Loading...
HomeMy WebLinkAboutReject All Bids - CC-1850 - 2026-02-03 a�NnNGro 2000 Main Street, of ;;;;;;;,� ; Huntingtgo26Beeach,CA F Y =QY City of Huntington Beach APPROVED 7-0 tfr p N CP��✓�;r File #: 26-089 MEETING DATE: 2/3/2026 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: Frank Drevdahl, Capital Projects Administrator Subject: Reject all bids for the City Gym and Pool Flooring Replacement, CC-1850 Statement of Issue: On November 24, 2025, the Public Works Department ("Department") received three (3) bids for the City Gym and Pool Flooring Replacement Project. The bids were deemed non-responsive or significantly exceeded the City's allocated budget of $155,000. Staff recommends that the City Council reject all bids, allowing the Department to review the project scope and explore alternative project delivery options. Financial Impact: There are no fiscal impacts related to the recommended action. Recommended Action: Reject all bids for the City Gym and Pool Flooring Replacement Project, CC-1850. Alternative Action(s): Do not accept the recommended action, and direct staff accordingly. Analysis: The City of Huntington Beach ("City") Gymnasium and Pool ("City Gym") is located at 1600 Palm Avenue. The City Gym contains multiple flooring types throughout the facility. The Luxury Vinyl Plank (LVP) flooring located in Room A, Room B, and the staff office area is in disrepair, with missing, broken, and peeling planks. To address these conditions, as well as ongoing wet conditions from the adjacent pool deck, staff budgeted to replace the existing LVP flooring with non-slip, R11-rated porcelain tile. On November 24, 2025, the City received three (3) bids. While the two lowest bids were within budget, both were determined to be non-responsive due to missing required documentation, City of Huntington Beach Page 1 of 2 Printed on 1/28/2026 powered by LegistarT" 186 File #: 26-089 MEETING DATE: 2/3/2026 including a specialty license and bid bond. The remaining responsive bid totaled $517,400, significantly exceeding the City's budget of$155,000. As a result, staff recommends rejecting all bids to allow staff to reevaluate and revise the project scope, materials, and budget, and to assess alternative delivery methods to ensure the project can be delivered in a fiscally responsible manner. Environmental Status: This project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15031c under Class 1 of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. Strategic Plan Goal: Non Applicable - Administrative Item Attachment(s): 1. PowerPoint Presentation City of Huntington Beach Page 2 of 2 Printed on 1/28/2026 powered by LegistarT"' 187 /�'''r/''''�, .► IOW \ +‘11 I N G \\4\ ..••••••• 7-0 •iti.• ( •i.• o il.P O Rq T ••• ) ''�►► 1 . \ 0 • •' �' - - __ •• '� CityGym and Pool Flooring ..,, '% CI Replacement, CC- 1850 �fill/!' �. _ . _ -,,, ___,7.,_L ., - ..t& 1 • ••e 17, 19 n �"••• <istiool ,.., •,-40,77. ,../ , )1„ 1 . ....... ; •••••••••• .. ‘ \ 0 O 1 ,II' ' ".\'',## •�. V An," ;fill Irgi O'II Or.i'' February 3, 2026 City Council Meeting 188 BAC KG RO U N • The City Gym and Pool located at 1600 Palm Avenue, has a variety of flooring types throughout the building. The Luxury Vinyl Plank (LVP) flooring, which is located in room A, room B, and in the staff office area is in disrepair with missing, broken, and peeling planks. • To address the disrepair as well as wet conditions from the pool deck, staff budgeted to replace the LVP flooring with non-slip R11 ratedporcelain tile. ,,�a. TuN Gro ;4 t � .-`�c��Po�arfo... 6 . • Bids were opened on November 24, 2025, with three (3) bids ;� � ; received. The bids were deemed non-responsive or fiFos -�'4�f'� significantly exceeded the City's allocated budget of $155,000. -- CC77N-r\ # 189 RECOMMENDED ACTION • Reject all bids to allow staff to reevaluate the scope, materials , and budget. The Department will explore alternative delivery options. 0,/,x0T I N G in _ N • 4 l+ '" 190 i - :<K . `� fit'^:, Questions ? „..„:„. ,:„ . .,,,,, , ,--.4-''. -,;.,1.?-,,-,,A r.4.,,,,..;tit‘, ,.,,:,..,),-,.'.. —---- • --, i3 iI/yt��.r �ir�� r, [ ,: '\', ,iiiiitifill4 tt c 1$2,114; .,:',..-- ..,,,,.;,:-.,zi,:i...j.,,,,..,:,.,.;,,,,;:, ,i,ii:: ,e t jf2 6 g�yypp „ ,w. Q4 �� F .Ai tde�w+ '' t L .ter.- .MJ'. a. v '1"" .'li ,rw'i' , „-1?,n?--- ' ,.,� 1 4 # - - mom, 1 �� 9 t' ' - if' m, ^— 1 ... 191 ,,i..,, /1011N 7 CITY OF 111 O�i aA>s`i2-.y =1 HUNTINGTON BEACH GP�`i °°� Lisa Lane Barnes I City Clerk February 17, 2025 A2Z Construct, Inc. P.O. Box 80425 RanchgSanta Margarita, CA 92688 RE: City Gym & Pool Flooring Replacement—CC-1850 Enclosed please find your original bid bond for CC No. 1850. Sincerely, //1/XL,a41-1 **a P1141-- Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov 422-anC71,111 SECTION C PROPOSAL -forthe construction of CITY-GYM fSz:rooL FLOORING REPLACEMENT CC No.1850 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH:. Ji compliana With the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agfreeS 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 within45 worlcingdays,starting from the date of theNotiee tO Proceed: BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications,Instructions to Bidders and all other contract documents. If this proposal is accepted,for award, BIDDER agrees to enter into a contract wjthA4ENCY at the unit and/or lump,sum prices set forth in the following Bid Schednle. 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 p#tject, In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts,and words Shill govern over figures. c=1 If awarded:the Contract;The undersigned agrees that in the event of the BIDDER'S defaultin 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 AGENCY'S option,be considered null and void. ACCohipanyingthis proposal of bid,find PitiOpiri$ Bond in the amount of i 0% whiCh said amount is not less than 10%of the aggregatc of the total bid price,as required by the Notice Inviting ELECTRONIC Bids,payable to the AGENCY. (Please insert the words"Cash", "Certified Cheer,:or "Bidder's Bond for %",as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify' receipt ofallAdclendalerex if any Adder:11a No. , iiatiRceived er's Signettre 1 11/3/2025 „ 2 1.1/12/2025 C4 •i • B GIP( :OF : , . . HUNTINGTON BEACH Chau Vu I Public Works.Director ADDENDUM NUIVIBER 1 for CITY GYM AND POOL FLOORING REPLACEMENT, CC.1850: in the CITY OF:HUNTINGTON BEACH NQVEMBER 3,2025 Notice To All Bidders: This Addendum Nuiriberl includes modifioatioristo$eption 649 I.iquitiatedDaMegeSOnE,13 ate Bid Paci<et. 1. $14909790$500.00ver calerider days. This,is to acknowledge receipt and review of Addendum!Numberi,dated November 3, 2025, A2Z Construct Inc Matthew jafari Company Name By 11123/25 Date All,bidders MLitt aaknowledge:and inclUdalhe receipt of this Addendum with your bid oronosaL. Should you have any questions regarding this Addendum, please call Frank'Drevdahl at (657) 408-9138 Within:24 hours of posting. „ . Cell:,(07)4()8:-9118 I 2.000.'Main Street,Ituntingtanaeach,CA g2648 [ lAnift*iii4titingtonk•aact)c-4,goy • • 14. ' 3 CITY' OF ' HUNTINGTON BEACHi ,. Chau Vu I- Pul?lia Works Director . .. ADDENDUM NUMBER'2: for CITY GYM AND 1317.10L:FLOORING REPLACEMENT,CC-1850 it,the CITY OF HUNTINGTON BEACH NOVEMBER 12,2025 Notice TO.Ail Bidders: This Addendum Number 2 adds an Alternative BidSchedule. 1. :Addition ofari AlteMative Bid Sdi*dpip,it- fm:Nif.‘..IA.This item is analtetnative to thetaseboards Wed in Item No.5 of the Contractor Bid Schedule.,In the walkthrough the baseboards were to be removed and;replaced ilike-forAlke with rubber haeehoarcie;. This alternative Item would Change the rubber baseboards to tile baseboards.An Alternative Bid Schedule'does not count towards or:againstthe Corilradtgr Birl Schedule or the total Bid. AtiOlTiVEimpteHEDULE Item NO.' Description of Work Unit Estimated Unit price($) Infillatioq:Tr.. 5•,sq,pair7#4iKITilferiI:1*:tht; lA — Daterninfao"Cc5:pe,i'Ine'ztr dt:rd reg:t.eg xLjt.,er ki ! LE. ; l' '''' 15-00 „ o4. • tell!;(65-64q8 91Ei, 1 20.00 Main Street,Huntington Beech,cAp;p4a I yAroy.buntingtonbpeCtice.gov F13 CITY OF H.UNTINGION BEACH .„ . . . •••. • . . This is to acknoWledge.feCeiOt and review ofAckiendurn Number 2, dated November 12,2025. A2Z ConetrUbt Inc Matthew„Wail COrripanY.Islprne •By • • 1:1/23/25. Date: • All bidders must acknowledge and include the receipt of this Addendum with your bid or000saL Should,you have any questions regarding.this Addendum, please call.Frank Drevdahl at(657) 408-9.136-Ytilthin 24,hours of posting, • • Cell::(657)408:-.91.38 J .2000 Maih Btreet,Huntington Beach,CAs64 Iwvvw,huntingtOnbeaChoe,geV. OM OF HUNTINGTON:BEACH CITVGY.M&POOL FLOORING REPLACEMENT CONTRACTP.A.BID SCHEDULE PROSPECTIVE SHALL ITEMIZE BID UTILIZING THISSCHEDULE . .. .. . . .. . .. . . i.' - ._ . . .... ... . .. . . . • • Ettimated '• . Item No... Description of Work Unit • Unit:Pride($). - 'Quantity Total(S) . . . . . ..Mobilization(not-to-exceedfitie.:Porcent.(5%);of the . . . . 1. total amountdf the,b1d), LS 1 ''•$T000,00 v 7 000.00 . . . $ . . . .... . . . .. .Site'preparation:.Rismove furniturelo a designated site,piece Ram Wend-on protected floors;place.Wall • 2 protection,plastic Sheeting toploseoff work area,and LS. .; 1 digriageiberricadestodiose off workdreak . ! $ 5,000,00 $.5,00.00 „ .,. . ..• ' ..... . _ • „. . . Demon** and, 'Disposal::-Existing.'flobring,baseboards, dtibfleor, undertayment, moisture barriers,adhesivesjhresholds,andtrapsitions., . ' •Images of eitistingliciriringlit.Appentibt..1-1::Removal . . •3 includes. .fetli adhesive removal and surface SF . 3,505 Sri 0.00 $36 0 00.00 preparation::to .bare concrete Suitable for ,new installation. Contractor'shall include all disposal, hauling,andrecycling.feeS. ... , .. • , .. . . .. . . ., . . .... _ . . Subfloor inspection,. Repairs", and Surface reparation; :Subtoor 'cleaning and .drying.. • . . Assurance at level, Street** spend, and free.Of . . .., • .. defects. 'Make. ,naOassaq .repairs. All costs for . . Subiliate patching,.01c:fah:re mitigation,leveling,or other:preparation required•for;tile manufacturers 20 4' . . . . . -$ 000.00 $.20;000.00• Warranty'shell be inchided..Wilshire testing Shift be: " . . 1 . performed,per ASTM F2170 and Fi 859.,Substrate. . . . . , fletneSS:shall meetpartufacturer requiternerits fortile 111;4841On:Anytiefects discovered.Shall be repaired at Contracter'sdimense . . . . . .. .... _. , . installation: Apply. Waterproel membrane, tiles, , . . , . baseboards, Hutaholds, and transitions per manufacturers gpsolticalion:.:All materials, primers, sp 3",$p0: $20.00 .• • Joint.wlanW,and labor for waterproof membrane . • $72;00(1.00' installation anal!:beincluded.initern•5. • •.. . . . . . .. . ., . .. Deniebilization: peep:and .seal:_grout joints,as recommended by tile manufacturer;diem 411Stile , 5: surfaCes7-renteire temporary.protection and restore LS 1 $7;000.00 $7;00000 . „ „ ... furniture to original'fotadOn. . . .... . , Total in.Nurnbera: . $ 147,000.00. . ........ Total in Words:, One hUndred•fOrty seven thousand:dollars'and zero.cents ... Note: BiddqrS:rflust provide pricing fOr e.very bid item.The lump.sum amountiorMObilizatloil shallnOt exceed five percent .„ . . . ... ..,....... ... ... . .. (5%):.ot the total amount of Me bid,.uhlesslhe.04 doeqrrehts irdlcate.OtherWiSe. compensation forjtoniof work not spec theSe bid items shall Include alf.labort materials,tools, ectUiptent,safety measures,and superviSton re4Oired-to complete the work to grades and dienenskinesh.OWr(on.., C-3 the Plans or staked in the field.There shall be no compensation except for the bid items:specified in the Proposal. The cost of aliwork�shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be Included in related bid items;and no additional compensation shall become due the Contractor: C-4 N/A LIST Of$1.3:13CONTRACTORS In moor.•'cc with,Government Code Section 4104,,the,Bidder shall Set forth the name,and business address of •ch subcontractor who will perform work or render service to the bidder on said,contract an amount in cess of one-half of one percent of the OW hid or$10,000„whichever is.greater,and the portion:of the w. k to bedoneby such:subConUctot Na andAddress-of State Class. DIR PWC ,Dollar %of 1. Item(s) Su, ontrator License RnistrAtionit Amount Contract Number' „ . y . , . . . • •SUbrAiSdien of this proposal,the Bidder certifies: i. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. Z. That the AGENCY will be funiiihed Copies of all subcontracts entered into and bonds ftimished by subcontractor for this project. C-5 NONCOLLUSION AFFIDAVIT TO BE EXECUTED 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 carectand that this declaration is executed m1 1/24/25,at Rencho•Santa hilar4acita, CA .Date State Matthew Jafari being first duly sWern, deposes: and says that he or she is President of A2Z Construct Inc the party making the foregoing bid that the bid is not;made in the interest of, or on the behalf of; any undisclosed person, partnership,company,association,organization;or corporation,that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any,other bidder to put in a false or sham bid,and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or,anyone else to put in a sham bid,or that.anyone shall refrain from bidding;that the bidder has not in any manner, directly or indirectly; sought by agreement, communication, or conference with anyone to fix the bid pried,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 meinber Oragent thereof to effectuate a collusiVe or sham bid. A2Z Construct Inc/Matthew Jaferi Name of Bidde 8ignatur f Bid er 63 Via Gatillo, Rancho Santa Margarita, CA 92688 , Address of Bidder 0.6 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified m the contract, known as the CITY GYM & POOL FLOORING,REPLACEMENT, (I)(we)(it) will employ and: utilize only qualified persons,as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities', The term"Qualified Person"is defined in Title8,California Administrative Code, $ection270(kas: "Qualified Person: A person who, by.reqsonreason of e.,tperieng• irkStrkaion, isfaiizilidr with th ". operettion to be perfonned and thehazards involved? The undersigned also promised and,agrees,that all such work shall be performed in accordance:with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps .as1 are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein.. A2Z.construct Inc Contractor Matthew Jafari. By President. Title nate!. 11/24/25 C-7 DISQUALIFICATION'QUESTIONNAIRE In:accordance with Government code Section,.10 62,TheBidder shall complete,underpenalty ofperjury, the.following questionnaire. QI.JESTIONNAME Has the Bidder,any.officer of the Bidder or any employee of the Bidder who has a proprietary:interest in the,Bidder ever been disqualified,removed or otherwise prevented from bidding.on or completing a Federal,State or local government project because of a violation°flaw or a,Js4tety regulation? 0'Yes V14 No If the answer is yes,explain the circumstances in tho space proVided, Note: This questionnaire constitutes.6.,part of the,Proposal, and a signature portion:of the Proposal. shall COnStitute signature:of this questionnaire. c-s COMPENSATION INSURANCE CtRTIFICATE Pursuant tO•Seetien 1,861.of the State:Labor Code; each.cohtrattor to whom a.public works.contract);1.4s beeh awarded:shall:44 the following zertilleate, I am aware Of the provisions.,of;$ection.3700 of;the,Labor Code which tegiiire 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 011ie work of this,coo:tract A2Z'Qonetruct'MP „ • ctor • Matthew Jafart „ .. • President . . 'Title Date!. 11/Z4/25 • • • • C-p • BIDDtieg 1NVORIVIATION BIDDER certifies that the following information is trueand correct: A2Z Construct Inc Bidder Name 63 Via Gatillo Business Address Rancho Banta Margarita CA 92688 City, State Zip (949 ) 283-5179 a2zconstructinc2©aol.com Telephone Nurriber Email Address 739539 A,B State contractor's License NO. and Class 08/20/1997 Original Date Issued 03/31/27 Expiration Date The work site was inspected by Matthew Mari of our office on November 6 ,202 6. The following are persons,firms,and corporations having aprincipal interest in this proposal: MatthemtJafati 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 spedifications set forth, A2Z Construct Inc Company N SEE CA-LOORNA WOO!,ArtACii&D Signature'of Bidder Matthew jafair Printed or Typed Signature NOTARY CERTIFICATE Subscribed and sworn to before me this day of A.notary public,or other Officer completing this certificate,verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulneS§,accuracy,or validity of that doctment. State of U.CI rh Oi ) County of CAY) ) () - On 11/41 \c- iryi Vire r 102,6 before me, 61--tehror 4on No4robl f ti-K. Month,Day;and Year Insert Name and The:of Notary personally appeared -k 1")\, NanieV)of SignerW Who proved to me on the, basis of satisfactory evidence to he. the'per80144 whose nameK is/are subscribed to the within instrurctent and acknowledged to me thatcWshe/they executed the same in laPheritheir authorized Capadity(ie15, and that by j /her/their signaturg(4 on the instrument the personX,orthe entity upon behalf of Which the person(yacted,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 seat catiforma fa'RHANIE.DE LEOtt Orange Curlw I ,,,:t,QOF Commission t.•2490678. 'ktip%,..iy Comm,Exiires may 70,2028 Signature ignaure of Notary Public (PLACE NOTARY SEAL ABOVE) -01 ..•• • • Bidder's Project History 1.! For the purposes of this project, the bidder ahall provide project history of similar.work, specifically • referencing the construction:of{Describe specific work and experience necessary for project. For example,."Sanitary sewer line:installation.of at least:of-1.000:of 8-inch and greater in-Ptiblic right- of-wav Sanitary sewer lift Stations of similar size, protect work within public streets, an rea containing high ground water and.pipeline:construction in high around water regions with trench detiths of 8-feet to the invert:71. Bidders are encouraged to submit releVatitprojeCt history inadditiottO theprojects listed heroin: • Listed below are the names,address and telephone numbers.for three public agencies for which the bidder has performed:SIM:liar'wOrk.within•Ole past five,years!, city of Huntington Beach 2000 Main Street,Huntington Beach,CA 92648 , ..„ Name nd Address,of Public Agency Name andtelePhone'NO.:of P.roj eof Manager: Job!,.oriffin 714,5p1=5.04e • siiTemoo See below 04/08/2025. Contract Amount Type of Work Date Completed Provide additional project.description-to show'similar work: bemo existing floOtand wall;waterproofing material-for flooring;sloped to drain; leveledwall; applied thinItetintialled tile and grout for:floor and wall;cleanup and water seal., 1. 014/6f Stanton 7800 Katella Ave.,Stanton,CA 90680. Name arid Address Of Public Agency Name and Telephone No.of Project Manager: Han•$ol YOo 71.4.ff890-.004 $406.,050.0.0 See below :Ongoing CoritractArtionnt Type.of Work 'Date Cornploted Provide additional project description to show similar Work: Demo existing'floor and Noll;,intfall 5/87•cotherit board prep.floorand.slope;applied new- cement:.aDoliedwaferproofina;installed tile:thin set,.tile,and grout far wall and floor. • 3, :toast-Community,::college District 1370,Adams'Ava; costa'Nlesa;,CA,p2 ..20 'Nirie and...Address,of Public Agency Name and:TelephOne.No..of PrOJeCtManager; 'Joseph owlin9 744,09$-8158 $430.,000,00 See below U./2012028i • Contract Amount Type'of Work Date Completed. Provide additionalprOjett description fo-show-similar work: Demo existing floor and wall;waterproofing material forflooring;.sloped to drain:.leveled Wall;. applipctThin,pot;installed tile and grout for floor andwall;,clean-up and water seal. c-iz: Bidder's Critical Staff ListedbeloW 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 uf the bidder of this project Bidders are encouraged submit supplemental relevant project history in addition to the projeag listed herein.. i. Matthew)afart Name of Proposed-PrOjeOt Manager TelephoneNo.ofprOposed Project Manager: 949-283- 179 Olden West College Restroom Remodel See#3 above 1,240/202 ProjectMine.&Contract Amount Type of Work 'Date completed Central library Lower trevel Restroom ANN Improvements See above • 01108/2025 Project Name&0Ontra:ct Arncault Type of Work Date completed Community,Senior Center Renovation Project See#2 above Ongoing project, &ContractAmOunt Type of Work Date completed Solomon Romero Name of proposed Superintendent elephogel•To,of prOPOSed Superintendent: 23-501-4.0'20 Golden West College Restroom Remodel $e;e:#3.above. 12120M23 Project Name&Contract Amount Type of Work Date Corripleted Central Library,LOwerj-eYe,1 Restroorn'ADAImproVerrittis See ikt above e11o812025 Project Name&Contract Amount Type of Work Date,Cornpleted Community Senior Center Renovation Project :Seek:above Ongoing 'Project Name 4.Contract Amount Type:of Work Date:Completed CONTRACTOR REGISTRATION WITH CALIFORNIA.DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854(citingLaborCode Section 1771.1(a)),passed by the California State Senate on.June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing:work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR).Currently the annual non-refundable registration fee for Contractors is$400, Each contractor to whom public works contract hat been awarded shall sign the following certificate.. DIR FACT SHEET on SB 854 https://www.dir.da.govipublic=works/PublicWorksSB854.1itmt DIR's Contractor Registration Link—Call(844)522-6734 https://wWw.dir.ca.govinublic7works/contradtdr-registration.html DIR's Contractor Registration searchable database:: https://cadir:secure.force.COm/CoritractorSearch am aware and will comply with the provisions of Labor Code'Section 1771.1(a)which "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; tinletS. currently registered and qualified to perform public work pursuant to Section 1725.5.'kis not a violation of this section for an unregistered contractor to submita bid that is authorized by Section 7029.1 of the Mistiest and Professions Code or by Section 10164 dr-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 fit thermore will comply by providing proof of registration with DIR as the primary cottractot,:as well as:It ALL subcontractors 4 the time of tubmitting the bid. A2Z Construct Inc/Matthew,Wari Contractor. Matthew Jeferi By a2zconstructind2©adl.dom Email President Title Date: 11124/26 PWC Registratioil#: 100001293:7 C-14 'PWC Registration.#: 46060129.37 CONTRACTOR PRE-QUALIFICATION 'QUESTIONNAIRE 1. HOW many times in the-last five(5)years hasyour flit'',been.ASSessedand paid liquidated damages after completion of project under construction tOtittatt with tither apulilic orprivate 9Wriell-(Explain 011.a.separate sheet,ldendfir allsuchprojects by•Ownet.owner's address,date,ofcompletion the project,amount of liquidated damages assessed.and all other information necessary to fully explain the assessment of liquidated damages;) . „ :• 0 „)‹ 1: : 3 4 5+ [Insert Ormaikwith,an Xfortitanber af tftne&Add the:7 CIO the right of the numbersshown]2. . no-w-man time.s•inthe last•-fiV“5)years has your firm made any claim against aproject owner concerning work on-a project orpayinent.for a contract and filed:that claitnin+court or • •arbitration7( xplaintt:a separate sheet„tdenti&the.,claiin(s)b.. Profilciing the project name date of the elaint, name of the.en.g.qor.entities)against whom the claim wasfile4 a brieldescriPtion of the nature pf the claim,.the court in which the casowasfiled,and g,,briefdescription of the status of the clahn.je.g. 7pending"or if resoliied,,a brief description Of the resolution]) . . . . . , • 0 X 1 2 . , Thsert-or inarkWith an,X far nuntber of Mites:Add the Xta*right of the numbernhownj 3. How many times in the last five(5)years has CalOSHA.cited and assessed+penalties,against your firm for any"serious" or"repeat"violation(s)or the federal Occupational Safetyund.HealthAciministratiOn cited.and assessed penalties against your firm for violation(s) .of safety or health regulations?.00TE;Ifyou have filed an appeal of citation,and the Occupational Safety and Health Appeals Board hat not yet tilled on your appeal, need.not Include information about 0 X . [Insert or mark With an Xfor number-of tiinesi Add the X to the right.of the-numbers Shown] 4. Howmanytintes during the last five(5)years has-your firm been required to+paiback wages and/or penalties related to state Or federal prevailing wage laws••for•work.performed by tO_Lit• firm?(Explain on a separate sheet,ldentifr the claim(s)by providing the project namei date,of the claim name of the claimant,a brief description.oftheliatdre:of the:claim,the court in which the easOwas filed,,and a brief • description of*status of the ''pending."'on tf resolved,a brief deteriptionvfthe+resolution I.) . . . :0 X ; 1 x•• -" . 2 3 4 . 5+ [Insert ornicirk With.an 4Y for number OftirneS,Add the X:10 the,right of the.ntanberi Shown] C-15 THE Bond#N/A Premium: Nil IRAY SURETY The Gray Insurance Company The Gray Casualty&Surety Company Bid Bond Know all men by these presents: THAT A2Z Construct,Inc. of P.O.Box 80425,Ranch Santa Margarita,CA 92688 hereinafter called the Principal,and The Gray Casualty&Surety Company of Metairie,Louisiana, a corporation duly organized under the laws of the State of Louisiana, as Surety, hereinafter called the Surety, are held firmly bound unto The City of Huntington Beach as Obligee,hereinafter called the Obligee, in the sum of 10% for the payment of which sum and truly to be made,the said Principal and the said Surety,bind ourselves,our heirs, executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid: Job Number: CC1850 Project Description: City Gym&Pool Flooring Replacement Project Location: Huntington Beach,CA NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the'Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specialized in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void, otherwise to remain in full force and effect. Signed this 12th day of November , 2025 , by: SEE QA-LIFORNiA NOTARY,AT AC'rtOe7 Principal: A2Z Construct.Inc. Witness: Signature and Title:4 1 'lire I0?I-t Signature: Surety: Gray Casualty&Surety Company ____Witness: See Attached CA Acknowledgment// Attorney-in-Fact:Heather Willis Signature: ���A��� �,' 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 NOVEMBER 12, 2025 before me, Hannah Ogren, Notary Public Date Here Insert Name and Title of the Officer personally appeared HEATHER WILLIS 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. r HANNAH OGREN WITNESS my hand and offici. eal. Notary Public-California / _ _ Los Angeles County IL:repp Commission#2408621 Signature \ i� My Comm.Expires Jun 21,2026 Si. to - if Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: c�=t� �ts�v coc s ^�c> Kh tti�c� � cnc vc�cswc� c c�o �wo ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 ' Culbertson Insurance Services,Inc. 11/20/2025 15:20 723840043572 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY&SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number:N/A Principal:A2Z Construct,Inc. Project: Bid Bond City of Huntington Beach-City Gym&Pool Flooring Replacement KNOW ALL BY THESE PRESENTS,THAT The Gray Insurance Company and The Gray Casualty&Surety Company,corporations duly organized and existing under the laws of Louisiana,and having their principal offices in Metairie,Louisiana,do hereby make,constitute,and appoint: Charles L.Flake,Spencer Flake,and Heather Willis of Anaheim,California jointly and severally on behalf of each of the Companies named above its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its deed,bonds,or other writings obligatory in the nature of a bond,as surety,contracts of suretyship as are or may be required or permitted by law,regulation, contract or otherwise,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 26th day of June,2003. "RESOLVED,that the President,Executive Vice President,any Vice President,or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings,and all contracts of surety,and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney,and to attach the seal of the Company;and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond,undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF,The Gray Insurance Company and The Gray Casualty&Surety Company have caused their official seals to be hereinto affixed,and these presents to be signed by their authorized officers this 4th day of November,2022. r ri74400, ,*4;41/4 .%'''''''''''''..'4, ii° - ...„ �` SEAL 3 BY: • Michael T.Gray Cullen S.Piske i�i SEAL -- ' President President 't _, 1 ar y''•• The GrayInsurance Company The GrayCasualty&SuretyCompany '+y'• ••r` 1•• �� P Y P Y ��,r ••.• .��'i State of Louisiana ss: Parish of Jefferson On this 4th day of November,2022,before me,a Notary Public,personally appeared Michael T.Gray,President of The Gray Insurance Company,and Cullen S.Piske,President of The Gray Casualty&Surety Company,personally known to me,being duly sworn,acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of,and acknowledged said instrument to be the voluntary act and deed,of their companies. .d.),61Ar,—) Ulii,Ad kl'.\OVA Co"--- Leigh Anne Henican -;(P.p.;, .. Notary Public '; 'p"I- Notary ID No.92653 Leigh Anne Henican_ Notary Public,Parish of Orleans State of Louisiana - Orleans Parish,Louisiana My Commission is for Life I,Mark S.Manguno,Secretary of The Gray Insurance Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Company this 12th day of November , 2025 . •46 400$1/04"•qth I,Leigh Anne Henican,Secretary of The Gray Casualty&Surety Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affix„,6yv,_).ed the seals of the Company this 12th day of November ,2025 . .(//'�j)�' �� �01M C�''�— ,-as�R A.N��, w JP;•TY�d.,Sv? Q ;o SEAL i g` SEAL 3 • • ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On November 22 2025 before me, Stephanie De Leon notary public (insert name and title of the officer) personally appeared Matthew Jafari who proved to me on the basis of satisfactory evidence to be the personc61 whose name;() is/are subscribed to the within instrument and acknowled ed to me that /she/they executed the same in t3her/th it authorized capacity(i s), and that by is er/their signature on the instrument the person( ), or the entity upon behalf of which the person)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. SEEPNANIE DE LEON WITNESS my hand and official seal. Notary Public•California fl_ Orange County 02, Commission 4 2490678 My Comm.Expires May 20,2028 Signature 4g,AMn", Cie //'F OO YI (Seal) a+4°ch - 131cI 100hd CerIstrv(-f- Irc- F.v N-X9o4L$ RS�n,cr gi.t,8$ OFFICIAL ID SEC UK1T`(— by NET UPENI i-s-Hok, Fcco-K l>revdal-,I TroJect Novikz. CC-hi GI`j i.#Pool -Hooft'v+q R2rlacitv,,rltt- (L ISO 0 Ord Dr.ev,Mi O+re ND\ie»'Nber 0-4 )-o)-S r �.00>Pwi /TAY la,5 Public Works Engineering J'4 V v W K Z"' 0o���.TIN ... .• CITY 0 F HUNTINGTON BEACH %;cFCOUNTY %;,� Lisa Lane Barnes I City Clerk February 17, 2025 Elegant Construction, Inc. 15375 Barranca Parkway, Suite J-103 Irvine, CA 92618 RE: City Gym & Pool Flooring Replacement—CC-1850 Enclosed please find your original bid bond for CC No. 1850. Sincerely, Arx- y/4.6 Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov eiertd- • SECTION C PROPOSAL for the construction of CITY GYM &POOL FLOORING REPLACEMENT CC No. 1850 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 45 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof - may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find in the amount of which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting ELECTRONIC Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for % ", as the case may be) Any standard Surety Bid Bond form is acceptable. L J Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received:: ; Bidder's Signature. 1 November 3, 2025 2 November 12, 2025 d`" C-2 CITY OF HUNTINGTON BEACH CITY GYM& POOL FLOORING REPLACEMENT CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Estimated Item No. Description of Work Unit Quantity Unit Price($) Total($) Mobilization(not-to-exceed five percent(5%)of the 1 total amount of the bid) LS 1 $ 20,000.00 $ 20 000.00 Site Preparation: Remove furniture to a designated site,place Ram board on protected floors,place wall 2 protection,plastic sheeting to close off work area,and LS 1 $ 25,000.00 $ 25 000.00 signage/barricades to close off work areas. Demolition and Disposal: Existing flooring, baseboards, subfloor, underlayment, moisture barriers,adhesives,thresholds,and transitions. Images of existing flooring in Appendix H. Removal CQ 3 includes full adhesive removal and surface SF 3,600 $ 19.00 $ 68,400.00 preparation to bare concrete suitable for new installation. Contractor shall include all disposal, hauling,and recycling fees. • Subfloor Inspection, Repairs, and Surface Preparation: Subfloor cleaning and drying. Assurance of level, structural sound, and free of defects. Make necessary repairs. All costs for substrate patching, moisture mitigation, leveling, or 4 other preparation required for tile manufacturer's LS 1 $ 60000.00 $ 60 000.00 warranty shall be included. Moisture testing shall be > > performed per ASTM F2170 and F1869. Substrate flatness shall meet manufacturer requirements for tile installation.Any defects discovered shall be repaired at Contractor's expense. Installation: Apply waterproof membrane, tiles, baseboards, thresholds, and transitions per 5 manufacturers specification. All materials, primers, SF 3,600 $ 90.00 $ 324 000.00 joint sealants, and labor for waterproof membrane installation shall be included in Item 5. Demobilization: Clean and seal grout joints as recommended by tile manufacturer; clean all tile 6 surfaces; remove temporary protection and restore LS 1 $ 20,000.00 $ 20000.00 furniture to original location. Total in Numbers: $ 517,400,00 Total in Words: five hundred seventeen thousand four hundred Note: Bidders must provide pricing for every bid item.The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials,tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on C-3 the Plans or staked in the field.There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. • C-4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or$10,000,whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of" State Class DIR PWC Dollar `"% of Item(s) Subcontractor License Registration# Amount Contract Number:' NSA By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-5 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on , at Irvine, CA Date 11-24-2025 City State Hazem Almassry , being first duly sworn, deposes and says that he or she is Vice President of Elegant Construction Inc. the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation;that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price,or that of any other bidder,or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Hazem Almassry Name of Bidder Signature of Bidder 15375 Barranca Parkway Suite J-103 Irvine, CA 92618 Address of Bidder C-6 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the CITY GYM & POOL FLOORING REPLACEMENT, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term"Qualified Person" is defined in Title 8,California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved" The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Elegant Construction Inc. Contractor By Vice President Title Date: 11-24-2025 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. N/A Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-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. Elegant Construction Inc. Contractor By Vice President Title Date: 11-24-2025 C-9 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Hazem Almassry Bidder Name 15375 Barranca Parkway Suite J-103 Business Address Irvine CA 92618 City, State Zip ( ) 949-444-5161 Bidding(a,elegantcon.com Telephone Number Email Address 1053447 State Contractor's License No. and Class 5/13/2019 CLASSIFICATION:A, B, C8, C12, C13, C15, C36, C54 Original Date Issued 05/31/2027 Expiration Date The work site was inspected by Nader Alhendi of our office on Nov , 6 , 2025. The following are persons, firms, and corporations having a principal interest in this proposal: Samer Al Hakim President Hazem Almassry Vice President The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise,to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Elegant Construction Inc. Company Name Signature of Bidder Hazem Almassry Printed or Typed Signature C-10 NOTARY CERTIFICATE Subscribed and sworn to before me this day of , 202_ . A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of ) County of ) On before me, Month, Day, and Year Insert Name and Title of Notary personally appeared Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-11 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of (Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right- of-way. Sanitary sewer lift stations of similar size, project work within public streets, an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names,address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: Northwood Aquatics Center Deck Replacement CIP 362004(23-3321) • 1. Address: 1 CIVIC CENTER PLAZA P.O.BOX 19575 IRVINE,CALIFORNIA 92623-9575 City Of Irvine Name and Address of Public Agency Name and Telephone No. of Project Manager: .Bobby Ghaemi , 714-345-5002 $2,380,000.00 Pool Construction ,Renovation &Site Improvements 7-16-2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Site improvements including concrete, paving, fencing, signage, utilities, and restroom upgrades. Pool-related work including deck improvements, pool equipment installation, and interior renovation activities. 2. Redlands Unified School District Name and Address of Public Agency Address . Redlands East Valley High School;31000 E.Colton g Y Avenue,Redlands CA 92374 Name and Telephone No. of Project Manager: Amy Drummond , 909.748.6716 $4,250,000.00 Pool Renovation Sep 25 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: • Bid 4-25; Redlands East Valley High School Pool Replacement 3. Orange County Community College District Name and Address of Public Agency Name and Telephone No. of Project Manager: Corazon Baldovino 714-808-4894 $1,675,419.60 Renovation of the Board Room Meeting room at OCCCD Aug 25 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: • BOARD ROOM RENOVATION AT ANAHEIM CAMPUS 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. Ray Alkhateeb Name of proposed Project Manager Telephone No. of proposed Project Manager: 714-333-7065 Huntington Beach Police Dept. Renovation 4/7/2025 Project Name &Contract Amount Type of Work Date Completed Redlands Fire Station No. 262 Remodel Remodeling 3/27/25 Project Name & Contract Amount Type of Work Date Completed El Toro HS Remodeling Remodeling 7/16/2023 Project Name & Contract Amount Type of Work Date Completed 2. Majed Alnabhan Name of proposed Superintendent Telephone No. of proposed Superintendent: 201-639-1208 Huntington Beach Police Dept. Renovation 4/7/2025 Project Name &Contract Amount Type of Work Date Completed El Toro HS Remodeling Remodeling 7/16/2023 Project Name & Contract Amount Type of Work Date Completed OCTA Bus Chargers installation 11/26/2023 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 $400. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 https://www.dir.ca.gov/public-works/PublicWorksSB854.html DIR's Contractor Registration Link—Call (844) 522-6734 https://www.dir.ca.gov/public-works/contractor-registrati on.html DIR's Contractor Registration searchable database: https://cadir.secureforce.com/ContractorSearch I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on,be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code,provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Elegant Construction Inc. Contractor By Bidding@elegantcon.com Email vice president Title Date: 11-24-2025 PWC Registration #: 1000406720 C-14 PWC Registration #: 1000406720 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE • l.. How many times in the last five (5)years has your firm been assessed and paid liquidated damages after completion of a project under construction contract with either a public or private owner? (Explain on a separate sheet. Identify all such projects by owner, owner's address, date of completion of the project, amount of liquidated damages assessed, and all other information necessary to filly explain the assessment of liquidated damages.) O X 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] 2. How man times in the last five(5)years has your firm made any claim against a project owner concerning work on a project or payment for a contract and filed that claim in court or arbitration? (Explain on a separate sheet.Identij,the claim(s)by providing the project name, date of the claim, name of the entity(or entities)against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed, and a brief description of the status of the claim[e.g. "pending"or if resolved, a brief description of the resolution].) O X 1 2 3 4 5+ [Insert or mark with an Xfor number of times.Add the X to the right of the numbers shown] 3. How many times in the last five(5)years has CaJOSHA cited and assessed penalties against your firm for any "serious,""willful," or"repeat" violation(s) or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s) of safety or health regulations? (NOTE:If you have fled an appeal of citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about • it.) O X 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the Xto the right of the numbers shown] 4. How many times during the last five (5)years has your firm been required to pay back wages and/or penalties related to state or federal prevailing wage laws for work performed by your firm? (Explain on a separate sheet. Identi the claim(s)by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed, and a brief description of the status of the claim[e.g. ''pending"or; if resolved, a brief description of the resolution].) 0 X 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] C-15 FBCITY OF HUNTINGTON BEACH Chau Vu J Public Works Director ADDENDUM NUMBER 1 for CITY GYM AND POOL FLOORING REPLACEMENT, CC-1850 in the CITY OF HUNTINGTON BEACH NOVEMBER 3, 2025 Notice To All Bidders: This Addendum Number 1 includes modifications to Section 6-9 Liquidated Damages on E-13 of the Bid Packet. 1. $1,000.00$500.00 per calendar days. This is to acknowledge receipt and review of Addendum Number 1, dated November 3, 2025. Elegant Construction Inc Company Name By 11-24-25 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Frank Drevdahl at (657) 408-9138 within 24 hours of posting. Cell: (657)408-9138 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov FECITY :OF HUNTINGTON .LEACH. Chau Vu I Public Works Director ADDENDUM NUMBER 2 for CITY GYM AND POOL FLOORING REPLACEMENT, CC-1850 in the CITY OF HUNTINGTON BEACH NOVEMBER 12, 2025 • Notice To All Bidders: This Addendum Number 2 adds an Alternative Bid Schedule. 1. Addition of an Alternative Bid Schedule, Item No. 1A.This item is an alternative to the baseboards listed in Item No. 5 of the Contractor Bid Schedule. In the walkthrough the baseboards were to be removed and replaced like-for-like with rubber baseboards. This alternative item would change the rubber baseboards to tile baseboards. An Alternative Bid Schedule does not count towards or against the Contractor Bid Schedule or the total Bid. ADDITIVE BID SCHEDULE Estimated Item No. Description of Work Unit quantity Unit Price($) Installation:Tile baseboards six(6)inch height. 1A Determining cost per linear foot to replace rubber for LF 1 $ 1 5.00 tile. • Cell: (657)408-9138 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov CITY OF HUNTINGTON BEACH This is to acknowledge receipt and review of Addendum Number 2, dated November 12, 2025. Elegant Construction Inc Company Name By • 11-24-25 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Frank Drevdahl at (657) 408-9138 within 24 hours of posting. • Cell: (657)408-9138 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov TM ! AIADocument A3IOTM — 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place Elegant Construction, Inc. of business) 15375 Barranca Parkway,Suite J-103 The Gray Casualty&Surety Company This document has important legal Irvine,CA 92618 P.O. Box 6202 Metairie, LA 70009-6202 consequences.Consultation with • OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or City of Huntington Beach modification. 2000 Main Street, Any singular reference to Huntington Beach,CA 92648 Contractor,Surety,Owner or BOND AMOUNT: TEN PERCENT OF THE TOTAL AMOUNT BID(10%) other party shall be considered plural where applicable. PROJECT: (Name, location or address, and Project number, if any) City Gym&Pool Flooring Replacement Project Number,if any: 1600 Palm Ave, Huntington Beach, CA 92648 CC No. 1850 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with'a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. • Signed and sealed this 19th day of November,2025. • (;) .N Elegant Construction, Inc. (Principal) r (Seal)' (Witness) eire54 (Title) Jp�S Y.d,St,* /���r �� Merchants Bond'•• C.• 'any(Mutual) -./ •'':F� � (Surety) zf ieQr— :c, (Wi ess) Jonathan Batin _ a: A L •�" 4 • (T'e) Vanessa Ramir:z, • •- -in-Fact r�• °a �1�\ .., ' Init. AIA Document A310T"'—2010.Copyright©1963,1970 and 2010 by The American Institute of Architects.All rights i- ved.WARN!, :This Ale Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution o r' • • 'Document,or any portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was created on 01/27/2012 07:23:12 under the terms of AIA Documents-on-DemandTM order no. 2008397483,and is not for resale.This document is licensed by The American Institute of Architects for one-time use only,and may not be reproduced prior to its completion.oeiiio CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange 1 9 2025 On NOV , before me, Zyanya Q. Hernandez , Notary Public, personally appeared Vanessa Ramirez who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s).is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of State of California that the foregoing paragraph is true and correct. ZYANYA Q.HERNANDEZ Notary Public•California '=v-~'1. '? •C Orange County ; WITNESS my hand and official seal. Commission#2497409 ,,o' My Comm.Expires Aug 12,2028 SIGNATURE k'i(rAlr0 PLACE NOTARY SEAL ABOVE Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of attached document Title or type of document: Document Date: Number of Pages: Signer(s) Other than Named Above: Performance Bonding 08/13/2025 08:10 6099000119860 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY&SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number: N/A Bid Bond Principal: Elegant Construction, Inc. Project: City Gym&Pool Flooring Replacement CC No. 1850 KNOW ALL BY THESE PRESENTS,THAT The Gray Insurance Company and The Gray Casualty&Surety Company,corporations duly organized and existing under the laws of Louisiana,and having their principal offices in Metairie,Louisiana,do hereby make,constitute,and appoint:Jessica T.Garcia,Melissa Lopez,Vanessa Ramirez,Jonathan Batin,Zyanya Hernandez,Jennifer Anaya,Joaquin Perez,Albert Melendez,Chrisina Rogers,Frederic M.Archerd,Jr.,Mary Martha Langley,Yu Cheng Chiang,and Erik Johansson of Tustin,California jointly and severally on behalf of each of the Companies named above its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver, for and on its behalf and as its deed,bonds,or other writings obligatory in the nature of a bond,as surety,contracts of suretyship as are or maybe required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty&Surety Company at meetings duly called and held on the 26th day of June,2003. • "RESOLVED,that the President,Executive Vice President,any Vice President,or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings,and all contracts of surety,and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney,and to attach the seal of the Company;and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond,undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF,The Gray Insurance Company and The Gray Casualty&Surety Company have caused their official seals to be hereinto affixed,.and these presents to be signed by their authorized officers this 4th day of November,2022. /\ \�J�URApc / J J��•tY,• BG,Pi� see $ ° `; SEAL ix: By: SEAL j; ..,,L y; Michael T.Gray • .,y1 htD Cullen S.Piske �yy` r President .sr; President ~* The Gray Insurance Company The Gray Casualty&Surety Company State of Louisiana ss: Parish of Jefferson On this 4m day of November,2022,before me,a Notary Public,personally appeared Michael T.Gray,President of The Gray Insurance Company,and Cullen S.Piske,President of The Gray Casualty&Surety Company,personally known to me,being duly sworn,acknowledged that they signed the above Power of Attorney and afxed the seals of the companies as officers of,and acknowledged said instrument to be the voluntary act and deed,of their companies. ,61A_ V(‘ LAMAS V'-\ Ca"--- Leigh Anne Henican Notary Public Leigh Anne Henican Notary ID No.92653 = OrleansParish,Louisiana Notary Public,Parish of Orleans State of Louisiana My Commission is for Life I,Mark S.Manguno,Secretary of The Gray Insurance Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Company this 19th day of November , 2025 • Oriat#440A- / I,Leigh Anne Henican,Secretary of The Gray Casualty&Surety Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Company this 19th day of November , 2025 • V U R',y �SY 4 8L i ;` SEAL ; SEAL . .may THE Ell TRAY SURETY The Gray Insurance Company The Gray Casualty&Surety Company Telephone: 504-780-7440 P.O. Box 6202 info@graysurety.com Metairie,LA 70009 Surety Bond Seal Addendum In response to the logistical issues associated with the Covid-19 pandemic,The Gray Insurance Company and The Gray Casualty &Surety Company, (individually,the "Company" and collectively,the "Companies") have authorized the Attorneys-in-Fact named on the Power of Attorney attached hereto and incorporated herein by reference to affix the Companies' seal to any bond executed on behalf of the Companies by any such Attorney-in-Fact by attaching this Addendum to said bond. To the extent this Addendum is attached to a bond that is executed on behalf of any of the Companies by such Attorney-in-Fact, each Company hereby agrees that the seal below shall be deemed affixed to said bond to the same extent as if its raised corporate seal was physically affixed to the face of the bond. Dated this 1st Day of January 2021 �aSU..... �VPIS V-d LR rh,i SEAL `•=7 S SEAL 3�'p'+ .s• `tea-.*z• '.�:: By:Y Cullen S. Piske President,The Gray Casualty &Surety Company Attorney-in-Fact, The Gray Insurance Company 1 n Y k C t'4'.- y } 9 �P t �' Ft9R ,. ";y S ' ' r 1 v f 1 �" i to. * ,1 if.--ir a i, T 14 ii y C ,A. ""F ''', ° V 4 rC y�y," s' 1 _,., 3, fyy £ +- 6 �r x $0 sl 'a{ 3. y ,,i ;r l Ltt.,'}i4 4 ',� + 2 ;'"tic° , '' t ,- ,�i e•:• Elegant Construction Inc.14 �/ .,; 1 �,:v ,i '.w€ 15375 Barranca Parkway 5uiteJ-103 `..1'P k Irvine,CA 92618 ELEGANT t .{ CSLB:1053447 CONSTRUCTION INC. .,'' i A 'i,i:, Classes:A,B,CS,C12,C13,C15,C36,C54 bidding lelegantcon.com •; "t ' DIR•1000406720 Tel:949-771-5136 � I} r a 't q{ . SEALED SEALED BID z+ $t, ' y.'•. Attention.FRANK DREVDAHL K . `'`A;1 Project Name:CITY GYM&POOL FLOORING REPLACEMENT ` k y( Bid Opening Date:November 24,2025,at 3:00 p,m, fh I l s N,t H '`-i-.! City of Huntington Beach Public Works office • '; :' 2000 Main Street ` x i ' Huntington Beach,CA 92648 ' 4r r t r 11 9 --- i, • • .• ' i r itI '. e t 1.ai Publb Works ngineering] ,,a . ` +, 1. a, K,Z,e k r #, , a s t ,YY 1, ?, t p porlIPW 00lf IN UT ° CITY OF a �n HUNTINGTON BEACH UUNTY CP�io I/ Lisa Lane Barnes I City Clerk February 17, 2025 Premo Construction, Inc. 360 East 1st Street, #293 Tustin, CA 92780 RE: City Gym & Pool Flooring Replacement—CC-1850 Enclosed please find your original bid bond for CC No. 1850. Sincerely, G Yit�7/ Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov freiril CMS/7 SECTION C PROPOSAL for the construction of CITY GYM&POOL FLOORING REPLACEMENT CC No. 1850 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the-City of Huntington Beach. The-undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 45 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. c-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid,find in the amount of which said amount is not less than 10%of the aggregate of the total bid price,as required by the Notice Inviting ELECTRONIC Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for % ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received .' :, t der's"Signature 1 11/03/2025 2 11/12/2025 • C-2 CITY OF HUNTINGTON BEACH CITY GYM&POOL FLOORING REPLACEMENT CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Item No. Description of Work Unit Estimated Unit Price($) Total($) Quantity Mobilization (not-to-exceed five percent(5%)of the 1 total amount of the bid) LS 1 $ 7000 $ 7000 Site Preparation: Remove furniture to a designated site,place Ram board on protected floors,place wall ./ 2 protection,plastic sheeting to close off work area,and LS 1 $ "�000 $ 7 7 0�0 signage/barricades to close off work areas. Demolition and Disposal: Existing flooring, baseboards, subfloor, underlayment, moisture barriers,adhesives,thresholds,and transitions. Images of existing flooring in Appendix H. Removal 3 includes full adhesive removal and surface SF 3,600 $ �,�JCO $ 34 ?00 preparation to bare concrete suitable for new installation. Contractor shall include all disposal, hauling,and recycling fees. Subfloor Inspection, Repairs, and Surface Preparation: Subfloor cleaning and drying. Assurance of level, structural sound, and free of defects. Make necessary repairs. All costs for substrate patching, moisture mitigation, leveling, or 4 other preparation required for tile manufacturer's LS 1 $ $ warranty shall be included. Moisture testing shall be 24 �40 24 140 performed per ASTM F2170 and F1869. Substrate flatness shall meet manufacturer requirements for tile ;� ;� installation.Any defects discovered shall be repaired at Contractor's expense. Installation: Apply waterproof membrane, tiles, baseboards, thresholds, and transitions per manufacturers specification. All materials, primers, 5 joint sealants, and labor for waterproof membrane SF 3,600 $ 27.00 $ 97,200 installation shall be included in Item 5. Demobilization: Clean and seal grout joints as recommended by tile manufacturer; clean all tile 6 surfaces; remove temporary protection and restore LS 1 $ 5000 $ 5,000 furniture to original location. Total in Numbers: $ 178 54_ Total in Words: ONE HUNDRED SEVENTY EIGHT THOUSAND FIVE HUNDRED FOURTY DOLLARS Note: Bidders must provide pricing for every bid item.The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials,tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown.on C-3 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid ' Name and Address of State Class DIR PW C, Dollar. %•of • • `Item(s) Subcontractor License` Registration# Amount Contract . Number ROYALTY RENOVATION/NC. 5 2691,RICHTER AV. STE.117 1143939 C-54 $65,700 40% IRVINE,CA. ,92606 • • 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 on11/2 at Tustin , Date City State Mohammad Ghiassi , being first duly sworn, deposes and says that he or she is of _Premo construction the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bi der Signature.of Bi der 360 E. 1st. street, #_, Tustin Ca.,, 92780 Address of Bidder C-6 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the CITY GYM & POOL FLOORING REPLACEMENT, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term"Qualified Person" is defined in Title 8,California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Premo construction Inc. Contractor Mohammad Ghiassi By Title Date: 11/21/2025 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 al 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. premo construction Inc. Contractor Mohammad Ghiassi By Title Date: 11/21/2025 C-9 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Premo construction Inc. Bidder Name 360 E. 1st. street #293 Business Address 92780 Tustin Ca. City, State Zip 2.42 657-500-974111 Lufg@premocontractors.com Telephone Number Email Address State Contractor's License No. and Class 86_general "A&B' Original Date Issued 2005 Expiration Date 10/31/2027 The work site was inspected by Text of our office on 11/06 , 202 25 The following are persons, firms, and corporations having a principal interest in this proposal: Asgar= Mohammad Ghiassi Leila Ghiassi 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. Premo construction Inc. Company Name 1 Signature of Bidder Printed or Typed Signa re C-10 NOTARY CERTIFICATE Subscribed and sworn to before me thisZ day of NO\J , 202_. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of NA UvV i (' ) )44----- County of V r ) Celinda S. Kennedy, Notary Public On 2i7/' before me, Month,Day, and Year Insert Name and Title of Notary tv personally appeared 01-1/14 V I . I aSS Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 4,�^..`-�!!ti� UN WITNESS my hand and official seal. NotaCEry PnDAS.hiic K-caiENNirorEDYnia Y W;i♦ �r orange County CUrnmis5i0n 11 2527535 =°A�t f My Comm.Expires Aug 15 22029 Signature Signature of No . — Public (PLACE NOTARY SEAL ABOVE) C-11 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right- of-way. Sanitary sewer lift stations of similar size, project work within public streets, an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names,address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1 city of Huntington beach ,2000 Main street, hh=gto beach ,Ca. Name and Address of Public Agency Name and Telephone No. of Project Manager: John Dettle (714)536-5509 370,000 well project 1/30 2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. Qy paw,7822 Walker street L-aPalma,QL Name and Address of Public Agency Name and Telephone No. of Project Manager: Douglas Benash (626)203-1849 1$12f,20 t gs y half 5aaar221 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3 anaheim school Dist. ,850 Olive street Anaheim Ca. Name and Address of Public Agency Name and Telephone No. of Project Manager: Sandra Miranda(714)517-7549 $290,000 iprovent of school 11/05/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 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. Ray Ghiassi Name of proposed Project Manager Telephone No. of proposed Project Manager: 1-49�657-500-9701 city of Huntington Beach. $370,000.Well #9 aroiect 1/30 /2024 Project Name& Contract Amount Type of Work Date Completed city of LaPalma $_,000 city Hall floorinf 5/20/2024 Project Name& Contract Amount Type of Work Date Completed city of Anaheim School improv. $ 290,000 11/05 2024 Project Name& Contract Amount Type of Work Date Completed 2. mar Zarrin Name of proposed Superintendent Telephone No. of proposed Superintendent: (949)633-8941 city of Anaheim school $290,000 11/05/2024 improve Project Name& Contract Amount Type of Work Date Completed , City of Santa Ana, side walk improvements 1/15/2025 Project Name& Contract Amount Type of Work Date Completed $217,000 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 $400. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 https://www.dir.ca.gov/public-works/PublicWorksSB854.html DIR's Contractor Registration Link—Call(844) 522-6734 https://www.dir.ca.gov/public-works/contractor-reRistration.html DIR's Contractor Registration searchable database: https://cadir.secure.force.com/ContractorSearch I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Premo construction Inc. Contractor Mohammad Ghiassi By i=@ premocontractors.com Email 1/21/2025 Title Da o. PWC Registration#: 1000897318 C-14 PWC Registration#: 1000897318 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five(5)years has your firm been assessed and paid liquidated damages after completion of a project under construction contract with either a public or private owner? (Explain on a separate sheet.Identib)all such projects by owner, owner's address, date of completion of the project, amount of liquidated damages assessed, and all other information necessary to fully explain the assessment of liquidated damages.) Jai 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] 2. How man times in the last five(5)years has your firm made any claim against a project owner concerning work on a project or payment for a contract and filed that claim in court or arbitration? (Explain on a separate sheet.Identify the claim(s)by providing the project name, date of the claim, name of the entity(or entities)against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed, and a brief description of the status of the claim[e.g. "pending"or if resolved, a brief description of the resolution].) CO; 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] 3. How many times in the last five(5)years has CalOSHA cited and assessed penalties against your firm for any"serious,""willful," or"repeat"violation(s) or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s) of safety or health regulations? (NOTE: If you have filed an appeal of citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it.) J0 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] 4. How many times during the last five(5) years has your firm been required to pay back wages and/or penalties related to state or federal prevailing wage laws for work performed by your firm? (Explain on a separate sheet.Identify the claim(s) by providing the project name,date of the claim,name of the claimant, a brief description of the nature of the claim, the court in which the case was filed, and a brief description of the status of the claim[e.g. "pending"or, if resolved, a brief description of the resolution].) A 1 2 3 4 5+ [Insert or mark with an X for number of times.Add the X to the right of the numbers shown] C-15 EBCITY OF HUNTINGTON BEACH Chau Vu I Public Works Director ADDENDUM NUMBER 2 for CITY GYM AND POOL FLOORING REPLACEMENT, CC-1850 in the CITY OF HUNTINGTON BEACH NOVEMBER 12, 2025 Notice To All Bidders: This Addendum Number 2 adds an Alternative Bid Schedule. 1. Addition of an Alternative Bid Schedule, Item No. 1 A.This item is an alternative to the baseboards listed in Item No. 5 of the Contractor Bid Schedule. In the walkthrough the baseboards were to be removed and replaced like-for-like with rubber baseboards. This alternative item would change the rubber baseboards to tile baseboards. An Alternative Bid Schedule does not count towards or against the Contractor Bid Schedule or the total Bid. ADDITIVE BID SCHEDULE Estimated Item No. Description of Work Unit quantity ; Unit Price($) installation..-Re baseboards six(6)inch height. 1A Determining cost per linear foot to replace rubber for LF I $ j tile. Cell: (657)408-9138 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov 1+3 CITY OF HUNTINGTON BEACH This is to acknowledge receipt and review of Addendum Number 2, dated November 12, 2025. Premo construction Inc. Asgar Zarrin Company Name By 11/15/2025 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Frank Drevdahl at (657) 408-9138 within 24 hours of posting. Cell: (657)408-9138 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov MERCHANI1N\ BONDING COMPANY,. MERCHANTS BONDING COMPANY(MUTUAL) 6700 WESTOWN PKWY,WEST DES MOINES,IA 50266 Bid Bond Phone: 515 243 8171 Fax: • Bond Number: N/A CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place PREMO CONSTRUCTION INC. of business) 360 EAST 1ST STRET,#293 MERCHANTS BONDING COMPANY(MUTUAL) • A Corporation OWNER: 6700 WESTOWN PKWY (Name, legal status and address) WEST DES MOINES,IA 50266 CITY OF HUNTINGTON BEACH 2000 MAIN STREET This document has important legal HUNTINGTON BEACH,CA 92648 consequences.Consultation with • an attorney is encouraged with BOND AMOUNT: TEN PERCENT OF AMOUNT BID(10%AMOUNT BID) respect to its completion or modification. PROJECT: Any singular reference to (Name, location or address,and Project number, if any) Contractor,Surety,Owner or 1600 PALM AVE.,HUNTINGTON BEACH,CA 92648 other party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 18TH day of NOVEMBER,2025 PREMO CONSTRUCTION INC. / r (Princi l)/L( lL-�,)i / (Sal)• (Witness) j • (Title) HANTS BONDING COMPANY TUAL) (Surety) (Seal) (Witness) JEFFREY MICHAEL QUIGLEY,NOTARY PU LIC (Title) MIC EY,ATTr �� O '1N-FACT CON 0657 (2/15) Printed in cooperation with Amencan instr to ofArchitects AIA e la^^ ag `rA this document conforms exactly to the language used in AIA Document A310-Bid Bond-2010 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 <.ct�t ct2n n.ct?.cb.c�f`.c� A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of 0 1'" G ) , j� 1 On J zC'z J �before me, ',• G'� `' ' Y/C5T� [�ry 1 t_AL)%(, Date /{/� • ) Here Insert Name and Title of the Officer personally appeared A ' I O 11)wl cv d i oL S i Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be th'e 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. J.PIAZZA WITNESS my hand and official seal. �`�� NOTARY PUBLIC-CALIFORN IA P Qeg; COMMISSION#2415083 f' � ORANGESe COUNTY My Comm.Ex,pp. ptember 8,2028 Signature /� r ignat of otary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑Partner — ❑Limited ❑General ❑Partner — ❑Limited ❑General ❑Individual ❑Attorney in Fact ❑Individual 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Trustee ❑Guardian or Conservator ❑Other: 0 Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association•www.NationalNotary.org •1-800-US NOTARY(1-800-876-6827) Item #5907 MERCHANTS BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa,and MERCHANTS NATIONAL INDEMNITY COMPANY,an assumed name of Merchants National Bonding, Inc., (herein collectively called the"Companies")do hereby make,constitute and appoint, individually, Jeffrey Quigley;Michael A Quigley their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the By-Laws adopted by the Board of Directors of the Companies. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship o obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 2nd day of June 2025 •• � ORpOR 9•V. '•'''PR...... ... O ••Q�NFOR0F y• MERCHANTS BONDING COMPANY(MUTUAL) •• •o . .1� • MERCHANTS NATIONAL BONDING,INC. •c::G0 9) .,yam. :,t&:•VO q>..•Z• 1_;�Q Ni9.���• MERCHANTS NATIONAL INDEMNITY COMPANY -o- v:.-% e2 -o- c':a: •� ,-�■ :_. :3• � .ZC 'a. 'O• •c� . 1933 '�: 0. 2003 / •:� � ;Z • 7 ■...... ......• President STATE OF IOWA • COUNTY OF DALLAS ss. On this 2nd day of June 2025 ,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY(MUTUAL), MERCHANTS NATIONAL BONDING, INC.,and MERCHANTS NATIONAL INDEMNITY COMPANY;and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective oards of Directors. P9,tAtS Penni Miller o „ v Commission Number 787952 • .�.�.r. • My Commission Expires IOWP 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 18TH day of NOVEMBER , 2025 ••otiG c0 mcs: •. •; ;n • ;z: of :o■ .v'•. 1933 1 • 0•:, 2003 !c Z\ :. Secretary • • 4 POA 0018 (5/25) ``T, CLE�iAR • 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 before me, JEFFREY MICHAEL QUIGLEY, NOTARY PUBLIC Date Here Insert Name and Title of the Officer Personally appeared MICHAEL A. QUIGLEY Name(s)of Signer(s) .who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrumentthe person(s), or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. j >s JEFFREY MICHAEL QUIGLEY WITNESS my d and officia s . ;�_ COMM.#2388467 111 =r vv1 NOTARY PUBLIC•CALIFORNIA N -r•-� ~ �. e ORANGE COUNTY .. • ExP,DEC.29,2025'' Signature �_• Signature of N y Public Place Notary Seal Above OPTIONAL Though this section is optional,completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document Document Date Number of Pages Signer(s)OtherThan Named Above Capacity(ies) Claimed by Signer(s) Signer's Name Signer's Name Corporate Officer—Title(s) 0 Corporate Officer—Title(s) 0 Partner 0 Limited 0 General 0 Partner 0 Limited OGeneral 0 Individual 0 Attorney in Fact 0 Individual 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Trustee 0 Guardian or Conservator El Other El Other Signer Is Representing Signer Is Representing �c c t cc�rFrr crrx c c csc�csr r. r�c rr�c2c r�'crc r�rFesrrFrcz�c�rrc�c�c�ce�rcc cz�ri , ©2014NationalNotaryAssociation • www.NationalNotary.org•1-800-US NOTARY(1-800-876-6827) Item#5907 L9 CITY oC PdJ7o)67o,J Cc AG./DTo c?-ty --POOL 00_1d0lCe°44 H1 JT -/Z' �io DE-L ocksEngincethig 11 1-a5 40 O -T,4_,...,G7/01--) 61'0008_, _ _ Cu ; 10 22 2025 Rctstl: to /3o/2ozs SECTION A ‘ /6/207s NOTICE INVITING ELECTRONIC BIDS for the construction of CITY GYM& POOL FLOORING REPLACEMENT CC No. 1850 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated project and will receive such bids up to the hour of 3:00 p.m. on November 24, 2025, on the City's Planet Bids System Vendor Portal, at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this project via the City's Planet Bids System Vendor Portal website at: https://www.planetbids.com/portal/portal.cfm?CompanylD=15340. Copies of the bid documents, including instructions to bidders, bidder proposal form, and specifications may be downloaded free at the link above,via the City's Planet Bids System Vendor Portal website. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents,to be added to the prospective bidders list, and to receive addendum notifications when issued. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are available online at www.dir.ca.gov/DLSR and also on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. The AGENCY will 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 Attention: FRANK DREVDAHL Project Name: CITY GYM & POOL FLOORING REPLACEMENT CC #: 1850. Bid Opening Date: November 24, 2025, at 3:00 p.m. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class B, at the time of the bid opening. The Contractor or Sub-Contractor shall also possess a C-54 license at the time of bid. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY: All extension of unit prices will be subject to verification by the,AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: The WORK of this Contract shall consist of removing the existing flooring in various rooms,offices,and select hallways,and fiunishing and installing new R11-rated porcelain tile flooring in accordance with the manufacturer's specifications and industry standards.A waterproofing membrane shall be installed beneath all new tile surfaces. The Contractor shall investigate and verify existing conditions prior to installation,including substrate . integrity,moisture levels,and any other factors that could affect proper adhesion or long-term performance of the flooring system.The Contractor shall identify and address any conditions that may interfere with proper preparation or installation to ensure the flooring materials are applied per manufacturer recommendations. The facility is a high-moisture environment(City Pool),and the Contractor shall account for exposure to humid air,water tracking,and surface pooling from patrons.The installation shall be turnkey,inclusive of all materials,preparation,and finishing required to deliver a complete and functional flooring system.No other contractors will perform work within this scope. A MANDATORY pre-bid meeting will beheld to,inspect the site and discuss the work to be done and the Contractor's responsibilities. It is highly encouraged for all sub-contractors to attend with prime contractor to Mandatory pre-bid meeting. The City's representatives will be available to address questions. The meeting will be held at 1600 Palm Ave, Huntington Beach, CA 92648 on November 6,2025,at 8:00 a.m. All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the information provided in the Instructions to Bidders. Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBids system. The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Column INTERIM T 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:2BattiGFDx7M50CfKJMO I Proof Updated: Oct.22,2025 at 02:50pm PDT Notice Name: NIEB-CC No.1850 City Gym&Pool Flooring See Proof on Next Page This is not an invoice.Below is an estimated price,and it is subject to change.You will receive an invoice with the final price upon invoice creation by the publisher. FILER FILING FOR Juan Esquivel Huntington Beach Wave juan.esquivel@surfcity-hb.org Columns Wide: 5 Ad Class: Legals Total Column Inches: 55.42 Number of Lines: 114 10/30/2025:City Notices 841.45 11/06/2025:City Notices 841.44 Subtotal $1682.89 Tax $0.00 Processing Fee $0.00 Total $1682.89 NIEB - CC No. 1850 City Gym & Pool Flooring - Page 1 of 3 440TICE.INVITiNGELECTRONICEIDS .far the construction of C1TY:GYM a;POOL.PLOOINO REPLACEMENT • „. .7CONo: A50 • C1TrOFHUNTINGTON REACH . . . PU.BLIC'NOTICE HEREBY.OWEN.,that.the CITY OF'AUNTINPTON: as AGENCY,'invites electronic bids for the:above stated.,Protect. willand,:, •,'receive such bids•tbto,--the hour of-3:00 tin on:November 24,2025;ori the City s,planet Bids System Vendor,portal;at which time,,or:.thereattOe bids'Will be opened--and:rnadeavallable online.Bids received after this t lerfe,Will,be conSiderednon7reSPolisive"..;ProsnectiVe bidders•muStfirstreqlsternso-Vendorandthenhicion this prplect via the Cityrs Planet Bids system Vender:-Portal,•:WebSite'itt;.,:httPS://WWW.plonethid&cOrrftporlql,/pertdi, cfm?Company,i1D•115340.' •• ' "" • " " " , .. .. , Copies of-thebid.documentsilncluding'Instructions to bidders bidder andspet IficatlepS may.-bedownioadedlree'at the lip Kaboye,•via tne.atr.S.,Planet Bids System vendoe'Poi-tat wetilt.e.•Bidders-must first register as a vendor;on the'.City of Huntington Beach p I anpf Bkis sYstem VievV‘and..down loadthe Contratt DOcuments, to be added to the prOWectIve"000.qr§1)§t,,oigIci°r00,1y0 addendum notifications When issued. . .Any contract entered Intopersuantto.thi&notice WIWI ncorporatetheproOSions of the State LabOrCode:'Pursuant tothe proylsionsoftheLabor Code of the'State oftd iforrila, themlnirninnoidtilng.rtite,of OeedidifivkideS'for each craft classification ortyPe,of Workman neeciedlo execute the COntrodt shall be those determineq,bY,•theDirectOr of InClUstrIal.HelationSof the State of CO lifOrnia,'Whith aréavailobledniVne at ca,NpV/DLS •prid-.alsOdn-Ille • . •-•,_ • •at the OffIedf he Director Ot pu bliCWOrcsi..400•Main Street,tontippton•Beath,CA 92648,. C • • . . .„. The AGENCY will deduct retetifion:.frompll.prodresSpayment& The'Contrac or may substitute escrow hoicier:•sbrety,:iof:equal Value:te-the reterition,1n.actordance witlithePrevlSionsof the Public Contract:Codei-Sectibit 10263.-TheCOntraCtorSha I I be beneficial•dwner of^the siiretYand`sha I recelVe interest thereon:, .• The.AG,E N CY,herebY...affirrnatlyely',ensUre&that MineritY••business'enterprises Will be Offerded,fol I.opickOrtbrIthi,t.O:Subbilt bids in response to this notice and will not be diScriminatedTagainst•.on'the-bOsi&of.,:racei..`color,:national ancestrySeZ,•or religion in any consideration leading The award of contract • No bld.shall.:becensiciered,tinieSS It;IS,prepared.on,the approved:Proposal fortn&in con-refinance:With the instructions to Bidders deterinInett•by the.:AGENCY,•The must:be accompanied by g"Certified Checks fcashiers checX,:or:da,idders bond mode PayahletO the AGENCY for an amount'no less than-10%;of the amount For electronic SubMittaidflaids,thebid.SedUrOtniiStberetelVed atilie City of Huntington Beach"PtiblIO:Works.,Office;2000 Main JStreet,no'later than• the bit!Opening'•date.and time.The must besubmItted in,.cr: ealea.envelon0:0earlridilwrigne'add cgIciresslyi thebidder,:ancittie•oirtsideoftheenVelope Must read a&followt:' • • OFFICIAL BID SECURITY,,D^O;NOT OPEN' Attentiom:FRANK D.REVOAHL: Project.Name:CITY pytt.4-4 POOL FLooRiNORE PLACEM ENT Ce4Y.:•1050 • . ,"":" . ,• „ • :• Bid Open*Date:•KoVeiiiber24,2025,ct5i00 The successful bidder shall be licensed in accordance with:Provisions:of the Business and ProfessiOnS,:C odeandShal possess 0.-State Contractors LicenSetlaSSE,.,at the time Of the bid opening The Contractor or Sub Contractor shall alsci.pOSSessfa C-;54.1.1Cerise .a1111011010:0:00... „„ . . • The siliccessful;Contractor and.h is:sub,contractors will be required to:possessbusiness licenSes,ft-OM:tile AGENCY All eXtenStbribr.Unit Prices"Will•beSublett to verification by:tne..AGEN CY...I n dose of:OVOriOticri•PetWeeti the Olt price and the extension,the • , .•„ ••.• PrOjeCtDeieriOtiOn-i• • ;, The•WOR K.:ofthis-Contract:shalt cOnsist•otrernoving the eXiSting,floorinO la various rooms offices, and select•hallways; and furnishing:and Installing new:R1 lrated porcelain tile flooring in.accordance With:.th6..rnanufattbrer's'specifications;and inthiStrYiStalidarci&-AWaterpreofind Membrane:shall be Instal led tienetith OW tile The.Conti'dttdr shall investigate and:iterify:exiStind.,condifions,prlor•Winstal lotion, including substrate integrity moisture ilevels,:and any other factors that Could affect ti.e.oiYee,..adhelOn Or:king-term performance Of the'flooring sYStern,,,Tliontractor shall identifY•and address'any conditions that bigYinterfere.with•proper:Preparation or: Installation:jci'ensure'Me'flOorIng. 'materials: are applied•per mariauctimer recommendations. •• • . „ The.fatiliN IS o..higlirmolsture.-erivIronrriertr(City .and.the Contractor shall NIEB - CC No. 1850 City Gym & Pool Flooring - Page 2 of 3 • account for exposure to humid,:air,,water:tracking,••and surface pooling from:patrons: The installation shall be turnkewinclustveof:all`materials;preparatiant and finishing reaulred.;•to deilver a complete and fUnctlonal fioaring system..Noothier.contr..actors w111 Rerforili.WorkWithiHillis,sope;. A'MANDATORY pre-bid meeting will'be.held_to'inspect:•the;site and discussithe work to be done-and the;Contractor's responsibitlties: It is hignly..encouraged.for'alt sub; contractors to'attend with.prlme.contractor to Mandatory pre-bid.nieeting.TheCtfy.'s representattves;w I be avallable;to address questions-..;The meeting;wilt beheld at 1600 Paint=Ave,::Huntington':13each,:'CA.92698 on.Novelnber,6,�2025,at.8c'00 a.m:: ' All:goestlans;related to:;tliis'bid.solicitafion inust'.be submitted through the City's PlanetBtds System Vendor, Pertat per;;the information;prov,;ided in.the:,Instructions to Bidaersz.AnY other contoct.to"Citir,staff regarding ails bid solicitation wits be referred backto'the PlanetBlds system. ` ' The AGENCY rese"rves,tiie;right to retectan'or..all;bids,.to waiveanyarreguiarlty and to take all bids underadvlsement for.amaximum period of 60 days.-' Attest; CiTYCLERKOP-Ti1EiCi,TYOF. NTINGTON BEACfi Huntington'Beach Wave • ' .' " Published:,10/30111/6/25 • • • • NIEB - CC No. 1850 City Gym & Pool Flooring - Page 3 of 3 ht:TIU:Cli EE.`•.GI INCLUDES THE 't" FOUNTAIN it", VALLEY VIEW 1920 Main St. Suite 225, Irvine Irvine, California 92614 (714) 796-2209 Iegals@inlandnewspapers.com Juan Esquivel Account Number: 5272431 Ad Order Number: 0011761714 Customer's Reference/PO Number: Publication: Huntington Beach Wave Publication Dates: 10/30/2025 and 11/06/2025 Total Amount: $1682.89 Payment Amount: $0.00 Amount Due: $1682.89 Notice ID: 2BattiGFDx7M50CfKJMO Invoice Text SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of CITY GYM&POOL FLOORING REPLACEMENT CC No.1850 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH,as AGENCY, invites electronic bids for the above stated project and will receive such bids up to the hour of 3:00 p.m.on November 24,2025, on the City's Planet Bids System Vendor Portal,at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this project via the City's Planet Bids System Vendor Portal website at: https://www.planetbids.com/portal/portal.cfm?CompanylD=15340.Copies of the bid documents,including instructions to bidders, bidder proposal form,and specifications may be downloaded free at the link above,via the City's Planet Bids System Vendor Portal website.Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents,to be added to the prospective bidders list,and to receive addendum notifications when issued.Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California,the minimum prevailing rate of per diem wages for each craft,classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are available online at www.dir.ca.gov/DLSR and also on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach,CA 92648.The AGENCY will deduct 5% NIEB-CC No. 1850 City Gym & Pool Flooring- Page 1 of 3 p'p,cr:`,a See Proof on Next Page INCLUDES THE. A ..FOUNTAIN r VALLEY VIEW Huntington Beach Wave 1920 Main St.Suite 225,Irvine Irvine,California 92614 (714)796-2209 Juan Esquivel 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: 1013012025,11/06/2025 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: Nov 6,2025. 61141154-- S :•�ure • NIEB-CC No. 1850 City Gym & Pool Flooring- Page 1 of 3 SECTION A NOTICE INVITINGELECTRONICB1DS ttor the constructióriof •• . ,.•.• • •.• ..• •• CITY:GYM 43.0130L:FLOORINO REPLACEMENT. • . „ 41i'the. CITy.13EFRINTINGION.BEACH . . . . • , ..„ , ...„ ...„ PUBLIC•.:NOTICE.15,, HEREBY 1.GlyEN .the CITY OF 1-11UNT,INGTON:.BEAC1-1,-:as AGENCY, invites electronic bids'.for the-aboVe..Stated:protect and will" receive such bittsf Op t4the hourof•S:00 pin:on NOvember 242025;-On the City's planet Eilds,Sy5teld Venaor,portal;rotwhich thaetw'thereafter bids Will be opened and made available online.„Bids received after'this tirtie"wiltde•.OoriSidereti.non-re5Pensive.:Prospective bidderS:rmistlirstregIster asd vendor and bid'on tills prolect vialtie•citY'sPlanet Bids system:Vender. Portal webSite at •littp5.://wWw:planetb14corp/POrtal/pOrtal. cfm?Co.mpapy13--15340:-, • • •• . ‘. Copies of the bid documentsi.includInginstructionsio.bidders,:bidderiproposai form; and specifications may Wdownloodedireesdt the link above,.Viathe CitrS;Planet Bids SySterti Vendor Portal Website.,:Eltdders must firStregister:cM4yeridtir)ori the City Of Huntington Beach-Planet Bids,system:to.vieytand dowrlidad'the Contract Documents, to be addactfOlfieprOspeOtiVe bidderS•iiSt,-dnd to receive addendum notifications When Any-contract entered into pursuanthams•-notIce will incorporate.the'provisiOnsof the State,tabor•Code,.:Pursuant to the prov isibris oft he,Labor Cade ofthe State of.Cal iftirp la, th0 Plinth:1y riIiireValling rate Of Pet dientikageS'for•ettch craft,otassifIOLittan:OetyPe"Of viorkmah.rieeded:toexecule thedentraOt-shalype thOsedetermlned•bythe:Direttor of Industrial.Relations Of the'State of California Whitt)ate avall.cible Ohl ine.at 1.0yww;a ca.g,ov/DLSR.arict.alSo on,filedt the Ciffite..ofthe,Oirector.of publiorWorkS,-2000 Main Street,•11uptington'.Beath,.CA926413. The will 4dENCY` deduct.5%retention from all progress payment& Tile Contractor may substitute an escrow halaensueetil.:.Of.:eabial Value to the retention ln accordance witiithe43rOvlSionS of the PLiblicContrattCodeiSettion 10263i TheContrattor shall be benefictat-Owner of-It 6-suretYland'she I I TecelVednY interesillierecim The:AG EN,Ctie reb .affirmailve ly,ensures' nat minority.bu5iness-epterprises 11.1 be'aficirded.;full:OPPortOnitY.U2submit bias in response fellifSdotIcedrid,w11Unot..be discriminated'against on the basis,.ofrace,"coloh,national-drigin,;dnceStry,.Sek,'.or reilgloitin'anyconsiderattopteading to-thedward of•contract: .• „•:....... „ , „ „ ,„•.,•„, • No bid shall:be considered:unless It Is prepared:on the approved Proposal forms in conformance with the I nstrUctioriS•44'BidderS as deterrnined by the AGENCY. Tile 1314rnuSt be acComPanted-'by 4 certified check, cashiers ctiett<,, or•dicklers. bond rhade`PcriabItti.the AGENCY:for-art affieunt no less thart;10%of file•dilloOnf bid iar diectronit submittal of biciscitie:bicl-teOurifYid4tbe receniedattheChy of Huntington Beach Public Works Office.,•2000 Main Street, no'later than the bid Opening date and tirne„.The bid:security m ust be submitted a;seciled..erivelope dearing-thedarne and address of.the•bidder,and-the.outsideof the envelope must read as VAIN/sr • •• •• OFFICIAL BIDECURITY.-130;NOT.:0,PEN AttentiOn:•FRANK DREYIDAHL Project Name:CITY Gym&POOL Fi,ppR.ING,REPVicEMENT. Ceot 1850' . • , " • - • '„ Bid Opening Dirfe:-NOVembei*,•2025,dt 3:00 p.m: The iikCeSSintlAcideeStial I lie ildetis.,6016 accordancethe and-,ProfesslcinS,Codednd shall Possess.4 State COntraCtoesticenSe Clais-B,,afthe-tirrie Of the•bid miening..The'Contractor or.Sud:-Contractor shall also postessd.C75.1 license at the thtieort-nta, . . , . . The successful and hIS.subcoptratt ors wil t be required torpossessbusiness I iCenses:Iraintile•AGENCY All extension Of unit prices will be'ssublett to verification byllie AGENCY.: In case.of dvdriation between the dpitprice Mkt-tile d>ctensioni the finit„price:wIllodvern.. • ProjetftestriptiOn•!-- ,. The:WOPK::of this,Contract-shall constit•of.rernoving the existing,flooring,irrvarious rooms,:s offices, and select:hallwaYS, and furnishing and installing new;Mi.:rated porcelain;tile,flooring accordante.iwith the..,manufacturer's SpecifidationS.,and InduStrY,StatidardsL Pokatettntofingltriernb•ftinestitilLbe Instal tea beneath.aIi new tile Surfaces: The Contractor shall hilifeM-Idatearideiity"existing.6natticitiS".."1:4163,16,)aital including substrate integrity,•-.M•,31stOre.leyels,.:and any other factors that could proPer:adheStori.6e'WO-term Performance of the.flooring SYM'elty...T.h :Contrtictor shallIdentify and address any conditions that may interfere matf,propen Preparation or 'installation to enscire-Ine."flooring.: 'materials are applied'per rrianUfdtturer , reCornmendations.- file facility is q fitan-enalMii-e.emnronrnent (C.ity Pool), and,the Contractor shall NIEB- CC No. 1850 City Gym & Pool Flooring- Page 2 of 3 account for exposurelo,hurnld aln.mater tracking,.and Surface pool Ing-fromPaIrdns-- The installation shall be turnkey inclusive all-mate rlalsi-Pre paratlon,and•finishing reau I red to lelIveYa complete..anctfu tictlenCi I'flooring system,NO:other contractors will.Perform worts:within thiSsc660:. . . . pre Meeting:wilt:be,held to Inspect'Atie'51te'and discuss the work to•be.don.e.,and the.,Contrcittors responsibilities:-MIS-highly,encouraged for al Irsul2 contractors to attend with grime contractor to Mandatory pre bid meeting.,The•titS rePresentativeswiltbe.aVallabletaciddresSqueStiOns;Tile t.neeting beheld at 1,s00 Palm Ave,:Huntington sedan,•CA,926`44bn.November 6;2025i-0f/3:00 am •• - All Atiestioris-relatedtd,:this•latd.sciliChation trust' e submitted thrbUgW the Ctrs Ph:rnetBicIs System Vendor Porta 'per the'infprmatIcin'proVlapttin the.iristruCtions:to EildeletSi AnYother contact te :staffard I:regnd b - al iC ita ttoff 111.b. ''refe reed back:to"the.',P lanetp ids systern.• " • " • - lcls . , . . e , tfie.A6EktYiesarli0iilei'1611f to icelacfany or all bids to iraive any irregularIty and to take.alt.bidS‘.under advlSemenifOr ar-ncixlitiurwperioa of 60 anis,- Attestv, , CLIERiC OF T.H.ECITY OF HUNT I N 64-big liE4CH • . • . . •• ..• • . • ... • 1/6/qS publisheil:'16/40,1 • NIEB-CC No. 1850 City Gym Si Pool Flooring- Page 3 of 3