Loading...
HomeMy WebLinkAboutArnaz Engineering Contractors, Inc. - 2025-11-18 RECEIVED BY; CITY CLERK RECEIPT COPY J� h r Mr-Ca h Return DUPLICATE to City Clerk's Office (Name) after signing/dating ats /2h (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION .403 TO: City Treasurer FROM: City Clerk DATE: 2/L/�' SUBJECT: Bond Acceptance I have received the bonds for Amrnr (Yj ���' )1 Y l''� 1l AY i • J (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. (CIS 1231 Payment Bond (Labor and Materials) Bond No. I L 2.31 J Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. Approved (Council Approval Date) CC No. 1`� '' Agenda Item No. in t 2S--•` p i' MSC No. City Clerk Vault No. VCO. F Other No. SIRE System ID No. r0I1. g:/forms/bond transmittal to treasurer -�N GT , _, ,_ 2000 Main Street, Fr� °ti Huntington Beach,CA moo, .,N .. .e 92648 City of Huntington Beach ~ =o/ APPROVED 7-0 FCOUNT File #: 25-859 MEETING DATE: 11/18/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: Lili Hernandez, PE, Principal Civil Engineer Subject: Accept the lowest responsive, responsible bid and authorize execution of a construction contract with Arnaz Engineering Contractors, Inc. in the amount of$5,143,000 for the Wells 4, 7, and 13 On-Site Chlorine Generation.and Fluoride Injection for Saturation, CC-1734 Statement of Issue: On August 28, 2025, the City received bids electronically via PlanetBids for the Wells 4, 7, and,13 On- Site Chlorine Generation and Fluoride Injection for Saturation Project. City Council action is requested to award the construction contract in the amount of$5,143,000 to Arnaz Engineering Contractors, Inc., the lowest responsive, responsible bidder. Financial Impact: The total construction cost for the project, including 10% contingency, construction management and inspection is $6,300,000. Funds are available in the Fiscal Year 2025-26 budget in the Water Master Plan Fund, Account 50791055.82100. Recommended Action: A) Accept the lowest responsive, responsible bid submitted by Arnaz Engineering Contractors, Inc. in the amount of$5,143,000. B) Authorize the Mayor and City Clerk to execute the construction contract, in a form approved by the City Attorney. Alternative Action(s): 1. Reject bid 2. Direct staff with alternative action Analysis: City of Huntington Beach Page 1 of 3 Printed on 11/12/2025 powered by Legistarr 342 File #: 25-859 MEETING DATE: 11/18/2025 The City of Huntington Beach has chlorinated water produced by groundwater wells using gaseous chlorine since the 1950s. This includes nine production wells and four reservoirs. While this method was once standard industry practice, most agencies have since transitioned to On-Site Chlorine Generation (OSG) to enhance safety, improve reliability, and reduce operational costs. OSG uses a simple electrolysis process that combines salt, water, and electricity to produce sodium hypochiorite, a liquid form of chlorine. The process converts a salty water solution, called brine, into a safe liquid disinfectant that replaces the need for storing or handling hazardous chlorine gas. The project also replaces existing fluoride injection equipment, which maintains fluoride at State- recommended levels to support dental health. Huntington Beach remains one of the few water systems in Orange County that continues to rely solely on chlorine gas for disinfection. This dependency creates operational vulnerability due to the limited number of suppliers and their distance from the City. In recent years, delivery interruptions caused by force majeure events have nearly halted groundwater production. During such disruptions, the City would need to rely on imported water from the Metropolitan Water District (MWD), which costs roughly twice as much as groundwater, potentially increasing monthly costs by up to $1 million. Disadvantages of Chlorine Gas • Handling and Equipment: Requires cranes and specialized equipment to move, refill, and transport one-ton chlorine cylinders. • Safety and Training: Demands extensive staff training, certification, and emergency readiness for handling a highly hazardous chemical. • Fire and Emergency Risk: Chlorine gas exposure risks necessitate wide-scale evacuations during fire or release incidents, significantly expanding emergency response zones. Advantages of On-Site Chlorine Generation • Eliminates hazardous chlorine gas storage and handling. • Reduces dependency on external suppliers. • Simplifies training and maintenance requirements. • Enhances safety for staff and nearby residents. • Improves system reliability and reduces potential costs from emergency imported water purchases. • Reduces operational overhead by eliminating: • Annual hazardous materials training and recordkeeping (EPA/OSHA compliance). • Self-Contained Breathing Apparatus (SCBA) and emergency leak response requirements. • Extensive regulatory reporting to multiple agencies.. The OSG project is critical for improving the safety, reliability, and sustainability of the City's water production system, aligning with regional best practices and the City's Water Master Plan goals. The City advertised bids electronically on PlanetBids from July 8 through August 28, 2025. Five (5) City of Huntington Beach Page 2 of 3 Printed on 11/12/2025 powered by LegistarT"' 343 File #: 25-859 MEETING DATE: 11/18/2025 bids were received, with the low bid submitted by Arnaz Engineering Contractors, Inc. This company successfully performed similar water production and chemical treatment projects for other public agencies. The Engineer's Estimate was $5,500,000. Contractor Bid Amount Arnaz Engineering Contractors, Inc. $5,143,000 Mehta Mechanical Company, Inc. $5,754,000 Innovative Construction Solutions $5,959,000 Pacific Hydrotech Corp $6,389,800 Metro Builders & Engineers Group, Ltd. $7,164,168 Staff recommends awarding a contract to Arnaz Engineering Contractors, Inc. in the amount of $5,143,000. The total project cost is estimated to be $6,300,000, which includes the construction contract, a 10% construction contingency, and construction management and inspection. Environmental Status: This project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15031c under Class 1 of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on th Strategic Plan Goal: Goal 6 - Infrastructure Investment, Strategy C - Conduct an assessment of all City facilities to determine priorities for upgrades and repairs, implementation and financial priority. Attachment(s): 1. RCA Contract Agreement Summary 2. City Funded Construction Contract 3. PowerPoint Presentation City of Huntington Beach Page 3 of 3 Printed on 11/12/2025 powered by LegistarTM' 344 CITY OF HUNTINGTON BEACH I0o!�'NTINGTD4,F RCA Contract Agreement Summary ',.,*�F�o ...03r..:- UNTY i GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT November 18, 2025 Public Works, Utilities Divsion INSURANCE STATUS STAFF CONTACT(S) Submitted Lili Hernandez P.E. CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT $5,143,000 Construction Contract VENDOR NAME+TYPE OF SERVICE Arnaz Engineering Contractors, Inc. TYPE OF AGREEMENT(Professional Services,Service Agreement] Construction Contract, Service Agreement PROCUREMENT Design-Bid-Build award to lowest responsive and responsible bidder. SCOPE OF WORK The scope of the work includes Wells 4, 7, and 13 conversions from Chlorine Gas to onsite Chlorine Generation and Fluoride Injection. This transition to On-Site Chlorine Generation (OSG) will enhance safety, improve reliability, and reduce operational costs. OTHER:Bonds,Special Contract Terms,Emergency N/A HE) CITY OF HUNTINGTON BEACH 345 CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND ARNAZ ENGINEERING CONTRACTORS FOR WELLS 4, 7,AND 13 ON-SITE CHLORINE GENERATION AND FLUORIDE INJECTION FOR SATURATION, CC-1734 THIS AGREEMENT("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California,hereinafter referred to as "CITY," and ARNAZ ENGINEERING CONTRACTORS , a California corporation,hereinafter referred to as "CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as Wells 4, 7, and 13 On-Site Chlorine Generation and Fluoride Injection for Saturation, CC-1734 in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged the parties covenant and agree as follows: 1. STATEMENT OF WORK; ACCEPTANCE OF RISK CONTRACTOR shall complete and construct the PROJECT pursuant to this Agreement and the Contract Documents (as hereinafter defined) and furnish, at its own cost and expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to fully assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance by CITY, from the action of the elements, from any unforeseen difficulties which may arise or be encountered in the 1 16-5195/City Funded Construction Contract.docx—revised 04/2016 prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms,conditions and obligations of this Agreement and the Contract Documents (as defined below in this Section), has inspected the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; C. The CITY's standard Plans and Specifications and special contractual provisions, including those on file in the office of the Department of Public Works of CITY, and any revisions, amendments or addenda thereto; 2 16-5195/City Funded Construction Contract.docx—revised 04/2016 D. The edition of Standard Specifications for Public Works Construction, published by Builders'News,Inc., 10801 National Boulevard,Los Angeles, CA 90064, and all amendments thereto, written and promulgated by the Southern California chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee as specified in the particular Plans, Specifications, Special Provisions and Addendum applicable to the Project; E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the CONTRACTOR's proposal, (which is attached hereto as Exhibit "A" and incorporated herein by this reference); F. The particular Plans, Specifications, Special Provisions and Addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of a discrepancy between any Plans, Specifications, Special provisions, or Addenda, the matter shall be immediately submitted by CONTRACTOR to the Director of Public Works of CITY or his or her written designee (hereinafter referred to as "DPW"), and CONTRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of DPW, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3 16-5195/City Funded Construction Contract.docx—revised 04/2016 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed Five Million One Hundred Forty Three Thousand and 00/100 Dollars ($ 5,143,000.00 ), as set forth in the Contract Documents, to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten (10) working days after the Notice To Proceed is issued and diligently prosecute the PROJECT to completion within Two Hundred Seventy ( 270 ) consecutive Working days from the day the Notice to Proceed is issued by DPW, excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, 4 16-5195/City Funded Construction Contract.docx—revised 04/2016 subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6. CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal, the work shall be performed according to the changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site, for any reason,relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 5 16-5195/City Funded Construction Contract.docx—revised 04/2016 8. BONDS Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR's faithful performance of the work, and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent (100%) of the final contract price, including all change orders, to warrant such performance for a period of one (1) year after CITY's acceptance thereof within ten (10) days of filing of the Notice of Completion. 9. WARRANTIES CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR, within ten (10) days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and own cost and expense. 10. INDEPENDENT CONTRACTOR It is understood and agreed that CONTRACTOR is, and shall be, acting at all times hereunder as an independent contractor and not an employee of CITY. CONTRACTOR shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll 6 16-5195/City Funded Construction Contract.docx—revised 04/2016 deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services performed hereunder. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case'the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, the sum of One Thousand Five Hundred and 00/100 ($ 1,500.00 ) per each calendar day's delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees to pay these damages herein provided, and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, unsuitable weather, or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay(unless DPW shall grant a further period of time), notify DPW in writing of the cause of the 7 16-5195/City Funded Construction Contract.docx—revised 04/2016 delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed,but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen (15) days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12. DEMANDS FOR ADDITIONAL TIME OR MONEY. A. Definitions. (1) "Change Order" means a document signed by the CONTRACTOR and CITY which authorizes an addition, deletion or revision in the work, or an adjustment in the Compensation under Section 3, or the Completion Time specified at Section 4. (2) "Demand" means a written demand for a Change Order by the CONTRACTOR for any of the following: (a) A time extension; 8 16-5195/City Funded Construction Contract.docx—revised 04/2016 (b) Payment of money or damages arising from work done by, or on behalf of, the CONTRACTOR pursuant to this Agreement and payment of which is not expressly permitted pursuant to Section 3 of this Agreement; (c) Payment of an amount the CITY disputes; (d) Any disputes and other matters relating to the acceptability of the work performed or the interpretation of the Contract Documents; (e) A request for a time extension or additional payment based upon differing site conditions, such as subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents, or unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the PROJECT; or (f) A request for a time extension or additional payment based upon acts of neglect by CITY or due to fires,floods, labor disputes, epidemics, abnormal weather conditions or acts of God. B. A Demand for a time extension or payment of money or damages may only be granted by a Change Order. C. No Change Order may be granted except where the Contractor has submitted a Demand to the DPW (or his or her written designee). All Demands shall be submitted promptly, but in no event later than thirty(30) days after the occurrence of the event giving rise to the Demand. The Demand shall be in writing and include all documents necessary to substantiate the Demand. The DPW shall act on the Demand within fifteen (15) days after receipt, including by requesting additional information from the CONTRACTOR to determine whether to approve the Change Order the Demand seeks. The DPW shall act on the Demand within fifteen (15) days 9 16-5195/City Funded Construction Contract.docx—revised 04/2016 after receipt of the additional information or within a period of time no greater than the time the CONTRACTOR took to produce the additional information requested, whichever is greater. D. Notwithstanding the thirty (30) days to submit a Demand under Subparagraph C, in the case of differing or unknown site conditions, immediately upon encountering the conditions, CONTRACTOR shall notify the DPW in writing of the conditions, so that the CITY may promptly investigate the conditions. E. If the CONTRACTOR disputes the DPW's written response on the Demand, or the CITY fails to respond within the time prescribed, the CONTRACTOR may so notify the City Engineer, in writing, either within fifteen(15)days of receipt of the City Engineer's response or within fifteen (15) days of the DPW's failure to respond within the time prescribed, respectively, and request an informal conference to meet and confer for settlement of the Demand. Upon the CONTRACTOR's request,the DPW shall schedule a meet and confer conference within thirty (30) days to seek to resolve. F. CITY and CONTRACTOR shall execute appropriate Change Orders covering changes to the time or price by executing the Change Order by mutual agreement. If the CITY and CONTRACTOR are unable to reach a mutual agreement, then the City Engineer shall issue a written decision on the claim within a reasonable time. G. Following the meet and confer conference, if the Demand remains in dispute,the CONTRACTOR may file a claim with the City as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the CONTRACTOR submits his 10 16-5195/City Funded Construction Contract.docx—revised 04/2016 or her Demand until the Demand is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. 13. VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule,the bid price shall prevail subject to the provisions of this Section. DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion, DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings warrant. 14. PROGRESS PAYMENTS Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, five percent (5%) will be deducted and retained by CITY and the remainder of the progress estimate, less the amount of all previous payments since commencement of the work, will be paid to CONTRACTOR. When CONTRACTOR has, in the judgment of DPW, faithfully executed fifty percent (50%) or more of the value of the work as determined from the bid schedule, and if DPW finds that satisfactory progress has been and is being made, CONTRACTOR may be paid such 11 16-5195/City Funded Construction Contract.docx—revised 04/2016 sum as will bring the payments of each month up to one hundred percent (100%) of the value of the work completed since the commencement of the PROJECT,as determined in its sole discretion by DPW, less all previous payments and less all previous retained amounts. CITY's final payment to CONTRACTOR, if unencumbered, or any part thereof unencumbered, shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Provided, however,that in the event of a dispute between CITY and CONTRACTOR, CITY may withhold from the final payment an amount not to exceed 150 percent of the value of any disputed amount of work. Payments shall be made on demands drawn in the manner required by law, each payment to be accompanied by a certificate signed by DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as an acceptance of any part of the work. 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR,who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors working upon the PROJECT have been paid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items, if any,to be set forth in CONTRACTOR's affidavit covering disputed claims, 12 16-5195/City Funded Construction Contract.docx—revised 04/2016 or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit twenty-five dollars ($25) for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 18. CALIFORNIA PREVAILING WAGE LAW A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by 13 16-5195/City Funded Construction Contract.docx—revised 04/2016 resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit twenty-five dollars ($25) for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 19. CALIFORNIA EIGHT-HOUR LAW A. California Labor Code, Sections 1810 et seq,shall apply to the performance of this Agreement; thereunder, not more than eight (8) hours shall constitute one day's work and CONTRACTOR and each subcontractor employed by its hereunder, shall not require more than eight(8) hours of labor per day or forty(40)hours per week from any one person employed by it hereunder, except as stipulated in California Labor Code Section 1815. CONTRACTOR and each subcontractor employed by it hereunder shall, in accordance with California Labor Code Section 1812, keep an accurate record, open to inspection at all reasonable hours, showing the name and actual hours worked each calendar day and each calendar week by each worker employed in connection with the PROJECT. B. Pursuant to this Agreement and in accordance with California Labor Code Section 1813, CONTRACTOR shall, as a penalty to CITY, forfeit twenty-five dollars ($25) for each worker employed hereunder by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one 14 16-5195/City Funded Construction Contract.docx—revised 04/2016 (1) calendar day or forty (40)hours in any one (1) calendar week in violation of California Labor Code Section 1815. 20. PAYMENT OF TRAVEL AND SUBSISTENCE ALLOWANCE Section 1773.8 of the California Labor Code, regarding the payment of travel and subsistence allowance is applicable to this PROJECT. 21. EMPLOYMENT OF APPRENTICES Section 1777.5 of the California Labor Code, regarding the employment of apprentices is applicable to this PROJECT. 22. PAYROLL RECORDS CONTRACTOR agrees to keep accurate payroll record showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice or worker employed by it in connection with the PROJECT and agrees to require each of its subcontractors to do the same. CONTRACTOR further agrees that its payroll records and those of its subcontractors, if any, shall be available at all reasonable times to the CITY, and the employee or his representative, and the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards, and to comply with all of the provisions of California Labor Code Section 1776, in general. 23. INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands, defense costs, and consequential damage or liability of any kind or nature, however caused, including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, 15 16-5195/City Funded Construction Contract.docx—revised 04/2016 arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY, its officers, elected or appointed officials, employees, agents, and volunteers. CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall approve selection of CONTRACTOR's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. 24. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 16 16-5195/City Funded Construction Contract.docx—revised 04/2016 25. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to defend, hold harmless and indemnify CITY, CONTRACTOR shall obtain and furnish to CITY, a policy of general public liability insurance, including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000) per occurrence. If coverage is provided under a form which includes a designated general aggregate limit,the aggregate limit must be no less than One Million Dollars ($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees,agents,and volunteers(the"Additionally Insured Parties")as Additional Insureds,and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary and non-contributory with any other valid and collectible insurance or self-insurance available to the Additionally Insured Parties. Any available insurance proceeds in excess of the minimum coverage amount specified herein shall be available to the Additionally Insured Parties. All coverage available to CONTRACTOR shall also be available to the Additionally Insured Parties. Under no circumstances shall said above-mentioned insurance contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Five Thousand Dollars ($5,000.00) is permitted. CONTRACTOR shall be responsible for causing all Subcontractors to maintain the same types and limits of insurance coverage as that required of CONTRACTOR by this Agreement. 17 16-5195/City Funded Construction Contract.docx—revised 04/2016 26. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement; the certificates shall: 1. Provide the name and policy number of each carrier and policy; 2. State that the policy is currently in force; and 3. Promise to provide that such policies will not be canceled or modified without thirty (30) days' prior written notice of CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the CONTRACTOR's defense, hold harmless and indemnification obligations as set forth under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all the policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner,the premiums on all insurance hereinabove required. CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers, elected and appointed officials, employees, agents and volunteers as Additional Insureds, to the City Attorney for approval prior to any payment hereunder. 27. NOTICE OF THIRD PARTY CLAIM Pursuant to Public Contracts Code §9202, CITY shall provide notice to CONTRACTOR of receipt of any claim filed with CITY or a court of competent jurisdiction which arises out of performance of this agreement within ten(10)days of receipt of such claim or claims. 18 16-5195/City Funded Construction Contract.docx—revised 04/2016 28. DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give CONTRACTOR notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten(10)days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR, CITY may elect not to terminate this Agreement; in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. If it is subsequently determined by a court of competent jurisdiction that CITY's termination of this Agreement under this Section was wrongful, such termination shall be converted to a termination for convenience under Section 29 and any damages shall be assessed as set forth in Section 29. 29. TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause, and whether or not PROJECT is fully complete upon seven(7) calendar days written notice to CONTRACTOR. In the event of termination, under this Section CITY shall pay CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made. In case of such termination for convenience,the CONTRACTOR shall be entitled to receive payment for work executed, and costs incurred by reason of such termination. In no event shall CONTRACTOR be entitled to recover overhead, profit or CONTRACTOR's fee on work not performed. Such payment by CITY shall be CONTRACTOR's 19 16-5195/City Funded Construction Contract.docx—revised 04/2016 sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no further obligation to CONTRACTOR. 30. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be performed hereunder, or upon expiration or earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost. 31. NONASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement,or any part hereof,or any right or duty created herein,without the prior written consent of CITY and the surety. 32. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the California Government Code. 33. STOP NOTICES; RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any similar legal document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of One Hundred Dollars ($100)for every Stop Notice filed in excess of two(2),regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 20 16-5195/City Funded Construction Contract.docx—revised 04/2016 34. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONTRACTOR's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant,or by enclosing the same in a sealed envelope,postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below; provided that CITY and CONTRACTOR may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONTRACTOR: City of Huntington Beach ARNAZ ENGINEERING CONTRACTORS,IN ATTN:Li1i Hernandez , Public Works ATTN: Ali Yazdanshenas 2000 Main Street 1035 N Armando Street Ste X Huntington Beach, CA 92648 Anaheim, CA 92806 35. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of maters included or excluded from such provisions,and do not interpret,define, limit or describe,or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 21 16-5195/City Funded Construction Contract.docx—revised 04/2016 36. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of United States Code Section 1324a regarding employment verification. 37. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. 38. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the non-prevailing party. 39. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the 22 16-5195/City Funded Construction Contract.docx—revised 04/2016 context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 40. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 41. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 42. CONSENT Where CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be consent/approval to any subsequent occurrence of the same or any other transaction or event. 43. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement shall so survive. 44. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 23 16-5195/City Funded Construction Contract.docx—revised 04/2016 45. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 46. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements,promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached Exhibit "A", contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 24 16-5195/City Funded Construction Contract.docx—revised 04/2016 IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their authorized officers on Nor , 20 2_I . CONTRACTOR: CITY OF HUNTINGTON BEACH,a municipal corporation the Stattf lifornia By: Ali Yazdanshenas or (print name) �j�,y . �/ry- ITS: Chairman/President/Vice-President ���v City Clerk (circle one) INITIATED AND P ROVED: AND By: Director of Public Works Giti Yazdanshenas (print name) REVIEWED AND APPROVED: ITS: Secretary / Chief Financial Officer / Asst. Secretary/Treasurer (circle one) City anager APPROVED AS TO FORM: City Attorney COUNTERPART 25 16-5195/City Funded Construction Contract.docx—revised 04/2016 IN WITNESS WI IEREOF,the parties hereto have caused this Agreement to be executed by and through their authorized officers on N 6v, I gin ,205 . CONTRACTOR: CITY OF HUNTINGTON BEACH,a municipal corporation of the State of California By: /^. / • Ali Yazdanshenas Mayor (print name) ITS:Chainnan/President/Vice-President City Clerk (circle one) INITIATED AN AP ED. AND By: ry/ Director of Public Works Giti Yazdanshenas (print name) REVIEWED AND APPROVED: ITS: Secretary / Chief Financial Officer / Asst. Secretary/Treasurer (circle one) City Manager APPROVED AS TO FORM: G...-City Attorney COUNTERPART 25 16-5195/City Funded Construction Contract.docx—revised 04/2016 SECTION C PROPOSAL ' for the construction of Wells 4,7,and 13 On Site Chlorine Generation ani eoride Saturn i i n for j on CC No. 1734 in the CITY OF GTON EACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Electronic Bids, the undersigned hereby proposes and agrees to perform all the work therein described,and to furnish all labor,material,equipment and incident insurance necessary therefor,in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach,and to enter into a contract at the following prices. The undersigned agrees to complete the work within 115 working days for procurement and 155 working days for construction. Separate NTPs will be issued — one for Notice To Procure for submittals, procuring equipment and materials and another for Notice To Proceed for construction. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees,etc.,and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may,at the AGENCY'S option,be considered null and void. c-1 Accompanying this proposal of bid,find Bidder's Bond in the amount of 10%Bid amountwhich said amount is not less than 10%of the aggregate of the total bid price,as required by the Notice Inviting Electronic Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check",or"Bidder's Bond for_%",as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here,if any: IAddenda No. Date Received - Bidder's Signature 1 8/7/2025 7a5c6.0447192042.1- 2 8//15//2025 tG t-164, <l4, C-2 �--� SECTION C . r „I BID PROPOSAL CC NO. 1734 WELLS 4, 7, and 13 ON SITE CHLORINE GENERATION AND FLUORIDE SATURATION FOR INJECTION (See electronic version on PlanetBid) NCO DESCRIPT1 APPROX ON UNIT UNIT PRICE AMOUNT QUANTITY (FIGURES) (FIGURES) MOBILIZATION AND 1 DEMOBILIZATION(LIMITED TO 6% LS 1 OF TOTAL BID) 2 DEMOLITION LS 1 3 WELL 7 CMU BUILDING LS 1 4 WELL 13 CMU BUILDING LS 1 SODIUM HYPOCHLORIfE OSG 5 PACKAGE FOR WELL 7 LS 1 SODIUM HYPOCHLORITE OSG 6 LS 1 PACKAGE FOR WELL 13 7 FLUORIDE SATURATION PACKAGE LS 1 FOR WELL 7 FLUORIDE SATURATION PACKAGE 8 j LS 1 FOR WELL 13 9 OTHER MECHANICAL LS 1 10 OTHER ELECTRICAL LS 1 11 SITE CIVIL LS 1 12 ASPHALT OVERLAY TN 250 13 CONCRETE WORK LS 1 TOTAL BID AMOUNT FOR CC NO. 1734 WRITTEN IN WORDS: WRITTEN IN FIGURES: C-3 C-4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater,and the portion of the work to be done by such subcontractor. Bid Name and Address of St"tate. Dill PWC Dollar %of Item(s) Subcontractor License Registration# Amount Contract Number No Subcontractors By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project_ C-5 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 7/11/2,at Rancho Mission Viejo ,�. Date City ,Slate Ali Yazdanshenas , being first duly sworn, deposes and says that he or she is President of Amaz Engineering Contractors.Inc. the party making the foregoing bid that the bid is not made in the interest of,or on the behalf of,any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;that all statements contained in the bid are true;and,further,that the bidder has not,directly or indirectly,submitted his or her bid price or any breakdown thereof,or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership,company association,organization,bid depository,or to any member or agent thereof to effectuate a collusive or sham bid. Arnaz Engineering Contractors, Inc_ Name of Bidder Ali Yazdanshenas/President Signature of Bidder Ali Yazdanshenas/President 1035 N.Armando Street,Suite "X".Anaheim,Ca.92806 Address of Bidder C-6 NOTARY CERTIFICATE Si- Subscribed and sworn to before me this 3 I day of )U L,Lf. ,202 S. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness,accuracy,or validity of that document. State of " RIS/kavk-- ) County of N C- - ) On O')—31- aO)C-- before me Mk ^ _ Month, Day,and Year Insert Name and Title of No personally appeared "LrTv_E- `t vk q) l Sk'{,6-,V kat Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal.ISignature' o V l 1/1,,-74 C Si „_____________ tore of Noblic (PLACE NOTARY SEAL ABOVE) , JUAN MOJICA MIRANDA e s Notary Public•California i5We!, Orange County ���* Commission�2489126 ��u oR� My Comm. F. Expires May 3,2028 C-11 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the ON SITE CHLORINE AND FLUORIDE GENERATION WELLS 4, 7, 13. (IXwexit)will employ and utilize only qualified persons,as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8,California Administrative Code, Section 2700,as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved" The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Arna7 Fnincrring('nntractnrs,Inc Contractor 4.ga r ,oata4 By aArtNazdanshenas President Title Date: 8/8/2025 C-7 • DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified,removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes ®No If the answer is yes,explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-8 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Arnaz Engineering Contractors. Inc. Contractor 4 ya.-Te/a4td.,40.4a4.- B A1NYazdanshenas President Title Date: R/gj,,j C-9 • BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Arna7 Engineering Contractors,Inc Bidder Name 1035 N Armando Street.Suite "X" Business Address Anaheim California 92806 City, State Zip ( 714 ) 666 1765 arnazeng aol.com Telephone Number Email Address 755332 "A" and "R" State Contractor's License No. and Class 10/16/1998 Original Date Issued 11)131/'0'6 Expiration Date The work site and video CCTV footage of existing sewer lines were inspected by our office in 2022/2023. The following are persons,firms,and corporations having a principal interest in this proposal: Ali Yazdanshenas Giti Yazdanshenas Amir Yaw anshenas The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Arnaz Engineering Contractors,Inc. Company Name Signature of Bidder Ali Yazdanshenas / Printed or Typed Signature C-10 NOTARY CERTIFICATE Subscribed and sworn to before me this 3 I day of (..`C ,202 S. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness,accuracy,or validity of that document. State of G ) County of C ) On 3 I— �-S before me, jj o J th'} U7� 0rvtR`( ,p Bum Month,Day,and Year Insert Name and Title of Notary personally appeared �141- Yf'f- A �Jvp • Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signatures)on the instrument the person(s),or the entity upon behalf of which the 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. Th JUA MO N JICA M IRA NOA rahalba,, Notary Public-California a Y'�fir• . Orange County �5"$•/+ Commission N 2489126 o My Comm.Expires May 3,2028 Signature �'/ V l ,-4Z, .� ignature ootary Public (PLACE NOTARY SEAL ABOVE) C-il r dr ©ill'n 4I ' . 1)0414 4 ? �y e( NOTARY CERTIFICATE Subscribed and sworn to before me this day of i,tt.`l .202S. 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 CV( fl?m • ) County of C(26 • On Q'�- 3 I- 6,01-S before me•j1 Mo)S0,4 i)/.. Dk11rtniW hiscxQ Month.Day.and Year Insert Name and Title of Notary personally appeared - Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is are subscribed to the within instrument and acknowledged to me that heisheithey executed the same in his/bet/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. •. JUAN MOJICA MIRANDA 4a. Notary Public-California fY"== Orange County�•' .•,�^,.q� + Commission k 2489126 <,,.." My Comm,Expires May 3,2028 Signatures 414 [ ignature o otary Public (PLACE NOTARY SEAL ABOVE) C-tt Bidder's Project History For the purposes of this project,the bidder shall provide project history of similar work showing at least ten (10) years of experience in the construction and installation of water production facilities with at least one (1) project successfully completed specifically referencing the construction and installation of on-site chlorine generation and/or chemical treatment for municipal water production facilities.Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. City of Anaheim,201 S Anaheim Blvd,Anaheim,CA.92805 Name and Address of Public Agency Name and Telephone No.of Project Manager: Mrs.Lisa O'Connell,714-765 4225 1.99 M Rehabilitation of Existing Pressure Reg.Station 2023 Contract Amount Type of Work Date Completed Note:We had completed over 9 well site including Chlorination Facilities for this owner Provide additional project description to show similar work: Construction of two new PRS and upgrading 3 others 2. City of Tustin,300 Centinnial Way,Tustin,CA. Name and Address of Public Agency Name and Telephone No.of Project Manager: Mr.Eric Johnson 714-573 3320 3.1 M Construction of Benda Well No.2 Including Chlorination Facility 2025,July Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Construction of complete well site including well pump electrical and control panel and Chlorination facility,(Allen Bradley controller was used) 3. City of Santa)Ana,20 Civic Center Plaza,CA. Name and Address of Public Agency Name and Telephone No.of Project Manager: Mr.Michael Ortiz, 714647 5624 4.6M, Construction of Walnut Roaster Station, 2021 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Construction of pump house,installation of booster pumps including piping.electrical panels and controls..This project also had separate on site chlorination facility which was constructed by us. C-12 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager,and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project.Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1- Ali Yazdanshenas Name of proposed Project Manager Telephone No.of proposed Project Manager: 949-279 0027 Rehabilitation of Pressure Regulating Station,30,31,32,43 and 73,Construction of PR Station,1.9M 2023 Project Name&Contract Amount Type of Work Date Completed Construction of 9 new well station,including Chlorination facility,as leell as 5 dilorination facilities for existing well site including on site MIOX I _ows181M dams .. Construction of Beneta Well No.2,3.1M,Construction of well site including CL Facility 2025 Project Name&Contract Amount Type of Work Date Completed Construction of Walnut Booster Station,4.6 M,Booster Station including on site CL Generator 2021 Project Name&Contract Amount Type of Work Date Completed 2- Raul Rodriguez Name of proposed Superintendent Telephone No.of proposed Superintendent: 909-973 3145 Rehabilitation ofPteasrua.Regulating Station,30,31,32,43 and 73,Construction of PR Station,19M 2023 Project Name&Contract Amount Type of Work Date Completed Construction of 9 new well station,including Chlorination facility,as well as 5 chlorination facilities for existing well site including on site MIOX chlorine generator.over 18M dollars. ("orrctrnddion of B Banta 1WRo 7 3 1M Uonctviartirum of well cite'inrindin"CL Facility 2025 Project Name&Contract Amount Type of Work Date Completed Construction of Walnut Booster Station,4.6 M,Booster Station including on site CL Generator 2021 Project Name&Contract Amount Type of Work Date Completed C-13 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854(citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations(DIR).Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.cagov/DLSFJPublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 hops://efiling.dir.cagov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Amaz Engineering Contractors, Inc. Contractor a � . y4- ByVAli*azdanshenas arnazeng@aol.com Email President Title Date: 8/8/2025 PWC Registration#: 1000005485 C-14 ADDENDUM NO. 1 for the construction of Wells 4,7,and 13 On Site Chlorine Generation and Fluoride Saturation for Injection CC No.1734 in the CITY OF HUNTINGTON BEACH • 2000 MAIN STREET HUNTINGTON BEACH,CALIFORNIA 92648 (714)536-5431 This acknowledges receipt and review of Addendum No. 1,dated August 7,2025. Arnaz Engineering Contractors,Inc. 4 a5e sadix,ot .d Company Name By i'zdanshenas/Presideny 8/8/2025 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Failure to do so may result in that bid being declared non-responsive. Should you have any questions regarding this Addendum, please call Mark Lewis at (949) 677- 0391 within 24 hours of posting. ADDENDUM NO. 2 for the construction of Wells 4,7,and 13 On Site Chlorine Generation and Fluoride Saturation for Injection CC No.1734 in the CITY OF HUNTINGTON BEACH • JJ st9' 2000 MAIN STREET HUNTINGTON BEACH,CALIFORNIA 92648 (714)536-5431 August 15`6,2025 Notice To All Bidders: Please note the following clarifications to the Bid Package,Project Specifications, and plan sheets(all new information shown in italics(except new plan sheets which are considered to be either complete revisions or contain delta revisions to specific items on reissued sheets): 1. THE FOLLOWING SECTIONS ARE MODIFIED TO REFLECT A NEW BID DATE/TIME OF AUGUST 28,2025 AT 10:00 AM a. covERfrniE SHEET OF THE GENERAL PROVISIONS h. NOTICE INVITING BIDS c. INSTRUCTIONS TO BIDDERS 2. SECTION C BID LINE ITEM 12 IS HEREBY AMENDED TO READ: 12.Description: Grind and Overlay,Approx Quantity:O 100 3. GENERAL PROVISIONS SECTION 8-1 IS HEREBY AMMENDED TO READ: No field offices for AGENCY personnel will be required,however,AGENCY personnel shall have the right to enter upon the project at all times and shall be admitted to the offices of the CONTRACTOR,at any time during the operation of the Work. 4. APPENDIX H PLANS,IS HEREBY i I)ED TO I CLUE THE FOLLOWING REVISED/UPDATED PLAN SHEETS: Sheet 07_DEMO_WELL 13 Sheet 08_OVERALL SITE PLAN Sheet 09 WELL 7 SITE HORIZ AND GRADING WELL 7 PLAN Sheet 12 WELL 4 AND 13 SITE PIPING Sheet 29_WELL 7MECH PLAN AND SECTION Sheet 30_WELL 7 SECTIONS Sheet 31_WELL 13_MECH PLAN AND SECTION Sheet 32_WELL 13_MECH STATIONS Sheet 34_MECH DTLS-MECH DETAILS 2 Sheet 35_MECH DTLS-MECH DETAILS 2 Sheet 53_I-1 Sheet 56_I-4 Sheet 57_I-5 Sheet 58_I-6 Sheet 59_I-7 Sheet 63_I-11 Sheet 64 I-12 5. APPENDIX I PLANS,IS HEREBY AMENDED TO INCLUDE A COMPLETE SPECIFICATION PACKAGE WITH REVISIONS FOR SCOPE CLARIFICATION. This acknowledges receipt and review of Addendum No.2,dated August 15th,2025. Arnaz Engineering Contractors, Inc. Company Name MI azdanshenas/President P y B� X/16/2025 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum,please call Mark Lewis at(949)677-0391 within 24 hours of posting. Construction Of Wells 4, 7, and 13 On Site Chlorine Generation and Fluoride Saturation for Injection CC No. 1734 Key Personnel Assignment Attached you will find the resume for the key personnel for the above project 1. AU Yazdanshenas Project Manager 2. 'raj Aalam Scheduler and Procurement Manager 3. Raul Rodriguez Site Manager D. BIOGRAPHIES AArnaz Engineering Contractor ALIREZA YAZDANSHENAS 49 YEARS OF B.S.MECHANICAL B.S.ELECTRICAL CONSTRUCTION PROJECT DIRECTOR EXPERIENCE ENGINEERING ENGINEERING M.S.STRUCTURAL ENGINEERING PROFILE Mr.Yazdanshenas has over 40 years of experience in construction of infrastructures and completed over 332 water,oil,and gas related projects including booster pump stations,lift stations,pipelines,water treatment plants,water filtration plants,gas injection plants for numerous public agencies in Southern California. PROJECT EXPERIENCE • City of Anaheim I Construction of wells 55, 51,45,48,54,56 and disinfection facility including modification to existing wells 41,39.46,26 and 31 • City of Anaheim I Over 4 Water Wellhead Facilities, metering stations through out the city, 8 Pressure Regulating station,three reservoir water tanks modification,water line piping and storm drain line • Inland Empire Utility Agency I Modification to PR-1 and Carbon Canyon Water Treatment Plants, including digesters, digester's heating facilities,filter station,reservoir,booster station and digester gas piping] • City of San Juan Capistrano I Metro link Train Platform • City of Ontario I Water wellhead facilities including chlorination systems and sewage pumping stations including sewer piping • City of Fullerton I Water Wellhead Facilities • City of San Clemente I Water Boosting Station • City of Redondo Beach I Construction of 5 Sewer pumping stations,Sewer piping across the city,pier water and fire line,modification of the 8 sewer station,SCADA System throughout the City's pumping stations,yearly maintenance contract for SCADA and Control System) • Los Alisos Water District I Booster Pumping Station • Irvine Ranch Water District I Booster Pumping station • City of Newport Beach I Water Well Sites • University of California Los Angeles I Site work including High voltage vaults and transformers • City of La Habra I Replacement of water line throughout the city • City of Hesperia I Construction of 7.5 mile sewer line including over 2500 sewer lateral • City of Corona I Ontario booster pump station including the installation of 9 VFD driven pumps pumping over 33000 GPM. • City of Corona I Construction of 1 MGD Sewer Filtration facility including two numbers of chlorine contact tank, recycled water booster station and fiber Optic control system for entire plant • City of Corona I WRF2 Construction of recycled booster pump station capable to pump 14800 GPM. • City of Corona I Construction of Well 31,including pump house building and site work. • City of Corona I Renovation of existing lift station to feed WRF2,including 4 numbers of pump and total stainless steel piping and Bio Chemical odder control system. • City of Garden Grove I Construction of Lampson Reservoir well 31 and modification to existing booster station. • Inland Empire Utilities(Chino Basin Utilities)Projects related to digester's upgrade Arnaz Engineering Contractors RAUL RODRIGUEZ AArnaz Engineering Contractor YEARS OF SITE SUPERINTENDENT EXPERIENCE PROFILE As a site superintendent,Raul has been responsible for the construction of water and wastewater infrastructure projects within California, interacting directly with the owners and engineering representatives to ensure an on-time, on-budget project completion.He works closely with company project managers utilizing company craft labor,equipment,subcontractors and material suppliers to coordinate all of the field resources to provide successful project implementation and final completion. Raul's project experience includes completing several projects for the City of Anaheim including four water wellhead facilities, metering stations, ressure regulating stations,three reservoir water tanks modification,water line piping and storm drain line. PROJECT EXPERIENCE • City of Anaheim I Construction of wells 55, 51,45,48,54,56 and disinfection facility including modification to existing wells 41,39.46,26 and 31 • City of Anaheim I Over 4 Water Wellhead Facilities, metering stations through out the city, 8 Pressure Regulating station,three reservoir water tanks modification,water line piping and storm drain line • Inland Empire Utility Agency I Modification to PR-1 and Carbon Canyon Water Treatment Plants, including digesters, digester's heating facilities,filter station,reservoir,booster station and digester gas piping) • City of San Juan Capistrano I Metro link Train Platform • City of Ontario I Water wellhead facilities including chlorination systems and sewage pumping stations including sewer piping • City of Fullerton (Water Wellhead Facilities • City of San Clemente I Water Boosting Station • City of Redondo Beach I Construction of 5 Sewer pumping stations,Sewer piping across the city,pier water and fire line,modification of the 8 sewer station,SCADA System throughout the City's pumping stations,yearly maintenance contract for SCADA and Control System) • Los Alisos Water District I Booster Pumping Station • Irvine Ranch Water District I Booster Pumping station • City of Newport Beach I Water Well Sites • University of California Los Angeles I Site work including High voltage vaults and transformers • City of La Habra I Replacement of water line throughout the city • City of Hesperia I Construction of 7.5 mile sewer line including over 2500 sewer lateral • City of Corona I Ontario booster pump station including the installation of 9 VFD driven pumps pumping over 33000 GPM. • City of Corona I Construction of 1 MGD Sewer Filtration facility including two numbers of chlorine contact tank, recycled water booster station and fiber Optic control system for entire plant • City of Corona I WRF2 Construction of recycled booster pump station capable to pump 14800 GPM. • City of Corona I Construction of Well 31,including pump house building and site work. • City of Corona I Renovation of existing lift station to feed WRF2,including 4 numbers of pump and total stainless steel piping and Bio Chemical odder control system. • City of Garden Grove I Construction of Lampson Reservoir well 31 and modification to existing booster station. • Inland Empitr Utilities(Chino Basin)digester's related projects. Arnaz Engineering Contractors • !raj Aalam, PE PO Box 2722,La Jolla CA 92038 (619)742-2303 Education: I have been on the leading edge of the scheduling and project planning industry for over 35 M.S.Aerospace, years. Combining my experience as a certified Primavera instructor and as a licensed professional California Institute engineer,I have assisted many clients with the implementation of Scheduling and project planning of Technology, programs. Pasadena, CA I have used my knowledge and experience to track construction schedules,budgets and document control. i am highly trained in Primavera Project Planner(P3),Primavera P6,SureTrak and Primavera B.S.Mechanical Contract Management(formerly known as Expedition)functions,including:project planning,project and Aerospace, controls,scheduling and scheduling techniques,resource control,cost control,standard and custom Illinois Institute of report writer,Infomaker,graphics reports and import/export of data. Technology, Chicago, Relevant Projects include: IL • Watkins landmark Construction,Carlsbad,CA$350M(2018-2023) Certifications: Project schedule development,weekly updates,change order reviews and schedule Registered implementation for renovation and upgrade of the main tennis stadium at Indian Wells, Professional Mechanical California.Apartment Buildings,Hotels,Soccer Sports Complex. Engineer, State of Utah, • Kelar Pacific,San Diego,CA (2014-2018) 164335-2202 Schedule consulting,P6 training,Contract Management training Primavera Certified • y of El Cajon,Public Safety Center$65M(2008-2011) Trainer implementation of project controls, cost control methodologies, custom reporting, User Training and Support. Experience: 35+ • University of California Los Angeles,Northwest Student Housing Infill project,Los Angeles, CA$300M(2008-2012) Implementation of project controls policies and procedures, cost control methodologies, custom reports,Construction Schedule Review,Training and Support. • San Diego Unified School District,San Diego,CA$1,5B(2007-2012) Led the effort to setup project budgets for various school projects,the master project cost worksheet, contracts and change orders, payment requisitions and invoices, and various forms and reports. He also assisted the district by creating a detailed project schedule using Suretrak and P3, scheduled roll-up for master reports and info maker summary reports (current vs.forecast)from P3 schedules. This allowed the district to see the"big picture" of all project schedules and costs,as well as enabling them to plan for future projects. • Carlsbad Unified School District,Carlsbad,CA$250M(2008-2012) Implementation of project controls policies and procedures,cost control methodologies, custom reporting to the State,reconciling of costs with District accounting. • Grossmont-Cuyamaca Community College District,San Diego,CA$250M(2003-2012) Completed the project control and reporting system for the management of the $250 Million bond program. He also directed the implementation of scheduling,cost control, and document control for all bond-related projects. • Los Angeles Unified School District,Los Angeles,CA(2001-2003) Initiated the implementation of the document control process and the coordination of contract schedule(P3 format)payments with the document control system after seeing the District's need for the tracking and organization of scheduling and project planning. Iraj Aalam, PE • Kern Community College District,Bakersfield,CA$180M(2010-2012) Implementation of project controls policies and procedures,cost control methodologies,custom reporting, reconciling of costs with District accounting, Fund Control and fund tracking reports, train of Project Managers and support staff. • Grossmont Unified Hi.:. 'School District,San Diego,CA$150M(2010-2013) Implementation of project controls policies and procedures,cost control methodologies,custom reporting,reconciling of costs with District accounting. • Los Angeles County and USC Medical Center Replacement Facility,$600M(2000-2002) Responsible for providing review and comments to construction schedule, the set up and management of the Expedition database for document and cost management, as well as the preparation of custom reporting for Expedition and Primavera(P3). • Fireman s Fund Insurance Company,Novato,CA(1998-2000) Schedule control,consultant training,schedule implementation process on over 300 Y2K related new software development and au;'. ..de of existing software. • California Public Employees Retirement System(CALPERS),Sacramento,CA(1997-1998) Schedule control,consultant training,schedule implementation process on over 300 Y2K related new software development and upgrade of existing software_ • Kelar Corporation,San Diego,CA(1886-1997) Sales and training for Primavera P3,Finest Hour and Expedition. Other relevant experience: Litigation Support&Project Delay Analysis:Review project schedule updates,review daily reports,billing history and other project documents.Build project progress history,allocate delay responsibility,prepare various reports for jury presentation. Drones:Drone Photography and Drone Mapping-3D site modeling and elevation contours(2022—Present) Duplicate Original PERFORMANCE BOND Bond No.: 101512399 Premium: $36,965.00 KNOW ALL PERSONS BY THESE PRESENTS: • WHEREAS City o{Huntington Beach(hereafter referred to as"City") has, by written agreement dated • Nov. 18 20 L.entered into a contract with ARNAZ Engineering contractors, Inc. 1035 Armando Street, Suite X, Anaheim , CA 92806 (name and address of Contractor) (hereinafter referred to as"Principal"),for performance of the work described as follows: • • Wells 4, 7, and 13 On-Site Chlorine Generation and Fluoride Injection for Saturation, CC-1734 • • (Project Title) WHEREAS, said contract, and all documents referenced therein (hereinafter collectively "Contract"), are incorporated herein by this reference made a part hereof as though set forth herein in full; and Said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt,full and faithful performance of said Contract, by a duly admitted surety insurer under the laws of the State of California(hereinafter referred to as"Surety"); and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of • sufficient bonding limitations as shown in said circular to provide bonds in the amount required by said Contract; and Surety has provided financial strength ratings from reputable companies,such as from A.M. Best,Moody's, or Standard &Poor's,to validate that Surety has positive ratings of being secure or Stable; and • Surety is registered and listed with the California Department of Insurance, • NOW,THEREFORE,we,the undersigned,as Principal, and • Merchants Bonding Company (Mutual) PO Box 14498, Des Moines, Iowa 50306 • (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of Five Million One Hundred Forty Three Thousand and No/100 Dollars ($5,143,000.00 ),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")fromany 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 15-4584/117174 • • Bond No. 101512399 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. 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: October 14, 2025 ATTEST • ARNAZ Engineering Contractors, Inc. (Corporate Seal) Prin • I Name) • • By: /� Name: f� J� `d� �Q ns ovO • Title: ATTEST Merchants nding Company (Mutual) (Corporate Seal) Surety Name) • By: Name: Kim Luu, Attorney-in-Fact • (Signature of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) (61 996-1693 (Area Code&Telephone Number for Surety) • APPROVED AS TO F By: Michael E.Gates,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. • • PERFORMANCE BOND Page 2 of 2 15-4584/117174 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On NOV 2 5 2075 before me, Kim Heredia, Notary Public Date Here Insert Name and Title of the Officer personally appeared Kim Luu Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the 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. KIM HEREDW Notary Publk-California Orange County Signature r'fyrtCommission.2455107 — Signature of Notary Public "MS My Comm.Expires Jul 25,2027 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: Corporate Officer — Title(s): Corporate Officer — Title(s): Partner -- Limited General Partner — Limited General Individual ,x Attorney in Fact Individual Attorney in Fact Trustee Guardian or Conservator Trustee Guardian or Conservator Other: Other: Signer Is Representing: Signer Is Representing: • • ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 • MERCHAPSTTS • 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, Heather Saltarelli;Jeri Apodaca;Kevin Cathcart;Kim Luu; Leigh McDonough;Mark Richardson;Mike Parizino;Rachelle Rheault;Terah Lane; Teresa I Jackson;Vincent Jara 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 naturethereof." "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 21 st day of October , 2025 • MERCHANTS BONDING COMPANY(MUTUAL) •ap\NG Cps• •P�.0N.. so.ot1ALinit MERCHANTS NATIONAL BONDING,INC. • �°G�POipq gy• Gp�ypoft1 d ..=p�`�roi;,'�4, • MERCHANTS NATIONAL INDEMNITY COMPANY 14°110 . 1:1r .. •• •• ............. •.....• 147 STATE OF IOWA COUNTY OF DALLAS ss. On this 21st day of October • 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. Rl1/44 Penni Miller • • ° v Commission Number 787952 z • Viti • My Commission Expires 'OWN January 20,2027 (Expiration of notary's commission Notary Public does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF- ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the•seal of the Companies on this 14th day of October ,2025 . •••... Cp •SIONq'•• •• •iALrND • / .7.? P O j(77X...) 014(Ya,Li ,'1:f% 3tiy`c.53 R4j:•;•1- L��• .a: :3, :<:— _ �a ;OOP •o• 1933 7 2003 t Secretary POA 0018 (5/25) CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of o C JY On `7i J o6 IZoz before me, AND(1/l.) 11 1ulJ V i t rPc •/ r u ( C_ Date Here Insert Name and TIhile o;the Officer personally appeared �-' 1�7iQ' T AZDktJ SIksNArS 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 °T ANDREWHYUN LEE laws of the State of California that the foregoing „ ; Notary Public-California paragraph is true and correct. =;,. ti;;Z�;t" Los Angeles County • r; Commission#2406040 MyComm.Expires May 27,2026 WITNESS my hand an official seal. Signature Place Notary Seal and/or Stamp Above Signatur f Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document Description of Attached Document • Title or Type of Document . Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer—Title(s): 0 Corporate Officer—Title(s): ❑ Partner— ❑ Limited 0 General - ❑ Partner— 0 Limited 0 General ❑ Individual 0 Attorney in Fact ❑ Individual ❑ Attorney in Fact O Trustee 0 Guardian or Conservator 0 Trustee 0 Guardian or Conservator ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: ©2019 National Notary Association - Duplicate Original PAYMENT BOND Bond No.: 101512399 (LABOR AND MATERIALS) Premium: Included in Performance Bond KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach(hereafter referred to as"City")has awarded to ARNAZ Engineering Contractors, Inc. • 1035 Armando Street, Suite X, Anaheim , CA 92806 (name and address of Contractor) (hereinafter referred to as"Principal") a contract("Contract")for the work described as follows: Wells 4, 7, and 13 On-Site Chlorine Generation and Fluoride Injection for Saturation, CC-1734 (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 is registered and listed with the California Department of Insurance. NOW THEREFORE,we,the undersigned Principal, and Merchants Bonding Company (Mutual) PO Box 14498, Des Moines, Iowa 50306 (name and address of Surety) as Surety are held and firmly bound unto City in the penal sum of Five Million One Hundred Forty Three Thousand and No/100 dollars($ 5,143,000.00 ),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. PAYMENT BOND Page 1 of 2 15-4584/117357 • 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: October 14, 2025 ATTEST • • • • ARNAZ Engineering Contractors, Inc. • (Corporate Seal) (Pr' • al ame) By: %�� �_ • Name: * • ' • Title:"Rre---Z ' ATTEST Merchants Company (Mutual) (Corporate Seal) (jtirety Name) : • By: Name: Kim Luu, Attorney-in-Fact (Signature of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) (619)996-1693 • (Area Code&Telephone Number for Surety) • APPROVED AST RM: By: G ed • hael E.Gates, ty ttorney • • 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. PAYMENT BOND Page2of2 15-4584/117357 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 v fA NiCN.n n .n .Avsse Tt:Y,t.Ttly(f Tt!a\t mf/j( .1.tt s,NTt T ,na!nfis,t<n K:\tHt{a z:e:� .rttha!sCt!r,t!:,K:CHsttfo,tt:�t!:�N�t%:,t<"at!s:Nti, n<!•.:Maa! 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 Nov 2 5 2025 before me, Kim Heredia, Notary Public Date Here Insert Name and Title of the Officer personally appeared Kim Luu Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. r-dOsh KIM."41-A Notary Pub►k•California _ CommissionW: = c#2 107 Signature 1511.4 _ Comm,Expires Jul 25,2027 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: _ Signer's Name: Corporate Officer — Title(s): Corporate Officer — Title(s): Partner — Limited General Partner — Limited General Individual x Attorney in Fact Individual Attorney in Fact Trustee •Guardian or Conservator Trustee Guardian or Conservator Other: Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 • MERCHANTS BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa,and MERCHANTS NATIONAL INDEMNITY COMPANY,an assumed name of Merchants National Bonding,Inc., (herein collectively called the"Companies")do hereby make,constitute and appoint, individually, Heather Saltarelli;Jeri Apodaca;Kevin Cathcart;Kim Luu;Leigh McDonough;Mark Richardson;Mike Parizino;Rachelle Rheault;Terah Lane; Teresa I Jackson;Vincent Jara 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 21st day of October , 2025 • • MERCHANTS BONDING COMPANY(MUTUAL) •�p1NGc4. •P��oiVq�••. •aNp1!No MERCHANTS NATIONAL BONDING,INC. q°:•SPOP •°q• X •Spoq'•A�:% P�; �roe%.. MERCHANTS NATIONAL INDEMNITY COMPANY •„, o 9� yam. 40.•GO 4�.y. ••= ', 4;•,.:,.• .z 2 -o- o . ; ez 2 -o- ":or• :12 ri: 1933 ace: v': 2003 .?�: :yam; 'a By 77/4-- _.....- STATE OF IOWA COUNTY OF DALLAS ss. On this 21st day of October 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. tivcklA4 Penni Miller Z A��ta Commission Number 787952 • • • • • My Commission Expires ` 1 IOW\ January 20,2027 �J (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 14th day of October ,2025 . o�p1NGCpMA•• '�•*.OWNq�.... :�`�tiA1.410.A•� &•0(Y‘f,t1 ▪0:'°•F1PORq'9y. y.•ogPOJpq••O• •?P.(y. F' R4;4% . a/67a, In. :5' 1933 ` EzE %a +o• Secretary • . POA 0018 (5/25) CALIFORNIA ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies onlythe identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document State of California County of 0f45C-N t;C, On \2 06 (- 0 Z( N -E�before me,� D� }-�f UtJ \/ N �i ` d61,t Date Here Insert Name and Title of the Officerpersonally appeared '�(1-G'1/A `'' T IA2D 5 �1 ks 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 ANDREW HYUN LEE paragraph is true and correct. 4.�. Notary Public-California Los Angeles County WITNESS my hand and official seal. ' Commission 1/2406040 4W° My Comm.Expires May 27,2026 Signature Place Notary Seal and/or Stamp Above Signat e of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document . • Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer—Title(s): 0 Corporate Officer—Title(s): ❑ Partner— ❑ Limited 0 General . 0 Partner— ❑ Limited 0 General ❑ Individual 0 Attorney in Fact 0 Individual 0 Attorney in Fact ❑ Trustee 0 Guardian or Conservator 0 Trustee ❑ Guardian or Conservator ❑ Other. 0 Other: Signer is Representing: Signer is Representing: ©2019 National Notary Association / °1---' I ® DATE(MWDD/YYYY) ACORD CERTIFICATE OF LIABILITY INSURANCE 12/11/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must 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 "'Hi AL" Diane Wagner NAME: Agency One Insurance Services (AI�N,Ext): 661-723 0404 FAX No): 661-723-0034 7426 Cherry Ave.,Suite 210-524 ADDRESS: dwagner@agencyoneinS.COm Fontana,CA 92336 INSURER(S)AFFORDING COVERAGE NAIC N INSURER A: KINSALE INSURANCE COMPANY 38920 INSURED INSURER e: PROGRESSIVE COMMERCIAL I1770 Arnez Engineering Contractors,Inc INSURER C: KINSALE INSURANCE COMPANY 38920 1035 Armondo Street INSURER D:WESTCFESTER INSURANCE COMPANY(ACHUBBCOMPANY) 10172 Unit X INSURER E: Anaheim CA 92806 INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT VNTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IFSk ADD_SURR POoLICY EE F FOLTCY LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER OPI DD/YY) (MM/DD/Y`l P— LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 UAMAUt IUktNIEU X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) S 100,000 CLAIMS-MADE (X(OCCUR MED EXP(Any one person) $ 5,000 A x x 01002095323 11/18/2025 11/18/2026 PERSONAL 8 ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS—COMP/OP AGO $ 2,000,000 POLICY PRO- LOG _-- S AUTOMOBILE LIABILITY (EOMaccideenD)SINGLE LIMI I _.$— 2,000,000 ANY AUTO BODILY INJURY(Per person) S B X AUTOS NED X AUVi DULED x X 02029179-10 03/12/2025 03/12/2026 BODILY INJURY(Per accdent) $ X HIRED AUTOS X NON-OVOS�t'IED (Per acctdenlROPERTYDAMAGE _AUT S s UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 4,000,000 C X EXCESS LIAB CLAIMS-MADE x x 01002096153 11/18/2025 11/18/2026 AGGREGATE s 4,000,000 DED RETENTIONS S WORKERS COMPENSATION I TOR Y i TS ER 1 ki- AND EMPLOYERS'LIABILITY Y I N ANY PROPRIETOR,PARTNERJEXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N I A (Mandatory in NH) - E.L.DISEASE-EA EMPLOYEE S _ If yes.describe under DESCRIPTION OF OPERATIONS be', E.L.DISEASE-POLICY LIMIT $ EACH OCCURRENCE $ 5,000,000 u Pollution coverage X X 364233459 9/30/2025 3/29/2026 AGGREGATE S 5,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) Regarding:Well 4,7 and 15 On Site Chlorine Generation and Fluoride Saturation for Injection CCRt� Heavers As To FORM roomers The City of Huntington Beach,it's elected officials,employees,volunteers,boards,agents and repr 0 el a 10.0011 MsakAMI Insureds with regard to liability and defense of the suits or claims arising out of the performance of the Contractor. e'ki'Y 1'y`Yti',N'aY CERTIFICATE HOLDER CANCELLATION CITY OF HUNTINGTON BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2000 MAIN STREET ACCORDANCE WITH THE POLICY PROVISIONS. HUNTINGTON BEACH,CA.92648 AUTHORIZED REPRESENTATIVE 77 ut42, G ACORD 25(2010/05) ©1988- 10 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD • POLICYHOLDER COPY .g.. SP STATE COMPENSATION- P.O. BOX 8192, PLEASANTON, CA 94588 N•s u R AN C E• ..' FUND: CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE. DATE: 12-31-2025 GROUP: POLICY NUMBER: 1714762-2025 CERTIFICATE ID: 62 CERTIFICATE EXPIRES: 12-01-2026 12-01-2025/12-01-2026 CITY OF HUNTINGTON BEACH SP 2000. MAIN ST HUNTINGTON BEACH CA 92648-2702 • This is to certify that we have issued a valid Workers' Compensation Insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy. Authorized Representative President and CEO EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 12-01-2025 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #2572 ENTITLED BLANKET WAIVER OF SUBROGATION EFFECTIVE 2025-12-01 IS ATTACHED TO AND FORMS APART OF THIS POLICY ENDORSEMENT #1651 - AMIR YAZDANSHENAS OWR - EXCLUDED. ENDORSEMENT #1651 - GITT YAZDANSHENAS S,T - EXCLUDED. ENDORSEMENT #1651 - ALIREZA YAZDANSHENAS P - EXCLUDED. EMPLOYER ARNAZ ENGINEERING CONTRACTORS,INC (A CORP) 1035 N ARMANDO ST STE X ANAHEIM CA 92806 (P13,HO) (REV.7-20141 PRINTED : 12-31-2025 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION Attached To and Forming Part of Policy Effective Dote of Endorsement Named Insured 0100209532-3 11/28/2025 12:01AM at the Named Arnaz Engineering Contractors Inc Insured address shown on the Declarations Additional Premium: Return Premium: $0 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s)or Organization(s) Location(s)of Covered Operations City of Huntington Beach,it's officers,elected or Locations as required and specified by written contract, appointed officials,employees,agents and volunteers executed prior to the start of work on the project. Information required to complete this Schedule,if not shown above,will be shown in the Declarations. A. Section II - Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", This insurance does not apply to"bodily injury"or "property damage" or "personal and advertising "property damage"occurring after: injury"caused, in whole or in part, by. 1. Your acts or omissions;or 1. All work, including materials, parts or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs)to be performed by or in the performance of your ongoing operations on behalf of the additional insured(s) at the for the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted other than another contractor or by law;and subcontractor engaged in performing 2. If coverage provided to the additional insured operations for a principal as a part of the is required by a contract or agreement, the same project. insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 12 19 CD Insurance Services Office, Inc., 2018 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable limits of additional insureds, the following is added to insurance; Section III- Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement,the most we applicable limits of insurance. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or • ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED, • • • • • • • • I , CG 20 10 12 19 ©Insurance Services Office,Inc.,2018 Page 2 of 2 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS- COMPLETED OPERATIONS Attached To and Forming Part of Policy Effective Date of Endorsement Named Insured 0100209532-3 11/28/2025 12:01AM at the Named Arnaz Engineering Contractors Inc Insured address shown on the Declarations I Additional Premium: ' Return Premium: j $0 So 1 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s)or Organization(s) Location and Description of Completed Operations City of Huntington Beach,its officers,elected or Locations as required and specified by written contract, appointed officials,employees,agents and volunteers", executed prior to the start of work on the project. Information required to complete this Schedule,if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III- Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage"caused, in whole or in part, by required by a contract or agreement, the most we 'your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations 1. Required by the contract or agreement;or hazard". 2. Available under the applicable limits of However: insurance; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the by law;and applicable limits of insurance. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. CG 20 37 12 19 ©Insurance Services Office,Inc.,2018 Page 1 of 1 COMMERCIAL GENERAL LIABILITY Policy 01002095323 CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the This insurance is primary to and will not seek additional insured. contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 12 19 ©Insurance Services Office, Inc., 2018 Page 1 of 1 Document A310 TM — 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal stains and address~) (Name,legal status and principal place((business) ARNAZ Engineering Contractors, Inc. Merchants Bonding Company(Mutual) 1035 Armando Street, Suite X P.O. Box 14498 Anaheim, CA 92806 Des Moines, IA 50306-3498 This document has important legal consequences.Consultation Mailing Address for Notices with an attorney is encouraged P.O. Box 14498 with respect to its completion or OWNER: Des Moines, IA 50306-3498 modification. (Name.legal status and address) Any singular reference to City of Huntington Beach Contractor,Surety,Owner or 2000 Main Street other party shall be considered Huntington Beach,CA 92648 plural where applicable. • BOND AMOUNT: $ Ten Percent(10%)of Total Amount Bid PROJECT: (Name,location or address and Project rnumber,if a{t) Wells 4,7,and 13 On Site Chlorine Generation and Fluoride Saturation for Injection CC No. 1734 The Contractor and Surety arc bound to the Owner in the amount sct forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof:or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perlorm the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full three and elTecl.The Surety hereby waives any notice of art agreement between the Owner and Contractor to extend the time in which the Owner may accept the hid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time lbr 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 herelrom and provisions conlbmring to such statutory or other legal requirement shall be deemed incorporated herein.When so fitntished,,the intent is that this Bond shall be construed • as a statutory bond and not as a common law bond. Signed and sealed this 21st day of July, 2025. � j� ARNAZ En i ring Contractors, Inc. 144'� / / t uI (Princip ) (Seal) (Witness) I.") M� Gt'1T-4 -01`t', , Merchants Bonding Company(Mutual) (Su ey,} (Seal) (Witness) Kim Luu,Witness By. •Y...ii'>r.v �s . (Title) Harrison Yoshioka,Attorney-In-Fact • S-0054/AS 8/10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of Orange ) On J U L 2 1 2025 before me, Jessica Alvarado,Notary Public Date Here Insert Name and Title of the Officer personally appeared Harrison Yoshioka 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 1_,..a,..c---,,,--41., f ._-.11.,,_.- -et, is true and correct. E�ty JESSICA ALVARADO tZWITNESS my hand and official seal. � Notary Public-CaliforniaWPm Orange County- r Commission N 2510311 `� ,L,,o•AA%),1y Comm.Expires Jan 21,2029 :>«, — Signature ,,— Signal of Notary'l lic Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: Corporate Officer — Title(s): Corporate Officer — Title(s): Partner — E Limited General Partner — Limited General Individual 'x Attorney in Fact Individual Attorney in Fact Trustee fl Guardian or Conservator Trustee Guardian or Conservator Other: Other: Signer Is Representing: Signer Is Representing: rc..w-u:u:5�c ^t-v 43,-4Am t n.6.- sic .mac ^sic^sKc^.6..n cus.us csuc'u. c s cas:6.vc7.4ss/..^secssx>,-,..,asxs1,47-4 .6;,1 ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 . • MERCHANTS BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the "Companies")do hereby make,constitute and appoint,individually, Harrison Yoshioka;Heather Saltarelli;Jeri Apodaca;Jessica Alvarado;Kevin Cathcart;Kim Luu;Leigh McDonough;Mark Richardson;Mike Parizino;Rachelle Rheault;Terah Lane;Teresa I Jackson their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 3rd day of July • 2024 • .••"""''••. ......... MERCHANTS BONDING COMPANY(MUTUAL) •��.�Pt10Nq,•e•• •..••\t%G Co4.1 MERCHANTS NATIONAL BONDING,INC. `co.•0SPO/e4....Z • $O�PRP0,9q.i d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY ?Z: •z: :3 v': ;:; :y 1933 ;c By /v 7-7 7,.i.,_ •• �7 C •.'•.`� •:r;a`.• •..(9.4y `•c%.• President STATE OF IOWA ••� �f �..•' '• •' COUNTY OF DALLAS ss. ••"""'� On this 3rd day of July 2024 before me appeared Larry Taylor, to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ,,p-R1A�s Penni Miller -�. • z Q��p Commission Number 787952 `mo• t • 1ii iii. • My Commission Expires " IOWP January 20,2027 - __. .2...., ` Notary ibl (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the,POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the,seal of the Companies on this 21st day of July ,2025 . • cC •. A•.J :,��?OAP R9 j,�0': :®O'O13PO4,���� �� €,// , • • 1.v' 2003 `�; y ti 1933 v'• c Secretary •0. • • `a .•:At ••-. -. . POA 0018 (1/24) •••••"" '..••�• •• ry CALIFORNIA ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies onlythe identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of a.- 6 J} On -7-3 I- aod-s-, before me, (AV • PC1k lt- Date Here Insert Name and Title of the Officer personally appeared fits-i•• -.' 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 JUAN MOJICA MIRANDA paragraph is true and correct. tTAWAS...a Notary Public-California WITNESS hand and official seal. W c ��- Orange County m Y ,,Zi++�� Commission N 2489126 voa� My Comm.Expires May 3,2028 Signat re Place Notary Seal and/or Stamp Above Signatur of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document Description of Attached Document Title or Type of Document Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer—Title(s): 0 Corporate Officer—Title(s): ❑ Partner— 0 Limited 0 General 0 Partner— 0 Limited 0 General ❑ Individual ❑ Attorney in Fact 0 Individual 0 Attorney in Fact ❑ Trustee 0 Guardian or Conservator 0 Trustee 0 Guardian or Conservator ❑ Other: 0 Other: Signer is Representing: Signer is Representing: ©2019 National Notary Association ',/,,o A°."..,.0.1 i. c ro.-,-, CITY OF HUNTINGTON BEACH ‘`��FcoU ;i,•i Lisa Lane Barnes I City Clerk February 4, 2026 Arnaz Engineering Contractors, Inc. Attn: Ali Yazdanshenas 1035 N. Armando Street, Suite X Anaheim, CA 92806 Re: Wells 4, 7, and 13 On-Site Chlorine Generation and Fluoride Injection for Saturation — CC-1734 The City Council awarded the bid to your company for the above referenced project. Enclosed is a copy of the executed contract with the City of Huntington Beach. A Certification of Compliance with Title VII of the Civil Rights Act, Certification of Compliance with Prevailing Wage Laws and Contractor's Certificate form must be returned to this office after the project is completed but prior to the release of retention funds. In addition, the following item must also be on file, with this office before the City can release any retention funds: A warranty bond guaranteeing the final amount of work and materials for one year. If your performance bond does not include specific wording for a one-year warranty, then a rider or separate bond must be submitted. Should you have any questions or concerns regarding the enclosures or items that must be on file in this office prior to release of retention funds, please call the Public Works Department at 714-536-5517. Sincerely, Lo' _ t AKA Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov Switzer, Donna From: Aguas, Michael Sent: Thursday, February 5, 2026 9:47 AM To: arnazeng@aol.com Cc: Switzer, Donna; Bannon, Patrick; Fait, David; Fuentes, Joe Subject: FW:Arnaz Engineering - CC1734 Attachments: Arnaz Eng. - CC1734.pdf; 2.4.26 CC Ltr to Arnaz - CC1734.pdf Good morning AU, Please find attached the fully executed copy of the construction contract for CC1734 On Site Chlorine Generation and Fluoride Injection for Saturation Project and the City Clerk Award Letter. Please confirm receipt of the attached contract documents. Again,the City is looking forward to working with Arnaz and executing a great project. See you next Thursday morning sir. Respectfully, Michael Aguas /-0111%c7., Capital Projects Administrator = Public Works Engineering Phone:(714)375-5011 Cell: (657)531-9761 Michael.Aauast surfcity-hb.orq I-B © 00 2000 Main Street,Huntington Beach,CA 92648 From: Switzer, Donna <Donna.Switzer@surfcity-hb.org> Sent: Wednesday, February 4, 2026 4:38 PM To:Aguas, Michael <Michael.Aguas@surfcity-hb.org> Cc: Bannon, Patrick<Patrick.Bannon@surfcity-hb.org>; Fait, David <David.Fait@surfcity-hb.org>; Fuentes,Joe <jfuentes@surfcity-hb.org> Subject: RE:Arnaz Engineering-CC1734 Hi Michael, Thank you for uploading the proposals. Attached for your records is a finalized copy of the City Funded Construction Contract between the COHB and Arnaz Engineering Contractors for Wells 4,7, and 13 On-Site Chlorine Generation and Fluoride Injection for Saturation, CC-1734. Sincerely, 1 Donna Switzer, CMC ' • Senior Deputy City Clerk Office of the City Clerk ` , 1 Office:(714)374-1649 Donna.Switzer@surfcity-hb.org 2000 Main Street,Huntington Beach,CA 92648 2 RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating ,(Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION Itit • TO: City Treasurer FROM: City Clerk DATE: 2/1'I!24° SUBJECT: Bond Acceptance I have received the bonds for Amend- 11.0if I�LJ���pl UY1 I .. (Compan me) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. 1015113,1 q Payment Bond (Labor and Materials) Bond No. (0l5 12,311 Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other i Re: Tract No. Approved I 1/1 `0i1 25 (Council Approval Date) CC No. 11'31-1 Agenda Item No. (2S-~Z5&1) MSC No. City Clerk Vault No. WOO. So Other No. SIRE System ID No. � g:/forms/bond transmittal to treasurer f .or✓. Nrtt0.7..523 h9..cr v't,1 c�C+o CS,T c• IO 3� N.CJ^rma ndo '4 ✓✓11 of �r�AFVti vYI� C-f^ �I h�G OC, OFFICIAL BID SECURITY-DO NOT OPEN Project Name:Wells 4,7,and 13 On Site Chlorine Generation and Fluoride Saturation for Injection. CC No.1734 Bid Opening Date:August 28,2025 at 10:00 A M cAZ,9 PublicWorksEngineering Wells 457 & 13 On -Site *‘)NTINGT�� \Chlorine Generation (OSG ) ..,. �N�°R ` ° RATfo�, 6�, �\ and Fluoride Injection •• 9C#1) \ Improvements ' 1\) _„_ CC - 1734 _ _ _ • _ . - . •. % �C��'NTy:���\�o/) November 18 , 2025 Project Location - Wells 4 7 & 13 49'' r \._ 4 MI r NW, - • ^-'•-• 4Ak. AI,Ar I 41-1411,,,,c ,...,, ,:,... f'wit-.: -.. ;,. __ _ . PECK RESERVOIR k \._ +:CITY 11110F lfBLL 7 ' ., ...: •BSTMI STER F,. ill • WELL 13- �_ t .PROJECT ARBA ___71"1"=SPRINGDALE _ " 14621 SPRINGDALE ST - - "- i HUNTINGTON BEACH, i VOIR CA 92647 ` - - 1111111! E. 0 _. = .,„„,a'iin r Jr . n Z ';1111•r• . ,'fir. WgY dilla • tf j. �i. ilillihIVIi �.ME CRY O �l, NTINGTp x C- �v v ,1' NCTONp EACH v . 1 O\•••.\NtO PORATE0•..• \ -_- '..•-, ; i - -'-- VICINITY MAP LOCATION MAP NN,�'s. ' �` .i.. 4104 G�• F •• ��O �f ����f B 11. 1945 C°MTY . ire 373 Project Background „,-.. ‘ , A-m °"'""" €t ' • City has disinfected groundwater using it'tl', � I,������I��L���) ' Via(`; chlorine gas since the 1950s. s\1�Vl'i • 4iti ,.,,1,,i + 1i �,'.. i1 • "�441P I • Storing and handling chlorine gas is hazardous \ r' to staff and nearby neighborhoods. - = coR 3 • Huntington Beach is one of few Orange County -FL -% cities still using chlorine gas. -'�_ -- 4 • Project replaces chlorine-gas systems with r �� modern on-site generation using salt, water and '" electricity. t{' '`'`� ` `` �' • Also replaces existing fluoride equipment to maintain State-recommended dental " r, �, ��NT I N G T0/�� �'' T . ' health levels. ''IO� =\p,',0p0Bq;f,•.• t.0\ oic FFB..;,sol PO�,\O/,' coo N•I t�,,i 374 Project Benefits • Eliminates hazardous chlorine gas storage and handling. • Enhances safety for City staff and nearby residents. • Ensures a reliable, locally generated disinfectant supply. LIQUID CHLORINE TANKa • Reduces dependence on limited chlorine gas CrIL OR ENERAO TANK suppliers. ceHea�Toa TANK s NATE. SOFTEN • /IIII� • Avoids importing more expensive /1 �NTiNG7- MWD water, which can double � ,••:•\NOORPRRgTE•0.,,: 04, monthly costs. �� - -- ' -;7�,� 1 _ be 6.1, • Keeps City drinking water safe and _ cost-effective. „oF�.B.::::::: P.��`°oo' COUNT`! 0i 375 Funding Construction Costs Arnaz Engineering Contractors, Inc. Bid $5,143,000 10% Contingency $514,300 Supplemental Costs $642,700 TOTAL COST $6,300,000 Current Funding Water Master Plan Fund $7,100,000 /��NTINGTp Tentative Construction Schedule: January-December 2026 •••'"""• �'I O`f•\NpPPOgq jFo.... n .\ s re— cF•�:::::::: •0 .•-\gyp •1 ��UNTY CPS.// 376 • Questions ? ��... . r r- i`�`� y] _. , , — , --- _ __ -_.!.....— ,, . .,7:.. ......„,.. ...29,...._ ,.„ _ _ ,,,,., ,...,, ,,,, < ,,. \ L= st, • .` y. {'" - -` mipaiitii. '' .r11*r� n _ i (pluck,,: //�5/ -/3/25 SECTION A viDizs NOTICE INVITING ELECTRONIC BIDS for the construction of Wells 4, 7,and 13 On Site Chlorine Generation and Fluoride Saturation for Injection CC No. 1734 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated project and will receive such bids prior to 10:00 AM on Thursday, August 14, 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. SCHEDULE OF EVENTS Release of Invitation For Bids July 8, 2025 Pre-Bid Job Walk(Required) @ 9:00 am July 22,2025 (Meet @ Peck Reservoir Site— 14651 Springdale St.) Deadline for Written Questions July 31, 2025 Responses to Questions Posted on Web August 7, 2025 Bids are Due 10:00 a.m. via Planet Bids August 14, 2025 Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are available online at www.dir.ca.gov/DLSR and also on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code,Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashier's check, or bidder's bond made payable to the AGENCY for an amount no less than 10% of the amount bid. For electronic submittal of bids, the bid security must be received at the City of Huntington Beach Public Works Office,2000 Main Street,no later than the bid opening date and time. The bid security must be submitted in a sealed envelope bearing the name and address of the bidder, and the outside of the envelope must read as follows: OFFICIAL BID SECURITY-DO NOT OPEN Project Name: Wells 4, 7, and 13 On Site Chlorine Generation and Fluoride Saturation for Injection CC No. 1734 Bid Opening Date: August 14,2025 at 10:00 AM The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A, at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension, the unit price will govern. Project Description: The project consists primarily of converting the City's existing chlorine gas and fluoride chemical injection systems to on-site chlorine generation and fluoride saturation systems for Wells 4,7 and 13. This includes providing all equipment necessary for the conversion. The existing chlorine and fluoride system housings will be demolished and replaced with new masonry buildings, constructed in their existing footprints with extensions as needed to accommodate the new systems near Wells 7 and 13. Well 4 scope consists of installing new chemical injection piping to deliver chlorine and fluoride from chemical systems at Well 13. To ensure proper drainage of the chemical systems in the event of a spill or cleaning, a chemical wastewater system including sump pumps and drainage piping is to be installed. The contractor shall install mixing pumps on the discharge lines of Wells 7 and 13 to provide proper blending of chlorine and fluoride chemicals into the water. This project also requires the removal and patching of large areas of asphalt to accommodate installation of chemical and waste piping. The contractor shall include paving of affected road sections within the site, as indicated in the drawings. The Engineer's Estimate is $5,500,000. The Contractor will be allowed 115 working days for procurement and submittals, and 155 working days for construction to complete the contract. Separate Notice to Proceed (NTP) will be issued one NTP for procurement—covering submittals, equipment, and materials procurement- and a second NTP for construction. All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the information provided in the Instructions to Bidders. Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBids system. The AGENCY reserves the right to reject any or all bids,to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 7th day of June 2022,by Resolution No. 2022-28. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Column OFFICIAL AD PROOF This is the proof of your ad scheduled to run in Huntington Beach Wave on the dates indicated below. If changes are needed, please contact us prior to deadline at (714) 796-2209. Notice ID: BGWFcNv27i014UgasLWA I Proof Updated:Jun.26,2025 at 08:57am PDT Notice Name: NIEB-CC No. 1734 I Publisher ID:0011743589 FILER FILING FOR See Proof on Next Page Donna Switzer Huntington Beach Wave donna.switzer@surfcity-hb.org (714)374-1649 Columns Wide: 5 Ad Class: Legals 07/03/2025:City Notices Notice 937.41 07/10/2025:City Notices Notice 937.40 Subtotal $1874.81 Tax% 0 Total $1874.81 NIEB - CC No. 1734 - Page 1 of 3 SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Wells 4,7,and 13 On Site Chlorine Generation and Fluoride Saturation for Injection CC No.1734 1n the CITY OF HUNTINGTON BEACH PUBLIC NOTICE iS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY,Invites electronic bids for the above stated prolect and will receive such bids prior to 10:00 AM on Thursday,August 14,2025,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 cis a vendor and then bid on tilts prolect via the City's Planet Bids System Vendor Portal website at:. ihttps://www.planetbids.com/porta I/porta l.cfm?Comi?any 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?CompanYID=15340.Bidders must first resister 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. SCHEDULE OF EVENTS Release of invitation For Bids July 8,2025- Pre-Bid Job Walk(Required)p 9:00 am July 22,2025 (Meet @ Peck Reservoir Site-14651 Springdale St.) Deadline for Written Questions July 31,2025 Responses to Questions Posted on Web August 7,2025 Bids are Due 10:00 a.m.via Planet Bids August 14,2025 Any contract entered-Into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuanttothe provisions of tile Labor Code of the State of California, the-minimum prevailing rate.of per diem wages for each craft,classification or type of workman needed to execute the contract shall be those determined by the Director of -Industrial Relations ofthe State of California,which are available online at www.dlr. ca.gov/DLSR and also on file at the Office of the Director of Public Works,2000-Main Street,Huntington Beach,CA 92648. The AGENCY will deduct 5%retention from all progress payments. The Contractor may substitute an escrow holderSurety 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.ln any consideration leading to the-award of contract. No bid shalt 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 tile 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:Wells 4,7;and 13 On Site Chlorine Generation and.Fluoride Saturation for Injection CC No.1734 Bid Opening Date:August 14,2025 at 10:00 AM The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall-possess aState 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-tile AGENCY.All extension of unit prices-will be sublect to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: The protect consists.primarily of converting-the City's existing chlorine gas and fluoride chemical lniection systems to on-site chlorine generation and fluoride saturation systems for Wells 4,7 and 13. This includes-providing all equipment necessary for tile conversion.The existing chlorine and fluorlde-system housings will NIEB - CC No. 1734 - Page 2 of 3 be demolished and replaced with new masonry buildings,constructed in their existing footprints with extensions as needed to accommodate the new systems near Wells 7 and-13.Well 4 scope consists of Installing new chemical inlectlon piping to deliver chlorine and fluoride from chemical systems at Well 13. To ensure proper drainage of the chemical systems in the event of a spill or cleaning, ci chemical wastewater system Including SUMP pumps and drainage piping Is to be Installed. The contractor shall install mixing pumps on the discharge lines of Wells 7 and 13 to provide proper blending of chlorine and fluoride chemicals Into the water. This protect also requires the removal and patching of large areas of asphalt to accommodate installation of chemical and waste piping. The contractor shall Include paving of affected road sections within the site,as indicated In the drawings. The Engineer's Estimate is$5,500,000. The Contractor will be allowed 115 working days forocucement and submittals,and 155 working dayssor_construciion_to_Complete_t int[act-5_epA[ate_NotiCe to_PfoceedlNIP_)_vcillberissued -one NTP for procurement-covering submittals,equipment,and materials procurement-and a seconid_NTPtor construction. All questions related to this bid solicitation must be submitted through the City's PlanetBlds System Vendor Portal per the Information provided In the Instructions to Bidders.Any.other contact to City staff-regarding this bid solicitation will be referred 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. BY ORDER of the CITY COUNCIL-of the CITY OF HUNTINGTON BEACH, CALI FORN IA,the 7th clay of June 2022,by Resolution No.2022-28. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:7/3,7/10/25 • NIEB - CC No. 1734 - Page 3 of 3 ill161...._ INCLUDES THE FOUNTAIN _ � VALLEY VIEW _......... 1920 Main St. Suite 225, Irvine Irvine, California 92614 (714) 796-2209 legals@inlandnewspapers.com City of Huntington Beach -City Clerk's Office 2000 Main Street Huntington Beach, California 92648 Account Number: 5272431 Ad Order Number: 0011743589 Customer's Reference/PO Number: Publication: Huntington Beach Wave Publication Dates: 07/03/2025 and 07/10/2025 Total Amount: $1874.81 Payment Amount: $0.00 Amount Due: $1874.81 Notice ID: BGWFcNv27iOI4UgasLWA Invoice Text: SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of Wells 4, 7,and 13 On Site Chlorine Generation and Fluoride Saturation for Injection CC No. 1734 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH,as AGENCY, invites electronic bids for the above stated project and will receive such bids prior to 10:00 AM on Thursday,August 14, 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. SCHEDULE OF EVENTS Release of Invitation For Bids July 8, 2025 Pre-Bid Job Walk(Required) @ 9:00 am July 22, 2025(Meet @ Peck Reservoir Site—14651 Springdale St.) Deadline for Written Questions July 31, 2025 Responses to Questions Posted on Web August 7, 2025 Bids are Due 10:00 a.m.via Planet Bids August 14, 2025 Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California,the minimum prevailing rate of per diem wages for each craft,classification N I EB - CC No. 1734 - Page 1 of 3 See Proof on Next Page d NCLU i THE VALLEY VIEW Huntington Beach Wave 1920 Main St.Suite 225,Irvine Irvine,California 92614 ,714)796-2209 2000 Main Street Huntington Beach, California 92648 AFFIDAVIT OF PUBLICATION STATE OF CALIFORNIA County of Orange County I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above-entitled matter. I am the principal clerk of the Huntington Beach Wave, a newspaper that has been adjudged to be a newspaper of general circulation by the Superior Court of the County of Orange County, State of California, on July 1, 1998, Case No. A-185906 in and for the City of Irvine, County of Orange County, State of California; that the notice, of which the annexed is a true printed copy, has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates,to wit: 0710312025,0711012025 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: Jul 10, 2025. Ctiinte S S . .ture NIEB - CC No. 1734 - Page 1 of 3 SECTION A • NOTICE INVITING ELECTRONIC BIDS for the construction of Wells 4,7,and 13 On Site Chlorine-Generation and Fluoride Saturation for Injection CC No.1734 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 wll I'receive such bids prior to 10:00 AM on Thursday,August 14,2025,on the City's PlanetBlds System Vendor Portal,atwhlch 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 ci vendor and then bid on this protect via the City's PlanetBlds System Vendor Portal webslte at: https://www.pIanetblds.com/portal/portal.cfm?Company I D=15340 Copies of the bid documents, including Instructions to bidders,bidder proposal form, and specifications may be downloaded free at: https://Www.planetblds.com/portal/portal.cfm?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. SCHEDULE OF EVENTS Release of Invitation For Bids July 8,2025 Pre-Bid Job Walk(Required) a 9:00 am July 22,2025 (Meet @ Peck Reservoir Site—14651 Springdale St.) Deadline for Written Questions July 31,•2025 Responses to Questions Posted on Web August 7,2025 Bids are Due 10:00 a.m.via Planet Bids August 14,2025 Ally contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code.-Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate-of per diem wages for each craft,classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are available online at www.dir. ca:gov/DLSR and also on file at the Office of the Director of Public Works,2000 Main Street, Huntington Beacib.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 hid shall be considered unless it Is prepared on the approved Proposal forms in conformance with the Instructions to Bidders us determined by the AGENCY. Tile 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 clate and time.The bidsecurity must be submitted In a sealed envelope bearing the name and address of the bidder,and the outside of the envelope must react as follows: OFFICIAL BID SECURITY-DO NOT OPEN Project Name:Wells 4,7,and 13.On Site Chlorine Generation and Fluoride Saturation for injection CC No.1734 Bid Opening Date:August 14,2025 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 Ills subcontractors will be required to possess business licenses from the AGENCY.All extension of unit prices will be subtect to verification by-the AGENCY. in case of a variation between the unit price cinch the extension,the unit price will govern.. Project Description: The protect consists primarily of converting the City's existing chlorine gas and fluoride chemical infection systems to on-site chlorine generation and fluoride saturation systems for Wells 4,7 and 13. This includes providing all equipment necessary for the conversion.-The existing chlorine and fluoride.system housings will NIEB - CC No. 1734 - Page 2 of 3 be demolished and replaced with new masonry buildings,constructed In their existing footprints with extensions as needed to accommodate the new systems near Wells 7 and 13.Well 4 scope consists of installing new chemical Inlection piping to deliver chlorine and fluoride from chemical systems at Well 13. To ensure proper drainage of the chemical systems In the event of a spill or cleaning, a chemical wastewater system including sump pumps and drainage piping is to be Installed. The contractor shall Install mixing pumps on the discharge lines of Wells 7 and 13 to provide proper blending of chlorine and fluoride chemicals Into the water. This protect also requires the removal and patching of large areas of asphalt to accommodate Installation of chemical and waste piping. The contractor shall Include paving of affected road sections within the site,as indicated In the drawings. The Engineer's Estimate Is$5,500,000. The Contractor will be allowed 115 working days for procurement and submittals,and 155 working siaysTor_canseructionip Compiete_the conir_act_S.eppr_ate_Notice_fo_P_roseedlN.T_2)_willbe_issued -one NTP for procurement-covering submittals,equipment,and materials procurement-and a Second_NTP for construction, All questions related to this bid solicitation must he submitted through the City's PlanetBlds System Vendor Portal per the Information provided in the Instructions to Bidders.Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBids'systern. Tile AGENCY reserves the right to relect any or all bids,to waive any Irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA,the 7th day of June 2022,by Resolution No.2022-28. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:7/3,7/10/25 NIEB - CC No. 1734 - Page 3 of 3 SUPPLEMENTAL COMMUNICATION 11/18/25 From: Meeting Date: To: 5uoolementalcomm(l surfcity-hb,orq Subject: Public Comment Item 19, 11/18/2025 Date: Sunday,November 16,2025 12:00:49 PM Agenda Item No. 19 (25-859) Commentaire public - Point 19 Messieurs les membres du Conseil municipal , Je me prononce sur le point 19. La nappe phreatique est depuis longtemps Ia source d ' eau douce de Ia ville et du quartier nord-ouest. Ce changement de protocole est-il scienti f iquement prouve et son innocuite a-t-elle ete testee ? En plus de cela, veuillez reduire le nombre de lumieres en ville of in de preserver Ia qual ite de l ' eclai rage pour l 'observation des etoiles. La pollution lumineuse actuelle est balivernes. En conclusion, je signale publiquement une augmentation inquietante du nombre de moustiques cet automne dans le quartier nord-ouest. Veuillez afficher les consignee de lutte contre les moustiques dans chaque lotissement et complexe residentiel , et limiter la forte concentration d 'animaux domestiques, car cela represente un risque important de transmission du virus du Nil occidental et d ' inflammation. Ceci ne justifie pas de nouvelles pulverisations, et je denonce toute pulverisation de ce type effectuee par les camions du service de lutte contre les vecteurs du Comte d ' Orange. Crynyd Pickens Northwest Huntington Beach, Californie