved I? The undersigned also promised and.agrees that all such work shall be performed ip accordance With all:applicable;electrical- comO.ny!s requirements, JubIie Utility Commission orders, an4.,"$;t4t Of california: al-OatA rpolototpoz4 The.46.'4110i ftift40f0.61ti'Oaand:agrees that the herein Shall be,:091tAro binding upon any §ubouti*tut or subcontractors that may 1*,ittaioed or prAployed t?y.the undersigned, .and: that the undersigned shall.take steps as are necessary to assure compliance by any:said 14,:,.)cp,ntractp.rs withtej-eqpirethetitS'.coritaihed herein. J6.triet,;MciVlinn „ . Contractor 62- Title .„ )3)1 • 1, oate;:.:I 0/21/26: . . DISAIFIcAflcJOttt StONN-1.41a, hi accordance otb:qb,Verntnent.(ode Section 1f)162;„thO!piddet.84411 complete,under penalty of perjury;,the f011owhig•kitteStionnaire,- QljESTIQNSAtItt Ras th giddet;oby offitorttlie.Biddr oi :6ny.en1p1.0yee,Of the filtICleit wito hag la proprietary interest in the Bidder lever been disqualified, removed or otherwise prevented from,I'l4;lclittg:on:gr contpleting,a;Fecleral, State or local government project because of p:violatipnl?f law or a safety Ito:11460 , 1:1 Yes Ifthennaworia yea, e?cplain the:,oliettraStatteeS inthespace provided: VA . . Note: questionnafre constitutes:a, 1)44 the Pypppsal, and,a sfgrigutc pOrtion"of :the ".Proposal shall conatittite'signatnmorthiS:qtteatJannair9-. 1 ;c.ro , :COMPENSATION INSURANCE CERTIFICATE 1: Piittbatit16:SdOtiOn 1861.:ottheStat6Lalior.Codd ..dah contractor to whom a public works contracts h4slieettawarded shailsign the following certificate.;I am ' . . ,aware:of provisions of Section rpa.of the L4hpp,,Code'which tNuire.:every employer to be insured against liability for votkes:'ootopohsdtiott '400.ixtahcp.. With.;th0-.^,pfO'Vc:KiIrig,a.ttio code, and I will cbotily with such pt0i$jon$Ile.f.00,'.000.0ttoing.thol),erforolaricof the vitoik:of ihiszcotittace, • Jartes By ; President . „,. Title Date: 1Q/21,125 BIDDERS INFORMATION BIDDER' di-tifid :titg the tblictwitig information is true and correcti: :41filep [ Minn 10,c, f3iddefNairie 21.834 OatUs Ave, F3ivo:rsidp, CA.'925t$ iflo'§iiiog$Atiors§, Riverside '0A ,9251 , . . City; 8tdta. zip ( ,909) '5,1 4-1,231 jimmy,@,j1111b0„cOrn Telephone Nritnbef Email Address I $7.8920 Oesa A $tateCOritraetof's License No, and Class 2/1 4/2605! Original Date Issued: ;:$/30,(,2026 'ogrpaio:, The iroik:;8ito:,*4s itispooto.4'.,hy P'estirny plidOil of our office on : 71:.0/.1$ .. :1 . ,.12(4:8'„.: The fOttoyvittg.007pospItS;'firrri'ai arid corporatioris'hayirig a.priricipat iriterestiwthisiproposal: 1, ,., The uriderSjgriediS.prepared ta SatiSfylheCourieil Ofthe City of,iftihtiogtoh E.406oh°of Its abjfity, financially or otherwise, to perform the lcontract:for the proposed:work 00 Imp(-gyotttopts in ,.a.000txiariee with theplariS:aricl,speelfiba(iOriSSetford)., ,Janes M6Mirtiff.lti,c; ,. Cryan* (2 , Signature013)440 0'0,itle, :.McMiiiri, . , ' I Printed or Typed Signature • ,c.A.,, , ] NOTARY CiRTIFJCATE. sosorikcd Aild„sworii fp:4.4.r.g'„trfq-this:4.day of .a . • . State bf"Coa ",•oi cOPT437 9f: On 0 c;)uijo befofetie,, M Ph Jnëit NName /Titto:omipitity personally appeared . . 07:(.4frie Pc/An-iv . 'Name(s)of Signet® who proved to me on the;ba5*of*ati$factory oidoricp to 1*itho:,.,p,OtsOri(s) whose J*40 is/are §dhsctibecl,to,t,h0,0thht:j0trt111.101it od'aciplowjedged to me that he/she/they Okep4te4 the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the iistrument the pOt$On(0,'or th0 entity upon behalf of which thopet8,011(000ted,...;exepitted.theittstrttitterit., j certify under PENALTY OF pg.gawn, ,pgcicr:the Jaws• the',State of California that the foregoing paragraph:is tide and WITNESSnyhähd arid:Official,$0.41.., Signature 4). !$16attite ofNOtaty.P0ife: (PLACE NOTARY SEA1. L.ABOVE) Bidder's Project:ilistOry. For the purposes of this ,project,:Ithe bidder shall provide ,project: history of similar 'work, specifically tefereheittg,the consttnetion.of tRenloyal. of debris,And:reconstruction of slope with geogrid for slope stabihzation4 Bidders are encouraged to submit supplemental:relevant lirdieef tiitoty in addition to die projects listed herein. Listed below are the names, address and telephone inittibetsr.for three public•agetiOd$,fin which • OW biddef ttas..rigtrOrm.OdtiindatAvOrksWitliinThepastflya ydatgt: 1.. ,.'be.a..006 GO Li titV...Wate-I.Vlarjapetneht .6W.sell..St Orrig 92865; 0441.e and Address of Public Agency • • :i• .) Joe ibirrig51*:/a ,-664$., Name and Telephone No ofPrOjc.et Manager „ I egt,p-; rig'Let ..W23 • .. Contract.Amppp ‘Type of Work, Date Onnpleted. Provide additional project description to show similar work ..,:!EoldVatidh•.a.hti.ttrAdind for a-.Larde.Parkirid.:idt. . „ 2.. $an Berriardind,Cd.p.rity.W.a8te: -18600 StoddArdWdIlSRdVictotvilte, CA Name and At21,4rOg,of pottlic.Agetiey Name and Telepholie".No.)of Project Manager: Oar.(eiftbridit..0:51526-1 247 $5 ikojijickiii Coidi,act Amount: 'Type Of Work Ddte Completed- - • Provide additional.projeet description to chow similar work: Excavation of a new ceU, aptfip,s1411:440h:Of over 4Q.,10,QQ.st of multiple layers di liner ' ' , Riverside County . . . . "Kamp,and Addmadf:Prib4c,Agency 51-44266 . Name arid telephdridNo.of Project Nrafiage6 RiphipN410z :$2 Million Landrill Closure ! 202:2 CóhttAthouñt Type isr.W6ik Date dtinii4tdd • Provide acIdit19*.project dc. "Pripii9d:.to§,bow..$ririllarWdilc CoVe',1760 df--e•ki§tifid landfill With;:final . . . . Bidder's:Pridjtet History: .1' For the purposes project, the bidder shall *oxide, project history of isiniilar work, specifically referencing the construction.of'tlitomOol of debris,,*id recOnstrution of slope opgrio:ror slope stabilization Bidders are encouraged to submit sopploo-Ifotal'relevant :project history in itión.to theprojeetSjiste4lierejrt. 'Listed below are the names, address and telephone numbers for,three public agencies for which *door hgssi.poformod sii.lar work;within:the.past 1. .LENNAITHOtnes.i 4140:'',Ietyiesoar.Q-anyon IR1, Corna,,GA1. Naine and 4.,cictesof-PO1511o:Agency -- , , NOolc Telephone Noc)f Project 1\44p.ger,, BrettHood 051 288,8580•-- • .1 • Million Large Residential Development ,„. :Contract Amount Type of W.Ork. p4e'Coinpletcd . Provide additional**di description to show similar work: .„Approx2Ottneikhornes in a•hillSide .inialled!over s:..Sf 'Oeoti rid " • . . . . 2 Orettar:Horno$. ..... 11'.085cCanOrrCir-,..:C.drOria; 'OXR,2815$.„ NOpio',411d Adclress'Of P41340..404py Narri6 and TelephOrte:NO.,.of Project Manager:. ".Ste.: 0-,Waddle 5.1-2(:). - 67 ., !$ga MUUoh. :Large:Fte*intialtevelOprnerif COtitfaet Amount Type of Work .P#e:corripletecl: Proyidesailditi,onal.projOot 40SetiptiOtitO,SitOVSitilil'Of:work: Qopstrpotaptiases,on hillside Included building Large geogrid§lopes,,, 3. LENNAR Homes, 4140!Ternesoal Can on:Rd. Corona.:CA .Norop .kijcipO§s:cif Politic4:Ageopy. • • • — .- •• 131'0 Hp,90.!05,17,Z$0 $:530- Natrie. nd.Telerilibhe:NO,:•of PrOjett'Manager:, . $5,Million Large ReSiderifial.Development '7165] ArtiOuot, Typt:of Work: 1).4tCooito-ted 13Tovidc,oljdiOon4pFpjcpt de§clip:ijon:I.Q(Oh9Ny,girni,lar work: HOyy Grading. including blasting and installation of geogrid on sensitivee ek s-area • . . „. . • . • rc4o. ,Bidde,e$'01tIC.41.StOT Listed below are the names of the bidders proposed C.Ofigttiktiori,VtOidet:MAti4gde,thtd $tipettittetick4 For egph.of these priticalposittott0;,pfda.se list,41044 thi3Optgjedtsr..fdt,*fit'oli; the ctiticast'Olihapetfotriidd:AittiJat,wotk,with'itt the last ftvp.yots,;. 7.1400:;ptojpois.40.:.* bay..e to be under the employment of the bidder 41thiApt9j*...)3410;r4:4rcoc0*.p..ged submit supplemental relevant project history in addition to th0,-,p,Koje6tliciuroiii, Naniofosjeciger.. T*109.4PN:Epf'pmpp§qc1Project-Mariaget: (p5i) 751:46173]' 'Yek1-04 iEa.vatioR . • ••• , Trplect 3N1'8.ttie Aitioiitit TYpeci.fWoilc; 'patei:c.pipplotou 'Tr4Ocir.P..h"3: ;atWOttijirt,$1a8titIO: A Projed‘Ndfrie*Ciitadt.:Aitiotiiit PoicComplotd4 ..„ .:$2.5: *gupt 2P5: .t- '• P1.0.iectNo.trio.&Contract Amount Type of Wot7k. Date Completed 2', •.Parii0114ta Superintendent. 1JcPI1'Qne., 4o.dp.r.,OpoSect Superintendent: :9 ..,f.122.,380.6 : W3/12.1,1 „ Earl w.ok. 0 25 . . , . Project Name&CentraetAtildtitit, typd...aW.Ork. Dte Completedi 2.4 Ergject:Istatite:a.',Conti4Ot Amount Type of Work Date Completed 0raOltio; 9/23 • :TYPP.'9fiWotk • . . . . „„.„, ' . _,.. . .. . . .. . , . . .. .. . . ... ..... .. ...„ . . . CONTRACTOR$ OISTRATIQN WITII:CAMFQ.12,NIA;DEPARTMENT :OF INDUSTRIAL RELATIONS'.(DIR)CERTiFICATE.I. 1. 'Pot-sliAtitto:grt 854 keititig LabOr', oszto Se0i0A1:771;40):;,.paSsed..15y the CalifoodA:SW Seage Ottlitille•.Zo,2014,. established a new public works Contractor Registration P,rogram,winch requires. all contractors and solc.rpOptra.40ts;iblddiAg.and porfOrming,worlc.•011;17,Abile•Works Projects to Togister on An annual basis (eaoh,,July I. through,iiiiie.-„SO. gtato fiscal.year) with be.;California 'Department of Industrial Relations(1)Ilq.,Currently the annual non-i efirndable registration fee for C:bntraMts, is$400.. 'Ea6.lcontractor to whom,4.,140.k works icontract has been-awarded:shall stgrA49,,f011i"Iig pettilloate., DIR FACT SHEET on SB$5.4 1 littijs:/IWWWdieoa.edviriabli&workgitiabliakfotk8SBE54:11t.rrt I ! C.OV$C..-Ontr4otor aqgtgii*tioniiiik-L'sC411. ($44)::522-:67 -4:- 111.1iis://Wkv..W.dit:ca.gOviptibli&WorkSicontfAttof-te4iStiAtioh:litrril ' . p.I.Ws Contractor Registration searchable database':: . littps:ficadif:isk.rtife';folte. ofifiCOtitfAdt'ofS6:itli: ._ ... . ... ....._..... .. ... ... I am aware and will comply with the provisions of Labor Code Section 177 W(a)wl'Ilqltstates:: ”A.tonttACtot of:StibOtitiActor sliall...potilie.Otialiffeit to bid be listed in a bid prop0,41i . .. . . . .. . .. .. *Abjoatialli.6 req4jivmpti.ts.of Section 4.04 Of the Public contraot Code, ov. ogogc:*the performance of Al*,.e0Attaet.,Wpobtio work, Ag-,defined in tlitS.O.Apter,.1441 :currently registered and qualified to perform public'WOlc pursuant to Section 17.75, , It;is not a violation of tWseetlOA,f017,Ati ttnregistere&corittactOt-IOsabinit A''bidttiatis authorized'by • •Section 7.029'.1 of BASihesS'.and PidfeSSiorig.:Code:rot by Section 16164 41-;2010.$ of The Public Contract COde,pitOided.'fhe OtatAotOtt.i:l.:$:,regtsteKed,.to perfprii*pnwp wok , . . :pAt$AAtwt6 Seetibn 11:25,. -At thoitpeib•p contract Is,AwArdpel 1 I. I furthermore will comply by providing proof'of registration With:PH:Z.:4.the primary contractor,1 as well as forAl.,L.Stibeott#Aet6fS at tb.etiAi.e;014Abtnittitigthe bid... .: . ... „ da. fri8i,.,MOIViinn;Itic. ,. . , Coat-Ada ,. '.: .. . , :'.,(--- . ,,._'...'... fiiitnyg. jrolgo.Orn: Email p:plcjpbt .. .„ ....Date: • l Titleic'Q/21 i':2 , . RW.00egtsfratiod'#r: 191)9004570 , . CONTRACTOR VRE-,QVALIFICATION QU,C.S.TIONNAIRE, How mt:ty-tiWesiwthel.a4,fiYeat.s Ita ,y,Otttfirm.:heen.a0eed.atta, paid liquidated damages after eotpOetiOn-Of ap.kOjeet:under a 01 2 3 4 $+. 0.pttgrOetjen contract With,.eitheraltihhe or priv4tepWrjea (Explain on a Sepatate.Sheat.,IdentWalLsactt.prpjacts'by owner,owner's address dale I.! Of edinpletion,Ofthaptpject,amount of liquidated damages assessed and all other infolmatien:necessaiyioAillyexPlainihe:.assessmentatiqaidatekt damagas) 1. HOW many times in the tagt five years:has yourfirm made any claim against.a project ownercOttceraht work on a project or payment fora 0 2 3 4 5+ cóiitráct arid-filed that:Oa:tin in ourtOf,athitifatien? Explain 0.0.4*ncatb..shd0.:IdentifYthe c,laiiii(0:hy providing the project tigne,date Of the dami nainethe.enti6k,(9f,entities)against whom the'4aig *S'Ii.lact ataieff daAedfiti,PilOthe: itafe,:ief the claim,*Cciigtin which case a brief dpS0iPtipitOf the Stat4,:ofthcialai[e.g;"pending"or if resolved,a brief description Of titeiresbititioal.), HOW'irtoytirttep)iti the last fiveyears ha$;CatOSHA cited and „.„ . assessed penalties • . against your firm for any"serious,""willful"or 2 4 -40,1atioti.Osor the federal $.41etyand..f.reahh AOni.i.hiStrAiOtt. itedattd assessed..pqmtti..p$against your for i! 149100(s):of safety or hp44Tegt,OOpris? ;. NOTE If haye`tilatifi.ap appeal of a aitadani and the Safety and: Health Appeals taardlhaSjiTtat:yati,rala4ppopt,appatd,yoti.aetOini include information ahatititi. 4-, How 1:60011.tiri*Ogiirigthe',1p#five years,has your firm been required to pay back wages and/or penalties to state•thiedetil'prevailint':wage.: ..01 2 3 4 51-, pri,a,sTAratd,sbOdt Identify th clOn(0.kyproiiiairig,tbd rapjaatilaaia,446. of the claim name of the claimant,a byiefdasariptiPri.pf:tha:tiaatte:0thg claim,the Old in wbialthe..aase.,was filed and a lifiar dasOiptidit'Of the.04t0.?bf the,Oiaiip.[a.:g: 7patiditte.dr,if res*ed,,a bdaf detatiptiart,of the ras'eltainrip HARCO NATIONAL INSURANCE COMPANY BID BOND ' KNOW ALL MEN BY THESE PRESENTS, That we, JAMES McMINN,INC. as Principal,and Harco National Insurance Company a corporation organised under the laws of the State of Illinois, and 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 TOTAL BID AMOUNT Dollars,($10% OF TOTAL AMOUNT BID) 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 BLUFF TOP SLOPE REPAIR CC-1815 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 the 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 16th day of OCTOBER ,20 25 . ,,,,,,,,,,,,J JAMES McMINN,INC. Harco National Insurance Company ;�pt'..•a�,an Surety n SEAL :a"-By � kINONj-• �b;' / Principal Bart Stewart/Attorney-in-Fact '•.f+' 1` POWER OF ATTORNEY Bond# N/A HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group,Headquartered:4200 Six Forks Rd,Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS:That HARCO NATIONAL INSURANCE COMPANY,a corporation organized and existing under the laws of the State of Illinois,and INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New Jersey,and having their principal offices located respectively in the cities of Rolling Meadows,Illinois and Newark,New Jersey,do hereby constitute and appoint BART STEWART Encinitas, CA their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed, required or permitted by law,statute, rule, regulation,contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY,as fully and amply,to all intents and purposes,as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed,and may be revoked,pursuant to and by authority of the By-Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December,2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December,2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint,and to revoke the appointments of,Attorneys-in-Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances,contracts of indemnity and other written obligations in the nature thereof or related thereto; and(2)any such Officers of the Corporation may appoint and revoke the appointments of joint-control custodians, agents for acceptance of process, and Attorneys-in-fact with authority to execute waivers and consents,on behalf of the Corporation;and(3)the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond,undertaking,recognizance,contract of indemnity or other written obligation in the nature thereof or related thereto,such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding.upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF,HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December,2024 ,,,,,•,,,,,,, {al(Y ly sa41NSUg44, STATE OF NEW JERSEY STATE OF ILLINOIS o o st,o 0� sty y County of Essex 1)' P/ County of Cook� SEAL � = �= SEAL. p 1904 m / =a. �ooa ... � a Michael F.Zurcher k rr 1`,.•'` 4/ * V3v Executive Vice President,Harco National Insurance Company ,,,,,,,,,,,,,• and International Fidelity Insurance Company On this 31st day of December,2024 ,before me came the individual who executed the preceding instrument,to me personally known,and, being by me duly sworn,said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY;that the seals affixed to said instrument are the Corporate Seals of said Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF,I have hereunto set my hand affixed my Official Seal,at the City of Newark, ,Y Ch,°�'�,• , New Jersey the day and year first above written. ;Ir. OTA/ .:Nj \ AUBLG ;to l.. ✓ (J OF NEON " ,` Cathy Cruz a Notary Public of New Jersey My Commission Expires April 16,2029 CERTIFICATION I,the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney,with the originals on file in the home office of said companies,and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF,I have hereunto set my hand on this day, October 16,2025 A00982 Irene Martins,Assistant Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 re:eLc;G.c:t.3c�.c�L-,r-:t�,e-e.,c:C,cY",e:P.t^c�.c.C',er.,c>(`.c:fStec>:rl'.:O.cY,r:e`,c:C�,c:C,c;�`,c[`.rr••rt..err:C',E-F'.re`,crlc=:rc:e.c:C,c;C:,e-C.c:f.e:reG`.�:oe:e..e-mot'-,mc-rc:r-.cry( 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 October 16, 2025 before me, S. L.Holcomb ,Notary Public Date Here Insert Name and Title of the Officer personally appeared Bart Stewart 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. �•, S. L. HOLCOINIB ` �,. ,t�`;. comet.*2478126 g g :. •'; NaTA!Y J.c •C*LI `:.iiif% snri Dv.tIEGO COUNrr Cm . Fv JAN. 1,2028 Signature .) Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑Partner — ❑ Limited ❑General ❑ Partner — ❑Limited ❑General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: u;,�::c:w�:u�:e.�;c:�%c��%ou,�=c;Y::c:-:;c-�:c:�:c.r�,cs--e.�-:u�:�.�:c:�;cc.c;�,cx.c:�%c�:.c:�•w�:c.�c:�:<:�;cK:c�:c.cu;��c.u.�:cx:c:�-c.c.c:�u�;cx:t.�:v^w^ ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of RV d�. On OClcber 2 1 ZdOZS before me, ai l@y Nceou q 00V1(q Puolc, Date Here Insert Name and Title of the Officer personally appeared C+'(YnPS IA(Win 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. ASHLEY NICOLE MCGOUGH I certify under PENALTY OF PERJURY under the "�" #2450990 COMM. laws of the State of California that the foregoing + i`�, NOTARYP SIDECOALIFORNIA paragraph is true and correct. RIVERSIDE COUNTI ,.. 1i ,.,��; My Comm.Expires June 20,2021 WITNESS my hand and official seal. Signature cult11#1 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 0 General ❑ Individual 0 Attorney in Fact 0 Individual 0 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator 0 Trustee 0 Guardian or Conservator ❑ Other: 0 Other: Signer is Representing: Signer is Representing: ::,.,,.:y.. ,- .,..:.:-!•.•;:fix: ':::^�.i�:•::n�'...,.... Y ..... S ,.:., ....:. .. ©2019 National Notary Association 61 1.` c'i.•? -,,c0N o0. \i'.6k c- k /1,1'0�A.¢oGrO47�� CITY OF , i__, __ _____ __:— _ , HUNTINGTON BEACH ��2c.f e,,i'`i'io?,•', O�11 �FcnUNT �P,\- 10 Lisa Lane Barnes I City Clerk January 13, 2025 MDB General Engineering, Inc. 22601 La Palma Avenue, Suite 103 Yorba Linda, CA 92887 RE: Bluff Top Slope Repair-CC-1815 Enclosed please find your original bid bond for CC No. 1815. Sincerely, 4:;t1X6416 , '411-6 Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov • t d PD,5 1te-v-A--0 1. SECTION C PROPOSAL for the construction of BLUFF TOP SLOPE REPAIR CC No. 1815 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 30 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-t If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option,be considered null and void. Accompanying this proposal of bid,find Bidders Bond for 10% in the amount of$35,459.60 which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Electronic Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified • Check", or"Bidder's Bond for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature N/A C-2 BLUFF TOP SLOPE REPAIR BID SCHEDULE R!FiR•F! k►\ir.4F I}!i! M i► FIV WiYI M' yIY,�•V iJRM R Rawne.... i►r ii.!i�i�I.if.R IF4 R.VV�{($G Ti . it4►. NRi PIu!a► AWflU Ids• i.'.'�y� R W kb?Wt b!!1 ik w.i kM s{y •[o I, .""R.F i"��/1���y]8M�[j�``�/,"4 ``Rrtkt y" o :: M iii aL�l�Y Y r ��I.G 4���D Y .YI: ��I.�.�.'������l d 1 MOBILIZATION 1 LS $ 10,000.00 $ 10,000,00 2 PROJECT SPECIFIC TRAFFIC 1 LS $ 3,500.00 $ 3,500.00 CONTROL PLAN 3 FURNISH PROJECT TRAFFIC 1 LS $ 20,000.00 $ 20,000.00 CONTROL 4 FURNISH AND INSTALL PROJECT 2 EA $ 2,400.00 $ 4,000.04 INFORMATION SIGN PROJECT SPECIFIC WPCP(WATER 5 POLLUTION CONTROL PLAN)TO 1 LS $ 3,000.00 $ 3,000.00 ADDRESS CONSTRUCTION BMPS INSTALL AND MAINTAIN CONSTRUCTION BMPS PER APPROVED WPCP. INCLUDING 6 STAGING AREA NORTH OF BEACH 1 LS $ 35,000.00 $ 35,000.00 PATH. AREA MUST INCLUDE TEMPORARY FENCING WITH WIND SCREEN UNCLASSIFIED EXCAVATION • INCLUDING SAW CUT, REMOVE,AND DISPOSE OF EXISTING ASPHALT, 7 3600 SF $ 4.72 $ 16,992.00 TREES, SHRUBS,VEGETATION,AND MISCELLANEOUS DEBRIS WITHIN LIMITS OF GRADING REMOVE EXISTING SOIL AND STOCKPILE ONSITE; REINSTALL SOIL 8 WITHIN THE LIMITS OF GRADING, 820 CY $ 36.00 $ 29,520.00 AFTER THE SLOPE BENCH AND GEOGRID ARE CONSTRUCTED CREATE SUBGRADE BENCH AND 9 INSTALL GEOGRID WITHIN THE 3600 SF $ 6.00 $ 21,600.00 LIMITS OF GRADING AND CUT AREA IMPORT AND INSTALL FILL SOIL PER 10 GEOTECH REPORT WITHIN LIMITS 100 CY 800.00 $80,000.00 OF GRADING INSTALL GEOJUTE EROSION 11 CONTROL FABRIC OVER ENTIRE 3600 SF $ 6.00 $ 21,600.00 RECONSTRUCTED SLOPE FACE CONSTRUCT TEMPORARY SOLAR 12 IRRIGATION CONTROLLER WITH NO 1 EA $ 26,000.00 $ 26,000.00 CABINET PER CITY OF HB STD PLAN 722 INSTALL DROUGHT RESISTANT LANDSCAPING PER SCHEDULE ON • 13 PLANS AND PROVIDE ONE (1)YEAR 1 LS $ 35,000.00 $ 35.000.00 MAINENANCE AGREEMENT AND PLANT ESTABLISHMENT INSTALL NEW 4" PAVEMENT TYPE III 14 D-PG-64-10(3/8")OVER 90% 540 SF $ 44.00 $ 23,760.00 COMPACTED SUBGRADE C-2.1 • BLUFF TOP SLOPE REPAIR BID SCHEDULE �y /�'�4;IM♦F,k ewe, k Y w t i[M t y M k R t h7�,i F I.M F i4 a Y ♦�M,,/.tJw. �i is i i t 4 P k iw♦ .. R'Z P M nt ac ! .-T I. : Y a.kY t p }►r w�xN7{�L7�LYR k 4.•I}?`1 4k4°►F(.►a.:►4 F 4P►TP w►Ka 4:44444#r•A' 1. ..w.. sf► h r t►►k M�P`gQ Amine „a:Iv: h* ant4 a w.t : r. h y t i.a nn t I! :MC:KMs!i p.F�T��i'3'�l'r..�wsrab.a.!►����S Yi.►:reTiiLimr.r: nr.�7'r Ta-- kt�TF�iaa PROVIDE POINT OF CONNECTION TO TAP INTO EXISTING WATER LINE AND INSTALL TEMPORARY 15 IRRIGATION OVER FINISHED SLOPE 1 LS $ 16,000.00 $ 16,000.00 WITH 4 ZONES. FURNISH AND INSTALL ALL CONDUIT,VALVES,AND APPURTENANCES PER HB STD PLAN 720 INSTALL 2"X6"REDWOOD HEADER 16 WITH 2"X10"STAKES ALONG THE 77 LF $ 112.00 $ 8,624.00 PROPOSED PAVEMENT EDGE 36" O.C. Total Amount Bid in Figures: $ 354,596.00 Total Amount Bid in Words: Three Hundred Fifty Four Thousand, Five Hundred Ninety Six Dollars and no cents • • C-2.2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class DIR PWC Dollar %of Item(s) Subcontractor License Registration# Amount Contract Number N/A By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSIUN,AFFIDAVIT TO BE,EXECUTED BY$BIDDER AND:SUBMITTED WITH BID I declare;under"penalty of perjury'under the:laws:of;tire` tate of Califa"rnia that ttie foregoing is: ! true and..egt.ect and t iat.this:declaration:is executed on 1010. `_ at or Me. .Date iiy State . Hein tJ ` ,. ' , , . g;firSt duly s oan, deposes arid:says that he or She is o f .. i. rvP ci-• e,the.party making the 'foregoing;bid;that the,bid is not made;i&the<interestof,.:or on t...e-behal :of,any undisclosed person, partnership, company, association,organization, or corporation; that the:bid is.;genuine and not "collusive or.""shams;that the::biddethas 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 tat,anyone;shall -refrain from :bidding, that the bidder has not;in any "mariner, directly:or indirectly, :'sought by agreement;, communication,-or: conference With anyone to fix the bid•price,or that of any other bidder, onto. secure any:"advantage against the public:body'awarding the',contract of anyone"interested irt:the proposed_contract;that all°statements contained":in.die"bid are•true,and,:fu ther.,,that the bidder ::not,directly or indirectly;submitted his;or her bid:price•or.any breakdown-thereof„"orthe contents thereof,:or divulged "information,;or data.relative'thereto, or paid, and will tot pay:fee;to,any corporati"on,rpartriership, company organization,bid depository, Otto.any member.;Qr agent"-thereofto"effectuate.:A collusive:or,sham bid.. MD8"'General Ei ginee�ing.Inc. Name:of Bidder ' , -Signature of Bidder 4;44 West"G.Street:Ste•224,San Qiego,CA;92:1 Q1 ,Address of Bidder' J • x. C,:.,4 .„. ,•.-.. •• ' I • : , . . • CALIFORNIA Al.,-03,0131.',OS. .4CKNPV.VliEP.P.1.0 ENT divIL,toop§1 liso. , .. ,... .... ,. yiobi4,-,is.,.rig-Ni:ri,x24efiy.z,,4*,i,,,,,Koire4.,04,i,,b.r.e,..mkt,i. ,'. -,-Tr:. . .7 -,, - -:..',„7-1..,-2,•,/,ctegiA..z*:&, ..-4,.....thsa . A notary pi.iiiic.eri4-e-rf.piffcet-ctimpietiilgthi$zc90iiic4te.verifies,Only.002.1slentitiOfthe...indiVid4i*titilighe0.0io. document#i•whiOthi .,:c•Ortificate.i attached,pniimititiigieutiifolnes;, cp1ii--4 ,:iir.;..i/.40ity'af.thtdcibiti-i'ent-: • ..,,: "- ., .,. , :$tate.of COliteehia; .. ) ' i1 County of Orange . . ' 15 rv: ID/2(0025 befee'rne, Ana Patric ia Flores'Notary'Public ri p•ote i ! - .007.00e..rtINfitogs40.77ftle:Ofth0"Office . .. . , . •i Personally appeared d Courtney Statham .. • .- ' /ciiitile14:-9figner(s);. •. ••]. •. . . ... ... . . . ... . . . .... • . . • - •• - " .. • .. „ , . .. I. 1 who pro)*(tO-rog-p-f.Y.t,qb0S,,ofaOsfatt,tiry*4ilepAo be the pett-Ohitt)1. Whose-ham*is/pw'subscribedto. . ,. . . .. thewithin instrument arid to me tliatlit AnOth4y.exeCuted the,seme:M•Ifiqheriiiige authorized .! I 'oapaCitsi(id);tri d OW biliiis/h;erAfteirsignpture(410'.0.),9 i hstrume ntth e personO)i.or the entity upon behalf:Of . . —,... ........,... , . .,. . . ... .,... .... 'idV1-0itillq Pe .Otr414et,04ii.0.. .'3:4P0 the 1Pqq0q0t-- 1:co.'tifiuef.dof..p.;pwTy.pF,F). 5.1yRY tOderthe1.1aws of laws the: State 1"of Caiiferyiiitpt•the', 0,tegeihg.,.0i-OgOiih'is,1true and . • • ' ,c'orrett ').10:It'NEss :• •. my-66rid'ancretific.fit'i-Ori, . • e4Libut E. e• liffornia, ', , % " got • ., •• • .- --. , , .!,,.. „. ..'-•.1.,i1,::r-..,.,;orpriiisMen;#:24,464•, ' • 1 7.'‘• •.#4.-.Cornat.Exoires,JaZI.1027. . , Signature . : -' -'' • 1510.at0t0:APIII.Y.06`..fiNO Ye' , . ... . . . . . . . .. .• •. 'iilare:kbteiri§eii.itilotT'r1' ; •; „",.::-71','S7-:.::•:7,-.-.-•:-.;1;:..';'..'-",.'"''':.1•1','.:.:;.f•,;,1,'::T: tbough:j*socilOo:fs,op:tiongi,-cptripfeting.trnFitiZormcitiop.can deter piterdOcri•ofittallaromppt or . • jraorloMpi.reottatlinitni-ol..this fOrrolt.clininititerided document.. . . pokrii#19p'f4Aq00,*4;0.640!11 .4 . • . Title or Type of DOetiffieht. ... . .• . . . .Deetiihdnt Datei. . . .. .... ,. . .. , . : Nurnber:Of1PateS , ..... . .... ,; ii•ieils)OtheethaiiNaMed.Abeme . . . . ....• . - c61:044004iclaimc1 OY'Sigiier(P):, .',. .Signers tilarne,. , . • '' ... ... ., Signers Name . ••• ... .. ... .... . , -, - : Eatorporite.bfficer,=:titleisi . .0torporate.",Offieer—litle($) „..• - •• .. , . . .... 0 I5iriner, Li Limited 0 General • ; • !El Partner 0 Limited 0 General 0.Individual .DAtiorney.in..tact. lain.dividual Ej Attorney:in rd,, ......: . . . 4 .., of ruitee :1::], uar.dfan or.Conservator . UTrustee .0.01.0rdianfor,con4eryetor, ..... Eadther Li'Other - -• . . ... . ........ .,., .. . .. ..... ..... .., • .,. . . ... • „Signer Is Representing,, Signer Is Representing .. . . . . .. ...... ... .,,i. . ...': , , .., „ .. . • . . .. " ••. . . . . , . , • : ,. ',5r'gvtz.ez.",'"trzA:Fe;F.es..t."rt'2vt'2'gt,Z'te '''''',1=0,.{4iY42i44r.ri,..i14... .F4`,...Fieti. . ,..t.:',:e." ..ir!.1.:4.4.4• 21 :e...^. ..1. 02014 N dtio ribi Nbtary:Attociatitin .www:NationaliNibtaryorg"..ii-gdO7,0t.WJt-A00-8adi, 76,681/11tam#0o. ...:' ... . . . ,. „, ... . . ..„ .„. . „... ., .. _.. ....:. .. ......... . ... ....... „ .141tITY AOIttrt.MtNT • 4:101***.4EMAn AND:CITY COUNCIL Orf"OF'iltINTIN.:OTOTS, .EkCH;CALIFORNIA, Gentlemen: The undersigned hoebypro.r4.0::061-Agrqc4A4t:in 1.11.:pricyfpunARPe-.9f the work§pccificci in the Contact;known as the Bluff Tin-,($1*AepOri( )0,y000Avill.employ and utilize only qualified persons, as hereinafter Oefincikitc:workinljrbiiinityto:any electrical secondary or transmission facilities The Person" n Title 8, California Administrative C940;;. Wftitto*s: "Qualified Person; orikjirtic:tion, zsfamthar,Witkilio op?ration to..1)0p.ofpemOd..tirid ". The undersigned also promised and agrees thatall Stich work shall be performed in accottlancc, with all'applicable.electrical utility Ivvitootitg, Public Utility Commission POImi anct.Sfatc;,-of Valifoting:0'614),$likregnitgInct*k The;undersigned further promises and agrees.that the provisions herein thall be 11-61-Are binding upon any,subcontractor ot,subCOntractitg.'tbatnlay be 1 Mined or employed by the undersigned, and that the ‘).01401: j.$0,00, shall take steps as qre.:necessary to, assure ;by. any said .;$00.01.4cto.pr:$00#000.0 wig-kth0.140011:14.ts cpntainedlICtoin MOB General Engineenrig tnc Contractor . „., Couney Stat am h 0y, •• ; PriWdenti;TreasUfet . . Titk.Pate:.: 10/2112025- . . , . . . . . . . , . . . . DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified,removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? © Yes ElNo If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE . .„ Pursuant to:Section ISO.'of the'St4tOTA:Wf Qdti.dz:d4oh dim:4-40(0TO*hotO 4 131i.0 works O.Outr4ot, ha'slYedri, thdOiloWitVettif10416,.., 1 am aware of the provisions of spool,1709.:pf tp.'4bor..,Code which.require:every- -,:ctplpyet-to be ipPTO against liability for wotker's compensation orto undertake self- insurance in accordance with 114 provisions of that code, 'aid I will coroply'vith,;001, provisions before omthingthefpetfO eofthe,work of thii$,:•.;oohtt4o,L. MOB:General Ehginee,ring, 11 . • • . Courtney Statham ; , erZ. A • r;i• • • , PresidenikTreasurer. Title • DM03 I . `C-1 . , . . „ • ." - „. . . .... .. 'i 11 . . • tilj.Dtit'S.INVORIMAIION . BID)3Ek. eitifieS:.:±hit flio;f6ilaxiing-iiifbrvdtiotii$reqp',4iict:eOrreet; . , . • ivihjB;0016ealEtvir)epriqg, „ . . ... . ..... „. .„ ,_ . .. , . . bi4iletNaitie 444,V,:aStC$tree!, .h.o.,:'220 . . .. . . .. _ . .. ...... . . .. .. ... .Business Address •: CA 921,01 , ,'.Sant Diego ' • .":061`,: ''!i State .Zip ( 00.: ).:7.:32,3909.. biieji.4*ea'rerridb.cOtti • Telephone Number Email Address fd644bai.-A,.ilazerl• . , . . .. .. II: .State Contractor's License No:.and Class - ..-. .. Oiiii0t..:04t011,1•ccl.. • to/ okdgt.1 :.. . . . ..... .. . . ... . . .. „ .. .. .. . :.... , ......„... „ ... ...... . . ... ....... ... ..... . .. . .. „ ..„. . ....... ... . . : . . The,.work site wasihspe4eliby.,.eabf.teioY.Stathaen of Our,,Office on October IS: .,:,.. .616. The following are persons,firms, and corporations having A principal irite.totiothi8,...proppW; ivAD.O'derierak:En4illebeihM hip, . . • . . , ...bootio0y:$1aihaiti .. .. , • ...„„ •. . . .. . .. . ... ...... ... ... . . . . -Madbleliib!Md<eiVia „ „. „ . . . . . , . .. . • . . . , .. . . „ . . ,. . . . : . , . . ...... , „ ... . „ . . • . . . . . . . : . _ . • - - ..' - .:. . .:.: . . .. „... . .. .. - • . . . . . , . - --- -- - . . , . . . . . . . . .. . . .. ... ... ... The Oridg$iigAqiil's prepared to satisfy the Council of the City of g4Origtort Beach Of its ability,, .financially,Or otherwise, to:perform the•,*1.4fAct.-.for the proposed work and improvements in ae.eardahee.:Witiiithe.:'pianSitidspeeifieatiatia Set forth';,,. . :,.i. :. • Mbb Oetiejil E'n6ineOfinar...1t*: .. dbtianyNath.d. . ' ...U.4„'', ":': .. .:. ::."' '„.'' ' ....*--'•.-1':.''':'''..--,,,.1„.... • .. . . .... .,.... • .,. .....,... _ — - • Signature of)114610.. . .Courtney Statham . ,. . .'„A ,--,.TE:;,' ...:---•.:,-- -~„.,;',,. ::;;,. . . . . .. .. Printed 0 TyiJect$ignatitit, .-„- . , . • NOTSRYVERTIFICATT Si.lbcribecl:§W,Pin to bbforC.".ttia this., :clay,of 4::202 . Comity of ) befOreant - . . . . . Month,Day,and Year InsertName d Title of Notary personally appeared Name(s)of sgilOr.(s) . . , . •.•. . .• • „ , 5 • who proved to ind,o6 4"§atigado, Pyidcpc 1),p4b,e-.:Nrsori(0,whoso name(s) is/are subscribed to the Within instrument and ow es:' executed the same in hisllicetliOit.atitlipacapa4ity(ic-,and that, isIhei/their.signature(§)onAh&ingtintii6tif the: ,pPton.(0,or the entity vp9n:boliit of which ei.0.0(0a.ctO(Lketit0elthOlitetrnitiCrit, I certify under PENALTY laws of the State of California that the foregoing paragraph isy.i and correct • WITNESS my han and;official;'geal. Signature . . Sign**of Notary Public (PLACE NOTARY SEAL ABOVE) I • • • . • .. . . .: . . . li CALIFORNIA'A1.4-40111,0p.0 .4..AC.,KNOW.LtO ORIENT; CIVIC.dOPE.§-1.189. . .. .. . .„.. ......... ..,. .,., ...„...,., .... .. ... .. . : .... . . ..._.. ... _ „...-• . , :•. •A.11.0.taty;ptik;i1coriit,flefOltfier comple*-,..iiis,,pertificateverRiep.prilOr 14e,htity4f0e•16.04001*§. iine.0.01e 1. . documentio.inft•Mitifi)*:cfprkifickte,is a4Octie0;,prj.cinfatilie irkiftif01.04,;,,c.0*.ii.,'Olf#aliArfyydt tli.4,09„ctiipe4 . .. .,.: . • Siaie•of California . : viijti,af ..i .• ) i . .. .. .„ .• , •, TO/20/2025 . . before.me, .Ana IgOritiial'orps;;Niii4xy Public .. . ,• Dale '' V.0.0.3440.11,NOifi.f,a4.4 rifieje.th?Officer ,• . ! .. .. .: rsOialIV.::00041..ed.. .. ..• Courtney$tatharn, ........ . ..„ .... . - - - .... . :: . • - - - • . . Name(s) l'9,Jelf.4. . ' . . . . . .. . .. . : . . . .. ...... . .. . . . , . .. .. . . . .. .. . . . . . . . .. ., . .. ... . . . vtio.:iatoo:lq,-.:ttikoAt liA§i4.0. 0i0actoo.,0vi‘d0o.to,o.p,Opipoi.400(4:V,ilp.se,,nati14141::IVOrp--§911!cti$41..tp tfie,i;01.iiii(9-461i;r*I *0 040.4vi4080,0.,to:Fpe th4.:!ifeltFte#41/"e#0tefil*e.*aineX.14/00tjt4i(S(#110•100 000'city(14),Ari01*04.1,1)4,if,t,erAhfilr41ingUt4s).45,fitheintrifthe'0. t(ie:OeppytIt);pi7the:40Wppoo;botilf-0; "Wf*.k0.04**4(4440.i.e).*40c,1 ihq:its#P.r.!IP:rit . • i I certify tirideif PENALTY.9..FP E!33 p ay uoi1,01,11.p.1,0.w*.tAfth , • ,. ..0,td.91'cPlifoftii:q• hg•Ifi0;f9tgOii%paragraph is true and .., . 0"0..*:04:t; •.,,-.'.• A_ONiMvAlM F:--ATRiic.n.r.tA#...'1F.-.,1LcRs 4,. WITNESS N hand andofficial: 4,....0-.,i 4I t4Pbitc CvforiiA I Igrature: ' : ..i......'; • LC j * es P0-044rg-4lNota(y.PO-•. l i, c...... .‘...'.e... ;c--Z.,...-;ec•,-.:, • : . . . . . , : . . . . •. ' .. ., • 1tzte4latatiS6a1,Abbfth'. . thougfi ilifsse.canni ,p0o,n,qt,completing t.t,iisinfor,m, i0A.cgn,..cloigr plegrciiion:Ofhg document or frcildolgOrreattaOierini ofthisYcktittoaraitillit0iided.dik-umeri,t. • • .pOtriljtjciOf.A.!0'0ll0',1#4rflei.4 • , litlei:arIVO':Of Obektierit, . - . _ .. . .. ...... Document Date Number of Poge , ..... ... . ... ... . ':i . ..siirieelsy0ihOrrhaill\I*hed Above . ... ..., ,.,. .. . . . ... ...,_. 'Capi,aI04.-citV( Claimed bli. ignel'Iq •• ,-.Signer's Nanie,........ ..s.. ................. .:':...... . ......... .. ,. . ;sign.e6 tOriig! . • .. .. ' . ..... . ........ : .. .. . 0teroorie-bfficer.;7.-Title(g: •: ' El torporateOffieertitteN Ej...Partner ':EFLIrriited....•:El General ...'0,5aiiner El Limited Oben:era( ... .... .. .,.,.. „. . El•in diiiidua i. ti,,Atiorneyiri.Faq I Ettniihiidual E1 Attorney inTatt' , Eltsrustee '-0 tilardian orto'nstvaicir., :u Trustee 0GuardianO r,Conservator Erthilet E] .-'11. -..0t er.... ... -- -- — - - , .. ... . Signerls Rep.iettiting. ,, ' i'grier:•i :±ile'jireseiffirte . •• . :. .. - . - • . . . . . .. . .. ., .... , . . . .. . ... . , ..-4,xv.:,,...,-. .e1/4-J.4i.t="n-rivy,,,kevy,".e.-Areicivie•-::-ttpv,',..p5iir=,i(i-,A,Feq- 2,-,ti-',414.. .i.z-e.-. -,,,,F,T,‘."•z§..-z-•?!vce. ...-e .e. ... .-?!':.,"e',., 093.4NatiOpaINciaryvcsiciTaiirbill*WtWw.Natistiii-aiNotarV.Ork-',•14106,L'S.Nu.'''TAIIY11;,8-00,8"7-66a2-7.")liernI/5• 40-7: • , _.• ... „......,.,..,......,,,,,„,. •• •-•• -" ••••,• ---- - - - ' - " - - - --- - . .. . .. .. . .. . . Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of (Removal of debris, and reconstruction of slope with geogrid for slope stabilization.) Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. San Diego County Water Authority,4677 Overland Ave,San Diego,CA 92123 Name and Address of Public Agency Name and Telephone No. of Project Manager: Scott Fuller,858-522-6870 $1,965,884.00 Slope Repair and Stabilization 07/28/2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Clearing and grubbing,grading,water bar repair and extensions,access road repairs, install temporary and permanent erosion control measures,and irrigation repairs. 2. City of Desert Hot Springs, 11999 Palm Drive,Desert Hot Springs,CA Name and Address of Public Agency Name and Telephone No. of Project Manager: Charles Hickman,951-734-3010 $229,920.00 Road Repair 02/16/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Emergency road repair due to flood damage. 3. Los Angeles Unified School District,333 South Beaudry Ave,Los Angeles,CA 90017 Name and Address of Public Agency Name and Telephone No. of Project Manager: Charles Hirsch,818-482-0831 $1,041,955.52 Turf and Slope Remediation 07/26/2023 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Slope remediation,and grading for new track. 1 C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager,and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Courtney Statham Name of proposed Project Manager Telephone No. of proposed Project Manager: 949-378-3440 Dulin Hill Slope Repair and Stabilization,$1,965,884.00,Slope Repair and Stabilization,07/28/2023 Project Name &Contract Amount Type of Work Date Completed Little Morongo Emergency Reconstruction,$229,920.00,Road Repair,02/16/2024 Project Name&Contract Amount Type of Work Date Completed Contreras Turf and Slope Remediation,$1,041,955.52,Turf and Slope Remediation,07/26/2023 Project Name & Contract Amount Type of Work Date Completed 2. Tim McKenna Name of proposed Superintendent Telephone No. of proposed Superintendent: 949-874-8082 Dulin Hill Slope Repair and Stabilization,$1,965,884.00,Slope Repair and Stabilization,07/28/2023 Project Name& Contract Amount Type of Work Date Completed Little Morongo Emergency Reconstruction,$229,920.00,Road Repair,02/16/2024 Project Name&Contract Amount Type of Work Date Completed Contreras Turf and Slope Remediation,$1,041,955.52,Turf and Slope Remediation,07/26/2023 Project Name&Contract Amount Type of Work Date Completed C-11 IS DEPARTMENT INDPSTRIALRELATIONS:(DIR)::CERTIFICAT.r. _ To,oroapty SB 854:.(citingt412.0f COde tO passgd.bythc California StateSetiate: , . on.Jime..20;2014,iotabWledo.nor,public works Contractor RPgis.44.0011:Prograin,which requires all contractors and.subcontractorsi bidding •.and-,performing vork. Ott:PUblie Works Projects to register on an annual:basiS.(each:July 1 through June 30 state'fiscal yo,ar).With the California Department of Industrial Relations(D14.rtirteritly.the.,antinalnen-iefundable registration fee for Contractors is$400... Each contractor In whom:a public works contract has been awarded shall 'Sigh:the follOtiVing;Certiffcate: DJR FACT SHEET,ori SR 8.5.4. htips://ww.w.dif.,ta:g6Aiiihti6AvatiC§1Ptibliarotkg8354.htttil . , „ . Contractor Registration Link-,Call.:($44)5,2267.34. httPs://*Ww:dit.ta:goviptiblie,:vorkskontracior-regiitrationhttril TAWS contractor lt.egistration!searehahle database:-, 1-1.ttpsliCadir.secure ez fortoni/CotitracthrSeateli .1 am aware and Will'eornpVWith"thepraviSiOns LahOt CodSectiOri 1171.1(0.whibit states: . . "A contractor subcontractor shall not be qualified to bid on,be listed in abidpropOSal, subject to the requirements of:See:4044104 of the Public Contract Code,btog40iiiithd .performance of any contract-fo4pUblieVork, as defined in,:thichaptet, unless currently registered and qualified to perform public work pursuant to Section.:112$.::$:. it is not 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.:.x)f the Public Contract Code, provided the contractor is registered talierfottii„pUblio work pursuant to Section 172$5afthetirrie the contraCts,isaWardee ffartherinore will comply by providing proof of rogistraiioa witkplg.as the priniaryseontractor; as:wellas for ALL sUbcontractersatthetifyie OPP::PenerafErIginOering,Inc ,. . . 004:actor, , • • , 0,00fInejt$tattlarn • . • . . •- courtney@wearerndb corn ..„ .„. 13y. , -,• Email' PresiciehtiTieasUret. 'Title Date: . 10/21/205 it IC 14Oigti*A.001.:00.039909.Q„ . . 11' , CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a 01 2 3 4 5+ construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner,owner's address,date of completion of the project,amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages.) 2. How many times in the last five years has your firm made any claim against a project owner concerning work on a project or payment for a J1 2 3 4 5+ contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identify the claim(s)by providing the project name,date of the claim,name of the entity(or entities)against whom the claim was filed,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g."pending"or if resolved,a brief description of the resolutionl.l 3. How many times in the last five years has CaIOSHA cited and assessed penalties against your firm for any"serious,""willful"or @1 2 3 4 5+ violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s)of safety or health regulations? NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it. 4. How many times during the last five years,has your firm been required to pay back wages and/or penalties related to state orfederal prevailing wage 01 2 3 4 5+ laws for work performed by your firm? (Explain on a separate sheet.Identify the claim(s)by providing the project name,date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g. "pending"or,if resolved,a brief description of the resolution].) C-13 R L. ® Contractors Bonding and Insurance Company BID BOND 9025 N.Lindbergh Dr. Peoria,IL 61615 P.O.Box 3967 Peoria,IL 61612-3967 Phone:309-692-1000 Fax:309-683-1610 Bond#N/A Premium:Nil KNOW ALL MEN BY THESE PRESENTS, That We, MDB General Engineering.Inc. of 22601 La Palma Avenue.Suite 103 as Principal,and Contractors Bonding and Insurance Company ,of Peoria Illinois ,as Surety, an Illinois corporation duly licensed to do business in the State of California ,are held and firmly bound unto the City of Huntington Beach ,as Obligee,in the penal sum of ten percent of amount bid ( 10% ), for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted, or is about to submit, a proposal or a bid to the Obligee on a contract for Bluff Top Slope Repair CC No. 1815 NOW,THEREFORE,if the aforesaid principal shall be awarded the contract,the said principal will within the period specified therefore, or if no period be specified,within ten(10) days after the notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void, otherwise the principal and the surety will pay unto the obligee the difference in money between the amount of the bid of said principal and the amount for which the obligee may legally contract with another party to perform the work if the latter amount be in excess of the former, in no event shall the liability hereunder exceed the penal sum hereof. PROVIDED AND SUBJECT TO THE CONDITION PRECEDENT,that any suits at law or proceedings in equity brought or to be brought against the Surety to recover any claim hereunder must be instituted and service had upon the Surety within ninety (90)days after the acceptance of said bid of the Principal by the Obligee. SIGNED,SEALED AND DATED this 20th day of October , 2025 MDB General Engineering,Inc. P-incipal By: A_ SZ. • L 1 WUls-i-vti - tar S)C'Q31 :t Contractors Bonding and Insurance Company By: Karen Letz Attorney in Fact ADDRESS ALL CORRESPONDENCE TO: Contractors Bonding and Insurance Company 9025 N.Lindbergh Dr. Peoria,IL 61615 P.O.Box 3967 Peoria,IL 61612 309-692-1000 C0006304-10,0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE §1189 tia:f4� Fi�n �.ct^cta-tic�f`w�(Y.-+!)c�C`,c!•.F�`.a.[`w-2`..M ..lh..l.,c+Ct.,l�.,!•nc��C'c+CSc'�l'"�`.r(`s^ hc-F.c^!•,n` c^d`�+`%'�`,cfi 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 10/20/2025 before me, Ana Patricia Flores,Notary Public Date Here Insert Name and Title of the Officer Personally appeared Courtney Statham Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(so)whose name()is/ace subscribed to the within instrument and acknowledged to me that hfe/she/th'ey executed the same in his/her/thelrauthorized capacity(i%),and that by has/her/,theirsignature(s)on the instrumentthe person(s),or the entity upon behalf of which the person(,;)acted,executed the instrument. I certify under PENALTY OF PERJURY underthe laws of the State of California that the foregoing paragraph is true and correct. y f ANAPATRICIAFLORES WITNESS my hand and official seal. 3` , . Notary Public•California _, Orange County ( X /� pfl�n�,'r C ri + Commissions Jul 21,4 Signature Q$ r 7'�LV c tilit�/ °L,,0•' My Comm.Expires Jul 21,2027 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional,completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document Document Date Number of Pages Signer(s)OtherThan 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 fl Partner ®Limited ®General ®Individual ®Attorney in Fact E Individual 0 Attorney in Fact ®Trustee 0 Guardian or Conservator Trustee ®Guardian or Conservator El Other ®Other Signer Is Representing Signer Is Representing yz�r,�f',fic•`,c.r„i�:tcw c`.r!.�!,,'�[Sc-.`.c^(`,c�c!`.F:cc-t„c:c},r:t„c^Fc;A,e-�`z�A,c�(.:^Fz:tz�:P.e_cSc�Cx-hcc`,�-:f�,�C•.cal+,e(-•,r:(••.e�(>�-�erc`.c-Gw-(`.c�cct`,i�b.�G`:t�;ri?!';� ©2014NationalNotaryAssociation • www.NationalNotary.org•1-800-US NOTARY(1-800-876-6827) Item#5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 ��-,�:,r.,Fr-.c-r,�,�-,c�,arc:r-,c,crc-:r.,sr-.�-•r..�,�:acr,�-r..cr,�:r,-mc-r.,�r,�-r•�,F:,cr,�-rrr,�=,e;rrme=r.,�:rno,�,Fc>,�-cs�:ri,�,�,�r,�:�,�:r.,�.r..�:r,�:�,�-�,�-rr,�r..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 Orange On October 20, 2025 before me, Heather Willis, Notary Public Date Here Insert Name and Title of the Officer personally appeared Karen Letz 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 .�`E°• HEATHER WILLIS is true and correct. at E•( COMM.#2498695 WITNESS my hand and official seal. u� '•lf�•m ��� NOTARY PUBLIC-CALIFORNIA � 2\tF!�r' J° ORANGE COUNTY n O+(iFOHN�� COMM.EXPIRES SEPT.25,2028 /(eedel— Me'erg:/. - Signature Signature of Notary Public Place Notary Seal Above _ OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N.Lindbergh Dr. Peoria,IL 61615 Phone: 800-645-2402 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together,the"Company")do hereby make,constitute and appoint: Spencer Flake,Mark D.Iatarola,Karen Letz,Heather Willis,jointly or severally in the City of Anaheim , State of California its true and lawful Agent(s) and Attorney(s) in Fact,with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars ( $25,000,000.00 )for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation,and is now in force,to-wit: "All bonds,policies,undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President,Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds,policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Sr. Vice President with its corporate seal affixed this 6th day of October , 2025 . 11111II IIIII ,,,,,,,,,,,,,,„ „� Insurance Company ota.AND.�,S,,,'l ��JPpNCE oo; Contractors Bonding and Ins ance Company RPOR,Q GR,9y.;' o • '•.�Q%, C� L���Z:t✓�"� O• GO c`•.. +_ •• GORPORq pF•:91 0. = ' SEAL V = . SEAL . = sy: a Eric Raudins Sr.Vice President State of Ohio l IluN015„„``\ '''%,,,,Iri,o,s„`````` } SS County of Cuyahoga J CERTIFICATE On this 6th day of October , 2025 ,before me,a Notary Public, I, the undersigned officer of RLI Insurance Company and/or personally appeared Eric Raudins , who being by me duly sworn, Contractors Bonding and Insurance Company, do hereby certify acknowledged that he signed the above Power of Attorney as the aforesaid that the attached Power of Attorney is in full force and effect and is officer of the RLI Insurance Company and/or Contractors Bonding and irrevocable; and furthermore, that the Resolution of the Company as Insurance Company and acknowledged said instrument to be the voluntary set forth in the Power of Attorney, is now in force. In testimony act and deed of said corporation. whereof, I have hereunto set my hand and the seal of the RLI Insurance Company and/or Contractors Bonding and Insurance 4 f Company this 20th -day of October , 2025 By: RLI Insurance Company Jill A.Scott Notary Public Contractors Bonding and Insurance Company • A SCOTT �l nnurc aw c su o m on o By: 6/ a , (.17 ) My CPnm�csnn E.P,ec sPo„m,�as 4030 Christina Dean Corporate Secretary 04872500202/2 A0058D 19 CP\ W21O1 San ?top- womx,e,-. 5kAkf -Co? SLOVt gt\-)POY, C : 11/45 Q,( 2‘ ,2)) 25, '"`'"PPo --- CITY OF '-.1-C11 HUNTINGTON BEACH NTY � Lisa Lane Barnes I City Clerk January 13, 2025 Oppenheimer National 31878 Del Obispo Street, Suite 118510 San Juan Capistrano, CA 92675 RE: Bluff Top Slope Repair—CC-1815 Enclosed please find your original bid bond for CC No. 1815. Sincerely, 0144464tt 1:° .14114 Lisa Lane Barnes City Clerk LLB:ds Enclosure • Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov Bid Bond Bid Bond Number:CSBA-32557 CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) Oppenheimer National The Gray Casualty&Surety Company 31878 Del Obispo St,Suite 118510 1625 West Causeway Approach San Juan Capistrano,CA 92675 Mandeville,LA 70471 OWNER: This document has important legal (Name,legal status and address) consequences.Consultation with City of Huntington Beach An attorney is encouraged with respect 2000 Main Street to its completion or modification. • Huntington Beach,CA 92648 Any singular reference to Contractor,Surety,Owner or other party shall be considered Plural where applicable. BOND AMOUNT: Ten Percent(10%)of Amount Bid • PROJECT:Bluff Top Slope Repair,CC No.1815 Project Number,if any: The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted here from and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 11k .Zvte,C Signed and sealed this day of October.2025 Oppenheimer National 4414- (f✓ Ke Arioo (Principal) (Sea0 (Winn (Title) wee__[�� pre„,v,-- The Gray Casualty&Surety Company • ~ ! (Surety) (Seal) N.ccC;P:)JA." --•• Fitness)Melissa Ann Vaccaro (Title)Robert Wood,Attorney-in-Fact 0 r--+ By arrangement with the American Institute of Architects, the National Association of Surety Bond Producers(NASBP)(www.nasbp.org)makes this form document available to its members,affiliates,and associates in Microsoft Word format for use in the regular course of surety business.NASBP vouches that r -t- NASBP n the original text of this document conforms exactly to the text in AIA Document A310-2010, Bid Bond. CID Subsequent modifications may be made to the original text of this document by users,so careful review of CD its wording and consultation with an attorney are encouraged before its completion, execution or CD r-4' acceptance. ="'. Neldt CD 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 October 16th,2025 before me, Melissa Ann Vaccaro, Notary Public (insert name and title of the officer) personally appeared Robert Wood 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. htELISSA ANN C ,O WITNESS my hand and official seal. ° cornm. aozeaz ^fin Notary PubHC-Cal(rVACorna N a 'f T�I ORANGER2 COUNTYAP a �' ! yCnmm.Expires May 12,2026i, 026 N Signature ci,, - -`0C c /\ ,(Seal) Melissa Ann Vaccaro Commercial Surety Bonds&Insurance Agern 10/16/2025 11:24 1038744057245 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY&SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number:CSBA-32557 . Principal:Oppenheimer National Project: Bluff Top Slope Repair,CC No.1815 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:Robert Wood,Magdalena R.Wolfe,Shaunna Rozelle Ostrom,Daniel Huckabay,Dwight Reilly,Arturo Ayala,Michael Stong, Ben Stong,Benjamin Wolfe,Chelsea Liberatore,Adrian Langrell,and Frank Morones of Orange,California jointly and severally on behalf of each of the Companies named above its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its deed,bonds,or other writings obligatory in the nature of a bond,as surety,contracts of suretyship as are or may be required or permitted by law, regulation,contract or otherwise,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty&Surety Company at meetings duly called and held on the 26'b 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 1 ^ it official seals to be hereinto affixed,and these presents tt ' • '' " ' "///''�• ' '�us 4th day of November,2022. /44,eV(JC ...su RA,yC / gJ'�S~,6 BAR, of S EAL '° By: Michael T.Gray Cullen S.Piske if SEAL President • President The Gray Insurance Company The Gray Casualty&Surety Company ''''‘‘.----17.,) State of Louisiana ss: Parish of Jefferson . On this 4th day of November,2022,before me,a Notary Public,personally appeared Michael T.Gray,President of The Gray Insurance , Company,and Cullen S.Piske,President of The Gray Casualty&Surety Company,personally known to me,being duly sworn,acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of,and acknowledged said instrument to be the voluntary act and deed,of their companies. , . .-d),_jy,_)\'4A Ui/laQ. k4 C -- Leigh Anne Henican tiro Notary Public Leigh Anne Henican • M PVi Notary ID No.92653 Notary Public,Parish of Orleans State of Louisiana '.. Orleans Parish,Louisiana My Commission is for Life I,Mark S.Manguno;Secretary of The Gray Insurance Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Company this 18th day of October ,2025 • eJ tt#44101/01." 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 16th day of October . ,2025 . ��I fJIM C gU RA,ye, cE r CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE §1189 Mi,:.r.ri-��: •�.�^.c^.s"��h;r�.rc.�r�.Yts�cr.:s:.t-tY'ca':��*'-Sc=•^�;r{�h�-.^.M=,^.;{-.M;�.,:�c�'�.�:5.��^.M.`r�,•-t;c�,:rr_t'C.G 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 &eE o 0, 02 0.2.3 before me, PJ Kehoe, Notary Public Date ' Here Insert Name and Title of the Officer Personally appeared wee R i, > rE`f st 06/L f ri ✓ 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 instrumentthe person(s),orthe entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY underthe laws of the State of California that the foregoing paragraph is true and correct. A A 4 '' ' - "" WITNESS my hand and official seal. ,et'L°f rye, PJ KEHOE � Notary Public-California Orange County /(1/ ;�'D^f`ji-12� •'�bjq./*° Commission N 2410788 Signature �1IF00.H ,i` * My Comm.Expires Aug 12,2026I Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional,completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document /K� aeid7tOL Document Date Number of Pages Signer(s)OtherThan Named Above Capacity(ies) Claimed by Signer(s) Signer's Name Signer's Name ©Corporate Officer—Title(s) 0 Corporate Officer—Title(s) Q Partner D Limited ❑General ©Partner D Limited QGeneral ®Individual ©Attorney in Fact ®Individual Q Attorney in Fact ®Trustee ©Guardian or Conservator ❑Trustee ©Guardian or Conservator ®Other ®Other Signer Is Representing Signer Is Representing ':r�,`x.•�F�'tY.�'s.^2,L:"�=•f:•':^nr••^;c.,,;-��.r`:':rt'•^C:+.'.�:.Ci'.5�:C^±:!�.:�^�i:r'.:�,="`��• '::s:�iS:i:Y'��f`,^r:'�.t?i`!�2`y_.'.._�.":+'-;:'��:SS�:".s ©2014NationalNotaryAssociation • www.NationalNotary.org•1-800-US NOTARY(1--`800-876-6827) Item#5907 OPPENHEIMER NATIONAL 31878 DEL OBISPO ST.#118510 SAN JUAN CAPISTRANO,CA92675 PHONE:(949)264-2640 I" ric /�'cl� wtb S V 1�y D o Ai- v rt,,, pc.Sc.)" A/.,.Iu•.v t B j-URIC l o p s Lb PE QEPAr'A CCosi : I81r S''A OP •ti� ovr11 _ Val ? blic W rks Engineering �sj � \ "(INGi ,•p�C �ici�9 RUSa7• y� CITY 0 F •� �` � . F , BEACH HUNTINGTON - :,r, o"'•".........' Lisa Lane Barnes I City Clerk o UNTY P January 13, 2025 Ortiz & Son, Inc. dba Ortiz Tractor/Construction Services 7161 Mc Neil Lane Buena Park, CA 90620 RE: Bluff Top Slope Repair—CC-1815 Enclosed please find your original bid bond for CC No. 1815. Sincerely, X4444/14, 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 Accht..) SECTION C PRQP.Q'SAL for flie•,,epoptmetton of BLUFF;`.:F.CW SLOIVni f.A112. • r r• . . „ in the the:, . • „ ,CITY Or.tIVNMPTON:BEACH -.. • „ TO THE: '140NO0ABIX MOOR AND IVILIvitwg's Or THE IVNIINGTON43tAtilt • 1 • Tri; epipUance. Inviting the:,-nndei*gried fierOy-.,proposes. and agrees to perform all the AOA.'theteiii ddktibed,and to furnish' lahi'*,4nat.044::.&iiiipitieht 440 ".• • . insurance necessary terefOr,irkaepprdatibe with the planS,,and$peeifiea001Apiifile in the • , • office of the City Engineer of the City el-Jun.6401304h. the under signed to perform Ji The*irk therein to the satisfaction of and under the super ofAio-Ov Engineers,of the City . of Huntmgton peE41.; :rtcl.ftpFerOr inio a p;:pirOppi,:iii0„folkys.,04:13,0ep:,,,T4c undersigned agrees to complete the work within 30 woikmg days,Ot#10*fiorti the date of the Notice to Proceed: . „ wpp,E1 ..creplOos that this pi orki8a.f is based 145oti.eatef41,,ekattilnitibii,:01h0*irk site, plans, Instructions to Bidders and all other eolitott, (104filionk If tins proposal is 400004'for award,MOM 4000$to enter into a conti act with AGENCY at tty.e toit,04/90top ottipilcost forthitloio.foo*xig Bid Schedule BIDDER under otodg that failure tO,enfee:ItitO kotitoo in tfiejnariner and titne.:prosdribodwill-to111t,iit fo'ff9itOfO.fp-AaNOY of the guaranty 4000mpOyirtg:#ii fitOpo.*,, BIDDER understands a Ilipt:f8:required for;the entire work, that osi*.a.t41.quantities set forth inthe Bid Schedule a re§910y,fc*fl*pl4i7p00, ;0‘COriiiii,#41gtii.4 ::and.Wat final eciiiii)6pspii6ii, undei the contract will be,based upon the actual quantities of work o4fi§f:4404 ottispi*q. TM: , AGENCY RESERVES THE 1216111-TO DELETE ANY ITFM MOM THE CONTRACTIt is ogt01.that the unit appurtenant expenses taxes, fees,etc, and Wilt:be,!,guayatileedfOta potio.4,15f'sixiy4o-yp.from to,biscli,oriljng** If,at-:such time the ewitiact is not pyo.TrOotii6,AGNCY v11l rejectbids and*1.1.1.;teadveitise the project In the case of discrepancies n the amounts bid,unitprices shall govern over extended 61i1000, nd*bag 4141.1 govern over fivires, 1.' 1 If awarded th Cohtae.t-,-;th 401:01. 1.ghe4 grç that: i the.004:..pf:the„:0IP.D.FirS;46fal..t.h.Jri dkddiitirig:th6..regiii.tOd ethitifet ohis.l'fi4ha:tliothdOs$0gy:bon44hd!.j.h§.4t4tiqe„certificates within 0 woikmg days 4,eftl:* 400 of the notice."9r141/Y40.1'Pfq0.4049t to the BIDDER, the 11.):9eep.4Apf the security Apcpmpgpyi.pg,ffi5.. AGENCY and . this bid and the,4eeelta:ticelietebf1144.,at the A9ENCYS option, be cdnsidered 011.1.t46.0:vact •. g.„ s • Adbooipdriyltig Ita8ptopp$A.I.r.aiii4;fioa:. j5 1,41 vS olkit in the amount Of.: whith said amount is not less than.10°11,;;of.the,4ggrpaa;t6:of to total bid price, as teggire4-hythe Notice Inviting Blectronic Bids, payable to the KOgNcy-, (Please insert the woids "Cash",, Che6k!' !Siddoesi3blid,for Yof."- a'ith0 Any,§tliciatd,:$1.1itty Bid Bond form is 4.ekepta-hle, Bidder„ . ofshall 411..Acidehd4h0:eif E . • , EAdrfend4 No Pate 1,?g,cofti,ed _ . :••• . . , . _ . „ , . • " " . . • , •. • . , . „ • , . „ , . . „ „ • , • . , . , •• , . . ••.• . „ „ , ••„ _ •• ,• , • .,; „ .;; • 1 • • 1 • 1 ;! 1 • „ „ , • . , c47 ., „.. . 1. i DLUFF39.-..V..S.L004.11itt-81k140).SCHEDULE' . .. . „ .. . _ , ......... ....... ..,..... . . . .. ...._ .. .... ..... . .... ...... . ...... .. .. .... 010, . • .,`i:Contract ,Unit . ,. Extended No. + ',... . . Description, .' ,. , Quantity Unit, , :.. Price- - -Ametnit. • ' - :I.:„ ...„..,• .„..,‘.1 •. • MORILIZATION-, -:', .. ..... ....-. •. .., : •'•• : ..!1_ ., . ,! '',ES '.7 $'1•0:0•00'•,....:,.:„..:, V10',.0.900,.'„ "•::- ' ,„..,,..._ .. , • -' . •-, ••..-2 - ; -P R---O 4‘•g-0T SPECIFIC.,.•.„TRAFFIC,..-. ' , .•... .• s •.,, • •1:.,. • -1 -•' ES. •' •• ,..'•-iso".:-It-o r i'..$.;..:0-00,,60 CONTROL PLAN . „.... ..-:-•:::.::.•„s..• -....:::::'.;.: .7.,..::....,..,..:: --:.......,.— 'f• . , FURNISH PROJECT TRAFFIC .''''" : .... •"1 • '''.,:: ._• ••'s iti..' . !, $.3,8"-Z51,00,... , ss3H;43-7 5•:.09.••• ,i ! :.:.•-.• .,.., ,... . _ ..,..,..., . „,...._. . . •,,,, FURNISH AND:INSTALL:PROJECT' ' ''' .--• •s ' • - - ' t/25 06 '. - 'S".4-50 ad:- ._ • -: INFORMATION SIGN •,:.,s „.. ....... ,.. •• • . I, .,..-'-'.- ". .,„_ . ' •.,:,' .. •:. ,.:!:;:f?•'::-.,.,-;..-r.:-.-:7,: .,„:''''-,..,s; ._ :-,.. s,. : .'• ., PROJEOTS,REDIFID.WPQR(WN)TRF: -!--- - -- -! '"'' '!!'" !' !:- •'. •-•:.•• "' - !.r--".-- - •-•!.1 j ,, . , . ., , !. ......., . .. . - ., - • '•'.. .: S.-..:';.• pou.:,0T.IoN CONTROL PLAN)TOi...• •---• i , • . L.6. : 1. $.4,',"40...cp - $44140..0b., ".' i•• , , :-: . , .. - . ...;•. :•.••• •::ADDRESS CONSTRUCTION '••. •'' •--. , !ss.' -'...:-.•::•"••••,' .-'... si. •• ''' - :,., ' '' '' '•:. '- •' '.• ,.. .-., ... .. •• • . .;'..•.- '.7." INSTAL:144OP,MAINTAIN ''''''': ".''''...:..!S":7'.'''' ' :`..' ,. :7::',:::: --•.•'' .:1,- . ....! ,. . •.:.-.:'!.•.....1!::•1:.!•'.:..: .-,••:.- :s .---•-•••'! ' ! ': • ', !.:' CONSTRUCTION PER -.-• . ..- - •.,- . ...: •- ,---. -, . - ' '! . -•, : , .•.„ .. ...... • .... •.• , ..,.. .„.-• .. . •AppRoivo)•,:•)ritpop.,!Now 0.N.6..., •• . , . - • 6 ittijo b(i - •1 oob 00 . • .:.6.': ': STAGING AREA NORTH OF ' 'I", ' 1.4S .. s S' s:-''• '-s.. s $'. 4.-•- . '.• • • • . . .... . . . „ .., . .. ,, . .,.... ..,...... ' -• s PATH....AREA:MusT•INCLUDE - J ' • , . !• -' .• .' -• ' ' ' - • !, - . .,. TEMPORARY FENDING WITH WIND • - s;-• .., :. SCREEN '• :''T ,UNDLASSIFI1:1,.EXCAVATION --. •. ." ' •••• ,•••--••.;•.••.---'TT--- "•.:-.. ,:••'..' --- - ''--- 7.-•s-----..'',....-!-<-: • .. I i'siDis. i)DINd.4 .AWoljt REMOVE!AND - • - ' ••; ! . :. , , r .: -. :i ; ! :' !.. .,:,!:,!!. , • ! ! . • DISPOSE OF EXISTING ASPHALT,- • : •--- -!.,! ;;!- ••,••,-, iJ8.-A„0:.";'-':.:-'':. i•-- t 3- 0;24 0.!-0•61, ' . ' . •!..•' • ' - . •'7' •!! -- .!:' .• ' --- •- ---- - -.-"---• -----'c-,-,,•-- •- ••'•3600. • .''•---.•SF •''• 7 •••' TREES,:st)RO,YS,.VE:GE-rAtioN-"MO . •, ' - ' '' : ' - - .... -:- • .". ''!".'' - • - -"- •• - !'•-'' ' • '` s• '.;• MISCELLANEOUS DEBRIS WITHIN! ''. •: : ••"':, •:. : ••' !,' ':..:••••" ' ' ' ' ' . , ,:.• . ' !,-•.. . .....:,':..LIMITS...,OF.GRADINO„. :,•.. ,';,.-s: ' :::-..••••:... : .„,... .. .•_': :. '-.. ,••... ,....:,, !, „•......,,,,.: ' ,-..s,' '•::-. : .• ... 2'.' '..... ... .,.- , kEivIOVE-EXt$11N --•:$61L,A616. ••••'•-•-:*' .2-- , - ' ' ' '' '' .- . -' . -: '''' :- . '' ..' . . ' ' • ' ',. „.„., ...,.„. . ... ,. STOCKPILE ONSITE::REINSTALL SOIL',, -: . , . • -- . , ., • :1 - 8 '. WITII)N1AfsOMIT$'.(j ,GRADING,. :- J '320 •s - • CV: ': S•272,00 $•2, 23.,91:,9i:00 ! • AFTERTHE2SEOPE•J3ENCH AND •',' '.• - ' " ' ' " ' , , s GEOORIOAREDONSTROCTED2s, ,„ '' ..,• • CREATE SUBGRADEBENCH.AND. • ''7 '•--s• .-'•• '-''; -''': 7'.' -- ,,,,-•,,,' r;,,•. ,!".,.,• ,,,, rs, ] 9 •.- INSTALL..PEO-ORID WITHIN'THE1.: ', !2999 •, :" SE 'I$.:.:4...-4•!:,YY ' ...,...: $.-"f4MYY;•.'W,.. :' - ... ,.,.... LIMITS OF GRADING Ailb.d.Ot..AkEA:.„ :.,4 .•I!„:.. ..'1 '!; ...::: .. ... •,j ---.:.:::-!1.:':: :: "';'':!! ! !!!! -:'!!! '' . - i !! -, • • • ! , • ! • IMPORT AND PER' ••: ' :I '-: ' - ': id' '' GEOTECH"RPORTWITH.IN.LIMITS .: i• lop :, . CV. ; • ! ' • .• - `,, •-•:::. - . ' OF bkAbiNb. •,•••-_-: •• :-,,••• ..•• .- .... . -• . , • •-: . :... . .„ ,. :..: :$.:65,,00.. ..,....' ..; $,.:0,00,00i. INSTAELs'ogpV,TPEROspN1.. ! ‘, ,:- : :•.• - . -- : - :-•,;•r•••,,,'"! ••••••'- •••• r .4- A _,,A,- .•..,,!.,,,•..! ; ! 11: ,, Cotk.k0...0*401e-i!-,O.V.ER ENTIRE . - !360,0 •' . $F . $s'45,.........'.. -,'; $1.-1;.f.u.14';•9V... . I '': ..,.. ._.. ... kEda'AfKilie4E6'.81b0E:-PAet .. .. • ';'. .!,..,.. -,. • - ' - ' . !:. —--- !!--.., ,- • :'- — •• ! .. CONSTRUCT TEMPORARY apIAR12 ' --i. .. -- - • ,.•„ . • • : .. -- " ' • - IRRIGATION CONTROLLER WITI-INO • .....„.„...., •.... ,........ -.. t• ,-$.;,;:,4%•:1)0 $s5;450',.Q0. cApRET,pp3'.0,1T-y:p.F,E,113.STD PLAN': •. • INSTALL DROUGHT -- - : • ' ' ••••' ' • : ' :''' ! ..., . „ ...,.„ ..,. . , `', : 2.• LANDSCAPING op,g..$61100[....F'.:of '.:: • . . ., . . .„..: ; . . „. • .. . . ,pd.aP„24809 '• .$',32718.0.0 '‘, • 13 ••• R.LANS:AND:P.ROVID. 01 (1).•YEAR: :. . I , J.LS N MAINEANDEAPREMNTAND, - - , -.,.. „ , . . .. 4 i•. .:..,.... :. PLANT ESTABLISHMENT.:::.„. . • : •...,„ !:• ,. . ' -....,. . .. .. .. „. .. ! . . : .... . ,, , :... .... ... ,.. . . . , - .•i• INT.N..4;:N,E..w".47:PAyEriilFisiT TYPE III; ,. ------ -- '. • r-• •' . - : r,..-- ---•' ; . ',.:!. !.. . ; g 1 14 : b-0.0t$4,1 0 k$/811 0,.V. R:46.9/0! . •• .— J:640: , . ., $. 0.,,t).:0,- ! $14,040.00.:,:‘- ,, ...... ..„ . ..,...... . ::._,......., •:••• i ....... .•:: W.tki0Aet.tb,8.080kADE: • . -: .-... . . . . •• S . ,.. . , . . . :). i 1, i .... .. . . , ... .... ........, _.... .....„.... . ........ ..• .. . .. . . „.. •• • . ,. . ._, „... .. .• • . „ • BLUFF TOP SLOPE:REPAIR BD).Selftbutl. ,13,10 Contract Unit Extended „ NO: ' Description : Amount , „ PROVIDE POINT OF CONNECTION . I • TO TAP INTO EXISTING WATER LINE AND;INSTALi:.TEmpi,DRARY: k IRMOATION..OVER rINISHED:SLOPE:! !:1;$ - $1.,(05S)„,00: '$iø35iQ,.00 WITH 4ZONES.FURNISH AND, „ . , iN$tALXA1.-1..',001NbUir, AND APPURTENANCES PER 05:,„81:0,-pLr\f, INSTALL REDWOOD HEADER • . VVttH .1!,(1:0!!STAKES ALONG:THF; 77 LF . PROPOSED PAVEMENT. ,pDG '861," "` • - . , „ OC „ e , :TEital,A1119Pnt Figuros;,,,$447,31.a.00"„ " ' Fo'ut Hundred Forty-Seven Thousand Thrpp,Hundred and Total Amount in . , Thirteen Dollars , „ ) 1_,:l$T. OF SO.M.N.Tmer..0'4-$1 ... In accordance with:,Government:Code SeetiOn:4104-,the, Bidder Shall set forth'the',nail&'aid business addteas of each subcontractor who will;iierf4in.Vsf:Ork.Or render sayleoto the biddei on, said:Contract in an amount in:excess Of:one-half Of.One!percent of-the 'total; bid',Or 00;000; ..1 whichever is,greater,24tid the portion of the Nyotl 'to be done by such subcontractor . 1 ilid:, : . Zane andAdr.fress of ' -: State , clo's DIRPNVe, Dollar . ''g, of Item(s) -.,::. . ,Subcontractor . License . .Itegis4.atfori:„#. Amount' (!onti.00. , Nytakel.. . . .. . „ .. . . i.00KcP0t 4?y•.t---5,• :644 .6.-tt: ioe474177 4:0 i - -ebb], . ,. , ot c.).. .. t5 :ilAecort.--- ..,;2t----• , ,, • - ' ! n(,fsi .. ,,... •, .... • :.0( : 2 .p. :. . liNottuyktita.610;07.4,t ' ' .. '. ,: .: 4.-.-,--• ' - . .. :. ' '.: ••:/,' ' .,..ti‘fgAi •,,iit.0.. ,(4,.. o.N.- H' • ' t'.',:•:-,.0.:F-• C.2, : I •woopti.01.;1., . ' i .....':,. - :: tri ' ,,,lit, ?., ot,,.:.#1gcr..:::, : „,„•,, ,.,,„k. .,---• - ... • • . t•f,, ,,... . vo•- •., C/P.,•• :\'''. ''-' •': .174.144i.4.1: : 4.11 :. :- :1.'• ioti):• .. , . : . ..... .. „ ,. .. ., . ,. . .. „.. . .. ,. . . . . . . : . , • .... ,, . . . . . ' . . . - . . . . . . . •• . .-...- ,.. • .i , . . . „ .. ,• .. . „ . . ,. .. , ., .. .• .... . ....... . .. . . , . : .„.. , , . — . ......... . ..... ....... ..... „..,... ..•.. , ,• ,, ,.. ., .„„ . ...... . , • ' . , . . . i „ . .. „„. . .. ...... , ... . ... .. .--. . . . . , ; • • 1 „ . • „ ., .. .. .. . .... . . . . .. .„ .. , ... .. , .. . . , .., ....,,,, . . ,.... . • . . .. , . • , . . • '1 ,.- , - .-. - ...... ... . , .,. „...... .. . ... .... . ,. ..... . ..... . .B. Y'.$01.11iSs.1,-PitO.Itilig.1)X01)00.41,the Aii#10; eftiflqw,-; .• .i: i. That fie-3$7.0:6.10.10 and will:pprform.±462,b4liq0,0:.pf.411..WOik which is not P.9,1,.T.red. in the 1: •!' ;a:hoyesub.contraeforsliSting, . .. . - .. . 't. 2. That the AGENCY will be furnished:OOPies. Of all subcontracts.,entered into and bonds: I: ,:*i'Slied by sbb6pntraCtOr for this•-tko)eet. I: .. , . . ..... . . . . .„.. . i: i. ,.. „ .„.... - . ... „ . . _„ . ... „.. ._. . .. ... „. _ . ... . .... , r rCo.LiA S ON A FI AyIT TO `BE EXECITTE:D°BY BIDDER_AND'SUBMITTED WITH • T.deelare` t d,o:penalty of;perjury under the:laves Of the Mate of:Caiifoinia thattlie,foregoin is • 1-. true and correct and'that this decla atiorii :executed o f i0(2c� L at, 'titlttitO-Vac . m , ;'. Diateiy. .xS'tttte. t .. Cat�-�2 being fast duty sworn d ; Y�' � epo` aYs' ;': es an s tliatlle;ot'she Is d. : of -( kZ"2 <, - Svc, T�v," the p making the foregoing°bid thattthe.;bid'is not-inade in the of,.'fir.;on:thebehalf`of,any undisclosed poison;., pa"i tieisliip,.company,,association, organization, or caiporattion, that'the bid is genuine and.not collnsiveoi sham" hat the bid •der has;not`di• rectlyo•i nldirectly indueed.o soli�citedany• other ,bidder:• :to;put in a.false;oi sham.bid,;and.l as;not directly ofindneetly:colluded,conspired,;connived, ar ag ee with.any:biidder ,or,:anyone:else to::put in.a sham.bid; :et that.anyone shall..refrain ftom - .biddrng; that,the bidder bias :not~in ariy manner, diiectly ,or indirectly, `sought by•:;agreement, comiiiunication,;o .conference win.anyone-to:fix the.b'd puce,of that of any othei biddei,et to: secure-ai�iy advantage against.the:pubhe body awazdirig filie.contiaet of any ne o tiitea ested in the ,proposed contract,that all statements coritaii ed nthe bid aie true,and,-f ether,thatthe bidder has gnat,directly of indueetly,:subrriitted his'or-:her bid price orany breakdown thereof,of tiie conten s !.thereof; or divulged info matioa or data'.relatxv'e thereto, oi• paid, and`will;not-pay fee to,any xeorpoiaEior�, artneisliip,'company.a`ssociation,organization;'bid depository, or,to''any,•°:member,o igealtthezeof o-:effectuate:acollusive or;=sham bid. Nanie;:ofBi.ddeir' igiiaftize, .131i4de ;, Addtess:of:Bid"d.ez C4 AOPOISONT HON13)11.-A131.;g1VfAY.Olt.ANfi)',QTY COUNCIL; CITY OF ., Gentlemen: •‘. Th .141,44.SignP.4)APOhYl#0111§0$ ggr‘c0.010i in the 410.8104k ,P0.01--f10.4 the . contract Top Slope Repair, (I)(we)(it)will employ and ntill*::only.,cinalifled: pelsons, 4s..fterelhpftet defined,to any electrical‘secondary.Qr#poynj:4404, facilities The teirn "Qualified:Person".is'd0finctir.): Title 8, California Administiative Code, Section 2700,as follows : • ,! • . . . „. "Qualified Person who,: ego,o0prprve,P1070.-':pr:1,0,s,koqiopi sfainthar with the .• OPO!:'40014 U:Adbff,rted' The undersigned.also tfernisect.and agrees all'attehfiOrk '15.6156iiiiitiled in ae.torctailee: . . . with all applicable electucal htilitr.e0tiipoy$tetrikehiehtsi th.htie.Oility-f00#4ig00.4 j:?rclep;-; ...„ and State of'Oalitbrnia,00-0§,f1A,requireinetita.,; The undei signed furthei piomises and-,agrees that the heiein shall be and aiiebindijig • I- upon any suhaiiitractoi,iir'anbeetti*Otor&that n10,A'.be..:retaitiecl:or employed by the undeitighed,:!,- • 4tit-1...thot the-tintler8ign041 shall take steps as aie necessary to assure compliance by any said Atheorittaetetotsubcontractors the tevii!ettiehts.:copt4ihe0 herein .br4z.. s -3:86'cL • COntradttir . . „..„ By . ... .... . . . . Title • Date.f 80 TO);15!' 1 . . • .1)I$QTJAI,OICATION:QUESTIONNA1R. • :. • • • , ... fnaPepr4anceiWithyerninenCCode Section.::r.04,62;•:tho Bidder hall doiiiii.).eli,:unaer...p.0441ty pit' ,,.. -ipiiufy,',th.OgoiloWi40..qgtionriaire .-1,''l•• . :. • ... . . . '''Wg$T1.01 .1Aii4k .., . - , :, • 1. •-• l, • Ha§.;i110!-A"1-4-ior,any:officer of the •,..'pr:ah ,ieriiiilbyp ]of th:131d40''*Ii'd has k ijibpr,i0tary' interest in th0:'..131,ildet:0:0 f:fie41`.:4i$ctiialifipd,reiridi/P4,or otherwise 0.9-.4i.- 14 "1:,ig 04 pk,. .„.... , 0 completing a Federal, State oy:IPPat-gporninOin'prOjept because of,a•-Violatinnpt law pr a safety • ' : - - IpgalOiR ni .. r'...,..:. ' ' - '.,...-.: ,,,- . '• ., . . 1 :' ..: •, ...- : --, ..-::: . .:. .:::' • ' -. ', . :,•:,,:,. . . •... . . . .. ,., ,. : , . . . . . . , .. . . :..,. . . ,, "'. ' , ::' : .:: ,:. , •• • , u.Yes: If:**Aii.$3*.dt,t§yes-, 6(pl-610,-the pirontnetanin:01...000::6.0 provided s „.„..... ... - . . . „ . . . . . ..... ... . . . . .... . ... . .. . .... . . . , . . . . , . - • , . . . .: . ...... .: •• :. . . „•.". :. ... :- :- : - . - . • : . - -.- . . , ... . : -,-„,.," - . • • - . . . . .•. . . . . . . .... ,. : . . . .: . . . „: ... .„.. , .,.,..;•:. - — •„. . . . • „ . . . . ., . .. ., . • ... . . • . • .- , -.: , : : - I. • . • ., . . , -. ....„, _ _ .„. ,•,, , • . . . . . ... . .. ..... . • . , . .. ,., . ,.• . „.„ . „.._., . , , . . . . . . . . - .. . . . _. .. .. . . . . . - .. • .• :. .,, ... .:.: .. ....-.. . . . _..,' . . . . .. , . ! . . . . , •„. . .. .... ... - • . • ... ,. . • ... „ „ .. . _ ... . • . .• .. . , • . - -.. --• . . „ - . ... .. _ ., .. - . . , .. .. . • . . , - - •• . -... .. _ . .. _.... . ... . „...., . . .. . . i . , . i . ,.. . _ _.. . . . • • .. • • •, ..„ ••• „..... .. ... , , , ,, ., „ . ..„ , .„. ..„. .•„. „:„_. , ,. ,. . „.,„„ ,,.. . . •, . . ' •• . . ..„...„. ., - . .... . . . „ „. . ..„ . . ... . .',... ,.... .. .. .. .„..,_.. . , „ , .. .•., ....„ .. . „ .. : . ,.. , . . „. . • .• . . ..- - . . .. . - . .. ...... ........ . ... .. , .• . . . . • • ., ' . . .... „ . . . . . , , „.. - ...... . . . • „„ ..„_, . • ,..... , , ---. . . . .. . .......„ . .. , .,.„„.. . . ._ . _ . . ..„, .. „. .. .... ... . .„. .. .. • - . „„-. ...„ „,„..•„. . _ ... .. . . . . . ... . . ,.._ . ... .... ... .. . ., . ,-, Note This :i4:0 $tionnt.iir 0:-Ppiigiitutp ,:a.;:l.iart,.p .:.theProposal,;.anci:a signature •portion of the Proposal shall dPiistitiit .$igndi:.it-o.0-f41. 440.0,1044a•itq-. . • . .. . .., . ... . ... . . .. .. . - . .. . . . • • . . „ . . . ....... . . . . •. . . :. . : . . ., . ..,„ . . . .. .. . .. • „ . . . . . , . .„ CO:IVIP IBIS TZQl1i Y TS NtCl$ CERTIFICATE ,Pursuant:to Secfiion 186'1.oftlie State.Labor'Codeeach.contractor to wl vm apublicWorlcs.contriiet has:been awa'.ded shall s grithe.following ;T;am_aware of the provisions of'Sect on 3 7.00 of the Laboa' Cade which'require every ;employer to be insured against liabiiity fo worker's compensation of to:°undettake self 'insurance in,accordance with the:provisions or;that:code;, and 1.will comply with:such :provisions befote commencing the poi o zitari of:the work of flits cozitract, tr ; ....: .:.. Contractor l . .;'4✓.i 5 `e4,:t, Title . ; ,. • , • • Date, ...\a.,t • • • • G7 BIPOrg$OF0100,TION. BIDDER certifies that following ihfotitiditi„h'isIttfe arid:correct: ••, d! Bidder Name; Business Address fr qe20,,to, . .„ city;, • State . I •• 1' • 77714.41 te:t5:(.4g Zti.V6 c:±.4),107'i.ttrtikf',,,f0:444 TplOhone:Number Adciresss.: -.• •- . • : • • • 1+2,:ckt: 1\ IT, . State(htitiAptorN::::T4011$0:".N.O.,4.41.Ciass l'•,61)A-./:•44 V, „ • . Oi igmal Date Issued . . . . '7 IJZ027J . . . „.... . gxphatioti,Pdte The Wriiik':Sitewa's'itived6d: ::•111/1&44. t5e441.1 .kc)f bir.offine'lon 9 ftr :•• 2026:1 „.,.. • • • . •. • Che follOyipgartlaersohs.,flrnis and corpolations having a pimeipal iiitaest in this ptoposalP /44 5:-C71407-i. • • • ...„ .„. _ , . ....... • .• --•••• . . , . „ . . . . . ".T-1).p:phdrsighed iSfptq6ita•AO-Atisfyllie,cOUflc.il of the:City.QtOtine94.0gaph. j14. financially• otherwise, potri#,.0 thp.,000:4,4 lot the,p,r9p0§'eci-vcfrIc and improvements in: . ' - accordaiwg:with the plans and specifications set • 00t 270 c• ••,..." • • , •, •• , ,„,,, Printed o Typed Signatule . .„.. „ • i41,..0.TARy,cmTif:TcATE., $q.1),-,s,„90194:--,4i,:xvol',,,t94?9,f9t9,.i.0.-9:-#41.V.,44y.:91...60010Zr i 2025.7: ., . „ .- •--; ,. .. ... . . „„. , . .... . „.„ „ ., ....• ... . . •.:.; •f':'.: . , . .. •. 4 , . , •-1 •,...„: . , 8:tdt00f le tiV.4 e-0,:ek .) . , . • County of tir:00-ki:--,. : ..• .... -_-)- — •— - -. . -., - .. :, • . • . . . • . . ... .. . ,. - '• . . On. 0 ektVOCrit •ilt)t5, . '1.).6f :i. ..:4•Iie; --CY*61cs Navr1-..:..: -.''i *i0.1. 'v 1.-Awc„:.,- • .„ •. ., , '140iiili,;,Day;.30diY.e6t ..f - -Insert Naito 404:,T1tre.:!,9f:Notary PorP01141131'410Parqd...,,,•,: • . A.A.r):2 'b'fl Et%..' . . :. Name(s):ofSigiietOY I: . . • .. 1.--.. : ,. . .: . .. . .. .::. ., ._ .. . . . .... ... . . . . „ •. . . . w).1.9 pi:•Itsi.041-ticy.1-09.:90 itiv.„‘:bas1§.,of satisfactory evidence to be 410,i)pil. 91,1,(0 whose p.p.1:149(s) is'kr.0, : • ,.: •,:subscribed to th9*W-iid,jii.§ti.,0ment and acknowledged:40 me ithAt he/she/they executed the same 411.1.-iiiiii6t/their,aiifiiokizp.&o4pac4y,( 0,..0.04•ttig.by lii§/404ttib..:sigria,41t9(s):on f.110,i.0%.r*-004:th.9.: t:Or9,:n(s).;„of the entity 0090.491141f.of:(2stiolitW•porooli(s)50616&okeoufai the instrument I certify under .!,PENALTY: OF ,t): R31.,T,R•y:'under the laws :of the 049•-.9f California that, the . foregoing par logrp114'itue and collect . ., • ". "•••---- -,. . ••• • ,. . . ,.,.., „ `WITNIg,8,S:.tilyjiati.d.atttteif060804.1, : . •. :„,,,,,,• • • •. ,....,.... •........, . . . .,,..',,iiii*':., t,,'' Noilry-r-tuTI:lilaElforni 0*Be in a r d li,i-o.Co 601;4: :Coinnilssi,pri#408311 . . . . „ . , .,.c.ter: ,-,11y.Coryilqigili,i.i.:116'20,2029. .. .. ,.......: .'.. ...,_ . . .... . ,, - Signature , („4 /",.. . -:'•-• :$,,ildfur,,ci INpf4 , , .111g1,0'. (13:14qQTATIZ:•Y` E.'..A1.,ABoy ), . i • i ' 1 . , ... . .. . ... .... . . . .. . ..„ ..,... C;9 . .. •,,,,-,:- .., .. . .„ . „ . ••..„• ,. „ ..„ ... •••. •.., .• ..... ,, .. • •• • - •,.. _.... . . Oit,tcle..$::'..1,Mo..t,ffisfoty, , . . 'ot:.., the ptgoos.0.4 o'f.,4-ij, ,.:44,610, the i.3j4,4qt.shall provide ottiipdt:history 'of similar work, speciflagyTefocppj,hg:,the 'construction of {Removal of (l'etiitg,i;and twos-fru:0ton of slope with geogi foi slope stabihzatioii.} Bidders ate encouraged to 1.1.15.ta-t,:qtippl.onic4t41 re100t: pyOj*'historY iP'.44ditipg to the projeOtkli.ste4lier6b.i. Listed below are,,il*A,Amo-§ 4,441,..,osp and,t0:1:9,0iope nup-ibeit for.,Itit.d&:ilubflo,'4eiidi §rot which the bidder has performed similar Ai,lbrk*.lithihth0.fidg l'i:V ''y.e4r : ' . ee'', .A.' ON/' 1.`-.4,-,k,''9 4x...•.- c.',''It',IrcitH 131r: eo,, .e.x,et28-72=-„,:i 0-.‘A i4, ri) •. , , : *i*tici'A44*$Or:1)01*Ag940Y., . . . :.: ji: ' . . . . .., Nano:and Telephone isto,OiProfdaly140ager• fez.- 'pli - - I . Gt,dreeeis' 1 77/71",'"-4.11.-cgifil - I; ,,.. • eD,I,Lc. - .. . .,.. 1.6::410.4,4d. .:04t.U''. Wiii(telit.*72074.1i, Contract Amount ' ' Type OfW:Oyk • Date Completed . . • Pto,1-iicto::,4d4itiori61,ppz,0400, ciii).-09plohoVv'sirri..4gr work ise‘.-ig,,6e.v4, irt,. e,e.):.vo5,4i4;')-.,-,,,f,..,' 41i)-re, ,4-,-,-..i, -A:.-4....- 1,,,i; ;-i ':14;'-.-/1 ' . : 1 ' , eg i. T; t a, ii. t C4- 4-:*:v.'::,e teR.,.. D--0 ../..64 NanOtnd Address Publics,Agency ' :.:: .. , , . ..• ' ' ,i.. : " s , ' , , : ''. Name and rejepione.NO .0 Woteoti0*gor 11:4 iti ?7 :•-'471- 74 : .:; ' : :. 0 oc2 e2e- ., 12 .4: ,. .t • ' . ‘MiC-61:7. • e . . p- :..qi72-t.:Aar ..: • , : ' ,,,. Contract Amount ' ' . . Typo.::01-14,0*, i - . ' Dato„ ,6416ted, •.WO,'-.Z N*6*0,t.46.,0 50"0 1, project 0:,H.,'",s-a-iOi,ii,.,,.:.t.,L..iO.c: f;A'Or,y how,a;,s l•,to.'t...i.1.5az':.'.‘' t-. -. c 11/114 Pr *ii „ted,,,( & 1 fi.-:.:,a. *....i.. Ee/ feriae ' vi 4 1iiifir14 z : O ocPA\i4WO(V Nop0'*00cdie$$O '.hiit AgencyNid:artTaqhiid:ld OfProjsCM44get ,:t.•i si,A.7•4.l:•..,:.,,,,:.''.. 2„ 6 91 o tA 141 S Cti , •-i •• Contact Ad1Q1:11-it: '1):;:pd pf1710. ' :',5.14-;i6 ! 15-ate.Odrillifet,04 Pol•t;ido.,:aodiptitiAl pl..pjOt:(jcsprj:ption tO,040*8'4.01#-work: NeteifietiSit'iiv4,:i ,Ci4g4i://eitl':i44e-41e..kw.4441., . ,tet.s..1--2.$•: .'y,"'"e4-e,... ,_ -_-L .—. ,.„2, ..„ ...„..„ . . . • : ,.._... . ,.. • . .: firip taio kpie - ' . ...• .„ . .. . . . . ..... ,, c.-.40 . . . I. 13,144.0e$i 010.1co Staff Listed below are the names of the bidder&preposerkermgructibri Project Matiager;:thia. iSiliniiiiteiutelit:; .POt'` ..64 taltii0tetitle*1 positions,please atle0t7three.:proleetg:.for which te,oritical.ptaffhapergirrued..sigtita 'v,v(ir,k.withlti-:the last five.y.:eop... These pi 40,not have to be employment of the hi.40er0thi8piejeet,:BidOe4.;.Areetieetiage4$0.mit, -:.$4.131401.00147610..4.qP.F6,64.:IMPXY:ig 0404: to t.11.P Pr.O.iO4$,listed 410.04,.., 1-j.. - : . ''Av & ')' t 1.. ,.... 0. 4iAt , ' ,,:,:- . . .... . .... , .. . .. „. . . ...... -' . -1, Name o '117.tsjo.Pc?§P O.Pil,79.iP.C.t N14).),0gq' . . . ; .. , ..„. ,..„ . ,,_.,- .........,• . . 1• 'TelephprieNe. 0-rp,rp.p.<*e,4;r:lojeet Maii4gef::i.. „7-11".1. .i, ff"" CP!'72,7 ::?.:, '—i-'57 '1": y, . . -I..; •&pc,il:;%,42,t;?i4.fr,: iev 1V14"--ovepe44/1.4.1....0y.-,.:-,.. -,..,.. -,:•/. 0.70,:',0,444,0,,,!:40.he 46-4* , -. :,-,.1:-.• I . •::, ...,-', .. . ;.... ::• :i • . '' . :•:VZ,.1 iiiiiiii." ' y .1- ., . • •.' :!, heit,;% 40, s'*..kilii**4, , : tility 2i . ,. .. .: .,, .. .„... . . . ... p,pi60:.:N.0-0,&,cOrpa0 A01.011.nt, Type' of Werl.c gg-,14,t5-....jert4-, "Pate06ippl,ete4 ,.. .,„ ... , . „ .. . , . :. . ,,4 . .. '.,.. - - -,,,:-, .140.4:P.r...Z'. , i 2'..';:'',4 .e.1 ' ' 4-,tiy• ftkl ei 6•C k ?6'.. t I 514:76 i_. ,clr , ..• 5 4,,,04,,,,a .., i4-t4 re?:c.(; k., ,• •--. - • -• , • •. Pi0104'N4tr..10:- ::,ci,intraet Amount ''Ope'0f*pyk: ': ' - "' .'' P4*(ppip1404 • „ . .,. , ,i' •,4;iti;t1,-.W*. fte ..)et.?e .A l4, , . 1 . . . , 6.-;* .1% ,51_.,: • g ..; id -deti. 6;(;),e''a.1.--Ci.'40 . - • ' .•„40146 ..,,' Te., ::.: fa r.-:,:, :,:/. 1: „ ..• • :... -. . .• ,, , ..... :: :. , ..- , . -,.." 'a. • ,, . • ... : ! ! Project Nir,ri..0...:4!-C.gliAropk::i*Osnt .' 'Type 0 Work. ; : - - .. . : Date Completed• ! .! '. .Ykitt*. - V.,... -• ;t-4*:1' ;.:•,. ... .. , ' ' • . ...... . • ,. .. ..... .. , . . . ,.. . .., .. ....... . .. . . . -.• - - , .,. • . ,. . •.. . ....„, „ , .,.,.._. " , N.O.tp.e of.Proi)06,ct.$4,0iii,t0dent, . . . t. . . ..—, .... . ,. .. , ... .. .., ---, TeipphoneNo.,ofprgpoed:Swerintendelit, . 1.40ii,,,,,,,70,- ....zi.-..: 1,'- I,,,c., ,:I, .:;, .::it-- . ' '• ';‘ ,- - :-:'-•-• . ., . - — — - it.:0 ,--e. ._x-rvitle: : v . . Ot PW .)..6-'4c.. .T0, gle' 91e):61.0 :‘',:.1,-'.: 1/Witte.) :Akii;t:k1--;k;,;'. ' . 01i2..-'-q4-.1 . , .... ... pi:eject Name 4z,‘Contract.Aiibunt '; :Ype.,0%ik,.: M"&.i>„i/47Pate.(o).1-4)101e0: •-14.:: , • :_j-- - - . •0414). ,P g #1)P',... .)‘, ./ .. ' . -. • *30'400 .. . , • . • - • AA , , , • ,. . , •i:e4,. . ,.. .; --,V.P.i.r.r 1:"46114 iil.: 4:7.. P.,fejeef:Nanie-8.6coritraeVArricylinst- TY:pe.ot'Work:it4-7J. • ,_ -'• Date C04).00idct, l e, rw „:. ,..,,,..y : a„ :0424ik At4.1: .a .f:,•• - 2... .P.A. 0&. ... ,,;..(„........$ 0.4•„-::g -..,,...;,..0:-6 4. k. m_... t..".„ , ._....:,, 1 prideeNohie;.&co rtt'410int .. ..-.,„,„ _ ......_... . .--- ...ly... . ,.. .•__ ,:..Type; Work' • ' Date Completed .. -„ .1 .... .. . . . . .... . ..._ .. 1 C4t •-, i. , .... ., - , .. .. ....._ -.,... .. ,. .. _ • .. . •.. , . ,, . ...... . . .. . . -• .-. :00N•TRA 00.R 0...-E-.01$1 RAH 71AQNHW. Int.C. A•LOORNIA. 0.E—PA:14 ME— NT' (.).F:IN.D.VSTR1,4, lit EATIONS:(0114.) CERTIFICATE: . .. . . .. ,... ..::•. ... , ..., ..•• • .• . „ . Pursuant:4j,SII:854.1-..•.(eitifig-,Laber, Ode Se-otien.1,1714,..(0,),passe0,13yithe califOrtifp.,:State S'ena,t,e, nii,-kno20,414 ,-esfo•niishOd.4.4.0*pitblteiWoitkvopogtqfegiatration Pi7ogtqtni,w4iqiiittpi.6s: .•••. ..: all tOntinotOr0 and:ptil*nritraOtkal..144ing.and•-poifigt*g Work on Public Nvolt$ pxctieo§::to. regtOpr,00 an annual basis (each -".tify.,1:through June 0. state fiscal :3./..eait)';With.',0w!OalifOrnia, Department-91 Industrial 1161ationi(DI10;Qiiiiiiitty the'.6nrineffOn-kainida:bit.ltgi0:41.:iOnfidetnr. . • ., . - ::,:i c,ofitioants:i $409.: totii-doiltnektt to whom.a publip'.w.ah:..00ntraet hasz been awarded shall ' ,. . '-'• . . • ..... , ... ,., • . . ... ..,. ..,- sign the following p1-7,4fit.af0. - . : ,- _;,. • ,,, . . '- • .. '''''DIR,FACT SHEET. on SB g 54 . . .. •.. ,......• • „. •:., ,„•• . . . https://wwwdii,:ca:go-i,:tinibli640 /PtitilloWotig§B854.htint '. I. f. :: .: . ' . .. -. :',.. • ' :: ..:: ., ,:,, .; .'. ..::,: ' ... :',.,.. ::...•, . •, ..:1.- DIR :cailtidetbk-12'.60§trainfaiiik' t,411844.).;.5'22:-.0.74;- - . . ...'.. .. . •':., - .... .- ,:', littps://wWW:clif:ea.govifiublierworkskOntraCtor4regitrationhtiril . •.-.. , : ',,,- .- . - - -..,..- :', ,. .., ....„... :,._. ... „ ,. „„ ...... . . .. ..... -.--- - . '...D,11Va.:Coritrator,Registration'$earchahle datahaao • • - • , ,... ...„. ,...„ ....., ,. .... .... .... ...... .........„ ...... littns.://eadit';gttntelorde::ecitii/CotitrattorSeatelt • . . „..; 1.am aware and will comply with the tifolAiorisi:of tabot:Ntle?SeetsiOn..1732.1 4(a5 which states .,... . . .. . .. .. .. . ...,.. . ....,„„..„...... „ . . . . , . .. . . . ,. . . . . . . . . . '',.4: qpit,rg.cpit 9.r.s.tib'eOntraetor shall not be qualified to bid on, be listed in dbkLpi:OriOSnl,, subleet.t6016.: eq:rnitenicntO of Section 4,1,04.:of flue Public 0Onft.4.0t,-Code,or engage in ii* . . ...' . : - , • . . :. • . , • ,•••• , . . . .., ••.. , .... • -,• k`• : .4,. , • ", ..', , ; ,•,. ' ' : 1 perforinance-.9f.art3i contract-fOr•ptiNiefwory.,,a§ 46,fij,-iO4:i1j.;:tilig.dlidOt4, unless dintefigY •.: , . - ' " -' . • sregistered-.and.tinalified.10:p0foriiii public'Work'pursuant to.SpotiOn::175,;.$.-It is not a • .,-,:.•::•• . .H , . yiolotion..4.this•*0604.foa-AttOk$i$:t.Oto.44)ntr.gr.:0--..0041-iit'a.tictf110-tis,041.1.6ri!zefi',b3' -:,Section .710,.1.0f*::Bnine§8,a4471rofegiono.40c or by Seetion,1:#10.cif:26.103.5 d • ' .'- -; i' the Public tont:1,44-coder pro,v).00..,thd,:COOdOtOt fogijioNa.6,liet,ibroi. public„WOrk' . ,:.. .;„ ... . .„. , .: ..._ .. ... pursuant-4! $Pc#01072$,5.y4-t-thptime41.0 scOntradtja,awardec4P.., , . . , , .,, .. . . , . .. ... . . .. .... . , . I.furtheraiore will comply 1.2..y*..,01Clitial#00 of regottaoti,vity 00:a5thp,pr,iip..gy.ppritt40:07 na,Well..nq.for;v0, titipthitr,..4-404t-Tho'.'tig*Icif P.4120-441g-41-41?iC1, . .. . ,.... ,. :: . .-. „ ...., S0. , 0.0.1Ata.001:. -- . i t,:•V ''15 • - t ' ' ' -:-- .,.--I.',:-...- C: : 4 . . .. ,. . . .„., .. ... , . ,. . ,. ,,- . ,...•"" .. - . ..,.. . . . re,t? ' - 6,0 i7,14A:.e.'44711 ..„ - - - • : . . . , . . . . .. . . ..Eniail.:- - •- - , . Titk; Date 0 70 i '7.f••:,.-..... .„ I t• •• ''. •• • EP-Waltogi4iatiiiii.A. 'T.06 e",)!..0)5:24.0) ... ,.. . .. . . . . .. .,..•••••....... .. . ., .0t7 ... 1 . .. ,..., . „ ... ............. . .. „ . .. . . . .. „ ,. „... • .... .... , I • : . . . „ ... ... . . 'CONTOCTOR.J.):14-.-.Q0A0FICATI.:01IN:OV.OTION1$1:8.1.R.t ., i'.. . , 1... How:mapylinricOo.,t4c14.0ifi,*yeAraboy.ggyfkm bep..Aspossect apo 6 paid ii.cfat44td...4mage .6.#cf completion -)f:,41?-4?..jQ4,:pnder• ., 1: 2 3 4 5,+... . . 0.6.±1 .41.16ii2011.,:e.Q141*.T:viith'.0.thpro publiptiyd-to 0*i:tell' .. Oifilaiii iiii:ii separate sheet.Identify ill.suchprcileCis.by.-owner,'pwnei'!"s-addi•esklite: i 4 of completion atthe project.amouri(or licOdted<dam*sAssessect and all other.' •:.1 infotrnA0on:;*:e.s.Saly 0.;S:14.explaiii:the.isscs5MBLoillquiddOil:dapages): . ,. . :,. ., . 2 How many iii-idiiii thetaffiVe.. .e.prhdg'..y4ik firth-ifia&ailk daitii!.. . „. - -.... -. • ,. . ,.': • .:..... ,.. .. -. . against a px.6j'0,0-.: .w.tidr,coi*priiii-aWit4Oti ipic464.0.114mdia f04. . -.01 2.,-.1 4j.5.4,, 'contract 40400 that 0410.i.•10 c004 01:4r.bi0446.0 . . ,. • , (f,*plaiO;on a oppipto.',i1,-'04„Olop*Oo:OlplinOlik?oroyi4ing,,iko*ojoLOaipe,1ci'dte:;• •,.. O.ft,ii .01,aiiii;._nat*-0-t-,0a:otity.:;674,-etititi0.4,4wfwt4iilio:Oj4ioi- 4- 10(?ktiiio(,, 40011)tiori-Of'0K6 #0.,-Ot Iti..0:0*1;th: 66114ii:i. itiii411:tilP.04 ;110.$:..Mecf:0:114.i.*:i.ii110.-' • . Ac$OPtiPti-Afii*g444::of the claim V,t'upeo4itig':of i.fr0:50*A ki3.00f4c-§0iritiO Ott4e7reSolptiOni): • ,• , . . . . . • ,. . •• : ,I:,. :.: .., .., . • . ., . .. • , . :.,, , ... ..., . . 1. • How niaiiY.'t4itositiitho'.1aSt,fie-Sita4,1i0. Qg.10SliS',oitpd:and ,, . assessed penalties gaitm::yout.finilf6f,. fily,..'',-goiti.4 '..gfilft41 ,or 2 3 4 5+.., • Hi ,J.0140911.(s)(3X.01P-*1402::Mov440441$49:tiy,40 0004);„ -- . . . .. . . ... ,. A4fili.*tiiii:Orvcito;4#144 $0$04.„-1044104:0*4.-st.6.0.tr,14.0 for:- .. .. ., .. . \4010610.004f,W.011:P.-41t4.1411419.1.0 . . . „.. NOTE If'yptitave':.:Oleit:An:appeal of a citation,and the Occupational 80*Y.4,41 • Health Appeals Board has not yoftpied on, .,..cno...p:pp:opf,,yOu.*00:*ot•40ciu.ge . . . int6rmation about it, . . • , . , . . .. . . . , . . . , . . .. • . • . . , . . --4'.. .HOw many timestlpringlhq4s:tifjveNpai ..#§yoorfirrn..)pgporqiyired:*'1) y,,t)..ackog.e,-$! t-foic*,pc:naiti.01elated to gtate'Orfedeial:OteVailih wage -‘'EV 2 3 4 5.-f.. . .. ,....• ... . „ ... 10W4fo.e.'Yti.Ork:)*,fprrock byvoiii-firm? . .. ) (00.4iii on a sti*atestiot,Identifyili6,'clain01:71dyoyi0iiig the project nacnei the 4es61.44itht•of-lheliatiare',Of the.-claiin.;'thel 0j,iiii iii.-wlikh the baSAWa5.:E10,4!and,a briedesiiptiorvaittie,SfatusOthe.Claini.jpg:, • . 1:1.Vi4iOe'*, pk,4.;011P.fdpsc4ii0VP.f.ittP,176.s.P11,6014 . . . . , • • . . .. .• :. •. . . . . fl i 03. " . 1 11: .. . • " " " " ... ...,. .. . , . . .... . .,.,,. ... ., .. . . ...... . .. .... .. , .. . . . .„ i'. • 1.4, I 1 .. . l'''A.I•si 40 • • •' • • Documen :.A3-10Tm . 2010 ‘, .„, , , ... „ . . . .. . Bictflond Biclabho No NA ... .....,... . . . . . . CONTRACTOR.- . ;-. SURETY . . „ .. ,...,.. .. fs, :', ,,.. . ., . .. • ... - Nafize,,logatstrilligxiktaddr'e-#), -(Nill.ne,001 s tegueiVii:l'prityypql1400 ... • . ,Orti .'i,Sort,Inc:010s:Oritz pf IjAvin ess),,..., .. . . .... ,. TMOtott.PPRPir.001pASANiePO 00,r,00.044.,Siliety,CpilOOrit. , . , . . ..... . .. . .. . .. . ., . . .. : ..,. This document has ippOdi:14ntiticial. ,,- ,•-,‘ --...• .,,„. 71s1 Mc'Naiii,onp;Snonapartssk99629 ,P.qi,'119 1§ '' Milwaukee WI xprispcwenced,,CtinPultblioiiwith '','. •"...,, .. . :,'.1.-'''' - - • .-/•..:„..t ..„.i,-:-.. Jin:00i0.18*gura064.*W ....• r'.,,.:-.,. ;., OWNER '..::::,;:-:: .,;`,',v.--:• . .. '„''•. "':' :,.: ',',,•''.'.,')s tArefik 10a1:$1.p('is'and adds.. ess) IVAPefPitto,its completion or vof , ao ., ,. . koi4itraidi luntinnSeaoh . ,• ,.,.•- ... • . ... . ,. . ,• ,,'• '-. ., '..,..,''.2'oep Main Street •;,Huntlhgton Beach:dA9204.6; ' Apy,443414tiPkre.r.!rAi.)to Contractor . .,..„ ,...: .. .-....,. ... ..,.• •••• --..--.. • BOND AMOUNT Percent of the:TOtal,Arifoont"Bid,;(1 9%of Total piq ,other patcitsiialli10-:epOpfcitated . 'ilium1;0*p.000f0610 'ffi . " ''''' "„,--,:•:', ' -.;.:'.,,f. ,- 1-.-:.•`-‘,••:' •,.'::,':: , ., . , '' ..:':•'- '..-:' ,'". fii):1E0:''•<"' '; 1 '''• :.., „ , .: ..• ,.`1Naptejopittki,trpt'vddreo,;rind Ps .ntintlio 1,1einki Bluff 1-cip,Stone';Repidie • 1.'04/e0tNiillabqr.ifAPy:-00,1815 , . .4.''''.2,- '., ,-;:• -.1,,:',.,,:,. . '.'`.171id"Cotitliiiii,.iiii4'.Surety are to the Owner in the amount set forth above,for the ptiyrnent of which the . .• gontroptOr'ihnrSurety'bind themselves their heirs e*eetilniS,oOni nnstnttors,sti00**.400,j*ito$,,01ptly-00 . . . as herekthOernalitiints of this iiona,are such ihat-ifthe Owner tureepis theblitbfihe Contractor !'Svithialhe:finie;siteeifieil#1helAkii.-00-anownts,,ofthip sneh once,,0004.4:ii.im pc.::*04.1.0.ilik::1.4.0'c.i ,i*ii•-,pct • ,.• .',:.•„, i',", Contractor,and.the4ntraeror:either,k1j,enters'intO..a contract with il*tiilth0-,i=jh.49(..'ord'are':WWil16:tejtitif:such: ..-4bid,':atiat,givel,Siteh-hrinii:Oilicinr4s as Inny',..be,*)ee).flicjjo;theihjd4fit:ot contioqOpettatentsi,wtth4snreir admitted .':4hAtie..jurildieiiOrt;idihe'errijeet and otherwise acceptable to the Owner, 'or the faithful perfomrtne of such Contract .,. • nil.for the prompt piyinerit sri17.fo#rafat rnatatiati:f.0000ktiti)&p,i.c*.dig194 th0.erif;0(21,1-i0S;t0 0,:opi,..,010.-Oic. '':,. -.:' • . ictitterence,iloi,(9',edeed the'amOarit:OfihiS Bond, eri..hetWe the tatiourit specified iiisaiii.,hatinit suchlarger:anfount ... for Whiekvie,OWnefinay;iii.geOrt-talih:.ernitrriet with atio.ther,pitity'io'perfo.tio the woit eovered.'hy xid.KI,:,then',this.. ' • '.- "--'...;',0bilsatran'sholl.herialj'ariOvOid,:dther#106 remain in Ail)three'aaii effeet.34::siiioXharehi,,Woive4 eiriy11,.:0;tiee:-6,f• •- 4it':.aiiie4fekb'efWeen'the.O .ner and Contractor to ei'fettd:theihne ht,.Vhieh.the.OWrier.inoy.,oetepfithe bid Waiver .,. i-iiiiiO4piel Suretysltt,foi.apply teeny extension 000 htisity ifigyday§•ia.thO-aggrOgatoheyOod,lhe.th-ne for acceptance of bids specified ip11*.•t4,4041.0pt$0»611K9vne,e"p90•:Cp111.04oi 444,1;:obtaiotk$ifrety,',..consent for ... ...... .... I; ,,ali thiterirOn'heyortdixik(60)iaw.: . .' • •••.- If this Bqnoi,e-,.1i4ci i •otiki,iorjo,"i5jiti ti.:iitt),00,44p,ii' -.1iid•tPA4."40rp0tpr,.411e,froi;ciiiitc4ctpy;in tins Baud shall ,.•.- -.' .- " "f?tis-Aeilitd:tb,•.(ti .iiiiii4iiitttcy'tifidii.10.tOfilf::()Wi**tfilli *iiii010 Of.00ift:r0t0e: .. .,,,. ,.... .- When i10$.1,,,i0,44)-tiAliao fiiii-iiiii00(.4.-complyiiiti,it§iiiinfoiyar.ither-legit requirement in the)ocinibti,at the ! 4'f--:,'-'.,i'.':-. --:,'-'',.'..,:'• 4iis,i.iirOwdicip in this Bond conflicting with said statutory or legal recant:ea-tent-sho.J1:1?PX100i0d da10*h0refTomOtrul provisions conforming to siih.0iitiOry,,:iii..Oil*,.140.:1*qtiltemqiit'04.11, q deemed in,p000ra•„..tO0 hqegill.,;w4n,§0., ;..,- ,':4,.,, ,,,:,•. . .!,•':,,,.':..i , -• fuiiiislIcd',:th, iiitlifis'illai tins Bond-Shaft be construedae.-,a:stiitittoDi:bonitiflid•nbt as a,connuotf law.bond ; t -' -•.,.,;,'''',„.,'„, • Sivin-ri,:rnicrSedl'1.-;' is 14,th day of,October.: I025 :,.'. '..;:`'„..." ,',!---.1"•-• i,.:- .1:s, .. . . ...- ,•:! ...:....,:.'.:',: ..'-O:(rl.iz_.i.&i..c„t oc,;. Inc (8 Oi,h,it4ro'..e'fo•rlPoni.liga06'_S 4'';rill''4'..'* (Witness) 1'?1S 0i2g.'. -.q'.'('1,0'':lt''''''•'';:•'<P''?'''.;'''''.,'.„ ''• '• " ''''- '' • ''''''' 1 ( Ne), " I • Oict FtppObitcurOf damppry. , .;,... .. -,..... . .... (Sirrq.7,44,801.0 'ffittd$s) . .......... • (71110,.Errilliti Young .•,/±t*ii"4-41-fidt. --,• - • i • •-— •"." •" - . ,,• , i.. . ...... , ....,...... . , . .. , . .... .. .. . (14- 1963 2010.6iThb.AmiriCanlii6tifiiie"MAichittcti..All'ilitift'.isiiseiv64.,:tilARNikb:f•iik"54A4 i'.:ip'c'qiii.ankiq-opti?404..*,i 0.k.pnpiofint-ii.f..nw'onckiniornOtonnijio*toi.unioiiti:ifiiiid:pnii.OduOlidin-ei'cifOtfibo.liOn'.6011 ,so t pc,qr'opt;,i..,- •'' any portion it;thoiiiiitott'rii"Oei0f0"6iitAtitii.;orithirial penalties and'ii,ill be prosecuted to iiii,ilitixiiii iiiii'05cierick6 !§ie under the law This .,. it000mint'w6,eroOod on: p/27cipqa7,:.2.3i12 iinOerpiq4ermspf t1A:cibqpir5int. 11:09mnir.4()pier no.:' ,i2008*40,,,90:ks.not for t,.,:. iptf;!:'fhis,d0tirlitirit ii:liaehsigl by rtie.AiridtiIn'itikite.iirAICliitticfalor.one-timeriiiet.i#tynd in:ay no!be rropiiceii iiiiti.i iii,ilk rid leticin,taiii IA '•, .f , ''), ‘''' •i ' •('1.."t. i. :•• ' 4: .. i 1 i .., ... . .. ., . . , ...,. ... . ... .. . . . . ... ... ; •,. „. • i 1 . . , . -- .. OLD.:.REPUBLICSURETY COMPANY . . . ....... ... __-_ . „. .. . ...„....,. ... ... .„.... . ... . . .. „ . . . _ .. . . . .. . .. . ,..le**, • ?w.f. R:OF ATTORNEY -.... ..1. . . . • • . . '1;(*NOW.ALL,MEN:'tr4•THESEPREeENTS!That 0LbAEPUBLIC SORE.TYOMPANYe..INisceiiSin stock laturandecerpOratien,doet:niake,,censtltiite artd: . . . -..... •, • • •... .. . .„ .... ..., - . • • ..............s., . . ,.. ,„:•. ... . ..'.. laPpOiht: JaMeS.W.MOltsnes,*Orid,T,._ttiliiliieli,Irene t_upkg",.Eraitle y.§1-4,01 is."/ktietikpeftphristino,VOOiteirif,Danielle Hanson .... .. . .., . .... ., . -... Alexander k..1461Stielmerf:Thao Luuicif Mission Viejo CA • its trutX:aa0 lawful AtiomeytiYIn: act,.-idth'filli,power•arKl.autherity;fer'Yand,eOiehalf of the company as sUrelY,:igi'exestite and: deliver 7and...affitliii,Seal.!of the etiMpaay'thereto(if.a seal'IS'ticioom,4.00,undertakings .recojiiiiiiTioeS>.qe Othor'Written obligations in .. , ... .,. ., , . ..:,. ... itOpOilit4riati.:.;*iii,.bankcfegoOirif bonds, iiyirOge deficiency 4,04.pvitgi00000ii bonds guarantees of Installment Opei 0#00,. :guaranty bonds, .s.pff-!risw##0*Weirfrpr.s.--ooffipp00/0/1 boridq',04rankolog:payment.0.benefits, 903114.1.ung„Or!**follows• . ALL WR1TTENINTRUMNT • ... . . . . and to,binO Oci:).REPUBLIC tikti-,..i%/...c.00.ArciY thoreby,-and all cihho:acis,-of.saidAtterheys4Fa0(pUrspant•to these•proentereraii4ed,anckonfirroeii: .. lnia'apnoirpient•)q made under ane!0et#tority:gthelipardpf directors at it special meeting held.renFebrOary';1 1ptii?..., . ,. . . 11kPo*prof 6(torri99,is'0000;:anc!•40alaci byllapSIMtWOhder.Prt by the authority 00.01901,.0000s-.:049010(-*InfAnorOMf'Orredtorkplhe,Olp .. .. REPUBLIC SURETY COMPANY on -lk l§if Yeb ...„ .., ..,... . . 13E8P(..981:i,that, the president, any:.y,lse;preSicieht.or,assistant vice president in conjunction with iho:..soctrOtaty'or any assistant secrSisty,-;ppy:apnOint. .. Ettiotnoys,in4Sot•rot'agentsWittc,authority as;d6firie(11 or limited iO thiiihstrurefiCeiiiiienairi6:the,apfioiotaientih,Oadiioa*.for and.on.behelt of thecoinpariy,to ... affix the company to,bonds undertakings J.:0"CdPrtiza,i).POs:,iOd suretyship obligations of all kinds and officers ., remove iliiy..0.01: 147kievrt.17fOct'qr,:06qnt*10 rfP'01444:1'.0*erbf AttOi.bek.PfOrMtili&htect tP. u06;:0.04Otli • ... .-- --...... •. ...•..... . .. .... . RESOLVED'F.01#HER.that any bond undertaking recognizance l'-.1rinrelyM*4.1i6atiori-6.fiall 46 valid and blridihpOPOO"thOiliPPnY' „ ..:. .. .. .. .. ,. i(1) when signed by the president;any yicelireAdeniOra.bsiOac4 vice president 'at*.alteSted and sealed(if e•seal.)).&requirsdy.hy:aSY SeeretsrY:Or:eSSIStarit ...• , ... ..,, ••... . ..• ... .,.. .•., .... • ... . .. ,secretery;,or` (ii) when sidoed by the preildeht,!any vice president or assistant iii3OkkissicleSt SecretarYptasiiitie(SeeretarY,,eed countersigned and seeled4f.a":".seal be -:•.• required)by a dory.authodzeOettorneylh4aci„Or,ageht;or . . . . .. (ili) iwhen dikekectiteci•and.ieeled::(if.a seal be required) bY-oi*Or,MOre(attotheyS;41Jaet or agents pOrSasni to and within the limits of the authority ! • evidenced by the Power of Attorney isSueClY,the company,10 Sikti'..PerSeli'aPefier4,' RESOLVED'ForiTHER that the signature-0ny:atthoiiie$,±3f40.r;Ond the Siasi of the in'aibi4„4friOd-bY facsimile to POWer•-nfAitOnii*:Oli• ..• certification thereof authorizing the'eiceetitiod'aOd delivery of anl(beoci;Afidertektrig,,reCodotience,or other suretyship 00jigatiotS;Of.the':.00rnnOpy;Snci:SOOh ...• knattirOStiti'd§Si when so osiii0:001ftiave,the*rilkforce•ari0.600.'0$1bbLidtimOtOY,'pfifxect: ....... . „ .1. .:IN WITNESS WHEREOF, ,:pt.pf3P1JBLIP:.',$,I4RET‘e.COMpANY, has caused 6-664.6tkto:06400d09.:Itki-J,t9p,,F (a . , .. 01).*:this 724tli- . clay.ot.. rSeptember • Ci.24, ,- . . :. 9.1.413PRP!...lc413Prf COMPANY • • .. . . '• . .:• ,,,)i,-,•.,i.i,i !.4,,,,vr, , , . ' „ , . . , .. ' • ..• .,. „ :,• ,• ttie..,' ,. , .. .... --... , .. .. . , .„. ,- „ .... . . . . : . ssi.‘ant Seorota• ;• . ,Presidea ! - ... „... .... .., - ''''''' ',,,,,,-4., ' .. ....„....„,. . . . t,TATE:!:-.F.VV.15CONSIN;QOUNTY...t)EWAUKESHA,,..,SS :• . . On this • • - 24ttf. _..day Of. . seimetlibtir.. ,„ 2024. personally came i before me .- • - -•••••••••- AIOT1P6vlid . - ....- . . - ••••- . . . ..._• .:.•... ._.....„. . ...„., . ... :and - •- . ....Karen JI-Iffnet " .-..:,.. :. '...: . .,:tO:tn.S'iOiOckio...to..1*th's fiicii!;40ip400:0000-0.0.111,6.9,Lp',RERIA(le,•:sor3W COMPANY executed insitorOoot;iincIpOy-siaOh;siSktiOwlsctoSgl'the,:emeUtloo:of the same,and being by,.Trer!pUly*env*severally'clepose,-an:cr say,;0iOt. 4hoy06.thO:"initt officers of the torpOratiertitforeast&'end that the'Seal.afthced:te`the above instrument is theSeal;oftherporpOratien;Mid that said corporate aeal pttiethitgaataraa as saCttot400 Were001katirked ancsUbscilbecttOheseid.inetroMent bohe.:authoeity.ot,:thO$oSid,ot:orettOrsotiSaitt.cogiorStion., 1:! . ... . .,.. . . . „ . .. „ :01/.64,4eut,tv,.. 1(.4- .-./1,401,?4,:•-•.:. : •• • ..1_-----7- 4 i • • 'A'''6.ai"',•,./• - Notary PtibItc.t . . .'''.,..•, . • • .'"'*:-:7.!.:,•tt.i.,:'''• 'My 00*.ils"ei05.-E'**00' '-8'e-feinbet 28;.2:02& 'CERTIFICATE f(Expiration tt totaty!sommloiritu4ois.nbt.invelidiite)his-histrumiat) 1,-;:thO.undersigned assistant'WrotOry,'ot g*gulREPpaup:p9REIr.pmpit.q\iyi:',a,fliyis4.0014:**',i(ati0,•cERT[FY•tng164,'fofe.-gaie1.9-?*-1.0 attached Power of Attorney reriafni: full force Otci.,.hSs•not,been„reveked and furthermore;that thejliesolcitioos:•ei,the•board of direetorstsetfortkKtbe Power-ci.i: 1: KiinoY,are hOWM.,forSe.,.., • i'''7t‘it.'• .7"..!':-,,f ,t.;,:,,,- . - fi-0.,°.:??.W :-.. _. ,.,.....„..., . • .. ... . .. ...- . •.•-•,.: 14th October :20-25-. 1 , ,74 9002,;,:. ,..t.:. .,:psi"4.,,,,.,..t.,,f• . , 10.1001,a94:Sealed at theCtty.ofBrookfleld,-.WIthla• - day of„, -••'• - -, ... •— •• . '",:.:', •7:, ''; .'fli.;i: .).2.7, '• ,---- - ' " 1 •:i'•. ''",?.'%.....17•:--,/,';,a ••e: ,: i44-1,(4._.4firwt, i1 Plitsc 22262(3416):,, ,;,. - - ntt. - !., ' ' Assts—at Sacra , • . . ..139rld Excl*g0,, ,•:.. --„ • .. . . ... . . . . . . . ... . . . . .... , .. . .. „ . .. . . ..., . „ . .. .. ... . .. .. . . ._. . „ .. „ . . . . ARIZONA:.NOTARY ACKNOWLEDGMENT . . . 4. ! . . .• , ,-4 State } • . , . , . C.OutitV,itif :1\d_100.0-004 .„ •• , ,.,.. . . . . . . .! . . . .. . . . . . '• -1 . . . , . .. . „ . . . • . . • , , , ,. -. .: .. . , . . . .. . . ' • " . . • . •. • On ihi$. OCT:[ 1 4 201 : tofitifizrro. : ;.Dani000.114ar*Orc . ... . .. ' , , .. .. [Name Of$1.-Qtaiy.N4c) • . . .. ,..• ,".": . • Eittilie'YoOh§. personally appeared, , - — . ''., '' . ,i0.hseidehtity:wia$,pr01.01, fiCtiriie.Oftlineil • . . . . to me on.the basis. -ipf:s4tig;StPrY,gvid.Pn:Pkt.P.jiqAtip;;I:09n:who:he i'pc5he:.01011.p to tie,,,and . . . - . . • acknowledged t,.that he p, rA.hp signed the a hpvp/ott, p. h p,.ctcp cq•.mp.ot, • — . . . -,•• .., -...,.. ......,-:...- .:,-,..,-:.;.....,„.....:,.....:.-,.....-..---,..... -...- .t_.. Witoo $-Ifty•baNi:iOd offlOo.1$0.011., .. . , .. • t "'6,1.gi,'''''''ll' ': 6.1.t'otigig18F.°Atott,' 4]: .f 't,.?; .7:..-. •,,',f4 . ,11.4oki.spi#P9optii.:.-„..- i• •:.: : i ..‘•‘74:,,,,, 4. .commistion44,653538 ,. , ,....,.,,, My CaiimlOitin' ke,firei . t ''4 : .Aitiu441,ii)2T — "' 44-7!•!....- ,''''- '.....-._0-1, 00aY ' . . . . • .. . .. . . i, . . . . . ,.. . . Wfb'($.e.al,Her0]. .. . - . .• , . .. Sigh.:#00;0..f.N....04V/P0b110 . . i . i . . . . . . . , . •. . . . • . . . . . ... . . . I „ . . ... . „ . „ , • ... .... .. „. . ... .....„. . . .. ..,.. , „ . , 1. . .. - • •... 1 I . .. . . . . . . . . . . „ .„:. „ „. -- .- : ." • •- . " . . . - . „ A • i‘, •:. , . , . •• . .. .. . . .. . .... .. .. . . . „ . ... , • :.;- , ....... .— ... „ . . .,....,..., ,. . „„ .. . .. ..a......„ .., .. •.... ....• '....•••••' • — • •' — • ." "•• ••••• • ••.—'• ••••• • , . .. . . ACKNOWLEDGMENT . :,i • . . . • . ..... ..„. •. . : „ . „ ... •, . ... 1, ... '.ikrkifaty public or other officer completing this i. . :. .. • . .:, ... , .., certificate verifies only the identity,:of the individual .. . . . :who signed the document to yiihjoh-..fhig.*.porfifjp4fq,is i., . A attached, and not the truthfulness, accuracy,- . - -, - or .! . Validitidi-fhet document. - '' - ' , '''. '''' ' .. .: ' • - , .'''.. , . .„. ,,...„...-. .,:,. ....:,... .... .,„ . :., .. ........ .. ...... ... ..,... . ,.... „ . . ..: .:, .. State of California ...•' - ' .. • . . . . . Count . „ ,.. ., . , .. . .•. , " ,. ,i1 .., • • On . t•• )9el ' '' ; '." • '`! ' efore nia; ' - ,..-•• ,.,:, .• lictil.w. • . •:... . . ,• ,., .; . .. . . •• •„• : 0 1-6 ' 'vti 1,6t- '• b - : - ' eeimb- • -ioLr. • mmem.puptx, •-• - (insert nameali4:141^6.,'if the officer) : . . . . ;\l, - •-•-....Iperscheify.,appeare&,., _ ,,..,-.....:: ..- ,‘: .;.(A) ,.•....;., , ;. ,,,:,„ . I who proved td;itie:dhi.the liegiidftatisfectdry..Widehdp to b6,-ti-o-1).or :00(*-*Ii:o'$orio,rtto(p),i$tai* . ,. I. subscribed,16.tho-Offikf fp0frqffiptif:4)-1046:ki**41000fori7.i0 that he/she/they executed the same in 1-..060rittioi(ptlitb'c,itids.60POON:(i0 )--,:and.(6gf.:14:tii.ofii4r4itiors0100:tot..0.(0:clo:f171.6:inti74rnOr,itko: • . . . .•' '.- .. i010!-.)'(s);,or the Oliti.tY. upon behalf Of which:-th '00ron(0)-Pc:t6d, ..).c.06140d16P';'160fr4tTOn.f., . .. . .., „ . . I.46tiiti..2..ufidei-:PENALTDE,PERJUIR.Y-thdet'.thelalitid::dr the State of California' that the foregoing 43,..0ai.6Ph'iti145..and correct. • ..: ' . -'.: ' ,:::. :' . •.,1' I- •I.: 4, , '. . „ ' ''4 :' :'''.: .' '.••Z••.:4.'";..411;q4/.: • .• . .:'.. 1.,' .. . . • • • • • •.. e.. ., .11 , 1,, witi4Et .,-Itisi:6444 and official 04... ., , , „ ,,-0.12.74--.•,..,:,?••:.. ., RAid'Hui,r.tEit: '-, - • :'4ilkip,-c i4itaiiRtibilticaitr40i . : !, : . . , 40-..*.Po069:06r.0‘.,. -,, ' -47:i -/' .- CommIsslan#.2508311 • ,..• ,•, .. Signature : .,• .. . . . 3,:!' •.. .:,,.i,..... (app. l). P. ..,c,t, •M.y Co.m„m.,,:.t„„xp,l.r.e,s Jan, ;2.6• •2,0,29•- .:_ ., • • • . :—.—• .:: • , , . , • .. 4,,.• . - . •., : . . , • .: . : • .?i;„•,,..n . . • . „ . ., • ....,....•..• • • . •: • . • •. •• • • ••:...„ „....: . .. „". .......•,.• . . .. . :_ _ ..,••._ •• • ........... . ..• , ,,.. • .....„..,....• .•:, eiwzipt754 ;3 21do (t'oo:of +'' 32492 Ir ..12F ap0 .• , Rya rc41u,d0 p! g 113r1014___c SZ- Z-0/ 3 1 s I wp co,b Public Works Engineering ?l /14/gal ?do7 S c"oL 40 7 s : 21.4,tyv rojej /Yada _LQN oC a ' 3 7-4'/, i&tQ II F,� o poT0... CITY OF HUNTINGTON BEACH `cF�UUNTY..P.I Lisa Lane Barnes I City Clerk January 13, 2025 Premo Construction Inc. 360 E. 1st Street#293 Tustin, CA 92780 RE: Bluff Top Slope Repair—CC-1815 Enclosed please find your original bid bond for CC No. 1815. Sincerely, Olhaft/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 „ . • . . (7/7 0,0t, v (env 37i „ .; plt(Yrf):SAL f6rtheconfru atibn df K,VEF:TOri$,Wrt10..-tY'4* , in • the ,,CITY,OFITUNT.INGTOZ.TI$EACH TO j no.14io,RA:ptv; mAyp.R. AND :ropmnfts,..; COUNCiL, OF HtTN,rttr,cfto*;ttxc.fi:, arees to otakalifle work'tharela.f.deseribekandicii:farni4i...allial5aiirrtaken'al,.'401prapatand - Anc)°cIa:01:*at4a0044afy'iii,, rebr.in accordance with the p!an aid specifications on file in the office oithe City lngine.er of the City of I iuntirg1rn Beach The undersigned atrecs to perform the city, of liuntinat(0,:tteackan0 li,yeatr.:.ina?a contract at ilial.t91.10wing aa4rsigila4gite*. complete the work within Qworkm days.starling from the date of the Notice to Proceed. pgw-4aclatps.,`-thaKt4ipropasal is 1)As0:;m),951careful cxami:iation of the work site. plans. - specifications. instruci iois to Bidders and all other cOtfacI>:".4166a)ent , a660.1)1.0d:f6t.a7trar,A,',)JittDIEfaarees to enter into a,coaitacfviiih:,AdEi\Itt at the ai:d•or lump sum prie set forth tn the tollo'.vm Bid Schedule. into -a.bontriet in the thattaiflifiliirae`prekribi&tvill!reialfin forf6itute,to*:xogNcy of the`gaarailty a66-calpaayingthis proposal.z'i set • forth in the:tic'', ne6.010y for.the,pat-ppse of v:m.)1)01)g iridd:.spnalhatliial cOnTsa.fiiprt under the contract v. 11 be based upon the actual quantities ofwods satis'actodiy conipieted. THE iA0:00**1?Ss0,'WS:1-iiEVs'.9T0-.1t)::POI0,0:4NY-1#0':?:-10.4..010c-01:47-..g4(t kis azeed that the unit and or lump sum prices hid include all appurtenant CpCnSCs. taxes, ro ahics perio,0,gity:',ciay 'f-*the 1,:i4.01540ipi--04tq; If at Such In the case of discrepi:wies in the :imount bid,unit pt'ices- hiltgoverw,ovevekien'ided amounts andmptcli dyerhgut,o's. • • . • •.. - . If awarded the Contract the undersigned agrees that in the event of the BIDDIWS dthult in eecutrng gi0;01:4irOd,;00**410Nir10,11 *****i14.A1:14`;i41.4,40:0,$eitifi6af42‘'kithiri'lQvorktng days afterthe date of they AGENCY'S notice of award of contract to the BIIDER the proceeds of the security accompanying this bid shall become the property oF the AGENCY and tins bid and the acceptance hereof may at the AGENCYS option,be considered null and void :-Acoalpapi,41'stIis prøposal of bid,find in the,amount_of amount Issnot less than 4--ifb"' „ Notice Ipviiingtlytioorc,Bidk,Tayable to the AGENCY (Please insert,the:,wprits:*'tastfV!': 41144 Cheek' or"iBidder's Bond for_%" as thebe) Any standard SuretyJ3id Bond form is '00004. Oid4ershall'SignilkNeeffit ofa0Ailderida':herei'‘Jf:,apy,:: „ • Addenda No Date Recemed 17E....4:13iddei'sSignairtra'; 7 • .:. ., ,. ,. . .. ... • . . ............. ..... . „ , , ...• .... ... :,..:::" .. , . ." • , • ,. ,• • • .,• •- ;fiLITTFT,QP.'.SLOREPAIRBID.SCFIEDELf,--, • ;','Aiti.d .: ;.:: ,.,-,3•:-.7.-7...-.,, ,,,t-z:'•::.... .,-.-.:-.-..‘.-• •- - ..,,-.,:-....,.., 'COnteaci •:,.,.. „ :.•••••'•.::.-.- 12.:,...;Lrra:.. -::•"•::-',•-:.Ektiided•-?" Na ",' , • •1'.,-,, :1Description- ,,-'.. . , :::,'". .1141iit".ify ,‘ ...,20nit,:— , ,„,':-Pii*.,,-.s1, .,,:''"Atinattrit...„ '21 ..livip.RUZATION; ' . "' ' ::.. 7 ' ••••;•1:.`•', .. L.:: 1 LS: : S 2,0it'vq.- ‘..,$"2:400tvo• .of - pi39,4E0r,p,PE9,(FI,c7.. :Ef:IP 2 , ... •• -- " , ', :, ;- 'LS2 $31,at::;, ;•.' §';51,7 a... „, CONTROLNtkCONTROLPLAN', . . . 1: .. . , • -,,,. i. .' iiRNIstiPROJEPT1:RAFFIP" ': :' fi.' ' •,:ii$:- -Sirir#P•'' SI;t7; 6i3 tFURNISH AND INSTALL PROJECT— -• ' ;•;•;- -i, • •: i iceil.2-42:._ ''f:1‘.: Ott' i itOtik'MAtidtsitid14 .. . . . . F: - wri.p4E,c7r..,S.,ppoiftpwc,,,pp,•sw,AT:gFi,•!. , . . ,j,., ,,... ,..- ,,.•:;,-:;_„:,..:,.., `:-i-, -,i7ot.titIOK C6,N1,,R°01:PLAN.)Tf$.. ' '' -,--i; : J La::: $"-'Wloitv • , S','-,..'ic -'-',' -. ___ ..,—.„.„ .„. ... .. ., .r. ... ' ADDRESS CONSTRUCTION SMPS,• . .•; :. , ...•. ,,- iNsAt. i, . • lNQMNTAIl do4T0T9otNps.pER , . 'Api*ov, D:WODOANDLypING::: ,, ........ .' 0,„ p-rikG,NO:pAtek)i;10ikifi OF BEACH 1 LS .' ' • ''' ,.. ! .:. , :'.,I:bb."e*, $4 . ...„.... „...,.. ,....,. PAto.--MtgousTillpoiDg.,, .! .:, --- ' -- - • -- - '.1.'eMr.,;c5:01:ARP.,EP,,,IcIftilAtiff-i::vvii46, • . • .,.,.,....,.... ,, .•,SCREEN;., , - , UNCLASSIFIED'EXCAVATION . „ .. .. .„ Ii4u010'.,0-AVVeijt-ikEM.o‘;:s.;AND . . . : ..... .. , ..., . . : 7 • plspD§g.:,.0:F;Xl#11;,s1d)*PHALT, • 3600 . ...SF. - 1,6— --,.,,674.45-44, TREst;!",.sH3,04;V:g#TAt.104,AND' ,-'-:-,r- ::, • •---' - : . S,-.- ... .0.; . tilISPEL.LANEOLIS.,DESRISWITI7110 .... • :...„LiMiTS OF GRADING - - - - • • -. • .„, ••, '....•. ,, ,... .. . . — . ,. . • : ••••••.... .. . ,.... .... .. .. . .„.....„....„, . "REI•1140VE EXiSTiNG`ZOILANt) - .. ,.,,..,„,.„ ..,„ ,. . . . , 1"9 ,i•cF11;:g"61Ng,tt.p;,,RgoipTpki.4 SOIL, 8 w, i„Tfl4.,14.8..:„:L.IM. ITS:b„ F.., .,R.A...t,..,loG- ! '.82y,:„i Oi, •„.$ 7„.5.,,.,. .. ..„ 2. , AOt3;THE,$0*BENCH AND ....:, . , . : GEOGRID ARE CONSTRUOTED . < : ,- - -• - • - - - • --• - - •.:: • • CREATE SUEGRADE EENPI71,AND:9' .1•N§/41:.,pgoofply.).MTEllig11-1E. ', q00 s • : 1§F-- •$ .;-,5 .. .... ... 43i6e .4: . ._ _ •_ _ . , .• .'' CUTLIMITSOFGRADING:AND- AREA:: .- „..-. - . - . . ..„,„, ! ""-• •: :`IMPORT.AND.,INSTAL,L.FILL$011,1:).EF •• :•• :. , .: '• " -••• ' •••••• :: , ' -' . " -- • •• . 10' GgoTEC.f.:I F.,ZEP,ORT*ITHIN LIMITS: -.. .. 'i:iili! ,i ,o'Yf .: ,, :..1,4,:: :-,r, OF GOADING.; • • • - ' .• "" 4INSTALL GE2JVT4F30§19N: --*. .,, •. -; : •- - ! .• • . . :-.;•..., . • it caNt001:PiEff3)0'0:1ER0sitifi :'. :3$'206,' .i. :0 - : $ ,3:3 „ $11:1404..j.g0,0.: ,RECONSTROCTEDSLOPE FACE _ .., : . • . -: . ... i: .. - - - c9N. T.Rt.4c37,TpiTowt3r,•spl.An . • , ' IRRIGATION0bNTROLLERWITH•NO:,. 12-• , - --. ----—----,--------.--- ••••- .--,. • A: . i. •ZA ::$ 23:43‘4W;:: SS-434i;I : • -:- ' CABINET'PEROIT.X:OF-HEISTD PLA:N. •• ••--- • --. • • ,.,.,., : -..,,,..,...:._.-.• . „ .... . „.,..,.,„,.„ -.•. ...• : 72i .... . - •-- : - : ' . ... - - :--, • : '-' • -'INSTALL.;p.wv9H-E- SISTANT..- , '; -•• ••••-7-".•.:, 7. '"--- - -- ,, - .. — ' ''' . , .. " LANDSCAPING4tfk'SCHEDULE:ON : . .„ 17. ' ' ,.:13: PLANS AND.pROVIDE ONE(1)YEAR.;,„ A.-: .1 LS., S •).,,,,,:•00.0•: 9-'-:: `I.kilAINENANCEAGRaiENTAND:i PLANT, STABLiSNWIENT . „ .„.., ,. 7 'i' . . , .INST.N4:.,NgVV.;,47:rWaR4,19.T.TYPP12 -. . ' , :„...; , ...„ o*14; . DiOGLS1110:0/S1,1;pvEli,g -'-'- -.-' '-i,i. 549-.,.. I., .- SF, : S 2zha .. $ffLL&_.' . • . . ,• .„,.. •.,- ..,..„.:,..,... -,„..„ ...,-47-‘.... . ... COPAPACTED:SUSGRADE:' ... I '''''' - .. ‘.... - ...--:-.•. . . :, . . , • -- V. • .. i.':.:i . ... ••,, •. „. , . •• ••• ...•, •• • . . •" • AM:1ff 301,);,$1;.WggfAlg'fiJA,SqfP)..,VTX (co iitratts. ' ,Unit giterid0- "; ' Unit " PROVIDE:POINT:OF CONNECTION:' TO TAP IiTrqg .($1.10q.WATER LfNE , . NtiiNMWMiii4FORMY JR • ,,'" — • , • L••,•>. '•,'SLOPE.. ;Ls ; $i:.ft4cod-00-' VVITI44.„gppF,VRtApF1,:AND • !'. . - it,,ist!444(;:0,01.4j:ky4(..vdm\ip APPURTENANCES PER HB$TD PLAN 720 , . INSTALL 2 X6i REDWOOD HEADER 16 1. INIT4ii!XitrtrAtctS'ALbN'o.THE "'• ;1 "2aZi, • ;,.`-• - , 77 LF- , 013cit?OsEci,PAV.tt4ENIEDGE „ . • CY.:C; .,„, - . . • Total Amount Bid In Figures $ 4 3ei& . .•• „ . ..• •- Total.,Amount.Bid,inWords,- ladrk44- 7/ 147-41.?0,- . ,• ..„ • • • • ........ .......„. .„ . — ..-.... . .. . , „.. .. . . . , 1JIST••QF.:.s8,Utic.ONTftKIQP4 Jiii..,ticebrdailee::, itri."-,;,P0Ort*Orit,'.ceidle:,,$,ectiOri';4,;!9..,4,,,,iti,e:p2, dC1 0. i1i411,:. et:'i:,If:0)-A1,1 t4e .t'•)41Xie:',a,#d A.'ti$Ifieii,"adOe. '•,a'60i:'‘.-iiiosdiittioiof.410.'*i)1*iiitii0„:'Vt....6.ik;bti:eticiefAiioee::Wiliev,"040,er.,,i5d sa.4.cpriiia.6i in an'amok*)ili:ex-efis...0ipne4filf"..oir one:percept of the'p;:01 bid''- or•:" 1.0'o op,; :whichever iilt..0#0.r. 0401 '4):0ii00pf'-444*0i1 :0 .06:40:1*.041:'$01?0,0.0.40.Pt: . : . '.. --,Bitr: i ..Azili0-04.A.iiiii*s-.0.:17:1 '.- 'i 1.S*1.?::' .P .#'", . '.DIRT.):yoc,;.:: iiiiii(s) ;94'd.iiiiiiit'W;jr. I ::iikii.i.4- , '', :-Iiiiii.4444' ;4ili.',6iiiii,',', •'•'•eaiiirai4.--..., ; .... : , .: '; .. ',:::,• , ..::..,:. „:• ,,Miiiii*r";i , . „. ..... ..::•.' . . ... , ., . - '. . . „ , . . , . . . . . . • , : •, . . . . . . . . ... „ . ... . . . . . . . . . . ... „.. , • :j. : 1 ., . . . , . ,. ,.. • • • r , • . . .. .., „ . . . . .., . . „....• .. ,. „„ .... . . . . . :•i . . , , . • . ... . ., . . . . . : ,. . • . .. ... .... . . .,. , 1 ., . . • . . ,. , • . . . • , . . • ,••. . , . . .....,.. . •. ... . - , . , .......,. • .,. •• . ,,, . .. . , •,„, • • . . . . . . . . . . .. :: • . . ., . . . Iiy"-'sel5f6 §idnief.,:this proposal,the Bidder certifies; , • :.I- 'That t..4.,.. .ig7iii?le:tsl Apt13*.P.prf,'.61.4-iiie.balanco::::.Ar411:: ,,ork:;iihilai.iiiiiiiieeeiiiia,iii the :..aliey'reitibeentra:ete'fi:iikiiii:' .... '-?, 111.ai',#*:".:A:PgNeY:'*11".Ve:"fitOiliWed'4pie§.:ef:,41r s'tib6.6iiiiidi!:.oht‘ied,iiiio',iiiai,biall& t)..tiiiislieifb:y,:.sebeettractorfor this.prejeet: — " - .. - ' - ,. -. . ........... . , . . ., NONC:Ot414-. 4.:IN'AEMA.87Tr Aiii „.. Tr.t1010.6i'i!IliklOtIi.044)' of ii:.01-iiiii.if,**-,fljelal*4.:-X4.1)."0.P...ktk*,.calif,-0 tw.for.,4gding':i§ true and correct and that this declaration is Obi?" " '..;*at4. , • of ' ' Z,-ithe part' making the foregomg bid That the bid is not made in the interest of r on the behalf 91 any*OiOlOW,person, partnerslup 0610tit. 0:500i4tro#,.;,argaigicatteik:sii eoftoomon:,;tho:;thebxd i genuine and not 45.1i:ife'citillarni.;:di4tdiO14iddorhas notditgd*ofeindirectikindOed'ApAcjiodiw..,other bidder • to put in a>false 0e,sham bid,and has not directly or rndirèctly colluded ganspired,connived, or :11greed with any bidder or anyon ele 4;0(in a sham bitt'-'ofjli4'aOYOke'ShaIttOftijtifrOTji. bidding, that the biddit has rtot in any manner directly or itidirpetiy; squeiC:by-Agr!prienti 'f.o.nitanninati*,,cot,nontofoitoowjd1:.ans=ono;„to,fd*. d'[ofoo,,•of that of any other biddet,or to secure any the proposed contract that all statements coriamed in the bid are frue and,tu-ther that the bidder has 1)01 directly orndirectly,submitted Ins of hekici:P.riC :ii0:-4-bi.,41,060ift,,,ilita,':Of,igi-Oite* thereof or divulgad• orfn.40). 11,5 ;1:),*-.foO.;:toiny corporation,partnershtp,,company.associ4tiOry9rgarii#Opp:bittdep*,i017;or to any member or agentthereof to effectuate a ca11us1i C or sham bidNCinOf- pmm,costruaoqjilp:: .13'd* oft9fir • . ..„ . . V :114ITYryAG4,EMEN ' 1 iQ. \VR.AI[RLE L1fiAYO ,A 9DlCfl YY:COVi9C111 CITY;f:Jt�'��CUISt�'il�t�Tt��$E�i�I3;:CIFC3R�I;A,R °Gentlemen: Tlie:undersigned hereb r pr6nuse"s and a rees;tii"at ii the pe Tormat ce of:the"ia orl specified n the conlrac(,.l nown as=the Blufi:Top:Slope Repair; (I)(,«=e)"(lt)�will emplo X:and c t lize.only;qualif ;persons,as;he(einafter defined,,to wor ;°i i..proxi it ';to any elict£ittl:`secont aiC 'o transmission f tarlities; The:terili}iiali eci-;P rson" is",le ine i:n Tine.:8; liforriia ra�iiiiiistrative'+ ode, �Section.27t�t?a as;follou's::" , '°'Qiialifled Peisoni:w son ith, ' a #i rsrnE e� nciia �`n sr irGtiat�;`s" tr i Iii r,,ots llB.rli�} vp iriiiian,:t't:be pe sotined"ailifihi',ha:ar°rds ire tik ei s' The::undersigned'als `proiiised;and.°agries that;all inch ‘.azl:shall=be:g erforme 'in actor ante;° with ll'appliealale a etnca l'"utility companys ret uiremaiits:Public.Utility° omm scion orders,. -.and State of:Califorrda`Cal=OSHA requirements The undersigned'firtheelifer ice and agrees that the provisions herein shalt be ar d re bindm tap n.an sulicr ntracto or;sube ntr ctors that:ma `61b r to neri or employed hy:t3*undersigned Rand"that the,under i rigid hall take steps as"are-necessary ,t .fissure.cainj laaztce ;l?y an `said utiecontracter car.;siibcoritra i rs:i ith the regnirenient 'ecrntainedherein::. ;Contractor.. 4'" ttle> • "Dame: .,16120=23r ....... . • • ,CQMPENSATIQN4INSIMANcECERTIEICAT.g1 ;Pursuant to Soction,1 861-Of theS-tate Labtif COO,each contractor horn public works „ , . 4to aware of SOctiok:; 100 of Labor Code'*4itri?-0quir ; y0y. employer to be insured against liability fOi')Afoi6es compensation or to. self: insurance in accordance with .,of that coclo;::miti:ITNi,iil'comply;with such isions before COrmOOCIPg:010, of il4OpiTact. Contractc By cE Tile DatelOt2Ci2{1 ?. B iliti S 1.N Oiti8`1AT1O _T.P?.P 1.z.: rtifi s tT.40 folioing,int.'0 matiO4.:4:itti..ti `0,3.. a6 Q �1J 7. r :`...Co uiiteis-Address :... din. State" ' . . Zip;.. ' `Tele }tone Number:i Em i 1 Addres s ' State.Gon dar'- >vieense.Nc.'and:Class=, 'Ali Date Issued : pi 011.Date. The t ork'sit'sas'inspectcd iay:; ' ter: _r f our office on. 1 1: TI.a following,are per opp i,14 ;;anel eOrpsara,{r;0is� ayin -a,prisacipal izitUrest,in this10,,fo is s:T- , rr" . ; • The:undersi nevi:is,pr pared.to'satisfy:tie'{oun iT sad th .f ifitipao I untie ton Bea h of its`ability financially or ptliez.ise.to pertbnn.the�:equtract for tlie-pro pose :. ork�atia,,iiitpro eii ents��i, „accorda"aicis`isitki'the plans`"uui ip0eifcati is:set,foith:. .... i i Si tiarc of.Bidder;n '' ::: ; . ;4 :.. Pxtnted arTvpi d"yinatiiii; 3 J 1 NOTALRY CERTIFICATE Subscn ed:and"'ss om to before:rnc th s gas of kt-e:" :20 • :fl ..'L, '` "� before cater: .I;>e vv 't"�Son . ' r ," t f:� • M 1lonth>,.1)as°and'Y,eari, Insert. e:and::Tit'eof.No�rir ��sc.rsonatly,appeared .(� ��►s't�„q;G :hiarua( )gf,Sikiier{s:: ,'ivh040.V•cd'Rto ri"ie;rjis 4.40asi c.0:4 isfactor}e OldetiOS �ti0;tlie1*.i', r('s}'i�=t►6§d2.na c{s}=i eur�;;. 'subscribed to`ttie tuthin�nstnuinent'and ckno��°>ie i ed to`iie that:hetshel ev c eeuv.d the same: in:txislfte"rltiieii`authorized capacitv(e �;ar d that` Y tiis�lioir t}rcirsignature(s),nix the:instrument;t e ;person{s,);or,tlit entity.upon beh if f s hich tic person(s)-acted,e:ecuted.the tttstruint.nt. certify°under`PENi'#t:.TY OF=P UR. "';under T3i 'iiti's-'of the, State: f life `:'„`.. for goo pa ugmph is true and correct: r • ma's 4e'= ,' aVITN SS;in hand and afficial:seat. 'r �Y te±rn £ii;^iies Sun 4;1ttZ4 Signature< <: .• ;Si cat rt t�fi1,otar r 'a tilic: .(PICA. E;.NOTA tiSEAL- lOVE ¢¢fff ro 1 9 . • . , 'BidOelProjOt History For the purposes of this project, the"""IbitiderS14.'preNide project history of similar work, 4ecificapy:'feterthiciilg-:the.!C,Onstfuction'.0P'tgenitrgrai of debris,.and reconstruction of slope With:geogiid for,sli,3kstibitiottionmilici4rs:are encouraged to submit supplemental relevani,, .prejeCt hiStOrY in-ailditien to the projects Listed below are the names address arid telephone numbers for three ptr.6fic,agencies for which the.bidderhaS perforrnedSintitar work withinilfei4t:five Years': •• • • •• ••• "1.. Ctty oft,funtington,p0:0;2e0 main street beach Ca • , . . . . . Name;and.Addt:6s,,atTublic Ageri6r., Name arid Teleptiene NO, of Project Maii*r.! , • .icnn 114-06H'Se66' • s380,600 •WeiVii9 . 12/2023 contract Amptint Dte,C.Orii01.e,i0:• Provide additional descriptien,to-Sho*Sirnilar work .• • . . . . „. 2:• 0'4:0 Aqattqferqlin totY.j)0'6100 • .. • .• • 7 . Name nd Address ofPubhc Agen6i, •Slame.aild Telehä of i)rojectMa'neger: .(7'14)tti. 549 i 0/2024 Contract Amount . Da.teConipleted.:, 'Provide descriptioni6 ihowiimitar work:, . . " . . •, „ . , City itst San**,*6vic center dr Santa MS „ . Nane and id&ciSs,Pi'public Agency ;.N4t0 and Telephone NO, of Project Nirt*er: "Danny mai,(714)647'-505.2 ._ S21.7.000 saongard corle..Wc* Contract Amount • Type of Work,' :bate.toinple't•ed PrOide"addit:ipiipt'preject:descriPtiente chow similar Work . „ . . : . . , „ . Bidder's Listed below are the names of the bidders proposed Construction Proiect:Manager,arki For each of these criticaL positions,plea4e•lit'at least titree13,rttre`Cts for which the critical staff has peifOrined,sirniiir N.yOrk.within the last fiVe years These projects do not have to l)enti&rt4eemplpyment':otile.lildder of this prOject,Pldders are encouraged submit üpplenienmlivant Ortijea:liWOry inailditiotijatho,•-•:00jOs Ifgted'hereih. . mad Ghass1 • • - • --” • • " 'Nam e,Of peoliosed'Ptpjeef Manager TelePlioneNo:OfPrOposed ProjeetiManiger: • . . :1-00!irigto yai!1*• !opf.,1*tr94. TirOject/s/ ine,8,,:Contract AMount, Tfypc of Work • Date Conipleta „.. an4hefrii's'aiicirit disiS2.9,6 666 . :Pchoolop.roornent . •Projoet...Nitio:&cotio•Ad,tAino,i4g; Typecif WOile DateCemPleted: SaaM .Danriy217oOO. ra !t,:Conc„: • ••,rOject N;arne:".4.ContraCt:Arnotint.: Date',(-,Orni)leted', Asg' ar.Zarrr „.., Telephone No 4.-0.1'Opok04.;$ 1)etititendeliC. (949)613494i s. . labaima City kaii • gridiri6"4 , .e12024 Project Name 4k-Contract Amount.' Type of Work. „. „ Date Completed •'Project.1s10.iik4:,CrintraerArnolintiTypfWork. ti.ate Completed • .1),roje-CfNatre•A contract Amount Type,of,VA*: Date Completed • „... .. . , ':..C9.1NIPtACTOR.X.Gl$TRATIQN:',WITRAP,y91INifikitiPARTMNT '24jtH*1".itr§iAiiSkiiti.AtiONktitil),C:EteriFiCAtt iart 6,0'854;0'6PS'I:411P!CO'clO'S'eqi0.1.01712:10));:vassed.bytio04.ifocrki.4..**- nato:. on'460.20 2.9,1°.4.';:10i41g41i0 a new public works Contractor Registration Program,which requires 1l contractors 0.10:,*b0:00.40tor :bi.dc402, and performing work on Pc.tl.a,I,jOWOttj';•ProjOts.:.:to • register On a R:,.atinug.baiis 1 .tiirpt!, 4:,.1t.t‘ fiscalyear) with the California Department tot Cotflractors is$400 Each contractor to whom . public works contract has béèn varded shall sign the fô1lo .certjficate fitifi'§'S/14.Mk..;dir:64,i6Wiritit-iiic4t41:,iieeritraoter-re9tstratiort:littiti 1)1.Ks Otttractoir.Regt.,4icatiOit! eare441).to database blips//cadir secure force comfContractorSearch I am aware anci;vtiii.cot44.;wiiiithe provtaio14.6thabor: Ode. eOtiOn , . „ .•. ", • • • '..:414 .1'.4.:40t9k-'::"..060iti.actor shall l'Ot‘Wifti4lifid to 1-i.1.02-jPiii be listed ina bid propôsal, subje&idifie;rortttirentents of Seetiorti41:64'd'eftiePii0lieorrrac., 44t.:pr..j,PP.00:0 the.„ 901:9411440:,dt 44'contract for registered and qualified to perform public wok pursuant to Section 172 5 Ii is not a this for art unregistered contractor submit,,o)514;t1tat.tkotItori"7.e4;1;iy Section 7029 1 of the 1usmess an44'161VigibliitO4 or b3.1.§ 60Oh4018, or 2ff103 5 of the-Piii?:li05,ii4: 61::C§4;:ptol.,i910.d.11:16::.,..oi-ity'ador,:i ,,,tegitor41. toperform public Work • pursuant to§ectiOni.I25.- t theiime;itio-colitracti5;?..w*O'd:r: LfitrthermoN' ilFe0WbYzfzifaYiclitag OtctOf.-Of regt.ratton2WithpiR..as',:the..irtmaty„;-,,eOlitraetOt,; a,s',weit,as'for:41:,,stibeolttraefor.$;a4107.itimo of p..45titittingAt 'Otcj., • • . . „ 05titrattOr dhlassi. Ji.:00,001.1p«)iltracto.**o.', TitI DàtèloP2o ; „... Pwc,ftegisfiriii,',kfidoos031a' „ „ .. . • • .„.. . . „ • • •• ' • ' '• CONTRACTOR:PgE:01,3AtiriCATION.QUESTIONNAIRE •n. , „ . • • • • flit:Oiidtheclai five y6r assessed aria guicificlUidatOdlamages'after.cQ1-11pletiolipf4 project under a •:.ePAst0;4410.11.01.1#40.;*0:01i01„*.P41?Iit:P0.**.t.10.2 (Ex'0:•ila PP a seParate'• er owners uld„ dress;ziale- t4iinplition.of the proje4;amOtii:pf licit.iichitedilinfdg=es'As.34*I,and all ether uifonnationreasai a§setonetidtiliquiLtotiamnagt*)", ::09w.marty tirne&>in the last five years,.has your.firm made any claim ag4i0;0":4Proi*,'''00i•Of,000401Z***i.,4ii)lioi*Pi.'04togroi;a and,filed iiiatciafniiairtOfiiibiiiitiiiii?:! Ex15180.(:on a,separate providing ificPro*thill:1%dat6., of the chit.aaire of ihe**(0.entiltie§)ega*:*hOni the elaiiiit'A*4114a brief dccnptaon of the tiatpre...igthe'eljiiwthe'e6iiitiii.uiiieliftiesp -rwa,Iiilii4 anda:.13tiet. zLictscriritkIlpt f3';° 4Row many times In thehist five years has CalOSHA cited•• assessed penalties against your firm for any sertoiis 'wtllful or (11 2 3 4 ' ..Vii)14fioi1(4*.iKettid0e4l.(1tep:p;itio001,:$if*AN'IWt1.i. via14014.(s)bf;safity..of.heilt.h;regiiiiitieknP NOTE If you hat%e filed an appeal of a itatuIn,and the OecupaoaaISifets nn4 '441g:.*410)*41i9<41ti 4 How many tims cluriritlfiplps; years,1)as.444f0tii..:400i.i,rp40..irgd • .; • • pay hack wages ria/kpartaiiie raiateif orfa4arat revamps wage :01 4, •laws .• feir.Wdr1650tfoirn"' -::(41airrort a separate Aleet.;1i100.1-k,the cjoilptAlvi.pF0i0ig the pnject tiaiue date at tir..:0-1:01:2*,nate iiie':§14L.i.Woli00*0iotor...,0404401i**-11ie, • • • • MERCHANTS BONDING COMPANY,. MERCHANTS BONDING COMPANY(MUTUAL) 6700 WESTOWN PKWY,WEST DES MOINES,IA 50266 Bid Bond Phone: 800-678-8171 Fax; Bond Number: N/A CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place PREMO CONSTRUCTION INC. of business) - 360 E.1ST STREET,#293 MERCHANTS BONDING COMPANY(MUTUAL) TUSTIN,CA 92780 A Co oration 6700 WESTOWN PKWY OWNER: WEST DES MOINES, IA 50266 (Name, legal status and address) CITY OF HUNTINGTON BEACH 2000 MAIN STREET This document has important legal HUNTINGTON BEACH,CA 92648 consequences.Consultation with an attorney is encouraged with BOND AMOUNT: TEN PERCENT OF AMOUNT BID(10%AMOUNT BID) respect to its completion or modification. PROJECT: Any singular reference to (Name, location or address, and Project number, if any) Contractor,Surety,Owner or BLUFF TOP SLOPE REPAIR other party shall be considered PACIFIC COAST,BLUFF TOP plural where applicable. 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 17TH day of OCTOBER,2025 PREMO CONSTRUCTION INC. (Principal) (Witness) ,s • „� (Title) JEFFREY MICHAEL QUIGLEY • 53- COMM.#2388467 r, r NOTARY PUBLIC-CALIFORNIA (1) MEreRC • NY(MUTUAL) ANGE MY CoMORla.E%P.COUNTDEC.29,2025^" ' ( • (Seal) � (With itle) MICHAEL A. I s.� ORNEY--IN-FACT rinted in cooperation with American cts(ALA). The language in this CON 0657 (2/15) p document conforms exactly to the language used in AIA Document A310-Bid Bond-2010 MERCHANTS BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING.COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa,and MERCHANTS NATIONAL INDEMNITY COMPANY,an assumed name of Merchants National Bonding, Inc., (herein collectively called the"Companies")do hereby make,constitute and appoint, individually, Jeffrey Quigley;Michael A Quigley • their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 1 This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the By-Laws adopted by the Board of Directors of the Companies. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship o obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and 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 Companies have caused this instrument to be signed and sealed this 2nd day of June , 2025 . PING Co. .••'ZIONq•'••. .••�1pLINp•. MERCHANTS BONDING COMPANY(MUTUAL) %O0 �i0• s..' •........ . 44', ;•c‘ - F•tf•• MERCHANTS NATIONAL BONDING,INC. :V.."KpCRI•,9'. y;•oRp�R•q'•.O ..4Q.P. /1/6•.y1 II MERCHANTS NATIONAL INDEMNITY COMPANY ;zr2 -O- : '= -o- vi▪ a• .�. (r 9 ,�� v:3 •o 1933 v'▪ 2003 ;.,o ',IA• ;3; •••: •,*$•'• /4?• a2-/;177 ;414L , .••..• �}V..••. •••••.., c�•••,.•• ••�. 4..••• STATE OF IOWA President COUNTY OF DALLAS ss. On this 2nd day of June 2025 ,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY(MUTUAL), MERCHANTS NATIONAL BONDING,INC.,and MERCHANTS NATIONAL INDEMNITY COMPANY;and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective oards of Directors. �PfoA<s Penni Miller O . v Commission Number 787952 • .�•�.• • My Commission Expires !OWN January 20,2027 (Expiration of notary's commission Notary Public does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF- ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 17TH day of OCTOBER 2025 .•■■•. .•p1NG CO °110•Nq� •••�1AL INpF. .� RPO%�. .oq• 'y+pKpOR• e0... Ir .- \FoR;y 4,, .•y V '4j ?,�• .ti▪'G •4j ▪ Z .0,. o / ,ice• to. tom': y' S,C gi 11....: :Z• :‹E .. ."'Z' -111111 1 n• (://41;(..) •v• •'. 1933 r y; v:• 2003 ;?,� ;Z'• '3; Secretary • 1••.. ..;13 . .i,• ....."I- • H • ••'••...*..•••''• •••.4..•• • POA 0018 (5/25) 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 October 20, 2025 before me, E. Scott Robertson, Notary Public (insert name and title of the officer) personally appeared Mohammad Ghiassi 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. "rye E.SCOTT ROBERTSON WITNESS myhand and official seal. S_,,..��,r>_ Notary Public-California � Orange County . y.� Commission k 2521022 °c„a•� My Lamm fixpires Jun 9,2029 Signature (Seal) :Ye LE;A'ITT CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE §1189 X`..Kt zfue2�`ki tlitt�c r c.Ec..�r .cr..c ec:c..crccrrcxZcc:r.‘:c-sc>.crc.cr_ceetcocrnna 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 10/17/2025 before me, JEFFREY MICHAEL QUIGLEY, NOTARY PUBLIC Date Here Insert Name and Title of the Officer Personally appeared MICHAEL A. QUIGLEY 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),andthat by his/her/their signature(s)on the instrumentthe person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY underthe laws of the State of California that the foregoing paragraph is true and correct. WITNESS my ha nd official eal. • "`°F> JEFFREY MICHAEL QUIGLEY G COMM. 2388467 <; Signature • NOTARY PUBLIC•CALIFORNIA (I) > ORANGE COUNTY / Signature of otary Public ���tis MY COMM.EzP.DEC.29,2025' 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)OtherThan Named Above Capacity(ies) Claimed by Signer(s) Signer's Name Signer's Name 0 Corporate Officer—Title(s) Q Corporate Officer—Title(s) 0 Partner 0 Limited Q General Q Partner Q Limited 0General 0 Individual Q Attorney in Fact Q Individual 0 Attorney in Fact ElTrustee Q Guardian or Conservator QTrustee Q Guardian or Conservator ®Other D Other Signer Is Representing Signer Is Representing ©2014 National NotaryAssociation • www.NationalNotary.org•1-800-US NOTARY(1-800-876-6827) Item#5907 • /;'.3,"'i��4i.;e�:sx.;lr'€s*.t�;E ��,.,�,., tt.t.+.�t„ -.,F��.°,.— _ :�,7 .,i;,..,__;:-;�.. — . iy,i) r �,2v� 1 akl +{ i l.i,1- 0. j J'go-{ tL�j 'f 1 7 4 k # �.;n rt + • _ fid 14s a4 �,s t -s r} t?r } ,k d s`,p'.; i ' •i°, r t vt tP p 3{ 'r r R. PG ke , t'r 0 �},}�ik �`p�., `r ,,i, k1 1 `N PPPP f T C ''; } f rat ' -F -¢7f•�� }�? 4 b"y j 1�,,rrr^,:_', �_ k t -c � ) r d t t J t -A3 ''l ik Ok .xis �Q , } )t •I a + )+s yp -tS 4iS tz o O N wJ .- s a '$it i t''r rkl� klJ° mli a i t :l } f Oyi � • m� or .t 4 _,t t �, w c .- SSP b n� �. i. CQi n ky +' 4ktttttkCTTTTTj i i,'µ � kty { x t r J -+ 1. 2 O U O k' S._}%c� '� �.$,_ ag. 1!' .';FPS, r � 1 a!8 1.1 lt kii kt G e ' ..t r , # k.' ? f ' s, t 1R K 4 tt - Ott i a r�' m a; ;j 1/4 S rF /0111\IG10— CITY OF ,ol . '4aRPagq ��\ tc,: _ - : , ___ _, _ HUNTINGTON BEACH _ siz :,,, ...:;7„_,-7-. -„...-c,,k,0 �cFC �"'nc•�..:p�FNJ 1•0 Lisa Lane Barnes I City Clerk > DUNTV C" January 13, 2025 SJD&B, Inc. 20451 Valley Blvd. Walnut, CA 91789 RE: Bluff Top Slope Repair—CC-1815 Enclosed please find your original bid bond for CC No. 1815. Sincerely, 0/ i - Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov SECTION C PROPOSAL for the construction of BLUFF TOP SLOPE REPAIR CC No. 1815 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 30 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. Bidder's Bond 10% of aggregate of total bid price 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: N/A Addenda No.. Date Received: Bidder's Signature C-2 BLUFF TOP SLOPE REPAIR BID SCHEDULE 1 YN[)8|LIZAJlON 1 LG $26,000.00 O PROJECT SPECIFIC TRAFFIC 1 LG $2'O4O.00 $2'D40'DD CONTROL PLAN 3 FURNISH PROJECT TRAFFIC 1 L8 $38'1O0'O0 $38'1OO.DU CONTROL FURN|8HAND |NGl7\ LPROJECT*� 7�DOOO 1444000 � ' ~'`'`'~''''`~ ^^~' ^ ' '`~~^~' 2 EA � ' ' � ' ' INFORMATION SIGN PROJECT SPECIFIC VVPCP (WATER 6 POLLUTION CONTROL PLAN)TO' 1 LS s1'540.00 $1'54O'OO ADDRESS CONSTRUCTION BK8PG INSTALL AND MAINTAIN CONSTRUCTION BK8P8PER APPROVED VVPCP. INCLUDING G STAGING AREA NORTH OFBEACH 1 LG $22'75O'OO $22'75O.OU PATH.AREA MUST INCLUDE ' TEMPORARY FENCING WITH WIND SCREEN UNCLASSIFIED EXCAVATION |NCLUO|NG8/AWCUT. REMOVE,AND 7 DISPOSE OF EXISTING ASPHALT, 3600 SF s G.85 s 24'GGO'OO TREES, SHRUBS,VEGETATION,AND MISCELLANEOUS DEBRIS WITHIN L|K0|T8 OF GRADING REMOVE EXISTING SOIL AND STOCKPILE ON8|TE; REINSTALL SOIL @ WITHIN THE LIMITS OFGRADING, 820 CY $77'OO $63'14O'O0 AFTER THE SLOPE BENCH AND GEOQR|D ARE CONSTRUCTED CREATE 8U8GRAOE BENCH AND S INSTALL GEOGR|D WITHIN THE 3600 SF $5.5U $10'8DD.OU LIMITS OF GRADING AND CUT AREA IMPORT AND INSTALL FILL SOIL PER 10 GEOTECH REPORT WITHIN LIMITS 100 CY $186.00 $18.600.00 OF GRADING INSTALL GEOJUTE EROSION 11 CONTROL FABRIC OVER ENTIRE 3600 SF s3'DO s10,800.00 RECONSTRUCTED SLOPE FACE CONSTRUCT TEMPORARY SOLAR 12 IRRIGATION CONTROLLER WITH NO 1 EA s 11'000.00 s 11'000.00 CABINET PER CITY OFHBSTOPLAN 722 INSTALL DROUGHT RESISTANT LANDSCAPING PER SCHEDULE ON 13 PLANS AND PROVIDE ONE(1)YEAR 1 LS $45'U00.OU $45'OOO.00 MA|NENANCE AGREEMENT AND PLANT ESTABLISHMENT INSTALL NEW 4''PAVEMENT TYPE III 14 O'PG'G44O (3/D^) OVER BU96 540 SF $42'5U $22'S5O'OO COK8PACTEOSUBGRAOE C-2.1 BLUFF TOP SLOPE REPAIR BID SCHEDULE 14-1 rl PROVIDE POINT OFCONNECTION TO TAP INTO EXISTING WATER LINE AND INSTALL TEMPORARY - 15 IRRIGATION OVER FINISHED SLOPE 1 LS $29,600.00 $29,600.00 WITH 4 ZONES. FURNISH AND INSTALL ALL CONDUIT,VALVES,AND APPURTENANCES PER H8 STD PLAN 720 INSTALL 2'X6'REDWOOD HEADER ' 16 WITH 2'J<1O"STAKES ALONG THE 77 LF $33.00 $2,541.00 .00 PROPOSED PAVEMENT EDGE 3G" O.C. � Total /\OlOUnt Bid in Figures: $350,961.00 Total Amount Bid in Words: Three hundred fifty thousand nine hundred sixty one do||nno ` C�3 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of: State Class DIR PWC ' :: Dollar % of.. Item(s) Subcontractor License Registration# Amount Contract Number. City Service Contracting A, C8, 14 Inc. dba City Service Paving 502305 C 2 1000003873 $8,500.00 2.4% 32 11, 12, Mountain West Landscape, A, 13, 15 Inc. 1105685 C27 1001116085 $53,040.99 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-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty:of perjury under he:laws of the Stateof Qalifornia that the foregoing is true and correct and that this declaration is executed.on 10/21/25 ,at Walnut , CA Date City Wire Simon Jean ,being first duly sworn, deposes and says that he or she is president of SJD&B,,Inc. the party making the foregoing bid that the bid iS net Made in the interest ef,or on ilie belialfef,any undisclOSed person, partnership, company, association, OtganizatiOn, or corporation; that the bid is genuine and not Colitisive or Sham;that the bidder has net directly or indirectly haduced or solicitedany Other bidder to put ina false or sham,bid,rand has het directly or indirectly dolliided; COnSpited, daulived, or agreed with any bidder or anyone else to put M a•Shari bid o 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 setur.e 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.pr 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 thereat°effectuate a collusive.Or sham bid. Simon Jeon,PresidentISJD&B, Name ofi3idder :Signature of thd er 20451 Valley Blvd,Walnut,CA,91789i Address of Ilidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY IIIINTINGTON.BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises slid agrees that in the performance of the work specified in the contract,knoWn,as the.Bluff Top Slope Repair'',(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 instrnction, is familiar with the .operation to be performed and the hazards involved." 1 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 proinises and agrees that the provisions herein Shall be and ate 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 subboritractcir or subcontractors with the requirements contained herein. SJD&B, Inc; Contractor By Simon Jpon,President Title 10/21125 Date: C7.5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes VifNo If the answer is yes, explain the circumstances in the space provided. N/A Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am,aWare of the provision 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. SJD&B, IhÔ., , Contractor I3Y Simon Jeon, President Title 10/21/8 Date: C-7 BIDDER'S:TIVORMATTON, Bil3PER certifies that the following information is true.and cOrrect: SJD&B, Inc. Bidder Name 20451 Valley Blvd Business Address VValnut CA 91789 City,. State Zip ( 909 ) 481-0001 Info@sidandb.com Telephone Number Email Address 100195'0 A, B, C12, C39 State Contractor's License No. and Class 03/1Q/15 ' 'Original Date Issued 03/31/27 :Expiration Date The work site was inspected by. John Gonzalez of our office on The following are:persons,.lifiris,and corporations having a principal interest In this proposal: Simon Jeon, President/SJD&B, 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. SJD8,13, im. CoName gc pan\ 1 -'' '('-).;•-lr-''‘'''('' - - '8i attire of Bidd 5iition Jean,President Printed or Typed•Signature C-8 NOTARY CERTIFICATE . 21 OetoOPr Subscribed and worn to before me this day or California State.of County of LOS Angeles ) Weber.21,2025 Joanna.H.Seo,Notary Public before me, Menth,,Day,:and Year Insert:Name:anti Title of Notary Simon Jeon personally.appeared . Name(g)of Signer(s) Who.proved to me on the basis Of satisfactory Eyidende to be the persOn(S)Whose'llaine(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 tinder PENALTY OF PERJURY under the :laws of the State of California that the foregoing paragraph is true and correct. • JOANNA 11.:Sg.0 • WITNESS my hand and official seal, :§ #2515938 Wary" PUtilic-California Los Angeles county 7 M Conim,EXPires 2o29 Signature / Signature of Notary Public (FL ACE NOTARY SEAT:,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 {Removal of debris, and reconstruction of slope with geogrid for slope stabilization.} 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. Orange County Public Works; 601 N. Ross St, Santa Ana, CA 92701 Name and Address of Public Agency Name and Telephone No. of Project Manager: John Powers; 714-659-0844 $124,868.90 General Engineering 09/07/18 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Olinda Alpha Landfill Culvert Repair; slope culvert concrete walls repair,waste removal, trenching, excavation, backfill and compaction, soil stabilization with geotextile installation, BMPs 2. Orange County Public Works; 601 N. Ross St, Santa Ana, CA 92701 Name and Address of Public Agency Name and Telephone No. of Project Manager: Michael Hatch; 714-448-9529 $1,502,137.12 General Engineering 12/11/20 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Los Alamitos Channel Rehabilitation; silt removal, earthen slope restoration, excavation, compaction, geogrid reinforcement, rip rap installation, grading, concrete patching repairs 3. City of Irvine, 1 Civic Center Plaza, Irvine, CA 92606 Name and Address of Public Agency Name and Telephone No. of Project Manager: Gregg Gipe; 714-900-0466 $1,254,331.50 General Engineering 01/19/22 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Great Park Palm Court Stockpile Relocation; 200,000 yd stockpile export, erosion and sediment stabilization,clear and grub,excavation,storm drainpipe construction,rip rap at channel connection for slope stabilization C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. John Gonzalez 1. Name of proposed Project Manager 951-454-1979 Telephone No. of proposed Project Manager: Great Park Palm Court Stockpile General Engineering; stockpile Relocation; $1,254,331.50 relocation, erosion control, slope 01/19/22 stabilization Project Name & Contract Amount Type of Work Date Completed Repair Atwood Channel OCFCD General Engineering; debris removal, Facility E04; $1,796,105.24 channel slope rehabilitation 07/09/25 Project Name & Contract Amount Type of Work Date Completed Silverado Canyon Emergency General Engineering; creek rainstorm Sediment Removal; $1,439,184.36 sediment/debris removals, bank 12/2/22 stabilization, BMPs Project Name & Contract Amount Type of Work Date Completed Ernie Gutierrez 2. Name of proposed Superintendent 951-756-6435 Telephone No. of proposed Superintendent: Los Alamitos Channel Rehabilitation; General Engineering; slope $1,502,137.12 restoration, rip rap and geogrid 12/11/20 installation Project Name& Contract Amount Type of Work Date Completed Repair Atwood Channel OCFCD General Engineering; debris removal, Facility E04; $1,796,105.24 channel slope rehabilitation 07/09/25 Project Name & Contract Amount Type of Work Date Completed Silverado Canyon Emergency General Engineering; creek rainstorm Sediment Removal; $1,439,184.36 sediment/debris removals, bank 12/2/22 stabilization, BMPs Project Name & Contract Amount Type of Work Date Completed C-11 . : • , CONTRACTOR.REGISTRATION WITTI CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (pm) CERTIFICATE Pursuant to.SB 854 (citing Labcit Code Section 1771.1(a));passed by the California state Senate on June 20,2014,established anew public works Contractor Registration Program,which requites all contractors and subcontractors bidding and, performing work on Public Works Projects to register on an annual basis (each July 11 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.4.public works contract has been awarded shall Sign:the following certificate. DIR FACT SHEET'on SB 854 https://wvvw.dir.ca.gov/public-Avorks/PuhlicWorksSB 854.html, DIR's Contractor-Registration Link—Call(844).52.2,0734 https://wwW.dir.ca.gov/publieWorks/cOntractor-registration.html DIR's Contractor Registration:searchable database https://cadir.Secure.force.com/ContractorSearch Tam aware and will comply with the provisions of Labor.Code.Seetion 1771.1(a)which stateS: ",A contractor or subcontractor shall not be qualified to bid on, be listed in S.bid.proposal, ,Stibject.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 101.64 or 20103.5 of the POblic Contract Code, provided the contractor is registered to perform public work pursuant:to Section 1725.5 at the time:the cdfitract is awarded," I furthermore Will comply:by providing:proof of registration with DM as the primary contractor, as welt as for ALL subcontractors at the time of submitting the bid. SJD&B, inc: Contractor By Sitrion,j@sjdandlicom: Email Simon.Jeon,President 1:0/21/25 Title :Date: 1 0.0()030n7 FWC Registration.#:. [ C-12 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE l. How many times in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a OO 1 2 3 4 5+ construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner,owner's address,date of completion of the project,amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages.) N/A 2. How many times in the last five years has your firm made any claim against a project owner concerning work on a project or payment for a OO 1 2 3 4 5+ contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identify the claim(s)by providing the project name,date of the claim,name of the entity(or entities)against whom the claim was filed,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g."pending"or if resolved,a brief description of the resolution].) N/A 3. How many times in the last five years has CalOSHA cited and assessed penalties against your firm for.any"serious,""willful" or 01 2 3 4 5+ violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s)of safety or health regulations? NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it. N/A 4. How many times during the last five years, has your firm been required to pay back wages and/or penalties related to state orfederal prevailing wage 01 2 3 4 5+ laws for work performed by your firm? (Explain on a separate sheet.Identify the claim(s)by providing the project name,date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g. "pending"or,if resolved,a brief description of the resolution].) N/A C-13 10/21/25,8:55 AM Contractors-DIR Services , Public Works Support eCPR Search Knowledge Contractor Registration Search Log • 1;1 in Project Registration Search Register lime > Contractors Contractor Filters Name.js.not.Empty ltpdatssi..T.his Week = Contractors Keyword Search Q PWCR Legal Entity Name i Doing Business As(DBA) ` Business Structure : Contractor Status A 1 CSLB I Registration Start Date Registration End Date 1QQP030.237 SJD&B,INC. SJD&B,INC. DIR Approved 2025-07-01 2026-06-30 > Rows 1-1of1 • https://services.dir.ca.gov/gsp?id=dir contractors&table=x_edoi2_csm_portal_customer account_lookup&view=public&sysparm_fixed_query=type%3... 1/2 al ILt i tfi t 4i= Public Works Support eCPR Search Contractor Registration Search Project Registration Search Log *-414! . .,,. i. in Register Horne > Contractors Contractor Filters > .NBmejs.nst.Emp#x > .UPgated.This.Wggk Contractors Keyword Search Q PWCR Legal Entity Name Doing Business As(DBA) Business Structure ! Contractor Status CSLB A Registration Start Date Registration End Date 1Q0.QQ3,$23 CITY SERVICE CITY SERVICE PAVING DIRApproved 502305 2025-07-01 2028-06-30 CONTRACTING, INC. itil > Rows 1-1of1 10/21/25,9:20 AM Contractors-DIR Services ., Public Works Support eCPR Search Knowledge Contractor Registration Search Project Registration Search Log in Register aging > Contractors Contractor Filters Nalxtais.nst.Empty .Updatcd.T.his.Weak } Contractors 1 Keyword Search Q PWCR Legal Entity Name Doing Business As(DBA) Business Structure Contractor Status A CSLB Registration Start Date Registration End Date j i 1QQ1116Q05 Mountain West Mountain West DIR Approved 1105685 2025-07-01 2026-06-30 Landscape Inc Landscape,Inc. j > I Rows 1-1 of 1 https://services.dir.ca.gov/gsp?id=dir_contractors&table=x cdoi2_csm_portal_customer account_lookup&view=public&sysparm_fixed_query=type%3... 1/2 • BID BOND KNOW ALL BY THESE PRESENTS,That we, SJD&B,INC. of 20451 VALLEY BLVD.WALNUT,CA 91789 (hereinafter called the Principal), as Principal, and NATIONWIDE MUTUAL INSURANCE COMPANY • (hereinafter called the Surety),as Surety are held and firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called the Obligee)in the penal sum of TEN PERCENT OF AMOUNT BID Dollars ($ 10% ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and.severally,firmly by these presents, THE CONDITION OF THIS OBLIGATION IS SUCH,That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for BLUFF TOP SLOPE REPAIR.CC-1815 NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for•the faithful performance of the said Contract, then this obligation shall be void;otherwise to remain in full force and effect. . /• ()' ,'•✓ • Signed and sealed this 16TH day of SEPTEMBER , 2025 • ( 1 • il) SJD&B,INC. . •(Seal),<' • Principal Witness S JEUN, PRESIDENT • Title NATIONWIDE MUTUAL INS NCE COMPA { Witness By A KEVIN V A Attorney-in-Fact • Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company,an Ohio corporation hereinafter referred to severally as the"Company"and collectively as"the Companies"does hereby make,constitute and appoint: BRITTON CHRISTIANSEN; 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. Antonio C.Albanese,Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT fu�li ,, 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 11I aforesaid,to me personally known to be the officer described in and who executed the / SEAL ;/ preceding instrument,and he acknowledged the execution of the same,and being by me duly ` a r'x'' : sworn,deposes and says,that he is the officer of the Company aforesaid,that the seal affixed `�iih'etis�� 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,Stale of New York C !i,�"__, No.01LAe427697 Qualified In Kings County Natvy Pubf c Commission Expires January 3,2026 Mcommfs+lae E.p,es CERTIFICATE J.nu.ry 3,232e I,Lezlie F.Chimienti,Assistant Secretary of the Company,do hereby certify that the foregoing is a full,true and correct copy of the original power of attorney Issued by the Company;that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended(n any manner;that said Antonio C.Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company,and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors;and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF,I have hereunto subscribed my name as Assistant Secretary,and affixed the corporate seal of said Company this 16th day of October 2025 Assistant Secretary BDJ 1(04-24)00 v . CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT • . A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } . }ss. County of LOS ANGELES } On October 16th,2025 before me, Philip Vega, Notary Public Here Insert Name and Title of the Officer personally appeared Kevin Vega,Attorney-in-Fact Name(s)of Signers) 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 �:t";: :.`, PHILIP VEGA signature(s) on the instrument the person(s), or the entity upon f `rctay Public•California f behalf of which the person(s)acted,executed the instrument. i`ta L° :' L;,s Angeles County \ _ ,� Car-mission�k 2490569 I certify under PENALTY OF PERJURY under the laws of the State \4.ze. my Cr^-.Expires May 31,2028 of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal Signature: Place Notary Seal Above i of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title of Type of Document: Document Date: Number of Pages: Signer(s)Other Than Named Above: • Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual 0 Individual ❑ Corporate Officer Title(s): 0 Corporate Officer Title(s): o Partner-❑Limited 0 General 0 Partner-0 Limited 0 General ❑ Attorney in Fact Right Thumbprint of Signer 0 Attorney in Fact Right Thumbprint of Signer Cl Trustee Top of thumb here ❑ Trustee Top of thumb here ❑ Guardian or Conservator 0 Guardian or Conservator ❑ Other: 0 Other: Signer is Representing: Signer is Representing: • i✓iNrlri../M.a.iriririovoNr/rrrrir. ..0.riwlra....irir....'.W,n ..../rvr.'rlririr.L/.Y•••Weriwr/rrarrnoWAWVAnN 4.,....M.I.'/VIK•NVAP/iI/A+MMA CA\DD\02000.50111110151761.2 22 (UPDATED:01-19) 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 Los Angeles On- October 17, 2025 , before me, Joanna H. Seo , Notary Public, personally appeared Simon Jeon 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. JOANNA H.SEO COMM.#2515938 _: m Notary Public-California o WITNESS my hand and official seal. ``•I���� Los Ange es County Comm.Expires Apr.21,2029 rrrrrrn-rrr-r ry--r--rrrr►-rrrr-r-nr�-rrrr n SIGNATURE < 1 PLACE NOTARY SEAL ABOVE Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of attached document Title or type of document: Bid Bond Bluff Top Slope Repair CC-1815 Document Date: Number of Pages:3 Signer(s) Other than Named Above:Kevin Vega 461114111PPTIA$'14 tY i ,, , ., ,t..,,,1; i:'::,",14ITTtfitt`'•:* ,,Z,' . 1-.4 1 '. ' . ",: .;.'• .:it-11,1,'' '4.1::t;',',‘X,''.i:It''',.:::1.:::',;,::'111h1::.'1'l'i'.i.i,''',r)'',.:''.13.,1r*1,34:::!;;,,-..2ttlil',1,‘,.. '',./". '''',1',4,,'S'o'll'il'11.f,''''Ifi,:-,',f:''1.:,'\11.,11:1‘4,, ,'/i,''''f.;1.'it'i' ill ''..i,.':d4,1. 11 4,-1..1',':;'0.'.•Cr,',;.'4W'e-.1. 141 "r,-;1`47.1A41,12',i'l,!'.../.;,‘..,,-1,.-....',..;'.-,;-.', ; ', •„:.:,.?,.,,,,1-„,,,,,,,,,,,t0,,,,•.4;,t,.ti ,41,i T ,:`,,,* ';-1'7.4/3i,' 1'..‘"4-1."Ic't J;,,',."..ft,-41' ti.,,..1,,,t,,,,,.,":,;;! ,•:;.t*,.„ii,,1114,--,... 'it'll,',;`,.',,:„Al,f,;,.'ic:t;;',..., it'd,-,,,t ,,,•-',',.,..,, 1,,,..,-,!t,,'",..,if,,,t,,;3t,,!.-".,i‘q.r„.'',a‘,.; 1, 1;','er,''I'ti'ff,,, 't-',.'il 41,4,,yt,,,,-,,: 011,, ',iligiiit, ‘-'1,4'14 r':i.,'",tr. ,,t t',.1'.,.-:, 4.,'1,,Vtf'it-it,4,,p'r '4,'.4/"-.,,,..';.,,':IL,' ,...1 r;?•.'.,;'''',',.,' ,.t. .,, :.`,`"r','''' ',,•,:ri'rrY't 144,,,,t, .,, .•!tt.t't.t,'it'4'. 4'..,;44'1,..iy l'''....411.,,.'''',i,1 4'„,,f,4 ",:',.t;',Iii;',44.1.i,',1;:.",.1 `filfil.q.;Iril.t",. ---lAy,iiii'',,,-',.!;-1,:,'4, .f,,i,'.',;v,"1.,;i:ti‘k,''i'r ', t...ii..41,1,g'1,'.%",i,,.*::,:?.f:jet.41i,(1. •'r iltl'ill-',,;',4A;' t‘ p:.1•7,#- =...,; t'.i:-..'i .'',`,,',„,:r,,,,,,‘'.r,',1 6.)r,''L,Fr,:k.: .. ,.'f,T•ro-'*:1,4i-A,T it i.44•''' 1'-'.i t'...:iti;;4';'...:fi'-',114141•';',,'•‘t'--•;,`i.1-1,:t1'.';•'11-411-10i'-'41,e.i.,fillt;;:i;iii:TI.'tv!'ft'.t-t-:'tt't.lit•it,;;;:IP'1;1'.' ii t,- ':-'1A''',''' .-fs$..,tt-Pi,".k,i,t:i I :1'1.'"::,,,4•.:•',:, yi.e,, ,IvAir,',. -1::,-,:.:4,..',1.,iiy.,141%ii'.'•V''.,'4 ;17d 4 I •.'.ti'•;!0..,A '. ..1.1,...-.' .;','1' . e ';,,W.':,',,' ti. ,,...4 -.‘' '.1 -' • ' •',.`‘. '''" 4.14 ', -;.'-',1t• '';•:-,./•Nr ...;':'t:1,4 'lir,.ft 4',.' ',,t,,I;T:..ik't„...;:„ '11,...,1'44%4.4-g 101,,,,ttt,‘ ,,,;-, .3 .,f, 1,11;t4:',,.,44.i:i'.t.f.vo,,,-::tt,i 1 ,,,, P.r 1,t,:.:`li,,:!, k i-, 41i,.,: , ,, "''''irgit4' .1614,,A. 'V.04',4Ifft TV.li;;'' 4.4.;., 0...1;',. l',,, ..,,, 1.,...AI;:,,;,0,10,.., , .•,,,43.tti 4,,,,_ ,LA. ,,,,, . . -'44,: t', ,r.,;,.,;i. p.4,,,,,1 1, - , .,„-,,4,-.4_,,,',444,1;•', I,.1.yrIt-.„1., , ,„ .., . . . .re,/. . . • ..- . • • . . . . • •• • . . . : • . . . .. . • - . . •: •• ;, . .. . .. • •• • -. . .•• - . . . . . , . - .OFFICIAL BID SECURITY , i DO NOT OPEN . • . Project Name: Bluff Top Slope Repair cc#: 1815 i Bid Opening Date: October 21, 2025 @ 10 AM . . ' City of Huntington Beach • Public Works Department 2000 Main St. Huntington Beach, CA 92648 ,V•;1I I"'..,.i• i1l,1,l1A1t"-,,,i;6i-c`,t,1•;14,'i.••?.0,1'44',,,1,1',,,,•.'i,‘'.:LrH0!I i'.,I;'t•ii.','o,'".,.-.:-11,,-'-'.,.04,i,:',1.,-4:,.1,,M,t,..,,41 1t..Av_,-..'-i..,,.1c1t I`.1,t',:,,,ror-0 4IiT-.t.,-,,,r'..1i''1i•14';' ,';-••,;'--%4 I''t".g,lii..:',1t.1..„.4 i,;t,,,„..'.'4-.,.q..4,l-..•...,-i,,ll,l,,!,.,,,il,'fp1,-7'•".w-4..•,IqL'0tt:,,i,1.'f1• h .tl0i"c''',' ..-,,'..•t.'',.•,.'.1.'.-,.i i,,.iyl4.,!,.,,q',,,4l;,!.,-.,''.,,...)4i.'itr'4t.4.1.,14.,,'.'.t.....:,4,1.v4'7..0,.t1,i f'')1!,.4.'.;3,.'- '. I ;.ilti''',' ,liltijitei;AV'll' ' fk, , '''',''.1444' '111'0'4'4 it 17,1-1 it',,l'-` ,1,t'll,'',Crtr.L'Att%:,ill v,;t.,484, 4.4 ' -, .•i tf,8.•1,:;itat'',;•11,14-1.i,;;,` ',4, 1,1 irA„',.v,ii',',,7:,..v.,..-,..1:,,' ,• ;,'• ,,,,, -..riAtiti..:314.4,q,i..,...ii,;ii.14.,,,,,,...-,7., -,' q.;`,,,,,1.4:,,‘:,'...rz!iff.il..,,.,.,.. i,„,,,,,. .'$1. I 4.,0'.,,,,t,',*tiA '..t.t,„, 11, "4'ievt,,iiill'IP4,a. t . ct ..400. . .,I4'.-AP'-''', ..,,1 .v...,1011P1'.,' -:.',-,t,„ , ,I'3'.''.Vt.t1,-' -A -4,,... 4:4' '1 !',7;;;..4';:l'',I•1.''' f!'-'.',';, ',14` IP.4illl'. ,?441.41111.-40.A il' '....4,14.r'a.iitrAii'ilt..: ii.o. .`.''4-31"'t. '1,4:r4r';f3't '1,Zf;v1.1-1,.1,Toe, 0.1 - •.4tlegl.,ttko,iitis „ t.ti A ''.'1,. Tpc0,t-,', L,-;-,?,„'1',1-flii;1.14.4 Le‘1,- r:-.1,i'..4.141.I.4";:ltitt, ii;.,,f '.',.',t.r. -.t.f.....4.4-11:0, '..,1.,411.F:-V..ii#,44.4-'4.1','' ...4,,poliatI*;01. •,{:p z 4411?*ilif•-•,::tilvilo---‘40-it,f14r.,,,k., A i'i4.....o'l-st,:t ,111,..)''4.4111-.1.11'14.iliM.4.tolt.T.''-.1;.., .`,.01.1".11i...q.4....it.ktk, 1 4,.4v,., 1 :•''i.T.L:0,.,T.'41..,,,If.,,k. ?i' ,..,..., ..,-,tto,iflAt---. ...;A.,,,,,,, . :imi,sii..,::,ti, ,.•,1 ..,-,-.,..14-. v...,..., ;10.1-,,,,,?.....4i rt:'',4,1:'>:3 0, .:/%4K,',,, ', ,W;11"e, i x; '.-t',%-',itt-I.!It v,'..12,','"1.,k1R;t.ti''1 t• .4 tt;''':ifii-t-n;st,l'gtt,44, - ,',--: '-,,, t',;*,;',i,,,t,,,t 1,,,,f,':-,f,'.:',1,,^,;-.. -,,,11,'*,,,,.,-,,,1.,T,,,tr,...1-.:;;. ,-,,-,4";1:1 1,..„.,...,..1,-,tr, ,,,.,.......{...,j,-..., •i ' 1:41-i--Ltki?,'!.-;t1'.,!..!..,- 4 0' t: .,.4,,Iir-ici',4',i,Ifilt,.....,.'0'ii 0:;'''',11 v'C'',111;!:.-i,,'',CiOt."t1,41.4p r,...,..-.... '. i'''' .' -ng,`1,tt-'''. ,Ifsil,'",' '. .,4 , 3,:.,i7ih413:,,,,*.., ,t sil , ,i'a, :' )-,;" ., itql,k' ' '11'. 'O. 1":1Li--,.,i9,•!•;11-ji.,'i,i,•;P.90,!!.,,,i';••„,gthille4;,,? .3,, ,.-•;„. 0,0.11,li••;;iv ,.i1,.,, „i!4:lit'll:'..-,;Y•;;;I''',4 ...,,, r-li, ,i:,_. '‘..-i,,,,, -,..,, 1,41,",,,',1,4:0?,.6:,.-6,,,11 ::r.'-'''''-`•1;11:'''''' '''F'lliFtririb'' ' '''''''''''''.0111t1'-'''''-''41'' :1%i'i' 1010 ,Ai',Ij)-):'1.74ii. '',.', •• W''Pi 4101',,',.- :!;',,,tiliet.;i,''p'•LUVir;,:1,Vi ''',;.:iY' l''-'-',IPCII,I,I,', 1--:''Z';,,AN 411,. , ::,--0';,„i.4.4,;..:!: ,,f,,,,, . ,..,' :.-.-.4.,,`....1, ,-'„n.:-.,r44-1,-;,,,,v,‘..tIr,o';; ' ''''''i it.:iW':4 1A4171'f- 1,:•'!.,f,,,..'•ill'.:-'.t,".5,)i','"fr. '.;''...•,',,, .. ..:. i.•r 1.,.. H.. —. n •'; \''.,.... .ti'•4, ti,•,i'V'-,.. -'•-t-'•' '...'',' ' '' • ' ''-'' ' •