Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Nobest, Inc. - 2026-02-03
R CEIVED Y: CITY CLERK RECEIPT COPY �n Return DUPLICATE to n I r `� City Clerk's Office (Nam ) after signing/dating a- 17(a_b (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: 7 I ,21, SUBJECT: Bond Acceptance I have received the bonds for 0 1 Y'l/C • (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. I O 1 L I0%) 15 Payment Bond (Labor and Materials) Bond No. tO1LVJ 5 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 7 2)�-t1 (Counci Approval Date) CC No. 1 S3(j Agenda Item No. 2-1 t t d g) MSC No. City Clerk Vault No. 1100. 5D Other No. SIRE System ID No. ib(%_.. g:/forms/bond transmittal to treasurer 2000 Main Street, o���HiINGTo� Huntington Beach,CA 48 " ya City of Huntington Beach APPROVED67 0 'as.0OUNT(*1\,✓,, File #: 26-078 MEETING DATE: 2/3/2026 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: Max Olin, Capital Projects Administrator Subject: Accept the lowest responsive and responsible bid and authorize execution of a construction contract with Nobest, Inc. in the amount of$196,700 for the Residential Zone 3 Curb Ramp Project, CC-1838 Statement of Issue: On December 15, 2025, bids were publicly opened for the Residential Zone 3 Curb Ramp Project. City Council action is requested to award the construction contract to Nobest, Inc., the lowest responsive and responsible bidder. Financial Impact: The total cost of the project, including contingency and supplemental expenses, is $250,370. Funds for this project are available in the current fiscal year budget in the Measure M Zone 3'Curb Ramps Account 21390043 ($138,151) and the Community Development Block Grant Account 23980558 ($112,219). Recommended Action: A) Accept the lowest responsive and responsible bid submitted by Nobest, Inc. in the amount of $196,700; and, B) Authorize the Director of Public Works to execute change orders up to 10% of the contract amount; and, C) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City of Huntington Beach Page 1 of 3 Printed on 1/28/2026 powered by LegistarTe 192 File #: 26-078 MEETING DATE: 2/3/2026 City Attorney. Alternative Action(s): Reject all bids and provide staff with an alternative action. Analysis: The Americans with Disabilities Act (ADA) requires the City to provide facilities and programs that are accessible to individuals with disabilities. Many street intersections and pedestrian crossings throughout the City currently lack curb access ramps, which are necessary to comply with ADA standards. This project consists of installing ADA compliant curb ramps citywide, with the majority of improvements located within Maintenance Zone 3 (Attachment 4). This area has been identified as part of the City's annual pavement maintenance program, where streets are scheduled for overlay with new asphalt. Bids were publicly opened on December 15, 2025, with the following results: BIDDER'S NAME BID AMOUNT Garcon Construction $169,590.00 Nobest, Inc. $196,700.00 Golden Coast Construction $198,444.61 SAVI Construction Inc. $202,800.00 Garcon Construction was deemed non-responsive. Staff recommends awarding a construction contract to Nobest, Inc. in the amount of$196,700. The total project cost is $250,370. This total includes the construction contract of$196,700 plus a 10% construction contingency of$19,670. In addition, supplemental expenses of$34,000 are included for inspection and labor compliance. Environmental Status: This action is not subject to the California Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable indirect physical change in the environment) and 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical change to the environment, directly or indirectly. Strategic Plan Goal: Non Applicable -Administrative Item Attachment(s): • City of Huntington Beach Page 2 of 3 Printed on 1/28/2026 powered by LegistarTM 193 File#: 26-078 MEETING DATE: 2/3/2026 1. Contract Agreement Summary Form 2. Construction Contract 3. Vicinity Map 4. PowerPoint Presentation • City of Huntington Beach Page 3 of 3 Printed on 1/28/2026 powered by Legistar1M 194 CITY OF HUNTINGTON BEACH e �ti�i or.. RCA Contract Agreement Summary ..... 'i�UUNTY CPS ..HN GENERAL INFORMATION REQUESTING DATE PRESENTED DEPARTMENT 1/20/26 Public Works INSURANCE STATUS STAFF CONTACT(S) Submitted for approval Max Olin X5518 CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT $250,370 25 working days VENDOR NAME+TYPE OF SERVICE Nobest Inc. Concrete flat work. TYPE OF AGREEMENT(Professional Services,Service Agreement) AMR Construction Contract CC 1838 t PROCUREMENT Lowest bid via Planet Bids. a � 3 SCOPE OF WORK Construct 25 ADA curb ramps within Maintenance Zone 3. OTHER:Bonds,Special Contract Terms,Emergency Utilizing $112,219 of CDBG funding. T7 HUNTINGTON BEACH 195 • CDBG FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND Nobest Inc. FOR Residential Zone Maintenance Zone 3 ADA Curb Ramp Project,CC-1838 THIS AGREEMENT ("Agreement") 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 Nobest Inc. , a California , hereinafter referred to as "CONTRACTOR." WHEREAS, the Federal Department of Housing and Urban Development is providing partial funding for this Contract to CITY through a Community Development Block Grant; WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as Residential Zone Maintenance Zone 3 ADA Curb Ramp Project,CC-1838 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. SF:16-5215-142605.doc/rev 12/2016 1 CONTRACTOR agrees to fully assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance by CITY, from the action of the elements, from any unforeseen difficulties which may arise or be encountered in the 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), 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; SF:16-5215-142605.doc/rev 12/2016 2 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 Director of Public • Works of CITY and adopted by the City Council, and any revisions, amendments or addenda thereto; 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 Addenda applicable to the Project; - E. All bid documents, including the Notice Inviting Bids, the Special Instructions to Bidders, CONTRACTOR's proposal, (attached as Exhibit "A"), "Form HUD-4010," the Federal Labor Standards Provision of the United States (attached as Exhibit `B"), and "Standard Federal Equal Employment Opportunity Construction Contract Specifications," as established by Federal Executive Order 11246 (attached as Exhibit"C"). 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 SF:16-5215-142605.dochev 12/2016 3 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 Department of Public Works of CITY (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. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed One Hundred Ninety-Six Thousand Seven Hundred Dollars ($ 196,700 ), 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 Twenty-Five ( 25 ) 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 SF:16-5215-142605.doc/rev 12/2016 4 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, 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 SF:16-5215-142605.doc/rev 12/2016 5 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 Agreement 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. 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: 1. A bond in the amount of one hundred percent (100%) of the Agreement price to guarantee CONTRACTOR's faithful performance of the work; and 2. A bond in the amount of one hundred percent of the Agreement 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 Agreement 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. SF:16-5215-142605.doc/rev 12/2016 6 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 deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services performed hereunder. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is,therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, the sum of One Thousand Dollars ($ 1,000 ) per each calendar day's delay in completing the work in excess of the number of working/calendar days SF:16-5215-142605.doc/rev 12/2016 7 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. For projects on the National Highway System (NHS), the local formula for liquidated damages will be provided. 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 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 SF:16-5215-142605.doc/rev 12/2016 8 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. Defmitions. (1) "Change Order" means a document signed by 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 CONTRACTOR for any of the following: (a) A time extension; (b) Payment of money or damages arising from work done by, or on behalf of, 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 SF:16-5215-142605.doc/rev 12/2016 9 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 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 CONTRACTOR to determine whether to approve the Change Order the Demand seeks. The DPW shall act on the Demand within fifteen (15) days after receipt of the additional information or within a period of time no greater than the time 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. SF:16-5215-142605.doc/rev 12/2016 10 E. If CONTRACTOR disputes the DPW's written response on the Demand, or the CITY fails to respond within the time prescribed, 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 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, 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 time CONTRACTOR submits his or her Demand until the Demand is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. 13. VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to CONTRACTOR will be made only for the actual quantities of Agreement 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 SF:16-5215-142605.doc/rev 12/2016 11 quantities listed in the bid schedule, the bid price shall prevail subject to the provisions of this Section. DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion, DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings warrant. 14. PROGRESS PAYMENTS Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, five percent (5%) will be deducted and retained by CITY and the remainder of the progress estimate, less the amount of all previous payments since commencement of the work,will be paid to CONTRACTOR. When CONTRACTOR has, in the judgment of DPW, faithfully executed fifty 0 percent(50/o) 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 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(30) 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 SF:16-5215-142605.doc/rev 12/2016 12 and CONTRACTOR, CITY may withhold from the final payment an amount not to exceed 150 percent of the value of any disputed amount of work. Payments shall be made on demands drawn in the manner required by law, each payment to be accompanied by a certificate signed by DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as an acceptance of any part of the work. 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR, who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors working upon the PROJECT have been paid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items, if any, to be set forth in CONTRACTOR's affidavit covering disputed claims, or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California. • SF:16-5215-142605.doc/rev 12/2016 13 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. 18. 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, 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 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. 19. 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 SF:16-5215-142605.doc/rev 12/2016 14 against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall maintain workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 20. 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 as (the "Additionally Insured Parties") as Additional Insureds, and shall specifically provide that any other insurance coverage which may be SF:16-5215-142605.doc/rev 12/2016 15 • 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$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. 21. 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 policynumber of each carrier and policy;p Y; 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. SF:16-5215-142605.doc/rev 12/2016 16 The requirement for carrying the foregoing insurance coverages shall not derogate from the provisions for indemnification of CITY by CONTRACTOR under the 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. 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. CALIFORNIA PREVAILING WAGE LAW AND FEDERAL DAVIS- BACON ACT. 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 SF:16-5215-142605.doc/rev 12/2016 17 for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit twenty-five dollars ($25) for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. C. This Agreement also is subject to the Federal Davis-Bacon Act. The minimum rate of wages for each craft or type of worker needed to execute the PROJECT shall be those as determined by the United States Secretary of Labor. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, CONTRACTOR and subcontractors shall pay not less than the higher wage rate. 24. 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 SF:16-5215-142605.doc/rev 12/2016 18 require more than eight (8) hours of labor per day or forty (40) hours per week from any one person employed by it hereunder, except as stipulated in California Labor Code Section 1815. CONTRACTOR and each subcontractor employed by it hereunder shall, in accordance with California Labor Code Section 1812, keep an accurate record, open to inspection at all reasonable hours, showing the name and actual hours worked each calendar day and each calendar week by each worker employed in connection with the PROJECT. B. Pursuant to this Agreement and in accordance with California Labor Code Section 1813, CONTRACTOR shall, as a penalty to CITY, forfeit twenty-five dollars ($25) for each worker employed hereunder by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one (1) calendar day or forty(40)hours in any one(1) calendar week in violation of California Labor Code Section 1815. 25. 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. 26. EMPLOYMENT OF APPRENTICES Section 1777.5 of the California Labor Code, regarding the employment of apprentices is applicable to this PROJECT. 27. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this Agreement, CONTRACTOR agrees as follows: A. CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex,'sexual orientation, gender identity, or national origin. CONTRACTOR will take affirmative action to ensure that applicants are SF:16-5215-142605.doc/rev 12/2016 19 employed, and that employees are treated during employment,without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. CONTRACTOR agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. B. CONTRACTOR will, in all solicitations or advertisements for employees placed by or on behalf of CONTRACTOR, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. C. CONTRACTOR will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with CONTRACTOR's legal duty to furnish information. SF:16-5215-142605.doc/rev 12/2016 20 D. CONTRACTOR will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of CONTRACTOR's commitments under Section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. E. CONTRACTOR will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the United States Secretary of Labor. A copy of Executive Order 11246, as amended, is attached as Exhibit C. F. CONTRACTOR will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. G. In the event of CONTRACTOR's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and CONTRACTOR may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule,regulation, or order of the Secretary of Labor, or as otherwise provided by law. SF:16-5215-142605.doc/rev 12/2016 21 H. CONTRACTOR will include the provisions of sub-paragraphs A through G in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each sub-contractor or vendor. CONTRACTOR will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event CONTRACTOR becomes involved in, or is threatened with, litigation with a sub-contractor or vendor as a result of such direction, CONTRACTOR may request the United States to enter into such litigation to protect the interests of the United States. 28. RECORD RETENTION Financial records, supporting documents, statistical records, and all other CONTRACTOR records pertinent shall be retained for a period of three years from the date of the City filing the Notice of Completion of the PROJECT. The only exceptions are the following: A. If any litigation, claim, or audit is started before the expiration of the 3- year period, the records must be retained until all litigation, claims, or audit findings involving the records have been resolved and final action taken. B. When the non-Federal entity is notified in writing by the Federal awarding agency, cognizant agency for audit, oversight agency for audit, cognizant agency for indirect costs, or pass-through entity to extend the retention period. C. Records for real property and equipment acquired with Federal funds must be retained for 3 years after final disposition. SF:16-5215-142605.doc/rev 12/2016 22 D. When records are transferred to or maintained by the Federal awarding agency or pass-through entity, the 3-year retention requirement is not applicable to the non- Federal entity. E. Records for program income transactions after the period of performance. In some cases recipients must report program income after the period of performance. Where there is such a requirement, the retention period for the records pertaining to the earning of the program income starts from the end of the non-Federal entity's fiscal year in which the program income is earned. F. Indirect cost rate proposals and cost allocations plans. This paragraph applies to the following types of documents and their supporting records: indirect cost rate computations or proposals, cost allocation plans, and any similar accounting computations of the rate at which a particular group of costs is chargeable (such as computer usage chargeback rates or composite fringe benefit rates). (1) If submitted for negotiation. If the proposal, plan, or other computation is required to be submitted to the Federal government (or to the pass- through entity) to form the basis for negotiation of the rate, then the 3-year retention period for its supporting records starts from the date of such submission. (2) If not submitted for negotiation. If the proposal, plan, or other computation is not required to be submitted to the Federal government (or to the pass- through entity) for negotiation purposes,then the 3-year retention period for the proposal, plan, or computation and its supporting records starts from the end of the fiscal year (or other accounting period) covered by the proposal, plan, or other computation. SF:16-5215-142605.doc/rev 12/2016 23 29. NOTICE OF THIRD-PARTY CLAIM Pursuant to Public Contracts Code Section 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. 30. 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. 31. 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 • SF:16-5215-142605.doc/rev 12/2016 24 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, 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 sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no further obligation to CONTRACTOR. 32. 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. 33. 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. 34. 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. SF:16-5215-142605.doc/rev 12/2016 25 35. STOP NOTICES; RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any similar legal document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of One Hundred Dollars ($100) for every Stop Notice filed in excess of two (2), regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 36. 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, by notice given hereunder, may designate different addresses to which subsequent notices, certificates or other communications will be sent: TO CITY: TO CONTRACTOR: City of Huntington Beach Nobest Inc. ATTN: Max Olin ,Public Works ATTN: Mickey Lewis 2000 Main Street P.O.Box 874 Huntington Beach, CA 92648 Westminster, California 92684-5583 SF:16-5215-142605.doc/rev 12/2016 26 37. 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. 38. 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 the Immigration Reform and Control Act of 1978 (8 USC Section 1324a) regarding employment verification. 39. 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. 40. 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 SF:16-5215-142605.doc/rev 12/2016 27 bear its own attorney's fees and the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. 41. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the 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. 42. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 43. 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 SF:16-5215-142605.doc/rev 12/2016 28 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. 44. 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. 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 foregoing, and Exhibits "A" and "B" attached hereto, set forth the entire Agreement between the parties. No waiver or modification of this Agreement shall be valid unless in writing duly executed by both parties. The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiations, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. SF:16-5215-142605.doc/rev 12/2016 29 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 OI/Z2_/202(., before me, Aileen Palermo, Notary Public Date Here Insert Name and Title of the Officer personally appeared LAPPY Pe-'NI AJODv1n1D, goarder t.AvJrzcJJC r 10DL nip /l 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(es),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. AIIEENPALERMo WITNESS my hand an i I seal. ���?�" ConHnisaion A 2499664 Notary Public-California I [ 1 0 t ORANGE County My Can._Exp raaM 119_202 j 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: IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers onCIE � I'CVfi� (� � I n(„ �� but �,q ,�G'C�' � ,20 ZCaa CONTRACTOR: CITY OF HUNTINGTON BEACH,a municipa I r Imr.N ion c�the tate of California By: 7. ` _r_ r7414,, dho "7"/ (Print na ) yi.._ _, / rpllie„� ITS: Chairman reid sent Vi.:, ,.„ .;,,._,,; City Clerk ..1/2 (circle one) INITIATED D PP VED: By: 4ANI) 6-(-01---f(d ,...„0J,C- rks --410*r t 4461laif LP (print name) REVIEWED AND APPROVED: IT' Secretary Chief Financial Officer / Asst. Secretary f reasurer (circle one) i iiv Ma ger APPRDTM: City Attorney SF:16-5215-142605.doc/rev 12/2016 30 EXHIBIT A (Contractor's Proposal) SF:16-5215-142605.doc/rev 12/2016 31 1xrnB/TA ' VON POSAL tottlid tito ZQS140.,00.01 flAMPINSTALLATION, :from V.401-04A t4Oc.ilkOrs CCNO.i838 in'the OFVUNTINGTON:BEACH, TO 'TO HQNORAB.LE MAYOR AND MEMBERS OF THE :C01*.CIL, liuNtiNdreigi*A01i litetitnpliandeVititheNotiee„lim-thig ELECTRONIC Bickththdersigñedherthy prop9seand. agdg to perform all 010 work theteio de$04hed,.01:td to furnish all labor,material,equipment and incident insurance Aeeekg37:tli,e0foxj:j)474cpp#10cq with the,pip4p44p0Acgtip45;ppflip.in the office of the City Engineer of the City of Huntington Beach agrees to perform the woilc!:111:4rell,:toltw$4000:0000 0,i7,4*tunder the supervision of the City 4161_00 of the City ogiigti4gtp4139441)and.to enter into a contract at the following prices, The undersigned agrees to complete ihe*:15**ithifi,:iS*20itiok-days,starting from the date of the Notice to Proceed BIDDER declares that this proposal is based upon careful examination of the m9, 4 site, plans, specifications, Instructions to Bidders ::other Qontract documents If this proposal is accepted.for:04a.1310,P1M4gt0.9g to enter into 04:A'OEN:,0.4*.the unit god*.lump sum13:rioegst fotthin the followi4gBid.Sehethile.,BIDDER understands that failure to enter into 0,.,00044 in the manner and time prescribed will rp5ii1tio forfeiture to AGENCY of t.tiguOta)1Iy 400#1.0.04,j,i1g '0,1DIUR titg1404110$Th4t.:0)-id is r , & titi* tir *Orlr:, 0,040 estimated qiuntities §a for,(14:41:1114pf4,A$c,4(119!gg§04y:f4 the purpose opmpTigg":044-Artd:twtow compensation under the contract will,be the actual quantities of work satisfactorily completed THE AGENCY RESERVES THE RTOPT,TO DEMT: ANY ITEM FROM THE CONTRACT It is koedlliat.the.:unit indfor hung:$tipiprice$bid inchtdd'All4ppuitelOtit expenses,tge$,,i,p)y4itie fes, etc,and will be guaranteed for a period,of from the bid 4•diiiit date. If at such time the contract is not 4WAtckdi't1:19::.40. X0Y will reject all bids and will readvertise the proiot. In the caseof disete0lidies'. the amounts bide,unif-ffifidds::§hallgovtin'over extended amounts, 4114:W.047.4101 goon worfik4r0::: _„ • , „ • , , • • :04 . „ • „ wardedllie. t40::,07410-0kpoil 4gtogs:Ow. T3.g_MW-S‘ executing the required contract and filing the necessary bonds and insurance certtficaes within 10 working 4,1-Y 'AAO.X.':t.rio dare 01W,AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become ftheoropertita'the,A04s,TOy and.• this w4 oitto aeeept4tiee hereottp0.3i.;;;4 the AGENCY'S.optiokl*.ap#41.00 nok0.144yOM,., Accompanying this of bid,find eifeiders. onel in the amount of,14727; 'winch said amount is not less%aril*of th-6.4g060at&:Ofihe total bki price,as required by the Nofice Inviting ELECTRONIC payable to 'ithe' (Please insert the. words "Cah'1, Certified Check , or 'Bidder's 13o*tfor case may be) Any gEm44tOSSittrety',13id )3(51141004 00014416. Biddershall signi1r xeceipt OfaltAddendwhpr;ifg!,.371:. „ . „ . Addenda IfiiteReoeived , „ : ..„, , . . . . Snmir . _ . . „ „ . • . • „ n . e . . „ • . . „ „ • . „ „. „ , . ....„.„,,,,,_ „ „,,,,,......,.............. . - . , ..„ .„..,.. . $1ECTION C • .„ . PROJECT biD: ti:/..103 gik:gt.01t1.0.0.0L`CO•ltg3g,. .• . . , j0:0;,trtiVt$ . . . „.• : .. ., , „ , , ,,,.. , , . . , ,.. , . . ....- . ... . .„ , _ . „ „ „ _.... .„. , . . item-:, -''• - " ' ' :•Description ", " : ' "; • ; -i'Quantity- l' talt;;-;Piiiftagt Total Cost :1, .• :•, ; . , Mobilization . . ii 1._ ::- tiSsco IS 1 . ..,• . .. - . , .: . . . . ..,„ ... . , .. ,,. .... .2: ;-'Prepare:Storm Water;PollutiOn"Prayoritioftplatvkpwr.PRy , LS•' 1000— $ • .,.., • : ! A 3 ,,,!natal'&Maltitalh.:QonatFaabif-Mrs , • 1: ', LS ; $:0 $yo7•0•4Y., • , . „„ , ... . ._ .. ,.„. , . • , . .. . .,.. j. .:ppogtroc'po.f. A .to.4$::134400,tiPa.tti-OtiO'stif.:;ploq AaaktistlittAg:shown:sio.„'Ourp',ItarititietaiLf in Appendix 1 • . ; 4 ::F1'Of Specifications1400.i.jr.i.cl.400t"011 appurtenances,curb A gutter,depressed aprli,aawdaLsIdawalle„0.4troa,, -I.4 ,1 1:401190 ci4c'....s.lot paves etc) • :EA '•;$t vi40, •.'• $:.1 t g gio, .. . : • 3 kiiifxorifai-016bufbuiticcp4al:z.amp per dalirapp Sid,, Plan M8A/A0813,-(iaiti6-tIottiorita,‘00?cutting machine"a •, . shown t on'Curb RamprDetail21mAppendiicH of . . . , 1: ',•Specifications literT1'101000$011...4130104k40*.•-ciFb..8v „ ,gOder,:daprassed;curbi!sawdui;aidawalkclorhaa•,lefaihing 61'i A', '-•' :."•4•Orb-at-0 , Construct byr:6AccoSs•Aarytp:per Caltrans 5t4 Plan MI$A1M10.B•as obo*ri*Oir.l1‘-f344:Pe141-10 4.P.00015i . • ?:o] '•••: Rof.Speciiicafiiin (Item includes all appurtenances curb 404.0,t,*tii*Ot.60 00.114i',.'owgi4E:049WOK#0110.-. - ±,e :g..,8:-. $41:400 ••••,7 de :0;''. Abtal 0 1 ret.40it19 ourb,,imapaVe,*64 • 4,1- It_t"!' v7 .. . . , Inalall•O PVC Sleeve for ‘S.'. .' mbiy..$1gr!i:13ei' ,01.jf :• . ! - ;140;,,§fg:06h.401 , 2 . EA i,' .$;,,:..6§0, • :t,f 2.0'-- , , . _..„.,., ,. • ,. ... ..„. •., .,.„,... ,,.... . . ._ . Remove!andreptacee3OstioideitVelk Perfp,i4i9fAlf30.: , ,i piot4TatibbEitorq.A0licon*ramp.Oem Includes',:alf, , . •'' '°' appurtenances iii/411)..TIii.k1160 iteifi 'f61,'40,0001.0:1 • 4060 . ...1- iie ,,,A ,,,,„,- -i 61,010.**:40004-19;itePo.4'gocl 5,, , SF' •i$15.,'' : $.,..4,-.04), • .,RrioveLa!ld r..9PlOPesOigtifig8":1'2'...'00.0..00-!,Oottetp.ot . . • e,: r1!**;,1-'10 20:11tqninoludes all appuftenehoes„ 5 , .sairket,:elei tieVe,.:A*.A. This line !o,fcif0„00#011a1,.054, and . " , 004.g4ttql2ayohd-lihaitems.4;aniF. .. et°. $ • ' $' ... ! 2QQ '. LF, : '. - ' „ ....,. „.„.,, , . .. , . _. . _ -•- ,...,, .. „.. . _ ,... „....„ „,. . . Remove existing hititatecf(Ionia and install new in lg. . . . place truncated , 2 1 ' ''s 2 00 EA $k - •pee‘-"" k '• i •." • '' - • .• - . • - - • •-.,• . • . - .. ,. , .„ . . ....„.„ .,..• . ...:, , , „•••, . • SECTioN:C IPRoJEcT Bra. IttAnP tog, SUB-TOTAL.00f atiotAtOSI WGRDs ,Y4 hi"i4e4 - Th 7 t;ik - §:eitte, dieW t/Nikr .04 'Note: Altokterielotiebf unitpricesWill be,etibledttoVelificetjpO by 0wger. Ill ogee veriflooliOn tei4itted between the unit price and the extension, pricewill governThe Owner reserves the tight to .;r0.1.04•0.11t91[011 Pr.PPPOPii,P!.4bi4 024: , • 1E410 OF SVACQNTRACTORS In..acPorclOPO V,viilt 00vottilftiot. Code: pt.toli.: ,4l:04, the:Bidder §hall.,0et,forth.,:t.ii.e,:.haiite„afid 1Aiittiegs,6.440ss Of 4ofr:41,g1pOoltrAlOtoT*1),o-Ndgppiforpl'orpt. otroapr,soity40..!to the bidder on said dOtift4Of.in an amount in .excess:of one-half of one,percent of the total bid or\; 1();(10:(1; NthiefieVAri.*:.gteatPr;and the,.potion ofili:6::soik to be'done htsiteltiAbOOntiaCtok. ., . ... „ .,.. . .....„, . „..., .„. :.„.. ...„,.... . „ „ . , '.. 00 Sto.40'40:4-4dkeki!of ,; 'Soto : IC14•F5: AT.RM:C f:; .I,911.ai,-: •'• ?X'aff' „.itte:00) Subcontractor' • '':,.4,,,c0,0*0'• - ':..Wgistiitli0:# ,'•: Amount Contract .... .., . Number , ... . ... .„.. ,• , . . " i. . , : .. , : 1 : , • . , , . . . • , . . .. . . ... . „ .. . „ . ... . „ ... . . . . - .„...„... .,..., .....„,„„„„,.... .... ... „.„..„. ..... ...._ .. ....... „ .., .... . . „ . . , . . .. „.... . ...... , : ,.. . . :„ .-- , , . • . „ . , , . ., . , . ;:. .. ... . . ' , • . . . , . . ; . : . , , • , . . . . , . • • , . „ . • . .., . „ „ „ , , , • , , • .. „ . , . . .• ,. „. .. .„. ... .... .... , . . . ....,...,. ,.,, , ... . . . . . „„„ „... . .. ., , . . . , . , . . , . - -. • .- • - -• .• ., .. ,•,-,, - • -- - • ," .. • . • - :, _ . ...„. ,.. ......, .... ,.... ....„„..... .. .„, .. . „ , . .„. „.. „ :„, „ ,, .„. ... ... ...,,.. „.„ .,. . , , • . . . . , • , , . .: . . : ... „ • ,. . . . . , .•• , : . , . ., . ..• .. .. .... ... : :. : . . .. . .. .. .... . . .. _..... .. . . .. ,. . :,. • , • . . ••... , . , . .• . .... . . . . . .. . .. . . . „ .., „,...„. .. ,, !'t • .., . _ , ,..... . . . •• .. , . . . . , . . . , . , . , . • . . , . • . . . , : . . . . . I .. . 13:y.:$611118sitin ofiliisOtf.O .4,24id:I§Idd0,cetitAds! l': That he is able to and 1A-41.11*.felmlhe','hOanee of all w9tk.:101143 is not covered iiii:'tb.e. above j* ctOrs listing. .1 That the:,AGENCY will be furnished copies of all subcontracts entered into mtct!bonds 'ftlitiii.sheil i.!y aitiOisiittaotOi'foi:ttiisj)rOjedf. ..... . . .... .„. . ..._.. . . .. , .„.. ...„,.. ... .... _ ,. . . . .. . _. . . . ,.... 04 .. ., v.„,„.,. _ ., .... _. .....„..,.. .,... 1 . NONCOLLVIgtONASMAVIT TORE EXECUTED BY BIDDER'AND nieLtifIED:WITH RID,' Idee landerl,ty:of perjury:tinder the laws of the 5't.a.te, f.c41:trorap,ttof the foegctittgiii: 4-4API:P94c9t and that this declaration is 00c:ate4„bttit ,, 04t0: ,State gt 1 I 1 Lae tv 4.n • :,:=bofog firstdulydeposes andaayq thglia.j.or she is PeeflAieti, .• of Afobec,t' t•WIlfetfiii...iicir!.g the foregoing bid*at the bid is not j24p,ittthp.iXitotegf of,or on the;*hgfig,any undisclosed person, 1:.)ar1ierahip, company,,awciation,;orp-oation,,,Or*irpOrati*that the hid is genuine and not collusive or sham,that fhp bidder 44$-404#90tlY9thidkoti,:incht0eagy:01:ii-tOd-Ahy other 13100 to-put IA a false. :or sham bid, and has not directly or-hOireOly.cp110.494,,coovirOL 01#0ed, or agreed with any bidder or anyone else to put 114:4 sham bid, Of that anyone align:refrain,from 1.5104; that not Any manner, directly or indirectly, sought by agreement, .cOmplipieation,or conference with anyone tOt..;the-bi,o,ptip6,*,010..e"of Any other bidder, or secure any advantage.Again,st;the:pnbliel4y.awarding the 04-004'iosi,onoiAitote*d in the proposed contract, all statements contained in the bieLarejrnei,anCf4rther,lhatte15.iiideta§. not,directly or indirectly,submitted 1iis ocher bid price or anyiireakdoWn:thereof,,or the contents thereof,: or divulged:information or;data 1.44,09.,thereto, or paid, 04 will not pay ee to any corporation,partnershk,,,eonVarty:aaaoeiatiti ,Organaationi1:04.40ppOpry,pr.to any member or agent ti*oof.ogre**4:0.044-0.0,t-0*o bid. T?oroiddor-771k Sittireøf cido /114 ,Aairea giddet :64dee, keixe _ „ • • • C41F010lA ILLL.PURPOSE,.ACK O1N@ EDGiMENT` CN�iCs, G.•.0.C�lT{✓. .ABC-A�.9+.AS.L12.41..A•.C.Q-4l.A •v.4!a'� A c.•w._v`.�-alw •c� C./c�CC^.:ciC/ •.snSCa�w._• ..,..v,.Y_': A notarTpublic or pther-officer-_completing:this ceriificafe verifies only..ttie identity;of:tt e;indiviitual'who<signed=the , docurhent to ihich ftiis certificate is a#tached4n0 not#he.truthfutries`s,a0c4#9',or validit}7 of`tiia#docilment State of catifbmia county,:of. '0(411 e, . ); on _ '. • g",N tary p, ,_ b6fore rile;: A. oun ota u ic Life Here insert:)llarrieanal 7Titre of'the;Officer Personaily apeare pd; . U ( : . . Name s), ofSigner(s) who proved to me; on the basis of satisfactary:evidence-to be tE a persons whose:•nariie#s)- s%are- •subscribed to the within instrument and acknowledged to ma that hefsltefthey executed the sa his/Ftar/ttrerrauthorized:Capacity(+es};,'and,that�byhis% er-/trsignature(s)'On"the.instrumentthepersme on(s) or the efitity upon:behalf bf wh>chjhe.peisorf(*acted, executed the instrurrieiit.< DOittifil WOO,PENALTY`OF PFRJ.UF{Y;undet.tt*::laws of:the:State;of California-ti lat the':~foregoing:paragraph is:true and.correct .. WITNESS<my•hand and b it comm�ssror# 24 $. Sig.riature. ... � ,. _ .. f?ynrr Chlifr Ia• \ ,= r) ORANOt vniy . Signatur: •,-ry Public: 4p Ccxnns.40rea JUN 24;2029' • Piave:Notaiy Seal-Ab.dve: OPTIONAL:.:. Tough this section is optional, completing this information can deter alteration;of'the ;ocument or `fraudulent reattaehrrient,of this form;fo,an ui7inte.ncteci docurrierit Description of,Atfache4000 nit_ Ttle:'or Type.of DocUment�: lei>> ('i'� %l. ,'4 Document Date- 1. � f. fir- o age O.... . NumEaer cif P Sigrier(s):O.ther Than.'Named:A,)ove:... - ITTMITY.iik',..GREEMENT 3:10TORASU:11/1A.VOik Oil);CialKQUNCIL IWNirOOT:0,NIBt. ft'i-.,iOA)LtE'fZ) tA deritieMeif,' The:loiderSignpd'hoplyyppp...40.?arid agrees that io the perfOrrriaRee:OrtiieWOrk specified in the, P:ootta.P4 knownas the ZONE 3 cf-Wsii:AAMR1MT4144HIV"(1)(we')(it) employ arid , ntihe only qualified persons, as beremafter deforedi,:to work in proximity to:airy electrical secondary or transmission facilities "Qualified Person" California $6000112700i as.follows: "Qualified Person pqkqp,r4,#140;0.)1 0404plOpOrkivo or ihsVueti0; 4faiititiar with the itobeperforrnedandtJze hazards live*ect" 11*.inifoOgndcti.'.46 promised and wee!that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility cormoiSsioo orders, catiftnnini ic4,1;,:p$ifkipoironents,, The undersigned further promises and agrees that the4iraViSionsflierein shall !;,p andare binding :upon,any subcontractor or subcontractors that plot*retained or employed by the undersigned, and:that tho undersigned shall take steps as are necessary to assure 01-0.plott0.-,by any said subcontractor or$vbooritmotoo*irli die.regoiredierirkeontairied-lierein. . „ c:01,14,4-4tor 14Y gbiaL „ Title. bare: 1 _ , „ 1)ISQUATAkie4T1614 OtntStIONISTAtsl.K. tn,'AdcataAned,Wfib..0overnment iii6,11-MAdf-7itia4:06t0.00tio, dralo PPtillrij,tho 4iik*Ag 171-4flbd)3j00dri.::any offjedr of the 04clef ofF.thiy or.oployop of the Bidder who has aprQprietaIy • iiiterest the Bidder ever been disqualified,tdoorodpr.,:othetyyj.$eilgeyented tronl biddfng on or completing 4'..Fdderdlo'Staid,(5t10441,:ggyerninent:project because of a violation of 14*or.a.'•.$4f4y= ‘kgrOl'atfOti? Veg. If the answer :6143tain the eltdinn'gtandeKint1 ppgcp prdyi0ed,, . . _ . „.. . „ . • -• - „ , „ . . „ .. „ _ . _ . . .„ „ „.. . . „. . . „. .. . . . . .„ . Note t quostIonnaire.i tbo:iProposal '4)4 onion'Of Att e' Prhpa1 hIltitUt ' tureOfthi tiotinaire. , „ . . , • . COMPENSATION!ItN$V1,3,AN 10$ttO.T0,1(14itt tsualttQSectiorx1.$iq f the g;ate.tvatIOrCP40,each contractor td,Wilb*,ablicworks contia0 Eag beht:,:6-Awirded:O.4Itigkthe tillowingpettificatp: am aware of the prnvision o Section 370,0 of the Labor Code which require:every employer to be against liability for worker's compensation or to 10;leytAke self- insurance in accordance with thd,provisions:of that code, and X Will'..doinPiy. with *such. Fo14$1.,404)1,4for .„mmovip:g p0OrAwde,of:tho,..woif0±44:013.449,i . 47- _„. . _ . too Date 'Ze°471, "'ZS7 • 0.7 . , . . OtOPi013,;!$'IrT.Q.111MATION ! BIDDERceriificOhatfb.e,fóllowu g iotqtzpo.tio#iig,triWanct.Cotitot Bidder Name A7?Business Address . ......„..„ ..;6areten :c#,y, • State Zip- (114:) . •, kOy Add.x.00State Contractor's .! . 1.C1'6:PA License No..and Class. . . ..„, .04006104te:.1$01W., ExpirationDate .„. . The work inspected by :of.olivoffibe,pn "The:figiOwli*atel*isoli§7,firms,and egAppx$49,45, pnneipal mtrest in this proposal frqcci , _ . . . „ . ...„. . . „. , . . „.. . .. ...... „.. . ..„„ . . „.... . . The undersigned is prepared to satisfythe Council of th0.:City,Of Huntmgton Beach ofit0.!.atfi4ty. financially or otherwise, to perform the contract for the'pteliegett work and improvements m preciir4Olge*itft.'ili0.1i5taii§4rid,§1566fiegiolig kafoith„ .„„ ..comporly:.N4Itge; „ . -,.,gigittutebtBidtler . 4; ft /1/9 )(:/417-.W. _ . . NOTARY'0100.1ekitIt Subsoilhed aha.ovoin Wijapit itt:C fhis day 440,),0,e;„ , „ n „„ „„, „ • „ „ • A notify public: other officer'040001;4g this certificate verifies otily the identity of the iitf,i,iyjklual. :who O'gii.p4'.,tha document, to- which ,this, certificate is attached, and utit the truthfulness,accuracy,,or validity of that document State of CAA el-40*`./ ) County of Orekr..t: A y.befoxe me . . , Month,Day;and Year Insert Mud and.Title o Mary, personally..ppqatp4, Naiti6.0) Siost(s); who proved to me oh the basis of satisfactory evidence to be thp,pcKscl*wit9s ,--P.441,*)jqgT, subscribed to the,within instrument and acknowledged tome:that heishojthcy-Cieciitett the same, in his/hod-their authorized Capacify(icaid that by,hisfileiftpir sigo,atur0(4,0403.einqrtpnpnt,t-40 , tiersOti(4,Orthe entity upon behalf of which the,iketwii.Olactedrcxectited the institmetit, r•certify ;under PENALTY OF iPERJURY '040 the 110i$ of the State., of Cilifoniii that the paragraph 4-4*:;;ZN406$4", WITNE8S:tnY.1141:14 WI official peal, "Catriiiiiskitt X2524(45 00y,Pienrso•Catirtrio I. : g4,7411r , . . . TPTCt *,IAl24;2029 er $ipa e TI iTAgYStAl ABM.* - • „ ;,„ . „ . „ „ • .'.. . • For the purposesprposespf is project,. the bidder 0h01 Of. similar ‘30.0c, specificalIy referencing .the construction of greitifib6 specific wok and ;experience necessary for *01604 For -example, • r ra ro e ts or idatod. on rete. , . ii t e . . 1 R t e Bidders are encouraged to submit supplemental additilifnitaihe.Oifij60ts-ifaathdkiii. kii4ed2)4.ow-:4,z.0 the p4,94.0,s,.q(1.0.#0. .#0.*lepilitiii6tutibets,for three*thlie,,,4gendies ivhichItteli,i06tiias:pet*ithe4.siipitat WOrk;:ixitil*:t.*6*a8t 0.0.year, t ee 44E14 rkied *41.-#0 and Acidro$00OblioAgooq.: Name and Telephone No PfTtoi0at Mai** . . Contract Amount Type of Work Date corkiloto4. Provide OdditiOnaptoOotaekit*.ion .....„. . „ „ „ . . . . Mite and Telephone No ttltike:et Manager contract A*;.544 Type of Work boo 00.000d. provide ditionat project description .$'.-how 0:41.104*‘.--0.**" • . .„.. . . „ N4.1i1p.and 444te.410..Pililie.:Agci9y:' Name and ta4b:..0.171P NO.:01',T.4.10ctlYipg4g0r; , •.. „ . . . . . Confroct,Amount 'Type of Work Date Completed PtO.Y*..440404txpiP.0.-4PSP60-cm 'show*PilaKw...9.4s; •• . •., , . •.. . ••••• • ., •. ./ . • . . • ..„ „. • „ . . . „ • .. . „ . • „... „ „.. „ NO IlltST INCOPPORATED :RtFtgENE,,usT P49;1: Project Name/Number 21-22 Arfekiat&Minor Streets mamtenance Project 'aeidiitttt Sidewalk,Dnveway, Cross Gutters and Approximate Construction Da*s; 9/2023 To .12/2021 Ag.dricyliktiet,. City of Riverside Cdiathoi.Passoh:. f9511640,28.85.. ,Q#0141 coiittadtAntatint $2,O59,880:, Colittaot AUnt 27,674;67 ., jNo: 11/4.0i-oefige/N).01):0.rf illartnitigAvenueSireefimprovenieliis Project tlektiptiot: Remove&Rep1e Ctb&editor,S'idiliii:41ks;Llihi -Ways,.afictCriii.4 Gaiter APP±Otificdtetotattidibii,Ditdgt:..Prolit:10:/2025!176: ;9/202.3 Agency Name City of 1-iimitingto!"13dabli, Contact Person :166';Ftiente§.., „ .„... Telepbone ....„.. 9rigiri0 Cofitra6..p-Ataowit:, $1,07924. niQonttactAmojt;; .14184,642 ..„......... „ . . .„ . NOAEST REFERENCE LigT paid 2 ,No,5 :Yrojoct•11STole/M.Imbek! Annual toherete:MainkrbnbeTidaram Project DescriptionR geR Concrete Sidewalks Curb 8z:pufier,litive‘Apprtia.dlie ;and Curb Ramps AtilitokirdatOto&fitiefiOn Dates From: 2/2020 To: Present :Ng ridyWanidt,City of Hunttngton Beach Contact Person, Dereck Livermore Tel-drill-Oho:p71..4):'9604861 Original Contract Amount $1,000,000 FihalCothract Amount: Progress, No,:4, Project :Residential Street Improvement PrOleet=Amboy„Group Project Desenpton Remove&llepladd Sidewaiks Driveways Curb Ramps and Curb:/?,&Glitter Approximate Construction Dates From 3/2023 To: 10/2023 AgcrtokName::itity f Anaheim .„ , Contact Person Dave P`aule. Teldphont:4714-240-9822 04gitia CoritoetAra.—entit; $1,-8847390, YingfCimtraot Amount: $,4:307.47Z • " • . . . NOSE:ST. REFERENCE LIST tvo NO:5, Project NarneNithber:<Arinnal Concrete Maintenance and Related Street Repairs; . . Project Description.. i.tfliOye,'&.,*fao: ici6waik; andCitiss..•:Gutier. Approximate Construction Dates From: '2022:TO: Present „ ....„ . Agency -,:Cit-PofWegtiiiinstet V . „. Contact Person: Brad Wade Telephone:k714) .54845689_, Onginal Contract Amount, Final Contract Amount $ Progress :No.-6 ProjeetNattte/NuMher:,,!.Ch4rmaxiAlittitie:R6Stifking: , vewaysCütanu,s.and Bus Pads, APPtot&--06ittftletidilbAWA: 'FrOnat; 5/2023 To: 712023 .„. Agency Name::.City;of Garden:Grove VVVV V . . . V „ Contact Person Nick Hsieh Telephone: (714), 741=5.194........ „ 0404.00Attact AmOUnt: $4S6,150, TitialtOtitta:CtAinotirit: 456281 idder's'' ."14k0A Staff %,,isteAbel6w)drelbe:4dIttes of tiferbidcietspropOge4 Construction Project.Mdtvge;:agd 5.-dpeTkutwient For ed0.7pf thee'ctitiedl,pdgitititio,r please list dtle.'dg.thiee.15:170jeets:for which the'gkitiOdl.. idfc:h4'..perifeitmedrkltiiildt.Votk within the last five years These projects do to have to be under the bfitie'tiddefbft,thfs,littieet.Bidders are encouraged§41*(tit. supplemental rel:eydutpipjeet-hitoty•hladOitiim to tbepoje.d.W.ifoted.ltelein., 1ãr „.., .4f0Otio8 (tiPtpjectM.d.40.0t TeieribodeNii:ofpreposectRicticet Managr, .1.411t,tei:2-7.S.53-3 ,g14: , ,.40,7m4esips projotgoo. ,41colAt4tAto*t; Type Date Completed 47; 56 ig4KetHe 7-.; 'P.rOject,Ndme*O.ptiOet:Atoupt:; Type.of V;t1Otiti Date:0014etect Rkie (!o-Kete ;13.TojectNdtti.4 c6otidOt-Atitit Tye20f#:(itk :Date:Cbmpiete4: 1:1404t4fr_ _ TelepboileNgol.fprppqe418upetititietileftlit.. 71/47 353-"'.01(7 . . 2e* ti44 4- 14-. flic .,217;11 iO4.Xgro.,14,0904: 00.Unt, otVotk Date" ompteteit,t fas47, 154_ 444 . n9e,.4104,;irt. Date Q0t.tplete4; 1..4; 4. o: Kit Ai; it „ . .$1.gr/2 • , ergie rotr • 2 .P1(*cti041tiqliktOiltthO.*01:411 Torwoit „ . . ............... . CON'ikACTOttittOISIUTION:WITH eALIPORN, IA:1).EPARTMENT „ OkiNbilSTRIAL RELAIIONS MIRYCERTIFICATE , „ Pursuant to $tii.$54,(oiting Labot Code$ otioi.,17:71.1(a));:*§04 by the . t.*:$94.4tP" on June: 0;•:.2014. 0,Stahlishect a new-ptibliew0AS CdtqadtotRogitratiotittogfaiiii-Whichecinireg. all contractors and*1..bo90..4.00T.o bidding and performing work on; Works,:Projects to Togistor-.on an wood basis (each July 1 through June 30 state,:fiscal year) with the California: DepaittneignfWusttial Relations(011),SCutzentlytho antnatiOn4efunilahle,tegigtratiod.fee:fOi, Contractors is S300. Each contractor to whom a4sithlip works contract has been awarded shall SithefolloWing• rtiiicati. SHEET http:/hOtw,lait'ea,.geNt/OLSEilithlie*Ofig/SB854FaCtSha$ 6.30,14.pdf" pIR'$:.co*Acta Registration Link Call(844)522-6734 j4-fpW/efaipttlit.i0,a,gov/PVVCA/AOtioriS.:ei'VtotloctiOndi446.yPW6kegiktatiOnFOtto D114',SCOtittaCtet Registration searchable database 140://efi1ing.dtea,g0WPWC1./Search,actiOn. tom aware and will cp.xtioy*Othq*.iriaiimio of Labor Code SeOtiow4771.1(a),wInchstates "A contractor subcontractor shall not be to on;be listed in a biapr4004, subject requirements of SdotioA404aitip:NigiO,Contract Code,or engage ji1449: performance of any contract for public works as defined in this chapter,.waim..,daitoati$ registered:atrdz qualified to perform,public work pursuant to Section 1725 5 It is not A violation of this section for an unregistered contractor to-§titimit a bid that is authorized by Section'702:9!:1. of the ,444:p,rpfeAopAs;090g.or by Section 10164 or 20103,-.5,of the Public Contract dod6;;provided the,:contractor is registered'to perform pnhiiCvfAt 'psuanttc $ 00.0.72540 ttwtiolellig .ptItrapt is: Warded" I furthermore will comply by providiiig-obbf,oft4gtottioil*ipi lDI1Rag the primary contractor, aswltas tol".4L,sgicie04-0.0Qrg:atthe.time of submit ig the .Aabc , „ . Contractor By LDN e. e." „ „ „ Title ;EWC Registkiiiiinqk 1.0.00/iS94 iC,42 „ ,, VIVOUIV,$,tERTIFICATION* HOUSING AND.URBAN DEVELOPMENT ACT Or 1.916 AS:4.1\1:MENDED 0.0,4 S.g.MON.3:T1M04 'co:46:00defal Regulatio;-Ui,„Pait EcOioñiie.0000±tOitiO fi*Piw 04417,,Orkf,,PW41109110:PeT$014' Thebidder,.i•under peripity offperjwy.;certifies that except oslioted.he*,:40yperSOILaso.eiated therewith in the capacily of owner,partner,director,officer,or manager(initial Me applicable 4e1e0ipm.):: X ,Will ensure that 10%of 41t..-4evorhires'As*resOli of this projocksh4...motArottiketrioit,§of Section 3 of CFR Part 135,of*1--W,p::A4 of .1:06.8‘;or Villhite:iiemew;eirtraloyegOkOnj#40i*Vrith Will 0..*aid„..100/ciaitS sub-contracts to Seetion:3; ImineSSeS„, This certification Stib,;.contracts:rel#404his.prolget, Contractor 11/440 :rii Contact Person IC" /14.0:ecen Contact Phone tit- c8i • , Strm.cl ." • . *1\1.0P.; The.411orp.r.tifi040104i.s Tegliir.0.4.1bY:thglOOP*1111Prit.Of;Uoils4 alidUfbDeVelOpmei4 CFR 135 and Siibtitle,A et and must be,splmtitted.by the bidders jand propgsedsf16- oorsuctors, onty in connection j.7,4011.0.41.AT4Op, and subcontracta which are,ApPippt to Section.3 of the 196g 1-101140g and lJbañ DO:.elopliflexitAet;,a,sAuttertdedin 1992(ROW, Previous noneonipligina.vvithgeetiot.:13;eindil reSiultiii„distufaiifieatioU. :DISADVANIrAGEti, EisiTERPOigik(11)AtE). IhisProjectisistihjectloTartZ00',3Z4Title ZigOde offederal gegtilatiOnSentitled"cOntracting with Small and Minority•Businesses, WOnicif:S.Business:Enterprises,and Labor Surplus Area ‘PiEndS - theitegulatiOnS in their rely are':fucorpOr,atqd,t1Pt-Piii OSIefqe.oeg, It is :the policy of the City that disadvantaged business enterprises defined in Part-JP0- 2171itle.:Z;:CElt,-Shalt be encouraged to participate m the performance of'Contracts financed in whole,or in part with tederatfunds.TheContraetor should ensure that DBEs,as defined in Parr 200:324 Title Z.CFA have the opportunity to, participate in the performance of this Contract atiOistial).*0-,:411.-00qmgy and reasonable steps set forthinPart.‘Ipipi.,,Title 2 CFR,, for this assurance Tbe:c4.utraet9r.Oh4ling:t discriminate on the basis of raCe,cOlor,,nationdl origin, or,sex m the award and performance of*beOtittacts Failure to;oily out the requirements of this :paragraph shall Otistittk'a,':11I`PaOh of Contract and 041y kgs144"i,nfMPinatio.0 of this Contract or .otherteine4ythe.: 11414ers.,shot be fully informed respecting the requirements of the:,'gegiOlations.,and".,are urged to .Obt4inDBE participation in this project,altliOngh there no specific goal fist i".*E partieiotieti, „„ C44 EXHIBtr B DBE INFQp,:NATION:• 6001)FAIT 11,11FFQ10$., 4,th Federal-aid Project Nini<: ..Z00 di.lid Opening Date . . The City of TiOhiii*On'ppAck0.4b1Oli4,404adv4Ig4gpitBusiness Enterpnse(DBE)goal of 0% • forthi Prj1ThfflOu provided heri hOws that.a good Ai*PffOrf wg„iii4.0e; Lowest,seegnitE0We4 and third lowestbidders shall submit the following information to document aCIC4natd.good faith Bidders should submit the following information even if the'"Local Agency Bidder Commitment"foot iiidiogo$,:t4t*e..144dOrhas met the DBE goal This will protect thella,440e§',Oligibilityfpr awa4Ofthc:conttact if the-Achniiiii(cringogo4ey'ilet6tffiliisftlig ", " the bidder failed tO;nidO(the:goat fOr*atiOng'. Cakin.4; e g, a DBEfinn was not certified at bids oppning;otsthhidcfOr#1,440. mathematical Submittal of only the licig4t.A.gotoY014.4000 QoriririittriOrirfortirrilayrigt provide sufficient cloanitentatiOn to‘dOtnongratc,that CtfOrtsV0r0:::#14de, 'The following items are listed in the Section entitled"Submission of DBE Commitment"of A The-names and dates of 640 publication m which a request for DBE participation for this :project was placed by the attach:copies of advertisements or prOofs,of Publications. _bate8Of.A4vertigMcnt _ . „ A ;Ttiot#4*§..-04010.ps ofvoittpti*gio,6gloitto:attiad DBEs•. ciliCitingbids:fOrthiqr604: and the,.dates and methods used for following up initial solicitations oettavi.A.Wif,:txoF;s:*ottititCrdst'aqi16age attach copies of solicitations,tclephoric, , 0 :0-11*44:6110;00* Names of Solicited Date Ftillow:thygeinods Solicitation and Dates. . „- - • .„. " Itay7cffeeckrri9 , , 12 I1k,g phoe 9s , ,• C. Md. :itojOg w0.1*'*101i'll* WOO-ilade aiJábleth DBE inciuding. where appropriatanyl#pakip.g4p:ymo0A optipactvprkft'4118(including-th,68dj performed by ti*:bidder"Mrithit§:own forces)into economically feasible units to facilitate DBE participation It is the bddefs responsibility to demonstrate that sufficient work to facilitate f4011140017i0a'4?4110P.E.0)4*0-$.!•41a44*-441.i.kI4:00 .firms: Items of W9.*: Bidder Normally Breakdown of Amount Percentage Performs Item Items. 0::oritraqt . . . . . . . _ • „ ftelir‘O : ‘.tet „ . - .. ..„ , •• ••• , " . "" „ . „.„ l) The:.1)4111•04i and.phone,110100§,brItieb.tdct OF:$ ••firing,:ill&reasons for the: 13iodpes Tejc6tion. of the DBEs, the flrm selected for copies of quotes front the trie.ptiee•kii&tend0 fefeathliiBEjf.t4p selected 14 not 4,PPg;i iS,,TriiO4;...4.ddtt,sokand plioirio•,,rii.uiii6,4 f rOjo0t6ci;DKs-aoct the tomon ,fpr-tbe biOifoe$ roketiciTt'of the PS34: • • •. "•, Noos;,0•440$0. ancl.phoot A410itterg.i',Ofritin.§:56Iddd fcitihel?tike: . . . _ . „ . • . . . . .„. , E. Efforts:raad9-:#):-44410.t.interested Of4.14big bonding, line1ofoitoai:t lan4, any-to6b404r.. :xeldted. the ,plans, specifications sand foriho -tAieded „ • • . • • . •‘. , . . . • .• „ .„, . , ,„ . „ . PPS .f. Bff+Or:(4 assist ir4rpfpcl::17.01 , iii obtaining, bkOesiaiy,rgeigiprnept, .11pplfg$ :itiaterial§Or related'.assistance:or services, excluding supphes and equipment the DBE subcontractor ptg0:1:440"::Or leases, afROP; 0: The: iiames of agencies; Ot:gaffizo.fk* Or *0410 'contacted fO: prôvide.;gg'§ir744.cp jAr contacting, recruiting and using DBE firms (please attach copies of requests to agencies 0.1yIntemt1page dowpipA Name of Agendy/Orgornization„ IVIOthod/Date Contact , MO'ipoled .„ . r, AtiY 604itiatdrff4tar"to:Kippgrt.aO.P1191:) 44tiPrtifif go.941,4itti Pff0.00::(0$.00ditiOtiAtiheetsr 110.0.1)1701V441.4E4.71PAtl%0 :C-17 IP.`.28‘.',SOLEbWiqtit OR SOLE COXTRACTOIkgION.4-4ERE .;(1:)',,SlamoOhilot business is,coridiktof „ (2) Signature(given and . . r:(1) .boty City:and .• • _ .... .„ 10)Zip Code:. Telephone No . . „... . . . . . . . . . iF A PAktNERSHIP,SIGN ItERE: :N4rtit-tuiclOi*I.0.0:1*,1§itkeqi.s7,ecto4iidtdd,.. • .• „..,. . (2) Signature (given•and surname anO.'04.400..1.3Po444.0):,(Note Signature gthexal tp,art4Or) . .„ •:(gir6etaii(INiunbcr):. :eity,A.tid St . . ,• . . „ -" • _• . . (4)Z:41 Code Telephone No ,... ... 0);E4Iãil . „ „ .„ . .,.. ..., -18.. ...•... ,„... „ „ , .„. . IP A.CORPCMA,TiON.;SRN HERE; „ .... , .. „ Aoke57.,,,, Inc, (1),Name under vinch.busgiess is conducted ,.: (21. • .C.:7,77.7..,__ ' ' , lir'''....!' -. " 'T.' ', ,......, - - Pre-54e 44 Oitt6) " : Impie §.,editp°fad Seal here ,„, .I., ' .M;Incorporated under of the of t:4 7,.:iieeto 4 (4):Place of Business 7 4e9.6 Ae4,64. (s:odoit,a-04 No.bot) City and State 'Cl.d4 -ipie:el C 4; (5).Zip t Code I'?01 Tele0one`No. .7:0,--F $914 0-5 • 0,&mait: N.f.A.P. *Of..0.,19Y4OPOONT ov:E $7,4,ArLit,StOPIATOIW 1.g:0T BE..i.401.7TAgfwp .. „.„ , . , . . .,•.„ ..• „ •. • , • . . . . . . . ' • 041tFoogi'l.k.AL.tr100.00*4000.01,0601041.- . . . ....„... .„, A.66t.ky,oublid or other officer completing,..Mis„oertificafetNerifies only the identity of the individual wiip.signed,.te 4.0.-OnOnt.10061i'll.)1010rOfiO4tei :aftecned .*4 ixitthe:440:1,01riosac.cOracy,,br.E y4d4ycif that docurnent- . . . • .State of California County of Orartgg. „ •` A Young Notant:PUblic ,OR 7 . .e . . before MO, „ •.. • • • „ „ „ „, . _ • „ . Date t. of the Officer Jperspnelly appeared L-A •Nitier4::otPgrieik, . . . . . ..„.. _ . . . who proved to me on the basis of satisfactory evidence whose:n4014.4 WOTFe- .,10tiloPerideof to the within ihstryrnot*,and,46finow100g00 to me that ti0/040ffiriOy";.:0,cpp„Ote0 The same in. 1-i101*070if agtheti4ectd13466(166);Andlail*fii04101*ir A1.01*4400110j114'.11006tlf.e/P-ef00*. Itifqh0,.pritt.tylip.O.ertiptioit of Which-tha per'son(gydded:,..*eci.d60 the ihetrurnehtl Pertifififilder'PENALTY OPPEFi jUAYunder theri4ws of fit State,dit Q.a.lifornialherthefOil.eddin§i.paragraph WITNESS PtiY.640 and o seal •:-. A,Yitorm:cdnviiitgioi426.241t94,: . „ ;• •Nolaty Pula4Ciqdriga ; . - - , . 64W4Stbatity‘ .& naturkofffjIY Public. ,.„ P14.a.d.NegOrX$0. 6.1t0P1M.' OPTIONAL Though tfiis section)*001,01:166 completing this 1pfC0.74"tiop can cre,t6f..aftfrOticiii:cif.the document or. bureiittgOttOatiiriOntiprthi, town tihihfeilded dodumerit 0040113.f1P4:04000160.04..P.P02144, rx.,• Title or Type of•Docurderrt. Lot Document Date -7-" • • • • • - " •••-• - Nnfribef'ditiagps';', . „ , „ „...„ §igner(4.C;ifnertnagi Named Above; , • • . „, „ PAr.i1Pt Pteitldnt;YiPepresidtkit,secretary `cOttitifation .40atthet§hip,list names of 411gcppr41114ttgptS•Olizt;01.0:#46%partners: ,Prde 44, „ 14,7,01- eS•i ,14 Tre-Q.rftel'• 4/bei1 • ••• . „ „ „. , --- - , ... - .. . ....... . •.„. ...:„........ ,„ , . . .- . ,•• EXHIBIT.t • .) ifoCA IkOgNCY.;.$10P.titt).StOtiMW114E.i',17r( ONtiOjelPIQN coriTgA.C.T.$) 1 . ...,. .,...., „........, ..„. . ,.. . . . . . . . . . NOTE ‘riLtAS3ElkEtER:Ta itiSTRVOnON5 ONT174WAWOR$E$ME-QF TAILS FORM '.-- AGENCY L sii,.::, . fi . - ;1 LOCAL •C 0- Art"P.,154671 'PeqC4, -„totAilo14,,ig;,,trie,,.1--1/?.?11e4t :k...o.e.‘.:6:40, PROJECTDESCRIPTIONi ge rizi°11 Y ,4:i o•I' elk 'ere:E e'C ill .. .12PE4upp.. .„ .. . . •. . .., ........ . .. . .. ,...„ ....,... . „ TOTAL CONTRACT AMp.tiN:L:S....:./14' MO . tV 100 _ BID DATBi •12,...ya .Ja 5.. . . ....„ . . ....„... ... . .. . , ... ,. ... ...„„ . .._ .. .„ ._ . . . . ... ... .. ... . .. , ;• ...Dt.dtkit*41.E.:.; 'N or be..1";.* Tit-6 . .. . , , . ....... : ._„ . ..„ „. ..._ . ... . .„.. • ......„....._..„ .. .„.... ... CONTRACT DBE GOAL 4, ! . .., . . ... . ............ .. „„: ... . . ,.,... . . .. . . ... , , , ... . . , „ ... .. .... ... ... ...... ... . ...••dosTRA0t, — intm-,civzixtokKAtAr.1.0B8-elpyTiO,ii BPOERTNO.. 1 AME OF EACH' ' 'DP.4 OLEARINIOUNT' 1 'TEK/40. '4* .SERVICES.: TO . B •'kiB3.CiallizATION ..(Must 4e certified 01;010'da*bi'il'ul I :.. 036)$10;c1E0.;OR.MATERIALS 0:40 :fe,-00f4.-Anzlkid:etilV*41*, 0 0 `,E .r!*09tP.:#0.(orcolitit0g4 it:th. 'nil phone . . „ !i4(19TA4 P44),„ . .-:6',.-:-.. .."1.1" "7-Aie,..-.411—. '.-470r" - '''- .- i:17.. '......'....„-::-61... 4.7.J17 i)ei.t•:.,,-;;4=-;. .-'. -,-•-•...,,,,.400: • • :!, . .... .. _. . .i -,.-, ,, . , 'ciiv,,reoh: ......111101111f$11111gigtXrp:. •:,,:s.-..s1--• ": ••• . ..„ - - •", " •••,"••• . ... ..... . .. „. .„„.. . .. . . -rortiratzi r4--- •„ ... „ . .. ..., _. ., „........ . .„ .. ... ........ . .. .., ..........._ ....... . . . ,.. ... .. . ...„ . ...._ ..... . ,,. ............... .. .... . ... .........„ ... . , .... .. . ____ ..... .„. .......,. . ..„..... .....„: .. .....,„ :„... . . .. ,.‘ .. ... .,. ... . ...,.. . .. . . . - • ..... ,.. ..... .,,,....„. , .... . . , .... ..._ . ..,... ... . , . ,. , . ... , . ..-.... „. . ., --,.-- . „. „, . ...,. foiiTacal'AgettertCon*Wei, •• Toto-pLiii*o.DP, 1 4 k*i44446 F.Fd.0:47,.a.iCrxedealiltinib0-: ...„.,.. ..... .... . . . . . .. . . ... ., . ... : 1'1;7'. . v* • .;Fd6ralStiaiev,. . . .,...— . . „. . . ,.. . .... .... , .,„. .:dontraakiv4ilifiAte: : . ., .... , . . . ; .. . ,...„ . . ... „ .. ,. -•,:. . , • • : , .,..„,..,, . „„.,..,‘„„.....„. ..„.. ........ ,.., ...„, . ...„ .. „ . , • , Local Agency certiflea Thatall DBE oitiliot044.4*biekv.0061410- ...i. . -:, -- -;It...,, • . '..',.„. Armor'.:. , ' •• ;,,isi•"•;;14..,:,,:.x.-6.....d ..1.;,.. :. Sipature.c.:4-11?qF 44-1s.-,...:757,,'..- ,' .: ).-04-H.s.s'-•:..j. .ii Date -— - — -- •,;.; "a.Cade),Td.- 6.. Pr14.4 Name.: - " -- -:s46atuid - . "-- - --: 4 Date', 1 - 169/Y, .Alio do n to: .4 Ampleyegeproittaii8re, . . e ,, .g,7le.;0.cofits.p----. "'"(PleSi'TAIpcsai..Prifit) I,• . , ,• . , . :* Vitea*).Te.lejilicnie:Numbee.. . .. .,.: ,,: , ' La .a — .. .- • - ti.Aget4Biii.derDBECciinmitthcbc(Constivean,C6ptiucts). • .,... .„ .... ,.. , ,,.... „.....,....... ... .. :.. (key..6/26/09) .... . ..,..„.., ........ . ,. ._... „„„ „.... . . ... „ . .... ., .„...... .,. . . .....„. .. .. .... ... ...... ,, ..,.. ,. . . . . . .. , . . . . . ......... .... . .., .. .. .., .--, . . --...,.. ,., „ . . .„„ ......... . ,.., ,,,. ... „.„ „ . „ ,.. . „... „ .... ........ :c-Z1t, PLEASE NO1 ; This'nnformation rnay;be",suhmxpted. th yopirlAdj ..it.is tao 'and yaaa:,a e: the:apparent low bidder'.of the:second:or third low bidder,it Inuit:be inbiffitted2 and received": as specified in°the;;Special Provisions-;Failure to submit:tl e.required I BE'comnutme,�;t will; be grr u for ditug t *hi ,penresponsi The form; requires `specific information::regarding"the construction:'contract;; Local,.Agency;. Location, Project Description,:'Total Contract:Amount, Bid-`I3"ate;:Bidder's Name;,and.Contract DBE.Goal. The,fort,has a column for the,Contract:-Item Number:and Item Of Work and Description:,or Services to be Subcontracted or Materials So to be provided by DBEs:Primee contractors,shall:indicate all:work:to be performedd by DBEs includiiigif the;prime;is;`a.DBE,'work:perforimedby its own forces,if a":DBE. The=DBE shall provide a:certification;number to::the"Contractorwandexpiration date::EntertheDBE prime'.s.;and subcontractors'certification numbers:heform bas:a:co u nii:for the Names of,DBE;contractors-to perform the work(who must he certified on"the date,bid4 are openeaand includetbe DBE addressand phone=immber):. -IMPORTANT.,;Identify all DBE,firms"participating,in the project regardless of tier::Name%of the pirst::bier:DBE"`Subcontractors and their.respective it€m(s)of work',listed_should be consistent; where applicable,with th.e:navies and:items�of work ia..:the_"list of:Subcontractors"submittedwith .your bid; There: is a column for the. DBE;'participation:dollar"amount;:;Enter the Total Claimed'DBE Participatioiidollaars and percentage"amount of items of work submitteet.iVithyourbid pursuant?to the Special:Provisions (If ID"::of itditt is not to:lie poi-Aimedor.furntshecl by-the DBE;describe :exact;portion of tune tote.performed or furnished byxthe DBE,):See:.Section "Disadvantaged Business Enterprise(DBE),"of the Special Provisions:(construction contracts),to determme how to;cautit the participatiiiit of DBE'firms. Exhil it I`S.=G.Mast lie signed and.dated:by the;person Bidding: Mkt st a phone number.in-the space-pro:vided and print the name ofthe-person iti,e0ntact: ocal,:agencies should complete the Local Agency:Contract Award,-FederaWid`Project Lumber, Fedetal Share,Contract-Award Date fi elds;an€i;yerify.that=all.information s coir plete and,accnrate. before signing and.filing. C-22 :EXm1TD tom:14-vwg4,11,YAVENT'OPPORTUblirie etto.*a.co-foN:. The bidder :fpropop0 subcontractor . ., .„ hereby certifies that he/she/it 114§! ipg00.patedin'aptivioti§',O.OtittaOtOr'gnbOontract, subject ::)-±fic‘i :CMflt9PPPrtOn4y clauses,as required by Executive Orders 10925, 11114,Or 14440,and that,where required,he/she/it has;filed with the Joint Reporting Committee,the Director of the Office contract. 9iPPliatiodria.f0dpgali6*OrnItiont,Oontractingo administering agency,or the former Presidetits Comujittee on Equal Employment Oppprtunity, revorts,duestindethd'applicable Note; The above oertifiOationia'retinfrod by4hp:Eqoatovilgypqq0,qpportugWRegiiialioi*bf the$.0_trOary:Of.T.abOti:(41 CFR 60-1,1(b)1(4.)), alid must be submitted by bidders and p-ropo.$04. §aditti-600.1g,otily in connection withcontracts and 0-660146:dg which are subject to the!ogol.. opportunity-fclause e Contracts subcontracts which are exempt from the equal oppoftniity., clause are set forth.ii*41 em.604:5.,(Generally only contracts or subcontracts of:%0,000,,ot *4ef:ate:0.04V . . „„.. Currently,Standard Form 100(EEO-1)j.:0110-001y,;•oppiterdife-d.by,Ihe Executive Orderstheir implementing:•xpgaktipg§ 1.(ppoc.goykiiiiii.49tit/ObSUiltv*itodoX,00:0): Proposed prime contractors and subcontractors who have,participated in a,voytkin$contract or subcontract stili*OOTthe Eitutiya0r40§..atidhaveliOrrfiWlho;rogoired reports should note that 41!..'cF.R.,:60A:104(1):prevents the award Of contracts :and. '111)doiit-i-a0g.',010$0 such-.60#4000.t ubihits:a;topo# covering the delinquent poriod or such other 13.6i{04 specified by the,Federal Highway AdriniOration or by me j'Director, ,Office of FOgrat,QontraOt Compliance, popaentofLabOr.. . „. Signature: .:„, 1.• • DafeV -s'cz/ PrintName: ,_ LaityTine • t" • • • • • • C-23 . „ . "" " .• EXHIBIT B r4Q140434Ngpx OFIDAVIT (Title:4 United States Code Section 112 and PliblictinitraCt Cede Section 71061 Zone 3 006 1amp Installation To.did:City.of Huntington Beach In confonnance With Title 2)United States Code SpotiO 112 and Qalifornia,Public eentract coao 7106 the bidder declares that the bid iS:notniade.intheinterest Of,Ot on behalf nt.anynnc*kgc4- person,partnership,company,association,organization,or corporation;•thatthebidiS'genuitieand not collusive or sham,that the bidder hasi:nat directly,*indirectly induced Of solicited any other to put ma false cotsham bid;and has not directly&indirectly colluded,conspired,connived, or agreed with any bidder*anyone else to put in a sham bid, or-that:anyone Shall.refrairi from bidding; :that the bidder has not in any 'Manner; directly or indirectly, sought by,agreement, communication, or conference with anyone to fi*"the bidprice of the bidder.or any other bidder; Or to fix any overhead,refit or cost element of bidprice,or of that Of Any other bidder,or to secure:any advantage against the public body:awarding the.contact 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 hid price or any breakdown thereof,or:tho contents Owed or divulged information,or data relative thereto,or paid, and will 00 pay, any fee to any. corporation,partnership,cOnipany association, organization,'bid depository,or to any member or agent therecif to effeetuate A colluSive Or shalt bid. Note:: 'The above Sioncollusion MridavitikpartOf the BiddeeS!PropOSal, By signing tile Ptopos,41,the.Bidder haS,also:Signed this lioncollusiett,AffidaVit. Bidders are cautioned thatmakmg a!falseertificatibiim,V subject the Bidder to criminal prosecution. Signature: . • Date:.„ ZS- m.. . . :Lett/ '1 .1.9; /441 Title Prec „ „ . . . • •• • . . , • • OAL1100170114 ALL-PURPOSE AOKNOWILEDOMEkT • •• . . . - .A notary pailio,,o1F!Oher-offiO0.completing this certificate verifie only the identity of the individual who signed the 4.0,00citnft401:01'.#,ii06000ate.:tt eigt441400.4,*000%cooiatk:.oflh*:dpourrin.t: . . . . State.of California County of oranqe:. • A.. Young-Notar on .btftire . . . • • -y .Date; Here Iii0eit Alatne,arid Tide.Orthe Meer „ • . personally appeared •ce .4rd v • IL . _ . Nah34§).:OicIgi)ei=0) ,. . .. . ... .. . . . „ . . who proved to me on ?basis- satisfactory evidence to be the person( -whose,n4n1PWP.Iat.-4 sutiscr'ibd to the within instrument and acknowledged to me'i*Oetafi*Oy executed the same in authorized .P;OPtcillf.(1-6*;•atvijiat!ty:.1'il*horithoeognitir6(46n,ihp.ihs'fith-r*FittI-16;per94(4)-„: gntityupói behalf of Which tfid.SitQn0pood:,:ekeetitedfild ihtrePt I.OrtfY,,Vriaet:FENALTY CFPFFEWUJITIOJOrth:6:1*:.,0 01(168ta..0,0:calikirOik4Yot 41*foregoing paragraphis true and correct '011-11SIE8$my baridati othcial seal -qg iwi6sodititazioa 4v. " . N r-b ,• AlliftM±0114,04TIO • POPZ5Z4**ilibt53 v!.11 r 'Signature • . . . • Si a •T5tNotary:Public , • • • 00.0.0:A1OtaiY,80e/4000: . „. . • -. ' .. OPTIONAL . . . . . .......... .. • ....... . •Though this sqjoriloptioirot,„'04:7100.tirt,h0 information can.cipfee-Pft:Or000.6.of#f0 document or froddi:(1.0ig•ifdtt4'olitfOrit:Ofttii .form To41:11fiteildeditgeoitletit :Description of Attached Documen Title or Type of Document; Doairiteht•laat6f . . . . ...„ " " " • • • ID:filer'TOR N...4.(1qd.AcbOV . . • • ttathiirt: DERARMENT AND SUSPENSION.CEIRTIFICATION Tg.p-4-9;CODE.OFODERAL RE:OMATIONS,1740;r:.p1 Bidder,under pooy;of.perjury;.certiOes M.except asnoted bejow.;be/She;or;my other person associated Witkpidder itrthe capacitynf owner;partner,director,offiberonanager: • is not currently under suspension,debarment,voluntary:exclusion,or detji1litibyaoy,Podd.riligencyl • has not been suspended,#0,116a.,ed,voluntarily excluded or determined iheligible by ally Federal460.Within the 11.6st3:3r660;': does net/tttaye a proposed debarment pending;and • has not ijie011 mdicted,POANIkteCtgl144a efv.O.judgment rendered bra court of competent jurisdiction in any-that:ter involving fraud or official misconduct within the Past3 YO0s. If there we any exceptions to this certification,insert exceptionsin:the following space :Exceptions will not necessarily result in 4441:4kayy.,Artt but will be:eonsidered,"in determining 'bidder responsibility For exception noted above,indicate below to whom it applies, initiating 4.g000y?'and:dates of actinn., Note: Providing false jitforthatfoo,may result in criminal prosecution or administrative satietiona The at0ve certification is part of the PrAvogi. Signing tnis Proposal on the signature poragn therpdolialtaisp cp.44t#e 0.glAtuN this.Certffleation, 4 Signature:, bate.; Print 7-7"' Name, 4,7 Doe: C45 .„. . „ .XrnmT Cr .INIONLO MING:CERTIFICATION FOKFEDERAL-AB')CONTRACTS Yhd,pioStiOeti*participant.cei,ti,fieS 7signitiOta Naf)i4.'f.r:lt).17.00:s4.00 the i*gta: Federal appropriated fax* havC been paid or will be paid, by or on:t!Oli41f,of the undersigned, to any person for influencing or attempting to influence officer or iemployee of any Federal agCity;; Member Of Congress, an officer or 'employee Of Congress,:.or an employee of'a,Moplher of Congress connection.with the awarding Of any Federal CtiiittaOt,the maildow,Ofanyfodotat gragi,ithii3.0.184.o.faxikrederaUlban ':iho; entering into of any cooperative,agreement, and the extension, continuation, rdRieWak an1.04tneht,Or#RidifiCatiOO.-ofap.y,FcclOralpootract,grant,loan,orcooperative agreement. If any ogi.pr*a.A.Vg4047.41 appropriated funds have been paid or will be paid'to any person for influencing orattemg*Igiq influence an,officer or trritiloyee,ofapyFcciptAl ageopy;:.4.)4400:r of Congress,, an officer employee of CoogrOS$;,prAri,CitOloyee,,,of . . . • Member of Congress hl-opoocctioowtth this Federal 00.004.4*pot 1004 or cooperative . „ agreement, the undersigned shall complete and submit S1000#1.ftri),I,LL,'-"Disclosure of Loh,hyitigAttjiiiti*2 iticOnfcirtfiarieetriiith its iostroctkr4, This certification is A:Ii4tOia.1 representation of fact upon which reliance was placed when this • 'transaction#asirogelp:or entered into Submission of this certification gptcreqtaito;fdt makifigor i , . . , entering into this transaction imposed by 1352;TWO 51? U S Code,Any person who fails-to Me_the b00joott9'.4 civil penalty less than$10,006.0.14: tiottiOre#141.1 .t0(490 for each such`f.4414t0.. Tho,yrosiwoko:partichlwital0 agrees by subnnttrng his or her NO*proposal tha..M.Of she shall 0410.ro'that the language of this certification be included in 6.11:lower subcontracts, WhiCh 05EC001.$1.00 *atid.that all such stibrecilifolitS shall am:** atict'cliSCIOS.6 accordingly. Signature: '*11„0,41111P ,_ polo; . —7e1 Print Nato: , air " I • „ • ,p40. . ....., •....,. •...,. ., ... .;,._ .. ....... ,„ .. .. ..... .„. .. .. . • ,.....----- -.--, -„--- . --..--.. ,........... „ . .., 3.. t)atilittti.: • .•, DISCILOgiallt16FItighVINIttiVitiviES, . .. ..,..tOMPLITETHIS FORMIO1bISCLOSE.1.,ObBYING.A.CIWITIE&IiifitgtWrIti3 fl.1-.§.&:135 2' • 1.-'1'yfl .:Offeder#1„eietiori,i'• 2.,...SfOii*offitlgra1*On: • . .'3;-Repor1,1)*per... -• ''- • - • :.".. . . . , A cpliiTaqt. 6....bidiciiftekiiilic#tiiin i...i#i0:. . • . • '.,k04.nt..l.', •ii.,:initia.i.,4warci -- " 'i%material change. ., ,, POPirOik'' 4*.P.me.OP „c.,post award 4:i014.-: 'Ye*Vatifigg'''OilagtNO3i: ., • „ . , .. ..,.... 0:4gan:Fiartl*O• Year;.4411F(• f loan insurance date of last report , • „.. ,... , .. . 4'., -Name AnktA4diesk.of Reporting Entity : ..• IIrfAcpotti_pigiltiOir ilitNo.,4 is.Siihawar.d6; •*r0er1121ne.41144:A0i:egg-of Piime;... • 1,3•Pliige l,SObqwarttpq : ;... .... •:TI.F if known C40:100"gleaq4,bigtrik.ifboxi4 Coligiligitelial1ci*O ,ct if ... )F,0,0.c.F.41.,*14,RiOiRnt/Aggpsy.;-, 7..: Fedeitl•Pra0aiiiNiiii4)Fr!01:10.,: • CFDA,Ikruinbei',4..P.Plificabie - --- - - ' ' - • ' is. ,. - ._... ... .. ... ...., • •, ..,* .ivt4m1.A:ctioi)--011tii"07"ifr...4i*Iiii...: Award Amount,irknoWn; - • . . . A..-- ..f.,...4;:t7.:. ,i771.- - *.s..,..;-: ; It:, 0.',Nirri.e4int1:8400;ii.-00fiii,$iitjti. - '- 'b•,' 1ndlyiliiidb iiiOrktioqiiigietYites:.(inahiciitt! .. .: • . ., . . - . #PO4ilig*Oitsti114..iliF;Pigpmq,'Dili - .address if diftdttrit,froniNci 100) •,-(1at mitne,ftigtiiaiii0,,•Ivil) ,.,. s6tiabiztoittinitatioil• hr:eggyinfectissA6,T .• .. . . „ .14 Amount of.Payment(check all that A110 41. Type of P4.1*.iit..-(ehe•0.-latk41VOIty) :.. - . . , ...• $ . ..-.... .. [3 Actual El planned d.'.retainer . ' ..,...... • ' .1.4. 4,-Oille.tee. -,.... , 1/. *.orin.91"Pby.meit,(clitckllifeat-appiir)t., : commission Ei 0-. .:', .!,, fi#., „. -... .„ ,7,.....„. 4,porktingqnrtee.. "„'b..in4,:inci;.spepi4/:nature. 6_:*fOte4 ' v.4.440. .r.‘cAhr,i§.1*cift. ,. 14.. Brief Description of Services Performed or to teo,p9fOrnieit,anictiiAt0(s)..iitervirA;iwtitifiiiiig, . . officer(s)i'..**ri(s),,,or T.F140.(9cf)*Ct.94;:r.Or t4nnenfin410higitiiio',Rein lii. .., ' .. .... 61,4.4010).4in,palio.n$1itei0 if itecessaty) . ,. . ''... . ,.:. ik, ii-.7,-*#iiiiiiityks14.:..il.f.4•iitt.aodiiy..-, -Ir-- :',rt, '14. rt: ,., .. . „.. - .. : . . 1.6:. Information recitibgfoitiiiirOilgh•this ioriii is..aniiiatiied-by Title 31 U SC Section:.13j2;„-This4isdliisuid.0.101:nji4"reliance .Signature.',:.:-, . ''.S'.!,"',• '. '.,'-Aa"-;'1"."'‘'..--,... •-' • .: 2%,„,.. ,' •Nvagplae..tdSsi:411d-tiefabaiidwfiefilhis tiaffsictigri.*As*400 or • -IL,- ..`." -.,''ji . . ....- entered into.:This disclosure is required pursuant ii.iiiiiiiii!.4-)31'.tl'Ac. ,Pril#14anic:. . !7-1-44t1.-; :. ...".•. . - 144.'..%.'.. . , '... .......— .„....„.. ...,„.. .. . . . . . .. 1351 This i"itiforiaiObii, will.:1.,i. ..'igio441. to Congress „„ ..i -: ,..epiian4011y-*4*.a.11i*iiaMd*..e.0#611c'jlisiiettio0:Any V.itle:, .'. ii6istiii:Y.416,f0ilIpilk the required disclosure shall be subject ,,,,„„-... . _,- . • ...t0.0 civil,peRal6i.,Of not le 519;906 and not more than Telephone„ No.:.' 7*.8k4i..,... 81 ,Datd. I ,C,9:,efrA '.000,099f000.41*44:fOur.9- , .. • . ,A01.iaktied1'0.',4aPf9pro4049!t: S'atizrAtise 43.nii:; *14I*:4..VPrzn'11,t, .,. . . . ... .. . ... . . . .. ...... „ .. ...„ ,.... . „ 'Standi4tdformip... af;0,9-4.2-97. ... .„,, .„,,.. .... ..,... .,..........„. .... . . ...... .• , - „ „ _ ;INSTIdiCTIONSTOR'COMPLETION OF EXHIBIT:II, DISCLOSURE OF LOBBYING ACTIVit.i thiS:dlselosatefool siiallbe.eerattleteilbktbe Tepettiegobbity,whether sabaw*ilee..eipiiet,Federai • ., ttbipiont,.atAhd:iiiitiationbf;reeeipt of covered Federal action or:a•Anaterial change to filing pursuant to, title 31 The.filing of A.form is requited for such payment' or agreement to make payment to lobbying entity fnr.inflnerieing.or ottototing to iiiiiiitende an officer or employee of any agetiay;, ;Member•of Congress an officer or employee of•Congress or an ,010:0ye , of g Met7alier, of Congress in. connection with 'a --covered ;Federal: •detion....Attaeli contmuation sheet for additional information jtthe $0,40 on the:140A i inadequate., Complete all items]that apply fot:-botii,..4hb initial'Mint and material ichange report Refer to the implementing gr*Lancelgblislie,ilbyilio,.tiffiCe of ManagcnittwandlIndgd fotadditiOtiatinfokinatIon: 1) .Identify the type•;of enirered.Federal:action for winch lobbying activitY)*.4049r.has been :$ecuirddlqiniu6net,„iid outcome of apOvered.VedetalaCtiOn., !2) IdetitifyIhOtittik:Of:the:covered:Federal action Identify the appropriate classification Of thia,,,i0oitiftlif8'.,i§'Afollow-up report caused tiy:4; material change to;ibeinformatiCin.;pre,viously:tepottekow Tho:3te,4,,40400:i-tot.in which tlie.akatVe-Occuireii..Enter'die-date:Of the last,prOionsly...§.01,nitt4roport'by this reporting -..tntity.fOltthig;coycT4Pcdcral aPtiOn. 4) Enter the Kill:, state and reportitia entity Include Congressional District if knouilt,Check the appropriate classification of the reporting entity that.0.0ignatc .if it is or expects to b0,alltinicfot subaward tePiiiiehtildentifythe tieF:ofte the first sobaiiVai-Ocoof the prime is,te,:fitst tier.:'Stibavitardsioeladebut'ate not limited to subcontracts,aiibkfant§and eeiittact-awatdStoder grants If the cOtgppjg004 filing the rop44,30100.,.4 checks- P$1,115.4tOtt4ed7itlien:•enteit the full name, • addkag,JCity,§tateand.4-codeofthepritnefederal repipient;Ineinde1COVentialDisttiet; Fnter the name of,tbofecleral agoncyTIASpg:ifig,#),1104 or 40.4:00fotiiitotioit:Include at least one organuation level below agency name, if known For example, Department of Transportation,Olited,,Stato',C.0#4,600.43. 7): Enter:*Federal program name or description for the COVOted,Federal action (item 3.).,If known,.'enter the full Catalog of federal Domestic Assistance PPD SA) number for grants, cooperative agreements,10411$i414-,f04*.001--410Adjits. Enter the.most appropriate 'Federal identifying gtypb,g,<available for the Federal action • , • . iu.p.4Lii,w4p,uli.. 11.01).....1,• 47A0P05a1,vwxq.• -1,3)(4A.47,p) minftt, grant announcement number, the contract grant or loan award number, :application/proposal emitfol number asiiveil-by the Feclorat;,agq000;;;.1,aelee, 9) For a coyered.Feclerali.action where,:there has .been an award or.f100 commitment by the. Federal agency,enter the Federal amount of:die;a0t:0940;c9gmiitgielts for the 00v, icleoil0e4,14,lteel 4 or 10)(a)Enter the full name, city;8tateand*itt;epdeof the lobbying entity engaged by the reportmg entity identified in itent.:416Influencedthe povereplFederataptiom ,(b)'Entertbe full names: performing services and include full address if different from 10 Lastliamei.TlITst Name and Middle Initial(Ml) I 1)Enter the amount of compensation paid ot reasonably expected to be,paid by the repotting:, entity(item 4)to..t1i0.1Obbyingetwyota0.10. Indicate whether the has been made (actual) or will be made (planned) Check all boxes that apply 1.1f'0-44 is A.?inatetial:Chatige., report,entetlbeAnnitiativeanionnt of payment planned.tol:be.mak ...„ . „.... • _ ...„ „ ch001c aPprotiriatechox(es).Check alilloxqz that aptily-.1i:0-phehti thade through an inqiind-coghlhotion,.specify the nature and value of theih4kindpamentl. b.)Cheek the appropriate box(es).f Check all boxes that apply If other,specify nathre., 1.4)Provide a specific and*tailed description of.the services that the lobbyist has peril:W-49r will.be eitpeOted to perform and thetdate(S)of any services rehdet-ed.Inctadt'allTrePatatory and related activity not just time spent in actual contact with Federal officials. Identify,the le.444,tiof.11Cet-(s),Or;employee(s) contacted or the officer(s)::emplOyet(k).tirlyfeani6i(s) of :Congress that were cohtacted. 15)Check*heihet or not a cthitihuations:§hcet®'*;Ota94e4. 16)The certifying official shall sign and date the form,print his/her name title and telephOneltnitOor, EnhlioTeporting hhrdehlrforsdiik collection:of information iS,eSthnite4:ta average:':30,minutes per reOcinsq;.:Itatidilik time for reviewing instruction,searching existing Aata,:sour064,gathering and maintaining the data needed, and completing and reVit*ring the collection pfihforrhatioh. Send comments regarding the.burden estimate or:any other 404 of.this collection of information, including suggestions for reducing; burden, to :the Office of Management and,Budget; l!aperwor1(14.#411Ction..Prtiiodt[(03484040),Washifigtonf ri.a.2054 By my signature on this proposal I certify,under penalty of perjwynnder the laws of the Sleeved' California, that the foregoing.:questionnaire and statements;of Public Contract Code Sections 10162, ;10232.And1(12011 are true and ;correct and that the :bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Comiiiission Regulations (Chapter 5;Tite2 orthe'realifOrnia AdtribiStrathie Code). . 1749 . l . ,t3driBIT:I: mititAL LO$.BYINGMSTRICTIONS. Seethin 1'352;:Title`3:1,United.States,C©cde;proliibits:Federal fia,rds;from'bieing expended 1jy:the; recipient-or any lower tier subreeiptei0 of a Federal--aid contract to pay" for any ,person for. influencing or attemmptmg to.influence a:Federal,agency or:Congress;'in connection. With:the: awarding'of any.Federal:aid:co.itract,'the'making of;anyFederal>"grant or-loan;.or..the entering:irito' bf aiiy:.cooperative agreement: If'any funds:other'than.Federatfluids=have been paid'for the same:purposes in connection wiith Etas Federal-aid contract,the:recipient.shall.submit=an,exee ted certification and,,ifrequired,°submit=a coot pleted.disclos rre:for ii,aspant of the bid.documents.. A:certification for.Federal:ai:d.contracts.regarding payment,of funds'to obby Congress oraFederal agency !,,the Proposal.,Standard-Form LI,L,,"Disclosure of Lobbying Activities," with instructions for completion,of the Standard Form:is:also included in.the:Proposal.Signing the ;Proposal shall constitute signature oftheCertiflcation. The above referenced"cei. ifcation and disclosure";of lobbying.acti ritiesi.shall_be:included in each .:.. :... . :subcontract. and :any lower-tier contracts.,,exceeding $190;000.:AAll disclosure:;fors, but not :certifications,shall lie forwprded frotn:tier to tier`until:received WO*Engineer . The.Contractor,,subcontractors and any lower-tier contractors shall file'a disclosure.form:At the .end of each;:calendar,quarter:ih: hich"there,;occurs: any event that requires:disclosure or that materially affects the accuracy of the information contained in.any""•disclosure form previously filed by.the;:Con,tractor; sulbcontractomand::,any lower-tier=.confiractors.An event•:thatAtaterially'affects the accuracy of the tnorrnaiion reported.includes: 1): A;cutmulative increase it$25,000.or;more ithe,Amonnt paid:or expected to,;be paid:for influencing or attempting to influence a covered;Federal,action;of 2): A changeiia.,the;persons)or it dividuat(s)-influencing or attemptitigto influence acovered" Fedetataction;or 3): A change in the officer(:);;employees(:),:or Member(s).contacted to_influence or attempt W 11111!44.VG LL'al,l7 V+GLGC[,1'GllGl dl.L1l+G1Vlt. "?C-30 • EXHIBIT B (Form HUD-4010,the Federal Labor Standards Provision of the United States) Federal Labor Standards Provisions U.S.Department of Housing and Urban Development Office of Labor Relations Applicability (1) The work to be performed by the classification The Project or Program to which the construction work requested is not performed by a classification in the wage covered by this contract pertains is being assisted by the determination;and United States of America and the following Federal Labor (2) The classification is utilized In the area by the Standards Provisions are included in this Contract construction industry;and pursuant to the provisions applicable to such Federal (3) The proposed wage rate, including any bona fide assistance. fringe benefits, bears a reasonable relationship to the A. 1. (I) Minimum Wages. All laborers and mechanics wage rates contained in the wage determination. employed or working upon the site of the work,will be paid (b) If the contractor and the laborers and mechanics to be unconditionally and not less often than once a week, and employed in the classification (if known), or their without subsequent deduction or rebate on any account representatives, and HUD or its designee agree on the (except such payroll deductions as are permitted by classification and wage rate (including the amount regulations issued by the Secretary of Labor under the designated for fringe benefits where appropriate), a report Copeland Act (29 CFR Part 3), the full amount of wages of the action taken shall be sent by HUD or its designee to and bona fide fringe benefits(or cash equivalents thereof) the Administrator of the Wage and Hour Division, due at time of payment computed at rates not less than Employment Standards Administration, U.S. Department of those contained in the wage determination of the Labor, Washington, D.C. 20210. The Administrator, or an Secretary of Labor which is attached hereto and made a authorized representative, will approve, modify, or part hereof, regardless of any contractual relationship disapprove every additional classification action within 30 which may be alleged to exist between the contractor and days of receipt and so advise HUD or its designee or will such laborers and mechanics. Contributions made or notify HUD or its designee within the 30-day period that costs reasonably anticipated for bona fide fringe benefits additional time is necessary. (Approved by the Office of under Section I(b)(2) of the Davis-Bacon Act on behalf of Management and Budget under OMB control number 1215- laborers or mechanics are considered wages paid to such 0140.) laborers or mechanics. subject to the provisions of 29 CFR (c) In the event the contractor, the laborers or mechanics 5.5(a)(1)(iv); also, regular contributions made or costs to be employed in the classification or their incurred for more than a weekly period (but not less often than quarterly) under plans, funds,. or programs, which representatives, and HUD or its designee do not agree on cover the particular weekly period, are deemed to be the proposed classification and wage rate (including the constructively made or incurred during such weekly period_ amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, Including Such laborers and mechanics shall be paid the appropriate the views of all interested parties and the recommendation wage rate and fringe benefits on the wage determination of HUD or its designee, to' the Administrator for for the classification of work actually performed, without determination. The Administrator, or an authorized regard to skill, except as provided in 29 CFR 5.5(a)(4). representative,will issue a determination within 30 days of Laborers or mechanics performing work in more than one receipt and so advise HUD or its designee or will notify classification may be compensated at the rate specified for HUD or its designee within the 30-day period that each classification for the time actually worked therein: additional time Is necessary. (Approved by the Office of Provided, That the employer's payroll records accurately Management and Budget under OMB Control Number set forth the time spent in each classification in which 1215-0140.) work Is performed. The wage determination (including any (d) The wage rate (including fringe benefits where additional classification and wage rates conformed under appropriate) determined pursuant to subparagraphs 29 CFR 5.5(a)(1)(ii) and the Davis-Bacon poster (WH- 1321)shall be posted at all times by the contractor and its workers or (c) of this paragraph, shall be paid to all subcontractors at the site of the work in a prominent and workers performing work in the classification under this accessible, place where it can be easily seen by the contract from the first day on which work is performed In workers. the classification. . (ll) (a) Any class of laborers or mechanics which Is not (iii) Whenever the minimum wage rate prescribed in the listed in the wage determination and which is to be contract for a class of laborers or mechanics includes a employed under the contract shall be classified in fringe benefit which is not expressed as an hourly rate, the conformance with the wage determination. HUD shall contractor shall either pay the benefit as stated in the approve an additional classification and wage rate and wage determination or shall pay another bona fide fringe fringe benefits therefor only when the following criteria benefit or an hourly cash equivalent thereof. have been met: (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part form HUD-4010(08/2009) Previous editions are obsolete Page 1 of 5 ref.Handbook 1344.1 SF:16-5215-142605.doc/rev 12/2016 32 of the wages of any laborer or mechanic the amount of any communicated in writing to the laborers or mechanics costs reasonably anticipated in providing bona fide fringe affected, and records which show the costs anticipated or benefits under a plan or program, Provided, That the the actual cost incurred in providing such benefits. Secretary of Labor has found, upon the written request of Contractors employing apprentices or trainees under the contractor, that the applicable standards of the Davis- approved programs shall maintain written evidence of the Bacon Act have been met. The Secretary of Labor may registration of apprenticeship programs and certification of require the contractor to set aside in a separate account trainee programs, the registration of the apprentices and assets for the meeting of obligations under the plan or trainees, and the ratios and wage rates prescribed in the program. (Approved by the Office of Management and applicable programs. (Approved by the Office of Budget under OMB Control Number 1215-0140.) Management and Budget under OMB Control Numbers 2. Withholding. HUD or its designee shall upon its own 1215-0140 and 1215-0017.) action or upon written request of an authorized (ii) (a) The contractor shall submit weekly for each week representative of the Department of Labor withhold or In which any contract work is performed a copy of all cause to be withheld from the contractor under this payrolls to HUD or its designee if the agency is a party to contract or any other Federal contract with the same prime the contract, but if the agency is not such a party, the contractor, or any other Federally-assisted contract contractor will submit the payrolls to the applicant subject to Davis-Bacon prevailing wage requirements, sponsor, or owner,as the case may be,for transmission to which Is held by the same prime contractor so much of the HUD or its designee. The payrolls submitted shall set out accrued payments or advances as may be considered accurately and completely all of the information required necessary to pay laborers and mechanics, including to be maintained under 29 CFR 5.5(a)(3)(i)except that full apprentices, trainees and helpers, employed by the social security numbers and home addresses shall not be contractor or any subcontractor the full amount of wages Included on weekly transmittals. Instead the payrolls shall required by the contract In the event of failure to pay any only need to include an individually Identifying number for laborer or mechanic, including any apprentice, trainee or each employee (e.g.,the last four digits of the employee's helper, employed or working on the site of the work, all or social security number). The required weekly payroll part of the wages required by the contract, HUD or its information may be submitted in any form desired. designee may, after written notice to the contractor, Optional Form WH-347 is available for this purpose from sponsor, applicant, or owner, take such action as may be the Wage and Hour Division Web site at necessary to cause the suspension of any further ptto://www.dol.aov/esa/whd/forms/wh347instr.htm or its payment, advance, or guarantee of funds until such successor site. The prime contractor is responsible for violations have ceased. HUD or its designee may. after the submission of copies of payrolls by all subcontractors. written notice to the contractor, disburse such amounts Contractors and subcontractors shall maintain the full withheld for and on account of the contractor or social security number and current address of each subcontractor to the respective employees to whom they covered worker, and shall provide them upon request to are due. The Comptroller General shall make such HUD or its designee if the agency is a party to the disbursements in the case of direct Davis-Bacon Act contract, but if the agency is not such a party, the contracts. contractor will submit the payrolls to the applicant 3. (I) Payrolls and basic records. Payrolls and basic sponsor,or owner,as the case may be,for transmission to records relating thereto shall be maintained by the HUD or its designee,the contractor,or the Wage and Hour contractor during the course of the work preserved for a Division of the Department of Labor for purposes of an period of three years thereafter for all laborers and investigation or audit of compliance with prevailing wage mechanics working at the site of the work. Such records requirements. It is not a violation of this subparagraph for shall contain the name, address, and social security a prime contractor to require a subcontractor to provide number of each such worker, his or her correct addresses and social security numbers to the prime classification, hourly rates of wages paid (including rates contractor for its own records, without weekly submission of contributions or costs anticipated for bona fide fringe to HUD or its designee. (Approved by the Office of benefits or cash equivalents thereof of the types described Management and Budget under OMB Control Number in Section I(b)(2)(B) of the Davis-bacon Act), daily and 1215-0149.) weekly number of hours worked, deductions made and ' (h) Each payroll submitted shall be accompanied by a actual wages paid. Whenever the Secretary of Labor has °Statement of Compliance,' signed by the contractor or found under 29 CFR 5.5 (a)(1)(iv) that the wages of any subcontractor or his or her agent who pays or supervises laborer or mechanic include the amount of any costs the payment of the persons employed under the contract reasonably anticipated in providing benefits under a plan, and shall certify the following: or program described in Section 1(b)(2)(B) of the Davis- (1) That the payroll for the payroll period contains the Bacon Act, the contractor shall maintain records which Information required to be provided under 29 CFR 5.5 show that the commitment to provide such benefits is (a)(3)(ii), the appropriate information is being maintained enforceable, that the 'plan or program is financially under 29 CFR 5.5(a)(3)(I), and that such information is responsible, and that the plan or.program has been correct and complete; Previous editions are obsolete form HUD-4010(05/2009) Page 2 of 5 ref.Handbook 1344.1 • SF:16-5215-142605.doc/rev 12/2016 33 (2) That each laborer or mechanic(including each helper, is not registered or otherwise employed as stated above, apprentice, and trainee) employed on the contract during shall be paid not less than the applicable wage rate on the the payroll period has been paid the full weekly wages wage determination for the classification of work actually earned, without rebate, either directly or Indirectly, and performed. In addition, any apprentice performing work on that no deductions have been made either directly or the job site in excess of the ratio permitted under the indirectly from the full wages earned, other than registered program shall be paid not less than the permissible deductions as set forth in 29 CFR Part 3; applicable wage rate on the wage determination for the (3) That each laborer or mechanic has been paid not less work actually performed. Where a contractor is performing than the applicable wage rates and fringe benefits or cash construction on a project in a locality other than that in equivalents for the classification of work performed, as which Its program Is registered,the ratios and wage rates specified in the applicable wage determination (expressed in percentages of the journeyman's hourly incorporated into the contract. rate) specified In the contractor's or subcontractor's (c) The weekly submission of a properly executed registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the certification set forth on the reverse side of Optional Form registered program for the apprentice's level of progress, WH-347 shall satisfy the requirement for submission of the expressed as a percentage of the journeymen hourly rate "Statement of Compliance" required by subparagraph specified In the applicable wage determination. A.3.(li)(b). Apprentices shall be paid fringe benefits in accordance (d) The falsification of any of the above certifications may with the provisions of the apprenticeship program. If the subject the contractor or subcontractor to civil or criminal apprenticeship program does not specify fringe benefits, prosecution under Section 1001 of Title 18 and Section apprentices must be paid the full amount of fringe benefits 231 of Title 31 of the United States Code, listed on the wage determination for the applicable (Ili) The contractor or subcontractor shall make the classification. If the Administrator determines that a records required under subparagraph A.3.(i) available for different practice prevails for the applicable apprentice Inspection, copying, or transcription by authorized classification,fringes shall be paid in accordance with that representatives of HUD or its designee or the Department determination. In the event the Office of Apprenticeship of Labor, and shall permit such representatives to Training, Employer and Labor Services, or a State interview employees during working hours on the job. If Apprenticeship Agency recognized by the Office, the contractor or subcontractor fails to submit the required withdraws approval of an apprenticeship program, the records or to make them available, HUD or its designee contractor will no longer be permitted to utilize may, after written notice to the contractor, sponsor, apprentices at less than the applicable predetermined rate applicant or owner, take such action as may be necessary for the work performed until an acceptable program is to cause the suspension of arty further payment, advance, approved. or guarantee of funds. Furthermore, failure to submit the (it) Trainees. Except as provided in 29 CFR 5.16, required records upon request or to make such records trainees will not be permitted to work at less than the available may be grounds for debarment action pursuant to predetermined rate for the work performed unless they are 29 CFR 5.12. employed pursuant ',to and individually registered in a 4. Apprentices and Trainees. program which has received prior approval, evidenced by (I) Apprentices. Apprentices will be permitted to work at formal certification by the U.S. Department of Labor, less than the predetermined rate for the work they Employment and Training Administration. The ratio of performed when they are employed pursuant to and trainees to journeymen on the job site shall not be greater Individually registered in a bona fide apprenticeship than permitted under the plan approved by the program registered with the U.S. Department of Labor, Employment and Training Administration. Every trainee Employment and Training Administration, Office of must be paid at not less than the rate specified In the Apprenticeship Training, Employer and Labor Services, or approved program for the trainee's level of progress, with a State Apprenticeship Agency recognized by the expressed as a percentage of the journeyman hourly rate Office, or If a person is employed in his or her first 90 specified in the applicable wage determination. Trainees days of probationary employment as an apprentice in such shall be paid fringe benefits in accordance with the an apprenticeship program, who is not individually provisions of the trainee program. If the trainee program registered in the program, but who has been certified by does not mention fringe benefits, trainees shall be paid the Office of Apprenticeship Training, Employer and Labor the full ,amount of fringe benefits listed on the wage Services or a Slate Apprenticeship Agency (where determination unless the Administrator of the Wage and appropriate) to be eligible for probationary employment as Hour Division determines that there is an apprenticeship an apprentice. The allowable ratio of apprentices to program associated with the corresponding journeyman Journeymen on the job site in any craft classification shall wage rate on the wage determination which provides for not be greater than the ratio permitted to the contractor as less than full fringe benefits for apprentices. Any to the entire work force under the registered program. Any employee listed on the payroll at a trainee rate who is not worker listed on a payroll at an apprentice wage rate,who registered and participating in a training plan approved by Previous editions are obsolete form HUD-010(06/2009) Page 3 of 5 ref.Handbook 1344.1 SF:16-5215-142605.doc/rev 12/2016 34 the Employment and Training Administration shall be paid awarded HUD contracts or participate in HUD programs not less than the applicable wage rate on the wage pursuant to 24.CFR Part 24. determination for the work actually performed. In addition, (II) No part of this contract shall be subcontracted to any any trainee performing work on the job. site in excess of person or firm ineligible for award 'of a Government the ratio permitted under the registered program shall be contract by virtue of Section 3(a) of the Davis-Bacon Act paid not less than the applicable wage rate on the wage or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or determination for the work actually performed. In the participate in HUD'programs pursuant to 24 CFR Part 24. event the Employment and Training Administration (Hi) The penalty for making false statements is prescribed withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than In the U.S. Criminal Code, 16 U.S.C. 1001. Additionally, the applicable predetermined rate for the work performed U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C., until an acceptable program is approved. "Federal Housing Administration transactions', provides in part: 'Whoever, for the purpose of. . . influencing in any (iii) Equal employment opportunity. The utilization of way the action of such Administration makes, utters or apprentices,trainees and Journeymen under 29 CFR Part 5 publishes any statement knowing the same to be false shall be in conformity with the equal' employment shall be fined not more than $5,000 or imprisoned not opportunity requirements of Executive Order 11246, as more than two years,or both.' amended,and 29 CFR Part 30. 11. Complaints, Proceedings, or Testimony by 5. Compliance with Copeland Act requirements. The Employees. No laborer or mechanic to whom the wage, contractor shall comply with the requirements of 29 CFR salary,or other labor standards provisions of this Contract Part 3 which are Incorporated by reference in this contract are applicable shall be discharged or in any other manner 6. Subcontracts. The contractor or subcontractor will discriminated against by the Contractor or any Insert in any subcontracts the clauses contained in subcontractor because such employee has filed any subparagraphs 1 through 11 in this paragraph A and such complaint or instituted or caused to be instituted any other clauses as HUD or Its designee may by appropriate proceeding or has testified or is about to testify in any instructions require, and a copy of the applicable proceeding under or relating to the labor standards prevailing wage decision, and also a clause requiring the applicable under this Contract to his employer. subcontractors to include these clauses in any lower tier B. Contract Work Hours and Safety Standards Act. The subcontracts. The prime contractor shall be responsible provisions of this paragraph B are applicable where the amount of the for the compliance by any subcontractor or lower tier prime contract exceeds 5100,000. As used in this paragraph, the subcontractor with all the contract clauses In this terms"laborers°and"mechanics"include watchmen and guards. paragraph. (1) Overtime requirements. No contractor or subcontractor 7. Contract termination; debarment. A breach of the contracting for any part of the contract work which may require or contract clauses in 29 CFR 5.5 may be grounds for involve the employment of laborers or mechanics shall require Or termination of the contract and for debarment as a permit any such laborer or mechanic in any workweek in which the contractor and a subcontractor as provided in 29 CFR Individual is employed on such work to work In excess of 40 hours in 5.12. . such workweek unless such laborer or mechanic receives 8. Compliance with Davis-Bacon and Related Act Requirements. compensation at a rate not less than one and one-half times the basic All rulings and interpretations of the Davis-Bacon and- rate of pay for all hours worked in excess of 40 hours in such Related Acts contained in 29 CFR Parts 1, 3, and 5 are workweek. herein incorporated by reference in this contract (2) Violation; liability for unpaid wages; liquidated 9. Disputes concerning labor standards. Disputes damages. In the event of any violation of the clause set arising out of the labor standards provisions of this forth in subparagraph (1) of this paragraph, the contractor contract shall not be subject to the general disputes and any subcontractor responsible therefor shall be liable clause of this contract. Such disputes shall be resolved in for the unpaid wages. In addition, such contractor and accordance with the procedures of the Department of subcontractor shall be liable to the United States (in the Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes case of work done under contract for the District of within the meaning of this clause include disputes between Columbia or a territory, to such District or to such the contractor (or any of its subcontractors) and HUD or 'territory), for liquidated damages. Such liquidated its designee, the U.S. Department of Labor, or the damages shall be computed with respect to each individual employees or their representatives. laborer or mechanic, including watchmen and guards, 10. (I) Certification of Eligibility. By entering into this employed in violation of the clause set forth in contract the contractor certifies that neither It (nor he or subparagraph (1)of this paragraph, in the sum of$10 for each she) nor any person or firm who has an interest in the calendar day on which such individual was required or permitted to contractor's firm is a person or firm ineligible to be work in excess of the standard workweek of 40 hours without payment awarded Government contracts by virtue of Section 3(a)of of the overtime wages required by the clause set forth in sub the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be paragraph(1)of this paragraph. Previous editions are obsolete form HUD-4010(06i2009) Page 4 of 5 ref.Handbook 1344.1 SF:16-5215-142605.doc/rev 12/2016 35 (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth In subparagraph(2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these ' clauses in any lower tier subcontracts. The prime • contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety. The provisions of this paragraph C are applicable where the amount of the prime contract exceeds$100,000. (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours'and Safety Standards Act, (Public Law 91-54, 83 Stat 96). 40 USC 3701 et seq. (3) The contractor shall include the provisions of this paragraph in every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontractor as the Secretary of Housing and Urban Development or the • Secretary of Labor shall direct as a means of enforcing such provisions. • Previous editions are obsolete form HUD-4010(06/2009) • Page 5 of 5 ref.Handbook 1344.1 SF:16-5215-142605.doc/rev 12/2016 36 EXHIBIT C United States Department of Labor Office of Federal Contract Compliance Programs Office of Federal Contract Compliance Programs(OFCCP) Executive Order 11246,As Amended —DISCLAIMER— Executive Order 11246—Equal Employment Opportunity SOURCE:The provisions of Executive Order 11246 of Sept.24,1965,appear at 30 FR 12319,12935,3 CFR,1964- 1965 Comp.,p.339,unless otherwise noted. Under and by virtue of the authority vested in me as President of the United States by the Constitution and statutes of the United States,it is ordered as follows: • Part I—Nondiscrimination in Government Employment [Part I superseded by E0 11478 of Aug.8,1969,34 FR 12985,3 CFR,1966-1970 Comp.,p.803] Part II-Nondiscrimination in Employment by Government Contractors and Subcontractors Subpart A—Duties of the Secretary of Labor SEC. 201 The Secretary of Labor shall be responsible for the administration and enforcement of Parts II and III of this Order.The Secretary shall adopt such rules and regulations and issue such orders as are deemed necessary and appropriate to achieve the purposes of Parts II and III of this Order. [Sec.201 amended by EO 12086 of Oct.5,1978,43 FR 46501,3 CFR,1978 Comp.,p.230] Subpart B—Contractors'Agreements SEC.202 Except in contracts exempted in accordance with Section 204 of this Order,all Government contracting agendes shall indude in every Government contract hereafter entered into the following provisions: During the performance of this contract,the contractor agrees as follows: 1.The contractor will not discriminate against any employee or applicant for employment because of race,color, religion,sex,sexual orientation,gender identity,or national origin.The contractor will take affirmative action to ensure that applicants are employed,and that employees are treated during employment,without regard to their race,color,religion,sex,sexual orientation,gender identity,or national origin.Such action shall indude, but not be limited to the following:employment,upgrading,demotion,or transfer;recruitment or recruitment advertising;layoff or termination;rates of pay or other forms of compensation;and selection for training, induding apprenticeship.The contractor agrees to post in conspicuous places,available to employees and applicants for employment,notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination cause. SF:16-5215-142605.doc/rev 12/2016 37 2.The contractor will,in all solicitations or advancements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race,color, religion,sex,sexual orientation,gender identity,or national origin. 3.The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about,discussed,or disclosed the compensation of the employee or applicant or another employee or applicant.This provision shall not apply to Instances In which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information,unless such disclosure is in response to a formal complaint or charge,in furtherance of an Investigation,proceeding,hearing,or action,including an investigation conducted by the employer,or is consistent with the contractor's legal duty to furnish information. 4.The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding,a notice,to be provided by the agency contracting officer,advising the labor union or workers'representative of the contractor's commitments under Section 202 of Executive Order No.11246 of September 24,1965,and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5.The contractor will comply with all provisions of Executive Order No.11246 of Sept.24,1965,and of the rules, regulations,and relevant orders of the Secretary of Labor. 6.The contractor will furnish all innformation and reports required by Executive Order No.11246 of September 24, 1965,and by the rules,regulations,and orders of the Secretary of Labor,or pursuant thereto,and will permit access to his books,records,and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,regulations,and orders. 7.In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules,regulations,or orders,this contract may be cancelled,terminated,or suspended In whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No.11246 of Sept.24,1965,and such other sanctions may be imposed and remedies invoked as provided in Executive Order No.11246 of September 24,1965,or by rule,regulation,or order of the Secretary of Labor,or as otherwise provided by law. 8.The contractor will include the provisions of paragraphs(1)through(8)in every subcontract or purchase order unless exempted by rules,regulations,or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No.11246 of September 24,1965,so that such provisions will be binding upon each subcontractor or vendor.The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided,however,that in the event the contractor becomes involved in,or is threatened with, litigation with a subcontractor or vendor as a result of such direction,the contractor may request the United States to enter Into,such litigation to protect the Interests of the United States.[Sec.202 amended by EO 11375 of Oct.13,1967,32 FR 14303,3 CFR,1966-1970 Comp.,p.684,EO 12086 of Oct.5,1978,43 FR 46501,3 CFR,1978 Comp.,p.230,EO 13665 of April 8,2014,79 FR 20749,EO 13672 of July 21,2014,79 FR 42971] SEC.203 a.Each contractor having a contract containing the provisions prescribed in Section 202 shall file,and shall cause each of his subcontractors to file,Compliance Reports with the contracting agency or the Secretary of Labor as may be directed.Compliance Reports shall be filed within such times and shall contain such information as to the practices,polities,programs,and employment policies,programs,and employment statistics of the contractor and each subcontractor,and shall be in such form,as the Secretary of Labor may prescribe. b.Bidders or prospective contractors or subcontractors may be required to state whether they have partidpated in any previous contract subject to the provisions of this Order,or any preceding similar Executive order,and in • SF:16-5215-142605.doc/rev 12/2016 38 • • • that event to submit,on behalf of themselves and their proposed subcontractors,Compliance Reports prior to or as an initial part of their bid or negotiation of a contract: c.Whenever the contractor or subcontractor has a collective bargaining agreement or other contract or understanding with a labor union or an agency referring workers or providing or supervising apprenticeship or training for such workers,the Compliance Report shall include such information as to such labor union's or agency's practices and policies affecting compliance as the Secretary of Labor may prescribe:Provided,that to the extent such information is within the exclusive possession of a labor union or an agency referring workers or providing or supervising apprenticeship or training and such labor union or agency shall refuse to furnish such information to the contractor,the contractor shall so certify to the Secretary of Labor as part of its Compliance Report and shall set forth what efforts he has made to obtain such information. d.The Secretary of Labor may direct that any bidder or prospective contractor or subcontractor shall submit,as part of his Compliance Report,a statement in writing,signed by an authorized officer or agent on behalf of any labor union or any agency referring workers or providing or supervising apprenticeship or other training,with which the bidder or prospective contractor deals,with supporting information,to the effect that the signer's practices and policies do not discriminate on the grounds of race,color,religion,sex,sexual orientation,gender identity,or national origin,and that the signer either will affirmatively cooperate in the implementation of the policy and provisions of this Order or that it consents and agrees that recruitment,employment,and the terms and conditions of employment under the proposed-contract shall be in accordance with the purposes and provisions of the order.In the event that the union,or the agency shall refuse to execute such a statement,the Compliance Report shall so certify and set forth what efforts have been made to secure such a statement and such additional factual material as the Secretary of Labor may require. [Sec.203 amended by EO 11375 of Oct.13,1967,32 FR 14303,3 CFR,1966-1970 Comp.,p.684;EO 12086 of Oct. 5,1978,43 FR 46501,3 CFR,1978 Comp.,p.230,EO 13672 of July 21,2104,79 FR 42971] SEC.204 a.The Secretary of Labor may,when the Secretary deems that special circumstances in the national interest so require,exempt a contracting agency from the requirement of induding any or all of the provisions of Section 202 of this Order in any specific contract,subcontract,or purchase order. b.The Secretary of Labor may,by rule or regulation,exempt certain classes of contracts,subcontracts,or purchase orders(1)whenever work is to be or has been performed outside the United States and no recruitment of workers within the limits of the United States is Involved;(2)for standard commercial supplies or raw materials;(3)involving less than specified amounts of money or specified numbers of workers;or(4)to the extent that they involve subcontracts below a specified tier. c.Section 202 of this Order shall not apply to a Government contractor or subcontractor that is a religious corporation,association,educational institution,or society,with respect to the employment of individuals of a particular religion to perform work connected with the carrying on by such corporation,association,educational institution,or society,of its activities.Such contractors and subcontractors are not exempted or excused from complying with the other requirements contained in this Order. d.The Secretary of Labor may also provide,by rule,regulation,or order,for the exemption of facilities of a contractor that are in all respects separate and distinct from activities of the contractor related to the performance of the contract:provided,that such an exemption will not interfere with or impede the effectuation of the purposes of this Order:and provided further,that in the absence of such an exemption all facilities shall be covered by the provisions of this Order. [Sec.204 amended by EO 13279 of Dec 16,2002,67 FR 77141,3 CFR,2002 Comp.,p.77141—77144] Subpart C—Powers and Duties of the Secretary of Labor and the Contracting Agencies SF:16-5215-142605.doc/rev 12/2016 39 • SEC. 205 The Secretary of Labor shall be responsible for securing compliance by all Government contractors and subcontractors with this Order and any implementing rules or regulations.All contracting agendes shall comply with the terms of this Order and any implementing rules,regulations,or orders of the Secretary of Labor.Contracting agendes shall cooperate with the Secretary of Labor and shall furnish such information and assistance as the Secretary may require. [Sec.205 amended by EO 12086 of Oct.5,1978,43 FR 46501,3 CFR,1978 Comp.,p.230] SEC. 206 a.The Secretary of Labor may investigate the employment practices of any Government contractor or subcontractor to determine whether or not the contractual provisions specified in Section 202 of this Order have been violated.Such investigation shall be conducted in accordance with the procedures established by the Secretary of Labor. b.The Secretary of Labor may receive and investigate complaints by employees or prospective employees of a Government contractor or subcontractor which allege discrimination contrary to the contractual provisions specified in Section 202 of this Order. [Sec.206 amended by EO 12086 of Oct.5,1978,43 FR 46501,3 CFR,1978 Comp.,p.230] SEC.207 The Secretary of Labor shall use his/her best efforts,directly and through Interested Federal,State,and local agendes, contractors,and all other available instrumentalities to cause any labor union engaged in work under Government contracts or any agency referring workers or providing or supervising apprenticeship or training for or in the course of such work to cooperate in the implementation of the purposes of this Order.The Secretary of Labor shall,in appropriate cases,notify the Equal Employment Opportunity Commission,the Department of Justice,or other appropriate Federal agendes whenever it has reason to believe that the practices of any such labor organization or agency violate Title VI or Title VII of the Civil Rights Act of 1964 or other provision of Federal law. [Sec 207 amended by EO 12086 of Oct.5,1978,43 FR 46501,3 CFR,1978 Comp.,p.230] • SEC. 208 • a.The Secretary of Labor,or any agency,officer,or employee in the executive branch of the Government designated by rule,regulation,or order of the Secretary,may hold such hearings,public or private,as the Secretary may deem advisable for compliance,enforcement,or educational purposes. b.The Secretary of Labor may hold,or cause to be held,hearings in accordance with Subsection of this Section prior to imposing,ordering,or recommending the imposition of penalties and sanctions under this Order.No order fordebarment of any contractor from.further Government contracts under Section 209(6)shall be made without affording the contractor an opportunity for a hearing. Subpart D—Sanctions and Penalties SEC. 209 In accordance with such rules,regulations,or orders as the Secretary of Labor may issue.or adopt,the Secretary may: 1.Publish,or cause to be published,the names of contractors or unions which it has conduded have complied or 'have failed to comply with the provisions of this Order or of the rules,regulations,and orders of the Secretary of Labor. 2.Recommend to the Department of Justice that,in cases in which there is substantial or material violation or the threat of substantial or material violation of the contractual provisions"set forth in Section 202 of this Order, appropriate proceedings be brought to enforce those provisions,including the enjoining,within the limitations SF:16-5215-142605.doc/rev 12/2016 40 of applicable law,of organizations,individuals,or groups who prevent directly or indirectly,or seek to prevent directly or indirectly,compliance with the provisions of this Order. 3.Recommend to the Equal Employment Opportunity.Commission or the Department ofJustice that appropriate proceedings be instituted under Title VII of the Civil Rights Act of 1964. 4.Recommend to the Department of Justice that criminal proceedings be brought for the furnishing of false information to any contracting agency or to the Secretary of Labor as the case may be. 5.After consulting with the contracting agency,direct the contracting agency to cancel,terminate,suspend,or cause to be cancelled,terminated,or suspended,any contract,or any portion or portions thereof,for failure of the contractor or subcontractor to comply with equal employment'opportunity provisions of the contract. Contracts may be cancelled,terminated,or suspended absolutely or continuance of contracts may be conditioned upon a program for future compliance approved by the Secretary of Labor. • 6.Provide that any contracting agency shall refrain from entering Into further contracts,or extensions or other modifications of existing contracts,with any noncomplying contractor,until such contractor has satisfied the Secretary of Labor that such contractor has established and will carry out personnel and employment policies in compliance with the provisions of this Order. (b)Pursuant to rules and regulations prescribed by the Secretary of Labor,the Secretary shall make reasonable efforts, within a reasonable time limitation,to secure compliance with the contract provisions of this Order by methods of conference,conciliation,mediation,and persuasion before proceedings shall be instituted under subsection(a)(2)of this Section,or before a contract shall be cancelled or terminated in whole or in part under subsection(a)(5)of this Section. [Sec.209 amended by EO 12086 of Oct.5,1978,43 FR 46501,3 CFR,1978 Comp.,p.230] SEC. 210 Whenever the Secretary of Labor makes a determination under Section 209,the Secretary shall promptly notify the appropriate agency.The agency shall take the action directed by the Secretary and shall report the results of the action it has taken to the Secretary of Labor within such time as the Secretary shall specify.If the contracting agency fails to take the action directed within thirty days,the Secretary may take the action directly. [Sec.210 amended by EO 12086 of Oct 5,1978,43 FR 46501,3 CFR,1978 Comp.,p 230] SEC.211 If the Secretary shall so direct,contracting agencies shall not enter into contracts with any bidder or prospective contractor unless the bidder or prospective contractor has satisfactorily complied with the provisions of this Order or submits a program for corn pliance acceptable to the Secretary of Labor. [Sec.211 amended by EO 12086 of Oct.5,1978,43 FR 46501,3 CFR,1978 Comp.,p.230] SEC. 212 When a contract has been cancelled or terminated under Section 209(a)(5)or a contractor has been debarred from further Government contracts under Section 209(a)(6)of this Order,because of noncompliance with the contract provisions specified in Section 202 of this Order,the Secretary of Labor shall promptly notify the Comptroller General of the United States. [Sec.212 amended by EO 12086 of Oct.5,1978,43 FR 46501,3 CFR,1978 Comp.,p.230] Subpart E—Certificates of Merit SEC.213 SF:16-5215-142605.doc/rev 12/2016 41 The Secretary of Labor may provide for issuance of a United States Government Certificate of Merit to employers or labor unions,or other agencies which are or may hereafter be engaged in work under Government contracts,if the Secretary Is satisfied that the personnel and employment practices of the employer,or that the personnel,training,apprenticeship, membership,grievance and representation,upgrading,and other practices and policies of the labor union or other agency conform to the purposes and provisions of this Order. SEC. 214 Any Certificate of Merit may at any time be suspended or revoked by the Secretary of Labor if the holder thereof,in the judgment of the Secretary,has failed to comply with the provisions of this Order. SEC.215 The Secretary of Labor may provide for the exemption of any employer,tabor union,or other agency from any reporting requirements imposed under or pursuant to this Order if such employer,labor union,or other agency has been awarded a Certificate of Merit which has not been suspended or revoked. Part III—Nondiscrimination Provisions in Federally Assisted Construction Contracts SEC.301 Each executive department and agency,which administers a program involving Federal financial assistance shall require as a condition for the approval of any grant,contract,loan,insurance,or guarantee thereunder,which may involve a construction contract,that the applicant for Federal assistance undertake and agree to incorporate,or cause to be incorporated,into all construction contracts paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to such grant,contract,loan,insurance,or guarantee,or undertaken pursuant to any Federal program involving such grant,contract,loan,insurance,or guarantee,the provisions prescribed for Government contracts by Section 202 of this Order or such modification thereof,preserving in substance the contractor's obligations thereunder,as may be approved by the Secretary of Labor, together with such additional provisions as the Secretary deems appropriate to establish and protect the interest of the United States in the enforcement of those obligations.Each such applicant shall also undertake and agree(1)to assist and cooperate actively with the Secretary of Labor in obtaining the compliance of contractors and subcontractors with those contract provisions and with the rules,regulations and relevant orders of the Secretary,(2)to obtain and to furnish to the Secretary of Labor such information as the Secretary may require for the supervision of such compliance, (3)to carry out sanctions and penalties for violation of such obligations imposed upon contractors and subcontractors by the Secretary of Labor pursuant to Part II,Subpart D,of this Order,and(4)to refrain from entering into any contract subject to this Order,or extension or other modification of such a contract with a contractor debarred from Government contracts under Part II,Subpart D,of this Order. [Sec.301 amended by EO 12086 of Oct.5,1978,43 FR 46501,3 CFR,1978 Comp:,p.230] SEC.302 a."Construction contract"as used in this Order means any contract for the construction,rehabilitation,alteration, conversion,extension,or repair of buildings,highways,or other improvements to real property. b.The provisions of Part II of this Order shall apply to such construction contracts,and for purposes of such application the administering department or agency shall be considered the contracting agency referred to therein. c.The term"applicant"as used in this Order means an applicant for Federal assistance or,as determined by agency regulation,other program participant,with respect to whom an application for any grant,contract,loan, insurance,or guarantee is not finally acted upon prior to the effective date of this Part,and it includes such an applicant after he/she becomes a recipient of such Federal assistance. SEC.303 SF:16-5215-142605.doc/rev 12/2016 42 r a.The Secretary of Labor shall be responsible for obtaining the compliance of such applicants with their undertakings under this Order.Each administering department and agency is directed to cooperate with the Secretary of Labor and to furnish the Secretary such information and assistance as the Secretary may require in the performance of the Secretary's functions under this Order. b.In the event an applicant fails and refuses to comply with the applicant's undertakings pursuant to this Order, the Secretary of Labor may,after consulting with the administering department or agency,take any or all of the following actions:(1)direct any administering department or agency to cancel,terminate,or suspend in whole or in part the agreement,contract or other arrangement with such applicant with respect to which the failure or refusal occurred;(2)direct any administering department or agency to refrain from extending any further assistance to the applicant under the program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has been received by the Secretary of Labor from such applicant; and(3)refer the case to the Department of Justice or the Equal Employment Opportunity Commission for appropriate law enforcement or other proceedings. c.In no case shall action be taken with respect to an applicant pursuant to dause(1)or(2)of subsection(b) without notice and opportunity for hearing. [Sec.303 amended by EO 12086 of Oct.5,1978,43 FR 46501,3 CFR,1978 Comp.,p.230] SEC.304 Any executive department oragency which imposes by rule,regulation,or order requirements of nondiscrimination in employment,other than requirements imposed pursuant to this Order,may delegate to the Secretary of Labor by agreement such responsibilities with respect to compliance standards,reports,and procedures as would tend to bring the administration of such requirements into conformity with the administration of requirements imposed under this Order:Provided,That actions to effect compliance by redpients of Federal financial assistance with requirements , imposed pursuant to Title VI of the Civil Rights Act of 1964 shall be taken in conformity with the procedures and limitations;prescribed in Section 602 thereof and the regulations of the administering department or agency issued thereunder. Part IV—Miscellaneous SEC.401 The Secretary of Labor may delegate to any officer,agency,or employee in the Executive branch of the Government, any function or duty of the Secretary under Parts II and III of this Order. [Sec.401 amended by EO 12086 of Oct.5,1978,43 FR 46501,3 CFR,1978 Comp.,p.230] SEC.402 The Secretary of Labor shall provide administrative support for the execution of the program known as the"Plans for Progress." SEC.403 a.Executive Orders Nos.10590(January 19,1955),10722(August 5,1957),10925(March 6,1961),11114 (June 22,1963),and 11162(July 28,1964),are hereby superseded and the President's Committee on Equal • Employment Opportunity established by Executive Order No.10925 is hereby abolished.All records and property in the custody of the Committee shall be transferred to the Office of Personnel Management and the Secretary of Labor,as appropriate. b.Nothing in this Order shall be deemed to relieve any person of any obligation assumed or imposed under or pursuant to any Executive Order superseded by this Order.All rules,regulations,orders,instructions, • designations,and other directives issued by the President's Committee on Equal Employment Opportunity and those issued by the heads of various departments or agencies under or pursuant to any of the Executive orders superseded by this Order,shall,to the extent that they are not inconsistent with this Order,remain in full force SF:16-5215-142605.doc/rev 12/2016 43 and effect unless and until revoked or superseded by appropriate authority.References in such directives to . provisions of the superseded orders shall be deemed to be references to the comparable provisions of this Order. [Sec:403 amended by EO 12107 of Dec.28,1978,44 FR 1055,3 CFR,1978 Comp.,p,264] SEC.404 The General Services Administration shall take appropriate action to revise the standard Government contract forms to accord with the provisions of this Order and of the rules and regulations of the Secretary of Labor. SEC.405 This Order shall become effective thirty days after the date of this Order. • SF:16-5215-,142605.doc/rev 12/2016 44 • THE FINAL PREMIUM IS Bond No. 101498215 PREDICATED ON THE Premium:$3,951.00 FINAL CONTRACT AMOUNT PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: 7:3.2 o WHEREAS, City of Huntington Beach (hereafter referred to as"City") has, by written agreement dated 1 30 , 20Z.(0 , entered into a contract with Nobest Incorporated 7600 Acacia Ave., Garden Grove, CA 92841 (Contractor's Name and Address) (hereafter referred to as"Principal")for performance of the work described as follows: Residential Zone Maintenance Zone 3 ADA Curb Ramp Project, CC-1838 (Project Title) WHEREAS, said contract, and all documents referenced therein (hereinafter collectively "Contract"), are incorporated herein by this reference made a part hereof as though set forth herein in full; and Said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt, full and faithful performance of said Contract, by a duly admitted surety insurer under the laws of the State of California(hereinafter referred to as"Surety"); and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitations as shown in said circular to provide bonds in the amount required by said Contract; and Surety has provided financial strength ratings from reputable companies,such as from A.M. Best, Moody's, or Standard &Poor's, to validate that Surety has positive ratings of being secure or stable;and Surety is registered and listed with the California Department of Insurance, NOW,THEREFORE,we, the undersigned, as Principal, and Merchants Bonding Company(Mutual) 6700 Westown Parkway,West Des Moines, IA 50266 (Surety's Name and Address) as Surety, are held and firmly bound unto City in the penal sum of One Hundred Ninety-Six Thousand Seven Hundred and 00/100 Dollars ($196,700.00 ), 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. 1 5-4584/11 71 74 Page 1 of 2 Bond No. 101498215 The obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which survive completion of the work. IN WITNESS WHEREOF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: January 15th,2026 ATTEST [Corporate Seal] NobestIncor•orated (Principal Name) By: ii WW1._ Name: TIP . �� t�b ► . V Title: jJQ ATTEST [Corporate Seal] Mer s B ndin Company( ual) (Sur y N e) By: Name: aunna Rozelle Ostro ,Attorney-in-Fact (Signature of Attorney-in-Fact for Surety) (800)678-8171 (Attach Attorney-in-Fact Certificate) (Area Code&Telephone Number for Surety) APPROVED, S TO FORM; By: /} t Michael J.Vi liotta, City Attorney NOTES:This bond must be executed in duplicate and dated,all signatures must be notarized,and evidence of the authority of any person signing as attorney-in-fact must be attached. 1 5-4584/11 71 74 Page 2 of 2 PERFORMANCE BOND 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 Di f 3Q /.Zoe before me, Aileen Palermo, Notary Public Date Here Insert Name and Title of the Officer personally appeared LLv212.1 r I NfDDL.N.N.l! 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. AILEENPALERMO WITNESS my hand and official seal. .4111, . Commission N 2489664 Notary Public-California Reisrg) \f^4,i oRANGE.County Signature . , ; My Comm;Expires,MAY 9,2028 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: 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 01/15/2026 before me, Laura Conlon, Notary Public (insert name and title of the officer) personally appeared Shaunna Rozelle Ostrom 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. CONLONWITNESS my hand and official seal. 72.211'2.17.2m2.2.2.22-211RA COMM.#2521232 NNotary Public-California C ORANGE COUNTY ay Comm.Expires Jun 20,2029�( Signature (Seal) Laura onion .1111111 MERCHANTSBond No.101498215 BONDING COMPANYT. POWER OF ATTORNEY KnowAll 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, Adrian Langrell;Arturo Ayala;Ben Stong;Benjamin Wolfe;Chelsea Liberatore;Daniel Huckabay;Dwight Reilly;Frank Morones;Magdalena R Wolfe;R Nappi;Robert Wood;Shaunna Rozelle Ostrom their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the 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 25th day of August , 2025 • MERCHANTS BONDING COMPANY(MUTUAL) .tp\Nc co.. •...... ...• `�NALIN0•., MERCHANTS NATIONAL BONDING,INC. •° Po ° '� Po 4•'. �o ' MERCHANTS NATIONAL INDEMNITY COMPANY GOR R4j;.„,.• ' ,...,0 Q4 f•;y; :2.-0- R y�v �,, . 'r -0- o:� :x 2 �'fl: :12 '�' •aE" E3;:a:— -o rye - •T; in � ., 1933 'C•ci: 'xE 2003 :•',�= ;Zv: 'D: 774- . '747 By STATE OF IOWA COUNTY OF DALLAS ss. On this 25th day of August 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 Boards of Directors. 4P05,4 Penni Miller o %v Commission Number 787952 • .�.,. • My Commission Expires IOWA 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 on this 15th day of January ,2026 , j; 0 •-0- G' :Ze.r -0- a'tit 'L.% 1. '�' .x,, ;�:oa:. :2; :a log Secretary ••0% 1933 :..,. ••• 2003 ,,4", :2J, 7D; •.1k;'' 4ate �=a�k•.., '..:/.. :dy;•' .=*tea:. .. ... POA 0018 (5/25) THE FINAL PREMIUM IS Bond No. 101498215 PREDICATED ON THE FINAL CONTRACT AMOUNT PAYMENT BOND • (LABOR AND MATERIAL) KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach (hereafter referred to as"City") has awarded to Nobest Incorporated 7600 Acacia Ave., Garden Grove, CA 92841 (Contractor's Name and Address) (hereafter referred to as"Principal"), a contract("Contract")for the work described as follows: Residential Zone Maintenance Zone 3 ADA Curb Ramp Project, CC-1838 (Project Title) WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to furnish a bond to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law, by a duly admitted surety insurer under the laws of the State of California (hereinafter referred to as"Surety"); and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitation, as shown in said circular to provide bonds in the amount required by said Contract; and Surety has provided financial strength ratings from reputable companies, such as from A.M. Best, Moody's or Standard &Poor's, to validate that Surety has positive ratings of being secure or stable; and Surety has provided financial strength ratings from reputable companies, such as from A.M. Best, Moody's, or Standard & Poor's,to validate that Surety has positive ratings of being secure or stable; and Surety is registered and listed with the California Department of Insurance, NOW,THEREFORE,we, the undersigned, as Principal, and Merchants Bonding Company(Mutual) 6700 Westown Parkway,West Des Moines, IA 50266 (Surety's Name and Address) as Surety, are held and firmly bound unto City in the penal sum of One Hundred Ninety-Six Thousand Seven Hundred and 00/100 Dollars ($196,700.00 ), 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: January 15th,2026 ATTEST [Corporate Seal] Nobest Incorsora (Principal Name By: de:awn Nam �1b7 Title: . ATTEST [Corporate Seal] M c an Q Bonding om an (Mutual) (S \_y By: I` Name: Shaunna Rozelle Ostrom,Attorney-in-Fact (Signature of Attorney-in-Fact for Surety) (800)678-8171 (Attach Attorney-in-Fact Certificate) (Area Code&Telephone Number for Surety) APPROVED S TO FORM:. By: V r Michael J.Vigliotta, City Attorney Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. 1 5-4584/1 1 7357 Page 2 of 2 PAYMENT BOND • • 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 DI) 30/2O2 before me, Aileen Palermo, Notary Public Date Here Insert Name and Title of the Officer personally appeared LA1212 DC-6.1.3 I\f0OLAN.11 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. 4t1c, AILEENPALERMO WITNESS my hand and official seal. Commission#Ca omi 664 '7 NderyPubGc-California .-Plew-yorttecto I�� � ORANGE Canty uL,i My Comm>Expirea,M YI9,20 8_ 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: 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 01/15/2026 before me, _ Laura Conlon, Notary Public (insert name and title of the officer) personally appeared Shaunna Rozelle Ostrom 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. zzAW-l`<<^�.>� LAURA CONLON COMM.#2521232 - �i co,f1-7r Notary Public-California u j ORANGE COUNTY a MyComm.Expires Jun 20,2029NN Signature Seal �i Laura Con on • MERCHANTSBond No. 101498215 '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, Adrian Langrell;Arturo Ayala;Ben Stong;Benjamin Wolfe;Chelsea Liberatore;Daniel Huckabay;Dwight Reilly;Frank Morones;Magdalena R Wolfe;R Nappi;Robert Wood;Shaunna Rozelle Ostrom their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the 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 25th day of August , 2025 • MERCHANTS BONDING COMPANY(MUTUAL) ,. .A•. . `PitONA�' .•,``pNALlkp•.� MERCHANTS NATIONAL BONDING,INC. �: ��':, - MERCHANTS NATIONAL INDEMNITY COMPANY ;ti0:p(iP0/jq..... •+41...Rq•.o .=p,P�;FOgy�•.y% .a:` i3':¢i` o o; .z; in: %:'?1.7..... ..m.. ... .5. ...... ...'W %t*,.. ...,;§4.. By ifil7 7 STATE OF IOWA COUNTY OF DALLAS ss. On this 25th day of August 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 Boards of Directors. .kv• aiA<S Penni Miller_ , o v Commission Number 787952 z 0.`G r • .m. • My Commission Expires IO'M 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 15th day of January ,2026 • .ap1NG Cps• • °.....N4, •49 .`�pA.... aj6r6(06?'‘f/L1 '4°•oRPog9•.Os •• ..'sPoR.,3: ?.•;00q .y:• .a;— c••.C• ,2: .al :o• Secretary Vi a: 1933 z 4"': V i. 2003 I, : •o' :D POA 0018(5/25) - je.Y.s.,i I 0 DATE(Id61/0D/YYYY) AFRO CERTIFICATE OF LIABILITY INSURANCE 01/08/2026 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 he endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT Catherine Montoya NAME: Milestone Risk Management&Insurance Services (PAHONE Eat): (949)852-0909 FAX No): (949)852-1131 License No.OB72766 E-MAIL cmontoya@milestonepromise.com ADDRESS: 8 Corporate Park,Suite 130 INSURER(S)AFFORDING COVERAGE NAIC M Irvine CA 92606 INSURER A: Hartford Fire Ins Co 19682 INSURED INSURER B: Trumbull Insurance Company 27120 Nobest,Inc. INSURER C: Hartford Casualty Insurance Co 29424 P.O.Box 874 INSURER D: Sentinel Insurance Co.,Ltd. 11000 INSURER E: Westminster CA 92684 INSURER F: COVERAGES CERTIFICATE NUMBER: 25-26 MASTER 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 SHOVvN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUM/ POLICY EFF POLICY EXP LIMITS LTB TYPE OF INSURANCE INS° wvo POLICY NUMBER IMM /Y JDDYYY) (h16 YY 11DD/YY) X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1.000,000 DAMAGE TO RENTED 300,000 CLAIMS.MADE I Xl OCCUR PREMISES(Ea occnaence) $ MED EXP(Any one person) $ Excluded A Y 72UEABHOAR6 10/01/2025 10/01/2026 pERSONALdADVINJURY s 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2,000,000 POLICY X PRO- I I LOC PRODUCTS-COMP/OPAGG S 2,000,000 JECT OTHER: S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ — B OWNED SCHEDULED 72UEACI3429 10/01/2025 10/01/2026 BODILY INJURY(Per accident) $ _ AUTOS ONLY _AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ _ AUTOS ONLY _ AUTOS ONLY (Per accident) X Comp$1k X Coll$1k $ UMBRELLA LIAR X OCCUR EACH OCCURRENCE S 4,000,000 C X EXCESS LIAB CLAIMS-MADE 72HHABHOATW 10/01/2025 10/01/2026 AGGREGATE S 4,000,000 OLD RETENTION$ 5 WORKERS COMPENSATION AND EMPLOYERS'LIABILITYX STATUTE ERII Y/N 1 D ANY PROPRIETOR/PARTNER/EXECUTIVE Y NIA Y 72WEAAT6WEH 10/01/2025 10/01/2026 E.L.EACH ACCIDENT $ , , OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1.000,000 If yes,descnbe under 1000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S , Limit $100,000 Rented/Leased Equipment A 72MSZN3454 10/01/2025 10/01/2026 Ded. $1,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached II more space Is required) Re CC-1838 Zone 3 ADA Curb Ramp Project City of Huntington Beach,its officers,elected or appointed officials,employees,agent and volunteers are included as Additional Insured on a Primary Non- Contributory basis,as required by written contract with respect to General Liability,per attached forin. Waiver of Subrogation is in favor of the Additional Insured,with respect to WC,where required by written contract,perAtt4300:1E-O AS TO FORM, 30 Days Notice of Cancellation except 10 days for non-payment of premium. By: CERTIFICATE HOLDER CANCELLATION MICHAE:L J.VIuLIOTTA Lit Y ATTORNEY I�[� SHOULD ANY OF THE AMA fSt1)i'ti���L afPM &!FiA LLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Huntington Beach ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street AUTHORIZED REPRESENTATIVE PO.Box 190 f ) (— Huntington Beach CA 92648 �7C;7_t:il_e.-'r_.G %r F'- / /lf}J":.GEC- e"L'_� I r O 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 26(2016103) The ACORD name and logo are registered marks of ACORD • AGENCY CUSTOMER ID: 00000339 LOC ff: Accomv ADDITIONAL REMARKS SCHEDULE Page of AGENCY NAMED INSURED Milestone Risk Management&Insurance Services Nobest,Inc. POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance:Notes ATTACHED SPECIFIC Al • • • � I ACORD 101(2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Additional Named Insureds Other Named Insureds RI.N Rentals Additional Named Insured • OFAPPINF(02/2007) COPYRIGHT 2007,AMS SERVICES INC Policy Number: 72UEABHOAR6 THE HARTFORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - OPTION I This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Designated Project(s)Or Location(s) Or Organization(s): Of Covered Operations: CITY OF HUNTINGTON BEACH, ITS OFFICERS, ELECTED OR APPOINTED OFFICIALS, EMPLOYEES, CC-1838 Zone 3 ADA Curb Ramp Project AGENTS AND VOLUNTEERS Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. With respect to those person(s) or organization(s) shown in the Schedule above when you have agreed in a written contract or written agreement to provide insurance such as is afforded under this policy to them, Subparagraph f., Any Other Party, under the Additional Insureds When Required By Written Contract, Written Agreement Or Permit Paragraph of Section II —Who Is An Insured is replaced with the following: f. Any Other Party Any other person or organization who is not an insured under Paragraphs a. through e. above, but only with respect to liability for"bodily injury", "property damage" or"personal and advertising injury"caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (1) In the performance of your ongoing operations for such additional insured at the project(s) or location(s) designated in the Schedule; (2) In connection with your premises owned by or rented to you and shown in the Schedule; or (3) In connection with "your work" for the additional insured at the project(s) or location(s) designated in the Schedule and included within the"products-completed operations hazard", but only if: (a) The written contract or written agreement requires you to provide such coverage to such additional insured at the project(s)or location(s)designated in the Schedule; and (b) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products-completed operations hazard". The insurance afforded to the additional insured shown in the Schedule applies: (1) Only if the "bodily injury" or "property damage" occurs, or the "personal and advertising injury" offense is committed: (a) During the policy period; and (b) Subsequent to the execution of such written contract or written agreement; and (c) Prior to the expiration of the period of time that the written contract or written agreement requires such insurance he provided to the additional insured. (2) Only to the extent permitted by law; and Form HS 24 80 07 13 Page 1 of 2 ©2013, The Hartford (Includes copyrighted material of Insurance Services Office, Inc.,with its permission.) (3) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. With respect to the insurance afforded to the person(s) or organization(s) that are additional insureds under this endorsement,the following additional exclusion applies: This insurance does not apply to"bodily injury", "property damage"or"personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders,designs or specifications; or (2) Supervisory, inspection, architectural or engineering activities. The limits of insurance that apply to the additional insured shown in the Schedule are described in the Limits Of Insurance section. How this insurance applies when other insurance is available to the additional insured is described in the Other Insurance Condition in Section IV — Commercial General Liability Conditions, except as otherwise amended below. B. With respect to insurance provided to the person(s) or organization(s) that are additional insureds under this endorsement, the When You Add Others As An Additional Insured To This Insurance subparagraph, under the Other Insurance Condition of Section IV—Commercial General Liability Conditions is replaced with the following: When You Add Others As An Additional Insured To This Insurance (a) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary, we will share with all that other insurance by the method described in Paragraph (c) below. This insurance does not apply to other insurance to which the additional insured in the Schedule has been added as an additional insured. (b) Primary And Non-Contributory To Other Insurance When Required By Contract This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (i) The additional insured in the Schedule is a Named Insured under such other insurance; and (ii) You have agreed in a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured in the Schedule. (c) Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains,whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. All other terms and conditions in the policy remain unchanged. Page 2 of 2 Form HS 24 80 07 13 Policy Number:72WEAAT6WEH 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 THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER. INSURED COPY POLICY NUMBER: 72UEABHOAR6 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - OPTION I This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Designated Project(s) Or Location(s) .I Or Organization(s): Of Covered Operations: All,except Additional Insureds that are insured under a separate additional insured endorsement on this policy Information required to complete this Schedule,if not shown above,will be shown in the Declarations. A. With respect to those person(s)or organization(s) (3) In connection with "your work" for the shown in the Schedule above when you have additional insured at the project(s) or agreed in a written contract or written agreement location(s) designated in the Schedule to provide insurance such as Is afforded under this and included within the "products- policy to them, Subparagraph f., Any Other completed operations hazard",but only if: Party, under the Additional Insureds When (a) The written contract or written Required By Written Contract, Written agreement requires you to provide Agreement Or Permit Paragraph of Section II — such coverage to such additional Who Is An Insured is replaced with the following: insured at the project(s) or location(s) f. Any Other Party designated in the Schedule; and Any other person or organization who is not (b) This Coverage Part provides an insured under Paragraphs a. through e. coverage for "bodily injury" or above, but only with respect to liability for "property damage" included within the "bodily Injury", "property damage"or"personal "products-completed operations and advertising injury" caused, in whole or in hazard". part, by your acts or omissions or the acts or The insurance afforded to the additional omissions of those actingonyour behalf: insured shown in the Schedule applies: PP (1) In the performance of your ongoing (1) Only if the "bodily injury" or "property operations for such additional insured at damage" occurs, or the "personal and the project(s) or location(s) designated in advertising injury"offense is committed: • the Schedule; (a) During the policy period;and (2) In connection with your premises owned (b) Subsequent to the execution of such by or rented to you and shown in the written contract or written agreement; Schedule;or and Form HS 24 80 07 13 Page 1 of 2 © 2013,The Hartford (Includes copyrighted material of Insurance Services Office, Inc.,with its permission.) (c) Prior to the expiration of the period of When You Add Others As An Additional time that the written contract or written Insured To This Insurance agreement requires such insurance (a) Primary Insurance When Required By be provided to the additional insured. Contract (2) Only to the extent permitted by law; and This insurance is primary if you have agreed (3) Will not be broader than that which you in a written contract or written agreement that are required by the written contract or this insurance be primary. If other insurance written agreement to provide for such is also primary, we will share with all that additional insured. other insurance by the method described in With respect to the insurance afforded to the Paragraph (c) below. This insurance does not person(s)or organization(s)that are additional apply to other insurance to which the insureds under this endorsement, the additional insured in the Schedule has been following additional exclusion applies: added as an additional insured. This insurance does not apply to "bodily (b) Primary And Non-Contributory To Other injury", "property damage" or "personal and Insurance When Required By Contract advertising injury" arising out of the rendering This insurance is primary to and will not seek of, or the failure to render, any professional contribution from any other insurance architectural, engineering or surveying available to an additional insured under your services, including: policy provided that: (1) The preparing, approving, or failing to (i) The additional insured in the Schedule is prepare or approve maps, shop drawings, a Named Insured under such other opinions, reports, surveys, field orders, insurance;and change orders, designs or specifications; (li) You have agreed in a written contract or or written agreement that this insurance (2) Supervisory, inspection, architectural or would be primary and would not seek engineering activities. contribution from any other insurance The limits of insurance that apply to the additional available to the additional insured in the insured shown in the Schedule are described in the Schedule. Limits Of Insurance section. (c) 'Method Of Sharing How this insurance applies when other insurance is If all of the other insurance permits available to the additional insured is described in the contribution by equal shares, we will follow Other Insurance Condition in Section IV — this method also. Under this approach, each Commercial General Liability Conditions, except as insurer contributes equal amounts until it has otherwise amended below. paid its applicable limit of insurance or none of B. With respect to insurance provided to the the loss remains,whichever comes first. person(s) or organization(s) that are additional If any of the other insurance does not permit insureds under this endorsement, the When You contribution by equal shares, we will Add Others As An Additional Insured To This contribute by limits. Under this method, each Insurance subparagraph, under the Other insurer's share is based on the ratio of its Insurance Condition of Section IV—Commercial applicable limit of insurance to the total General Liability Conditions is replaced with the applicable limits of insurance of all insurers. following: All other terms and conditions in the policy remain unchanged. Page 2 of 2 Form HS 24 80 07 13 Bid Bond Bid Bond Number:CSBA-33006 CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and ptincpalp lace of business) Nobest Incorporated Merchants Bonding Company(Mutual) 7600 Acacia Ave. 6700 Westown Parkway Garden Grove,CA 92841 West Des Moines,IA 50266 OWNER: This document has important legal consequence: (Name,legal status and address) Consultation with an attorney is encouraged witl City of Huntington Beach respect to its completion or modification. 2000 Main Street Huntington Beach,CA 92648 Any singular reference to Contractor,Surety, Owner or other party shall be considered plural where applicable. BOND AMOUNT:Ten Percent(10%)of the Amount Bid PROJECT:Zone 3 Curb Ramp Installation,CC No.1838 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. Signed and sealed this 2nd day of December,2025 Nobest Incorporated (Principal) eal) (Witness) • • (Title) �„c�iZt �L Pe oft) — Merchants Bonding Co pany(Mutual) ��` �i - �lf�� (Seal / �t�,t ��'� •`� _ (SureJui ) (Witness L a(;onion C (Title aunna Rozelle Ostrom,Attorney- - act - - •••••.rM -'�* By arrangement with the American Institute of Architects,the National Association of Surety Bond Producers "" • r (NASBP)(www.nasbp.org)makes this form document available to its members,affiliates,and associates in NASBP Microsoft Word format for use in the regular course of surety business.NASBP vouches that the original text of this document conforms exactly to the text in AIA Document A310-2010, Bid Bond. Subsequent modifications may be made to the original text of this document by users,so careful review of its wording and consultation with an attorney are encouraged before its completion,execution or acceptance. • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT : : t cry r �r� 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 p- Z<"— before me, A. Young, Notary Public Date Here Insert Name and Title of the Officer personally appeared La f ..) Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)-whose name(s)—isfare subscribed to the within instrument and acknowledged to me that he/sIeftf-rey executed the same in his/hgrAl=reirauthorized capacity(ies);and that by his/her- heir signature()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. • A YOUNG WITNESS my hand and off ' eal. .� � Commission N 2524696 = ' �. NotaryPublic-California 4/ ORANGE County x My Comm.Expires JUN 24,2029 Signature Signatur tary 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 DoRument Title or Type of Document: s�r- ( O(�z ca. Document Date: 2i Number of Pages: •CM Signer(s) Other Than Named Above: 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 December 2nd, 2025 before me, Laura Conlon, Notary Public (insert name and title of the officer) personally appeared Shaunna Rozelle Ostrom 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. omM.#2 2123 �' COMM.#2521232 co W •�� ��kV"�• Notary Public-Catifornia .eiv47 ORANGE COUNTY a My Comm.Expiresluo 20,2029 Signature (,���1(,{ (Seal) Laura Conlon • -411111 ., MERCHANTS Bond No.CSBA-33006 BONDING COMPANY„ POWER OF ATTORNEY KnowAll 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, Adrian Langrell;Arturo Ayala;Ben Stong;Benjamin Wolfe;Chelsea Liberatore;Daniel Huckabay;Dwight Reilly;Frank Morones;Magdalena R Wolfe;R Nappi;Robert Wood;Shaunna Rozelle Ostrom their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the 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 25th day of August . 2025 • MERCHANTS BONDING COMPANY(MUTUAL) caw ea.. •P•i‘ONgi••, `ptot.uvo MERCHANTS NATIONAL BONDING,INC. '4V/i1PO4• 'oq• •••x" ' pp %•• •'p'.i'\poR'.1••• MERCHANTS NATIONAL INDEMNITY COMPANY •z:60 2. _o- ' :2:-2, lam •-: :4t ••0% i3 7•% -03 o:e j �ii �• 141-11e4 ce- 1933 iti• :x 20D3 ic2j� •S'• :�.i;•d `t.• -°d�• . .. •.t Via'; 7,‘— '.fi.;•••• STATE OF IOWA COUNTY OF DALLAS ss. On this 25th day of August 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 Boards of Directors. kP91^xs Penni Miller , at:r Commission Number 787952 • u■,. • My Commission Expires 'owt 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 2nd day of December g2y0/25 ,'ONOca46 •:Pi1oN44',. ..`cp.'.iNp \ ,\•a-.C4r,4s''• 6:ogPOg4 9 RPOR' - P.=v\FOR,•.. /���/ 67t _& ../. .•h, ram X. Fi •y! <. S Y1 r. :ae= -0- c3: Q:. -0- atO :Z. 7n. :4''e0,';,r R-_••••_[,. �1:..• •, • ;y; Secretary £" s: 1933 -'$: ;�. 2003 ;o: •i' 10 ? -! rV- .§7. •: . :dd 40%r :d;'' 'lei :iv.•=i%: .0 tf,Cr POA 0018(5/25) •�•., •;. ,,,,. ,- ti,kr .; NOBEST,INCORPORATED - -- P.O.BOX 874 _ _ WSTMINSTER,CA 92684-0874 011•c cl g;G/ Secar,'fy Oa Nafi open P4 l,c Wolkc f<oie Nay.r: 2e,ne 3 Cvib ka.rj� T-06+ l4+onit C�D C[�2} nylon �9P G 4/ CC 1i n�,"q}e„ 9ea,ti CI 9 ig :el O ten fig Qate ; D.eceobe. (Si 2 72c @ (0 I Di)1s13s Public Works Engineeting � �L�19 f 'Tins CITY OF .................., k =''= • HUNTINGTON BEACH co�h.�. ��`;��' Lisa Lane Barnes I City Clerk February 12, 2026 Nobest, Inc. Attn: Mickey Lewis P.O. Box 874 Westminster, CA'92684-5583 Re: Residential Zone Maintenance Zone 3 ADA Curb Ramp Project, CC-1838 The City Council awarded the bid to your company for the above referenced project. Enclosed is a copy of the executed contract with the City of Huntington Beach. A Certification of Compliance with Title VII of the Civil Rights Act, Certification of Compliance with Prevailing Wage Laws and Contractor's Certificate form must be returned to this office after the protect 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, X14";1/1e6416 Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION tv TO: City Treasurer FROM: City Clerk DATE: 21 al2.40 SUBJECT: Bond Acceptance I have received the bonds for 'v ObeAlt I YUG• I (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. 101 L I(21 c. /I 5 Payment Bond (Labor and Materials) Bond No. I OIlq g`- 15 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 I I Re: Tract No. Approved 2 f 3)21/ (Counci Approval Date) CC No. 1(63(6 Agenda Item No. Z` (2tp^ dam) MSC No. City Clerk Vault No. 1/Oa SD Other No. SIRE System ID No. lL-- g:/forms/bond transmittal to treasurer Switzer, Donna From: Switzer, Donna Sent: Thursday, February 12, 2026 1:12 PM To: 'mi key@ nobest.net' Cc: Olin, Max; Fuentes,Joe; Fait, David; Bannon, Patrick Subject: COHB - Res. Zone Maint.Zone 3 ADA Curb Ramp Attachments: CC-1838 - Nobest, Inc. - Res. Zone Maint.Zone 3 ADA Curb Ramp Project.pdf Good afternoon, Mikey: Please find the attached copy of the CDBG Funded Construction Contract between the City of Huntington Beach and Nobest Inc. for Residential Zone Maintenance Zone 3 ADA Curb Ramp Project, CC-1838. The original bid bond submitted to the City will be returned to you via USPS mail. Sincerely, Donna Switzer, CMC Senior Deputy City Clerk r % Office of the City Clerk 1 Office:(714)374-1649 Donna.Switzer surfcity-hb.org 2000 Main Street,Huntington Beach,CA 92648 1 i •\ ,O' ,O y '14/0/e<\ . BOLSA AVE. � CO NTS 6 RD 1 RD RD 137 I 138 i 139 Mc0 N AVE. U -- ---'(~----� RD RD I RD z H �. 147 148 149 cn EDINGE' AVE. Y m RD 0 o z HEI 159 Q AVE. .\„ < WAR ER c i in ° AVE. m F- \Amilimik N_ SKATER . AVE. 405 A o 0 w -7 O Z �� z TALBERT AVE. P Q d w Ct CI 0 --I O ELLIS AVE. c�I `' G)'' U GARFIELD m AVE. N ~n o \ c ) c c Q \ c'- i 3Li.J YORKTOWN AVE. �`rT 0 �,� A m ADAMS N AVE. .1) 0,0_ N9\ 1— V N- cn /0 '�'(<\N., INI IANAPOI IS Q =AVE. Y aZI PROJECT LOCATION O D a I, ATLANTA ¶ AVEm .rz MAINTENANCE ZONE 11 INCLUDE REPORTING w DISTRICT'S (RD) 137, 138, 139, 147, 148, ��� z HAMILTON A . 149, 159 y/y}- BANNING AVE. LEGEND In MAINTENANCE ZONE 3 BOUNDARY RD BOUNDARY RESIDENTIAL ZONE MAINTENANCE CC-1838 PROJECT LOCATION MAP 'A• in CITY OF HUNTINGTON BEACH '�k,3 P DEPARTMENT OF PUBLIC WORKS . 1 OF 1 a ,nn / or,1r''''"�+••,,,.,, Zone 3 Residential Curb Ramp Project liflow lk ,,S %*%i.,61' 1 N G dlet,,, •e 7;. , IV ! . \ �+ * c) FM SA AVE. �ii O rN ] 1 • �"-„__.._— -__ l_ 7.6 ,Jl. D^e MCFT N AVE. ' ^• ..� .� a 14V ,...,'I. it; N„,,,,„ �� NEB• -114 �. [ 1 //„,/, l 4 ii 11\ if • Tom/ S � T \ Zone 3 • a .ACE .— .. -- —_. . yti. lioDvE. iiimpweillOirii ", ,....;-. . i ,/,/ ..,..)..stf.,',;<,, • .11 _1....: ii 7 C.i ADAMS MIN • y _ N. ••� PROJECT LOCATION \4:1"111111111N° ?AV 1 S �.�---� 4riiik .• ���-` V NWREHWCE ZONE 11 INCLUDE 147.1 8, • DI5I45.159 (RO)ISl,,JB.IJD,14D,i48, �Y IL ON A 0N , ''•i' `,es; LEGEND •• \_\% 31°U N C.) y RESIDENTIAL ZONE. MAINTENANCE —1 PROJECT##' CC 838 LOCATION MAP ../ p -. ,1 CITY OF HUNTINGTON BEACH * P ���'�a DEPARTMENT OF PUBLIC WORKS 1 OF I 241 Residential Zone Maintenance Prog ram ] , �b' mill Public Works Residential Paving �� a��� Maintenance Zones City of Huntington Beach I Phases within program, ' ▪ Tree Maintenance - Fall ` - �- . ..,,,,,'.411_._ },_ �� j • Concrete Rehabilitation/ADA Ramps �* �i t 9§ate. 5 4�� I ; � � `� Winter/Early Spring • Street Paving — Spring/Early Summer `f7 � • Slurry Seal — Early Summer rn \s` { ATi S` §rpm t `a! ZyR' i rp. Ey„a . tii �iiAUNTINGT .. 0 mwvamszs pamamr R rF'�a' �I��� ."'•�O6fORAl .•..... �l zm.zrxoz�as p�rmo�rcnann.waiwr ,� �E i { • �r' --EO •+ cs ` . z.n.a r mxm O awrne. ,i�S . a z.w siamr1E 30262, — f+^om;.o p+na crmx. �,\'a _ ? "n a - V _ .F •s•.��!% zone e r sweaa _vuorc sawn �` - 4. k¢t C,.7 i alf, S 1 Fero 4[103�-72 '} �' '/" i-� Zen • -` c..�c+�; .0 ]uw ltl'1031.]5 f�„ O..Simms `lilk '� �7.iene �9 ��0g� :. OOUNTY c)4,40 ; X�'I 242 Zone 3 Residential Curb Ramp Project • This project consists of approximately 25 curb access ramps (compliant with the American Disabilities Act - ADA). • ADA requires City to install ADA compliant ramps on streets with paving. • Includes ramps for streets to be paved within Zone 3. `�� #0 \\ J I N ...... V Ai AO �e vk'C' ORgIlk 1 d•ti. �' 04 M �OONT`I C 243 Zone 3 Residential Curb Ram Project p Curb Ramp Construction Completed Curb Ramp u T �i 3( t y. \ 9 t F i t` ) o x r a t 4 g #g }pg� i_rFj 1 "�' �![R g, - �, gyp , 'k,"' Y' T°PG�j '4 t ' _�;' �FGr x �.-- }} 'y ., ... F� .sae ' E _. § ra n x . w t� t 6 .'F . .<.,<W.say....eavras_ '.. _ .': .., �v .9'C�.Sos_ ca,_ �"5' Mj Sd 244 q �W E R l �' `� y� 3Y R p 1E--Y Questions ? j f ._ i : ,,, a.. '. `'�4 •'yam..,..... � - . i 1" r ,° •yam A '45 (//I,r : ////j/_ 5 pub..1112 /,2S /2/0/,2 5 I2 J///2s SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Zone 3 Curb Ramp Installation CC No. 1838 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 Monday, December 15, 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. This is a Davis-Bacon project and the Federal Regulations will be enforced. Any contract entered into pursuant to this notice will incorporate the provisions of the Federal Labor Standards, which are on file at the office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code,Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to.Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, 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: Zone 3 Curb Ramp Installation CC #: 1838 Bid Opening Date: December 15, 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: This project will provide the.construction of curb access ramps and truncated domes to existing ramps throughout the city. These locations are prioritized from a list compiled by Public Works staff, based on requirements for the upcoming residential pavement management project and public requests. The proposed locations• are listed in the Appendix along with Contractor guidelines and provisions to meet all Federal requirements. The contract shall allow the Contractor 25 working days to complete the contract. The Notice of Proceed will be issued no later than January 26, 2026 and the working days will commence for this project. 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. The Project Disadvantage Business Enterprises (DBE) goal is 0% Column INTERIM AD DRAFT This is the proof of your ad scheduled to run in Huntington Beach Wave on the dates indicated below. If changes are needed, please contact us prior to deadline at (714) 796-2209. Notice ID:WZVOYWI7YOfJibSMhdAR I Proof Updated: Nov. 18,2025 at 05:13pm PST Notice Name: NIEB-CC No. 1838 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: 45.21 Number of Lines: 93 11/27/2025:City Notices 686.44 12/04/2025:City Notices 686.44 12/11/2025:City Notices 686.44 Subtotal $2059.32 Tax $0.00 Processing Fee $0.00 Total $2059.32 NIEB - CC No. 1838 - Page 1 of 3 SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of • Zone 3 Curb Ramp Installation CC No.1838 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 Monday,December 15,2025,on the City's Planet Bids System Vendor Portal,at which time or thereafter bids will be opened and made available online.Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this prolect via the City's PlanetBlds System Vendor Portal website at: • https://www.planetblds.com/portal/portai.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:corn/portal/portal.cfm?CompanyI D=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. • This•is a Davis-Bacon protect-and the Federal Regulations will be enforced. Any contract entered Into pursuant to this notice will Incorporate the provisions of the Federal Labor Standards,which are on file at the office of the Director of Public Works, 2000 Main Street,Huntington Beach,CA 92648. The AGENCY will deduct 5%retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention In accordance with the provisions of the Public Contract Code,Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises wilt 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:Zone 3 Curb Ramp Installation CC#:1838 Bid Opening Date:December 15,2025 at 10:00 AM. The successful bidder shall he licensed in accordance with provisions of the Business - and Professions Code and shall possess a State Contractor's License Class A,at tile 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: This protect will provide tile construction of curb access ramps and truncated domes to existing ramps throughout the city. These locations are prioritized from a list compiled by Public Works staff, based on requirements for the upcoming residential pavement management prolect and public requests.Tile proposed locations are listed in the Appendix along with Contractor guidelines and provisions to meet all Federal requirements. The contract shall al low the Contractor 25 working days to complete the contract. The Notice of Proceed will be issued no later than January26,2026 and the working days will commence for this protect. 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 Planet Bids 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. NIEB - CC No. 1838 - Page 2 of 3 The Protect Disadvantage Business Enterprises(DBE)goal is 0% Huntington Beach Wave Published:11/27,12/4,12/11/25 NIEB - CC No. 1838 - Page 3 of 3 IMIIIIIIIINNI 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:WzVOYWI7Y0fJibSMhdAR ! Proof Updated: Nov.19,2025 at 08:17am PST Notice Name: NIEB-CC No. 1838 1 Publisher ID: 0011765781 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: 45.21 Number of Lines: 93 11/27/2025:City Notices Notice 686.44 12/04/2025:City Notices Notice 686.44 12/11/2025:City Notices Notice 686.44 Subtotal $2059.32 Tax $0.00 Processing Fee $0.00 Total $2059.32 NIEB -CC No. 1838 - Page 1 of 3 SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Zone3 Curb Ramp Installation CC No.1838 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY,invites electronic blds for the above stated protect and will receive such bids Portal, 10:00 t whichltime or thereafterbbids5will be opened and made availaSystem le 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 PlcnetBlds System Vendor Portal website at: https://www.planetbids.cam/portal/porta I.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.planetbids.com/portal/portal.cfm?Companyl 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. This is a Davis-Bacon protect and the Federal Regulations will be enforced. Any contract entered Into pursuant to this notice will incorporate the provisions of the Federal Labor Standards,which are on file at the office of the Director of Public Works, 2000 Main Street,Huntington Beach,CA 92648. The AGENCY will deduct 5%retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code,Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless It is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashiers check, or bidders bond made payable to the AGENCY for an amount no less than 10%of the amount bid. For electronic submittal of bids,the bid security must be received atthe 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 us follows: OFFICIAL BID SECURITY-DO NOT OPEN' Project Name:Zone 3 Curb Ramp installation' CC#:1838 Bid Opening Date:December 15,2025 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 suhlect to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern.. Project Description: Thrsprotect will provide the construction of curb access ramps and truncated domes to existing ramps throughout the city. These locations are prioritized from a list compiled by Public Works staff, based on requirements for the upcoming residential pavement management protect and public requests.The proposed locations are listed In the Appendix along with Contractor guidelines and provisions to meet all Federal requl rements. The contract shall allow the Contractor 25 working days to complete the contract. The Notice of Proceed will be issued no later than January 26,2026 and the working days will commence for this protect. 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 retect any or all bids,to waive any Irregularity and to take all bids under advisement for a maximum period of 60 days. NIEB-CC No. 1838-Page 2 of 3 The Prolect Disadvantage Business Enterprises(DBE)goal Is 0% Huntington Beach Wave Published:11/27,12/4,12/11/25 • NIEB-CC No. 1838- Page 3 of 3 • INCLUDES THE FO .. .‘ilikt....._ 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: 0011765781 Customer's Reference/PO Number: Publication: Huntington Beach Wave Publication Dates: 11/27/2025, 12/04/2025 and 12/11/2025 Total Amount: $2059.32 Payment Amount: $0.00 Amount Due: $2059.32 Notice ID: WzVOYWI7YOfJibSMhdAR Invoice Text: SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Zone 3 Curb Ramp Installation CC No. 1838 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 Monday, December 15,2025,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.This is a Davis-Bacon project and the Federal Regulations will be enforced.Any contract entered into pursuant to this notice will incorporate the provisions of the Federal Labor Standards,which are on file at the office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648.The AGENCY will deduct 5%retention from all progress payments.The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code, Section 10263.The Contractor shall be beneficial owner of the surety and shall receive any interest NIEB -CC No. 1838- Page 1 of 3 See Proof on Next Page INCLUDES THE FOUNTAIN V*LLEY VIEW Huntington Beach Wave 1920 Main St.Suite 225,Irvine Irvine,California 92614 (714)796-2209 2000 Main Street Huntington Beach, California 92648 AFFIDAVIT OF PUBLICATION STATE OF CALIFORNIA County of Orange County I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years,and not a party to or interested in the above-entitled matter. I am the principal clerk of the Huntington Beach Wave, a newspaper that has been adjudged to be a newspaper of general circulation by the Superior Court of the County of Orange County, State of California, on July 1, 1998, Case No. A- 185906 in and for the City of Irvine, County of Orange County, State of California; that the notice, of which the annexed is a true printed copy, has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates,to wit: 11/2712025, 12/0412025,1211112025 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: Dec 11, 2025. fCa I f)9 S' . ure NIEB -CC No. 1838- Page 1 of 3 SECTION A NOTICE INVITING ELECTRON IC BIDS for.the construction of Zone 3 Curb Ramp Installation CC No.1838 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 proiect and will receive such bl'ds prior to 10:00 AM on Monday,December 15,2025,on the City's PlanetBlds System Vendor Portal,at which time or thereafter bids will be opened and made available online.Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then.bid on this prolect via the City's PlanetBlds System Vendor Portal website at: https://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.pianetbids.corn/portal/portal.cfm?CompanyI 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. This is a Davis-Bacon prolect and the Federal Regulations•will be enforced. Any contract entered Into pursuant to this notice will incorporate the provisions of the Federal Labor Standards,which are on fi le al 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:Zone 3 Curb Ramp Installation CC#:1838 Bid Opening Date:December 15,2025 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: This prolect will provide the construction of curb access ramps and truncated domes to existing ramps throughout the city. These locations are prioritized from a list compiled by Public Works staff,based on requirements for the upcoming residential pavement management prolect and public requests.The proposed locations are listed in the Appendix along with Contractor guidelines and provisions to meet all Federal requirements. The contract shall allow the Contractor 25 working days to complete the contract. The Notice of Proceed will be issued no later than January 26,2026 and the working days Will commence for this prolect. 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 PlanetBlds system. The AGENCY reserves the right to relect any or all bids,to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. NIEB-CC No. 1838- Page 2 of 3 • The Prolect Disadvantage Business Enterprises(DBE)goal is 0% Huntington Beach Wave Published:11/27,12/4,12/11/25 • NIEB-CC No. 1838-Page 3 of 3