Loading...
HomeMy WebLinkAboutReject All Bids - CC-1790 - 2026-02-03 SiNGT 2000 Main Street, SUN 04'., Huntington Beach,CA oFk 92648 �F " F City of Huntington Beach t ` r APPROVED 7-0 \<coup r t-✓`I File #: 26-088 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 Main Street Branch Library HVAC and Electrical Improvements (CC-1790) and Direct Staff to Re-Bid Statement of Issue: On November 4, 2025, the Public Works Department (the "Department") received two (2) bids for the Main Street Branch Library HVAC and Electrical Improvements Project. Both bids exceeded the project's currently allocated budget of $463,000. Staff recommends that the City Council reject all bids to allow further evaluation of project scope, funding, and delivery options in light of current utility requirements and market conditions. Financial Impact: There are no fiscal impacts related to the recommended action. Recommended Action: Reject all bids for CC-1790, Main Street Branch Library HVAC and Electrical Improvements. Alternative Action(s): Do not accept the recommended action, and direct staff accordingly. Analysis: The City of Huntington Beach (the "City") Main Street Branch Library (the "Library") is located at 525 Main Street in Triangle Park. Built in the 1950s, the Library is a concrete tilt-up structure with limited central heating and no central air conditioning. As a result, interior temperatures can fluctuate significantly, periodically impacting library operations and resulting in temporary closures. To address these conditions, staff retained Westburg White Architecture in September 2024 to prepare design documents for HVAC and electrical improvements. The project scope included upgrading electrical capacity, construction of a dedicated electrical room, provisions for future City of Huntington Beach Page 1 of 2 Printed on 1/28/2026 powered by Legistar'"" 560 File #: 26-088 MEETING DATE: 2/3/2026 mechanical expansion, and installation of multiple air conditioning and heat pump units throughout the building. During final design coordination, Southern California Edison (SCE) determined that the Library's existing electrical service was insufficient to support the proposed mechanical load. SCE required that service be extended from an electrical vault located on Acacia Street. This utility-driven requirement necessitated additional work, including street trenching and boring, installation of a transformer, and trenching through landscaped areas. Following incorporation of SCE's requirements, the design documents were finalized and advertised for bid, with cost estimates developed based on the information available at the time. Bids were opened on November 4, 2025, and both bids substantially exceeded the project's allocated budget of $463,000, with the lowest bid being $798,000. After bid opening, staff consulted with third-party electrical contractors and engineering professionals to evaluate potential alternative approaches. These consultations confirmed that the Library's existing electrical service is at full capacity and cannot accommodate additional load without establishing a new service source. Follow-up discussions with SCE further confirmed that no upgrade options are available at the existing service location. Staff also analyzed the bids received and determined that the cost associated solely with the required electrical service extension, including trenching, boring, transformer installation, and related infrastructure, approached or exceeded the project's current total budget. As a result, while the project objectives remain unchanged, the original scope cannot be delivered within the existing budget under current conditions. Staff will return with recommended scope reductions, phasing options, or alternative delivery approaches to ensure the project remains viable and fiscally sustainable. 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" 561 /�,drigi r'',l..• ifiV 14111110. 111111.6. \\\\ °‘T I N G to In V se••••••• . 'k. <9Reject M . \ 'COO • •' --------___ - _ •'. � Nk Main Street Branch LibraryHVAC -� ,,,,„q7 and Electrical Improvements, rn f ,+�� • 1 _ CC-1790 ---- • is- ik i-iplio ,,,,, , ),,,.) __,: ......... il • % tr. - .. --. . - - -- '''s) • .• (4k." 0 • • . 77, 19O% . ,.• 0 ,,60s. 1\\:•••••••••s*. <"` 0 CO biNr 1 ....... T`� 01 ''r..'�'` '/ February 3 2026 562 BAC KG RO U N • The Main Street Branch Library, built in the 1950s, is a concrete tilt- up with limited central heating and without central air conditioning. Interior temperatures can fluctuate significantly, which has periodically impacted library operations and resulted in temporary closures. • To address these conditions, staff retained Westburg White Architecture in September 2024 to prepare design documents for HVAC and electrical improvements. ,' �,�NT�N�r© p O�a••,`� OftPOHgrfo � <P \ • f , 4 1 563 BAC KG ROU N • During design, SCE determined that the Library's existing electrical service was insufficient to support the proposed mechanical load. SCE required service to be extended from an electrical vault located on Acacia Street. Required additional work included street trenching and boring, installation of a transformer, and trenching through landscaped areas. • Bids were opened on November 4, 2025, and all bids received substantially exceeded the project's allocated budget. !�l +,/����T I N u Tp� .•„toa F o ea r£o•�Y 1 �\iii� °�NT� ir 564 RECOMMENDED ACTION • Reject all bids to allow further evaluation of project scope, funding , and delivery options in light of current utility requirements and market conditions . \,NTINGin • iffk rt. %• moo. cQUNP( 565 EXPLANATION • After bid opening, staff consulted with third-party electrical contractors and engineering professionals as well as SCE for potential alternative approaches. The Library's existing electrical service is at full capacity and cannot accommodate additional load without establishing a new service source. Follow-up discussions with SCE further confirmed that no upgrade options are available at the existing service location. • While the project scope remains aligned with the City's �,, ----__ r����NT I N�7' �i operational objectives, the previously established budget is no ` o� _.r7,57, Rq,Eo�•P� ,\ longer consistent with current utility constraints and market ��_ •:��,�,, conditions. Additional funding and refinement of the project kd � scope or delivery approach will be necessary to complete the '• ,_ n'.•N1N•N project. � QUNT\( 0'f00r 566 o 1 i 4'• .^ 1 d ''SP F'6� / !- a 1 4 3 c�. ? Sry ii..._,+,. .....,,,„, xa f1f �,, e>a .:.,m,..�.;e,.,.., S s cy,,e'i a S, ,,' Ni 4 f : --1' .'iL.::-'1. 1 1 ' ' ,,i1r4 ik -,:;-, xii E, ,,,E, .,44.„., t 3 c4 . U) 0 ■ u) a) o ' n� 04/ CITY OF •� ��- - _, HUNTINGTON BEACH NS0.1ivTv c\- 1' Lisa Lane Barnes City Clerk February 17, 2025 A C Pros Inc. 7046 Darby Ave. Reseda, CA 91335 RE: Main Street Library HVAC & Electrical Improvements—CC-1790 Enclosed please find your original bid bond for CC No. 1790. Sincerely, Vifi);(1Le ✓ yl2 " O Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov i L 4 Document A310TM - 2010 Bid Bond • CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place A C Pros Inc. of business) Developers Surety and Indemnity Company 7046 Darby Ave 800 Superior Avenue E., 21st Floor This document has important legal Reseda, CA 91335- Los Angeles Couny Cleveland,OH 44114 consequences.Consultation with OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or City of Huntington Beach modification. 525 Main St Any singular reference to Huntington Beach, CA 92648 Contractor,Surety,Owner or BOND AMOUNT: other party shall be considered Ten Percent of Their Greatest Amount Bid (10%G.A.B.) plural where applicable. PROJECT: (Name, location or address, and Project number, if any) Main Street Library- HVAC/Electrical 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 mm law band. • Signed and sealed this 15th day of October, 2025 • AC Pros Inc. (Principal) (Seal) (Witness) i dee/ (Tole) Developers S rety and Indemnity Company (Surety) (Seal) (Witness) (Title)SHILO LEE LOSINO,ATTORNEY-IN-FACT CAUTION:You should sign an original AIA Contract Document,on which this text appears in RED.An original assures that changes will not be obscured. Init. AIA Document A310TM—2010.Copyright @ 1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This AIA`Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or diatriti tion of this AIA°C Document,or any portion of it,may result in severe civil and criminal penalties;and will be prosecute*to the maximum extent possible under the law. Purchasers are permitted to reproduce ten(10)copies of this document when completed.To report copyright violations of AIA Contract Documents,e-mail The American Institute of Architects'legal counsel,copyright®aia.org. wino Pik r -'1df` birith (-J CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 NfAr.c ccoxt..rcw.•, rrx tr,cw—.4,,.r a cy-w. ccrrcre r.o.te-ttexu-�r. zItt,Lse.:Nade...c reer.er. .k.x.446ate xter-,60;ev rxzr...x.c•erx A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of LOS ANGELES On 10/ litZ'� before me, CHIMENE HOBBS, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared SHILO LEE LOSINO 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 or ry CHIMENE HOBBS is true and correct. A NotaryPublic-California = WITNESS my hand and official seal. t Los Angeles County Commissions Sep 8, ChANY-41e,-140dik/V- Signature� My Camm.Expires Sep 28,2027 'Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): El Partner — ❑Limited ❑General ❑Partner — ❑Limited ❑ General ❑Individual ❑Attorney in Fact ❑Individual ❑Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 POWER OF ATTORNEY FOR COREPOINTE INSURANCE COMPANY DEVELOPERS SURETY AND INDEMNITY COMPANY 59 Maiden Lane,43rd Floor.New York,NY 10038 (212)220-7120 KNOW ALLiaY THESE PRESENTS that,except as expressly limited herein,COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY,do hereby make,constitute and appoint: Shilo Losino ,of Woodland Hills,CA as its true and lawful Attorney-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said companies,as sureties,bonds,undertakings and contracts of suretyship giving and granting unto said Attorney-in-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said company could do.but reserving to each of said company full power of substitution and revocation,and all of the acts of said Attorney-in-Fact,pursuant to these presents,arc hereby ratified and confirmed. This Power of Attorney is etlective I("1/j c f4),� and shall expire on December 31,2025. This Power of Attorney is granted and is signed under and by authority of thefollowing resolutions adopted by the Board of Directors of COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY(collectively,"Company`)on February 10.2023. RESOLVED,that Sam Zaza,President.Surety tindenvritine,James Bell,Vice President,Surety Underwriting,and Craig Dawson.Executive Underwriter Surety,each an employee of AmTrust North America,Inc.,an affiliate of the Company(the"Authorized Signors"),are hereby authorized to execute a Power of Attorney, qualifying attomey(s)-in-fact named in the Power of Attorney to execute,on behalf of the Company,bonds, undertakings and contracts of suretyship,or other suretyship obligations;and that the Secretary or any Assistant Secretary of the Company be,and each of them hereby is.authorized to attest the execution of any such Power of Attorney. RESOLVED,that the signature of any one of the Authorized Signors and the Secretary or any Assistant Secretary of the Company,and the seal of the Company must be affixed to any such Power of Attorney,and any such signature or seal may be affixed by facsimile,and such Power of Attorney shall be valid and binding upon the Company Mficn so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF,COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY have caused these presents to be signed by the Authorized Signor and attested by their Secretary or Assistant Secretary this March 27.2023 • •�.• �r1SUR,gN �" AND/N Printed Na L. Sam Zaza — C\ G t�`••,0 co:.a -<•p 2 Title: President,Surety Underwriting SEAL w 1936 ACKNOWLEDGEMENT: • •••• '•,���'••••••'��a 'i,, .•.r*r.h...``. ��'� *��••`�•`` A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. STATE OF California COUNTY OF Orange On this 27 day of March, 20 23 , before me. Hoang-Quven Phu Pham , personally appeared Sam Zaza who proved tome on the basis ofsatisfactory evidence to be the person whose name is subscribed to within the instrument and acknowledged to me that they executed the same in their authorized capacity,and that by the signature on the instrument the entities upon behalf which the person acted,executed this instrument. I certify,under penally of perjury,under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal. HOANCrQUYEN P.PRAM 4. r?� Notary public. California ri� Signature ,��h Orange County t!r_�' Commission f 2432970 My Comm.Expires Dec 31,2024 CORPORATE CERTIFICATION The undersigned, the Secretary or Assistant Secretary of COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY,does hereby certify that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in this Power of Attorney are in force as of the date of this Certification. This Certification is executed in the City of Cleveland,Ohio,this March 19,2023. r—Doeusigned by. By: NMI (,)J (LS Barn W.Moses.Assistant Secretary POA No. N/A `—GB6415E7ADE548C_ DocuSignEnvelopeID:3352BFD6-5E9D-4796-837E-C 1 E455E6530F Ed.0323 . .�. ,. : ,, AC Pitos Air Conditioning & Heating is_ Iric_ Residential •Commercial ;t: Air Conditioning,Heating;Ventilation and Cr,• LIC a 871281 Mechanical Services OFFICIAL BID SECURITY.DO NOT OPEN if, Attention: FRANK DREYDARL .:: ., Project Name: MAIN STREET BRANCH LIBRARY HEAT,VENTILATION,AND AIR '--. CONDITIONING(RVAC)AND ELECTRICAL IMPROVEMENTS ., ,. Fw CC#; 1190 T ,.., ,.t : ,, ,, ;,,,, ,,,, t.,; F. t ,,,z, tm,,,,.; i„.,,„ rir' . r.666 ,, e, 7046 Darby Ave,Reseda,CA 91335 Tel:(818)342-7767 Fax:(818)881-9125 Email:miriam@acprosine.com acprosinc.com ,. i,„*„,„ ,.. ,:.,.. ,,,.. ..„; 7 4,.«."..;4.". , , t ..4 ., , . , • S,5 � �E �4 S 1vtA di ? ��+ 2.t -Y3� .s A' , A ' t`1 ;�L 44.t, j' 1 �C* a3 a-�.t M 43 4- t 4 r,m tF r, ,r. 1. ,yY. ,1I�o���NTINGT�2�F\ CITY 0 F HUNTINGTON BEACH `cF�G�NTV of Lisa Lane Barnes City Clerk February 17, 2025 AireMasters Air Conditioning 12556 McCann Drive Santa Fe Springs, CA 90670 RE: Main Street Library HVAC & Electrical Improvements-CC-1790 Enclosed please find your original bid bond for CC No. 1790. Sincerely, (//14.-6) 14,0t (Or al/to 1/. Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov Bid Bond Bond No. N/A Premium: Nil KNOW ALL MEN BY THESE PRESENTS,that we, AireMasters Air Conditioning as principal, and the GREAT AMERICAN INSURANCE COMPANY, a corporation existing under the laws of the State of Ohio,having its Administrative Office at 301 E.Fourth Street, Cincinnati,Ohio 45202,as surety, are held and firmly bound unto City of Huntington Beach Community and Library Services as obligee,in the penal sum of ten percent of amount bid Dollars ($ 10% ) ,lawful money of the United States of America,for the payment of which, well and truly to be made,we bind ourselves, our heirs, executors, administrator, successors and assigns,Jointly and severally,firmly by these presents. SIGNED, sealed and dated this 14th day of October , 2025 . WHEREAS,the said principal AireMasters Air Conditioning herewith submitting a proposal for Main Street Branch Library Heat, Ventilation, and Air Conditioning (HVAC) and Electrical Improvements CC #: 1790 NOW,THEREFORE,the condition of this obligation is such that,if the said principal shall be awarded the said contract,and shall within sixty ( 60 ) days after receiving notice of such award enter into a contract and give bond for the faithful performance of the contract,then this obligation shall be null and void otherwise the principal and surety will pay unto the obligee the difference in money between the amount of the principal's bid and the amount for which the obligee.may legally contract with another party to perform the work, if the 1 er amount be in excess of the former;but in no event shall the liability hereunder exceed the al s f. AireMast it C n ' ing GREAT AMERICAN INSURANCE COMPANY Principal By: Michael Dean, President _ By: Spencer Flake ,Attorney-in-Fact F.9116(3/11) arD/9/ 7 t ittbikihL • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 rccm,�tu-r.�n.��c-.�e�,� ,e:�,crc�,c,r,�rercr.�:-m,�=a,�+,c-:tamc=.r.,cry,�-e,,�-r.��c-c .�:�o,�,�:erer•.en,�.r.�-:r.�--r.,e�nc-e�„er..er.,cYs�,�:r.,i A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On October 14, 2025 before me, Heather Willis, Notary Public Date Here Insert Name and Title of the Officer personally appeared Spencer Flake 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- b, HEATHER WILLIS? WITNESS my hand and official seal. U COMM.#2498695 ° i ce. 1 '�14,iBo NOTARY PUBLIC•CALIFORNIA w vez.t, 5 -w�;%r^ ORANGE COUNTY � Signature lie.4124.1.A.- 7,�Ns COMM.EXPIRES SEPT.25 2028 & Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: 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 El Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association •www.NationalNotary.org •.1-800-US NOTARY(1-800-876-6827) Item#5907 GREAT AMERICAN INSURANCE COMPANY Administrative Office: 301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by SIX this power of attorney is not more than No.0 20942 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below,each individually if more than one is named, its true and lawful attorney-in-fact,for it and in its name, place and stead to execute on behalf of the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power DAVID L.CULBERTSON LEXIE SHERWOOD ALL OF ALL CHARLES L.FLAKE KAREN LETZ ANAHEIM,CALIFORNIA $100,000,000.00 SPENCER FLAKE HEATHER WILLIS 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. This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 29TH day of APRIL 2025 . Attest GREAT AMERICAN INSURANCE COMPANY €1!' V. C. �. Assistant Secretary ivisional Senior Vice President JOHN K.WEBSTER(877-377-2405) STATE OF OHIO,COUNTY OF HAMILTON-ss: On this 29TH day of APRIL , 2025 ,before me personally appeared JOHN K.WEBSTER,to me known,being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument;that he knows the seal of the said Company;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by authority of his office under the By-Laws of said Company,and that he signed his name thereto by like authority. SUSAN A KOHORST! _�^ Notary Publi22c @�LB' �q4 State of Ohio p4}.r My Comm.Expires May 18,2030 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9,2008. RESOLVED:That the Divisional President,the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys-in-Fact to execute on behalf of the Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I,STEPHEN C. BERAHA,Assistant Secretary of Great American Insurance Company,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9,2008 have not been revoked and are now in full force and effect. Signed and sealed this 14th day of October 42025 '�W:vr4 3 3r�ig':g ...... Assistant Secretary S11901(10/24) _f11._I .0'RN 1 \✓E,-`.l.1;'!(..ACE (J)- I\.t,,,R''l' )1r.11 L';1 )G l'il E ii 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 t: the truthfulness,accuracy,or validity of that document. State of California ) • County of Los Angeles ) • - 10/13/2025 Stephanie R. Terrell-Haney, Notary Public On before me, (here insert name and title of the officer) personally appeared Michael Dean _ • • o evidence to be the erson whose name ) subscribed to whoproved to me on the basis of satisfactory ,r /ar+?' the ithin instrument and acknowledged to me that/Sh/tb,ey-executed the same in 011er/t-heir authorized capacity(i1s, and that by6/ter/tbbir signature}on the instrument the person*, or the entity is upon behalf of which the personJs)acted,executed the instrument. . 1- I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ' • 4S,�vk OF,ry,f STEPHANIE R.TERRELL-HANEY • aeI1 �s� Notary Public-California Z • WITNESS my hand and official seal. = Wes:� m Los Angeles County Z <•- ` 'i° Commission#2413116 l; AL,Fow My Comm.Expires Aug 17,2026 Signature (Seal) Optional Information Although the information in this section is not required by law,it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document f_ . _: __ , _ . The preceding Certificate of Acknowledgment is attached to a document Method of Signer Identification titled/for the purpose of Bid Bond Proved to me on the basis of satisfactory evidence: 0 form(s)of identification 0 credible witness(es) Notarial event is detailed In notary journal on: containing pages,and dated Page# Entry# . • The signer(s)capacity or authority is/are as: Notary contact: ❑Individual(s) Other ❑Attorney-in-Fact ❑ Additional Signer(s) ❑ Signer(s)Thumbprint(s) ❑Corporate Officer(s) Tides) ❑ ❑Guardian/Conservator ❑Partner-Limited/General ❑Trustee(s) ❑Other: representing: Name(s)of Person(s)or Entlty(ies)Signer is Representing 0 Copyright 2007-2017 Notary Rotary,PO Box 41400,Des Moines,IA 50311-0507. All Rights Reserved. nem Number i01712. Please contact your Authorized Reseller to purchase copies of this form. AireMasters Air Conditioning 12556 McCann Drive Santa Fe Springs,California 90670 Ph:562 944-6302 • License No.587424 B&C-20 1'IA� t.'...i .�•:1.^_" -YP a4.;,Y .tY s� y , rh 1. `t. t, r1',:,..`nl,•L�, ty sl<G 1 k''a"'EI ,r_ 1 : S t 1 , t' FY sC b ' n> , a f Yy :',,,FF ,ay ti 1' `. �i,f,�s a ` ' - sr*`r'b`y'r • a City of cWork Huntington OfficeBeach 1 1 ' k, Z;- a a aty?.. z& i(+ Public Works Office a 1 + '' eR+,r4?� �q.® Attention:Frank Drevdahl '' t+ 'ir . tt$ I( HI. �-y�r� 2000MainStreet l;r .t 'ry F ,I'+ss . .,G^JW."? ,aorY" Huntington Beach,CA 92648 F ,. 7i+ W4 K y s,y i4 III j 11 ; 1t4(2o2i , , p ' ! =U f cif , , # y l- ,,,, J Is_.rcJ¢„-,,' it: C p�cE vE6.` ,,te' ,1,Vi'as;,• ; i l -t 4, t pRCCE(Ui✓_�^�, ,' » OFFICIAL BID SECURITY •a k # ,'S>'• -,, '5nA,- 't DO NOT OPEN t , F ! ,�,� It „* `F 1�4 ° 4`1 s ?_' hoirct Name MeBch Library Heat _ _ �'� Ventilation,and Air Conditioning t t yt y,o v�.,f�`,,- =Rsp': 1 (HVAV)Electrical Improvements CC#:1790 t `� A; a d b '2E' '.'..',It-, `; "i y BID Opening Date:November 4,2025 3t A 'lp' ', f,..:., ..,v.' -•;....:.,-,L.:,!4"..4:'"Vit At 3:00 p 1 '41>{F''3 r . a 1 ' 7 y Ckx x rk • ' ' S� L#u 1 �t 4� )a `¢i It{xY ,$ af p ,` A 4' vM4�.•w x • of r, s 6 ', k'tef • 'a. 4 t: siA 0 °-3f4e.. : CITY OF _; HUNTINGTON BEACH t ,`Zc��UUNTY.�P�\io��i Lisa Lane Barnes I City Clerk February 17, 2025 Elegant Construction, Inc. 15375 Barranca Parkway, Suite J-103 Irvine, CA 92618 RE: Main Street Library HVAC & Electrical Improvements —CC-1790 Enclosed please find your original bid bond for CC No. 1790. Sincerely, Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov Orme:We:7i SECTION C PROPOSAL for the construction of MAIN STREET BRANCH LIBRARY HEAT,VENTILATION,AND AIR CONDITIONING (HVAC)AND ELECTRICAL IMPROVEMENTS CC No. 1790 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 90 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find bid bond in the amount of 10% which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting ELECTRONIC Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for % ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No.: %Date'Received. Bidder's Signature: 1 SEPTEMBER 29, 2025 -- i 2 SEPTEMBER 29, 2025 3 OCTOBER 14, 2025 4 OCTOBER 15, 2025 5 OCTOBER 21, 2025 C-2 CITY OF HUNTINGTON BEACH MAIN STREET BRANCH LIBRARY HEAT,VENTILATION,AND • AIR CONDITIONING (HVAC)AND ELECTRICAL IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Estimated Item No. Description of Work Unit Quantity Unit Price($) Total($) 1 General Requirements: Mobilization, Site Access LS 1 $ $15,000.00 s$1 5,000.00 and Staging setup. 2 Demolition:Demolition as required for new work. LS 1 $ $10,000.00 $$10,000.00 3 Site Work: Site work trenching to switchgear and LS 1 $ $100.00 $$25,000.00 transformer. Concrete: Furnish and install On grade concrete $30 00000 $30 000.00 4 housekeeping pads for Mechanical Units and LS 1 $ . $ Electrical Equipment. Structural & Miscellaneous Steel: Furnish and 5 install Corrugated metal rooftop mechanical screen LS 1 $ $ including required supports. $300.00 $23,100.00 Structural & Miscellaneous Steel: Furnish and 6 install HSS steel posts and horizontal metal members LS 1 $ $3,000.00 $$3,000.00 at mechanical screen, including framing and stiffeners. 7 Structural & Miscellaneous Steel: Furnish and LS 1 $ $200.00 $ $200.00 install HSS steel posts in electrical room. 8 Structural & Miscellaneous Steel: Furnish and LS 1 $ $100.00 $ $100.00 install Steel lintel at new doorway opening. 9 Framing&Openings:Furnish and install Metal stud LS 1 $ $200.00 $$200.00 wall framing as per drawings. 10 Framing & Openings: Furnish and install Hollow LS 1 $ $100.00 $ $100.00 metal door frame and door at new opening. 11 Framing&Openings: Furnish and install Door and LS 1 $ $10,000.00 $$10,000.00 associated door hardware at new door location Framing & Openings: Furnish and Modify existing $100.00 $100.00 12 window opening and install new glazing, including LS 1 $ $ necessary trim and sealant. 13 Roofing: Roofing patching and repair at mechanical LS 1 $ $ screen and penetrations. $10,000.00 $10,000.00 Interior Finishes: Furnish and install Batt insulation 14 within new framed walls. LS 1 $ $100.00 $$100.00 Interior Finishes: Furnish and install Gypsum board 15 on metal stud walls. LS 1 $ $100.00 $$100.00 Interior Finishes: Furnish and Spray applied 16 gypsum-based plaster finish to underside of concrete LS 1 $ $10,000.00 $$10,000.00 roof deck(ceiling). Interior Finishes:Existing concrete floor in electrical $2 000.00 $2 000.00 17 room to be repaired as required for damage or as part LS 1 $ $ of new door opening work. Interior Finishes: Interior painting as required for 18 new modified surfaces. LS 1 $ $5,000.00 $$5,000.00 Exterior Finishes:Patch and repair exterior concrete 19 walls. LS 1 $ $2,000.00 $$2,000.00 C-3 Exterior Finishes: Exterior painting as required for 20 new modified surfaces. LS 1 $ $3,000.00 $$3,000.00 21 Specialties: Furnish and Install exterior building LS 1 $ $1,000.00 $$1,000.00 signage as required at electrical room. 22 Sealants: Caulk and seal all applicable interior and LS 1 $ $3,000.00 $$3,000.00 exterior penetrations and joints. Mechanical Systems:Install HP-1,HP-2,HP-3,FC- 1-1,23 FC-1-2, FC-1-3, FC-1-4, FC-1-5, FC-1-6, FC-2- LS 1 $ $110,000 $ $110,000.00 1, FC-2-2, FC-2-3, FC-2-4, FC-3-1, FC-3-2, FC-3-3, FC-3-4 24 Mechanical Systems:Furnish and install Ductwork. LS 1 $ $50,000.00 $$50,000.00 25 Mechanical Systems: Furnish and install Round LS 1 $ $25,000.00 $$25,000.00 Diffusers. 26 Mechanical Systems: Furnish and install LS 1 $ $25,000.00 $$25,000.00 Thermostats. Mechanical Systems:Furnish and install Refrigerant 27 Piping. LS 1 $ $70,000.00 $$70,000.00 28 Electrical Systems: Furnish and install New LS 1 $ $60,000.00 $ $60,000.00 Electrical Panels. 29 Electrical Systems: Furnish and install New LS 1 $ $5,000.00 $$5,000.00 Electrical Light Switches. Electrical Systems: Furnish and install Electrical 30 Switchgear. LS 1 $ $100,000.00 $$100,000.00 31 Electrical Systems: Furnish and install Electrical LS 1 $ Transformer. $100,000.00 $$1 00,000.00 32 Electrical Systems:Furnish and install New Conduit LS 1 $ $65,000.00 $$65,000.00 Interior and Exterior. Total in Numbers: $ $798,000.00 Total in Words: Seven Hundred Ninty-Eight Thousands Dollars Note: Bidders must provide pricing for every bid item.The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials,tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. C-4 HE3CITY OF HUNTINGTON BEACH Chau Vu I Public Works Director ADDENDUM NUMBER 4 for MAIN STREET BRANCH LIBRARY HEATING, VENTILATION, AND AIR CONDITIONING (HVAC) AND ELECTRICAL IMPROVEMENTS, CC-1790 in the CITY OF HUNTINGTON BEACH OCTOBER 15, 2025 Notice To All Bidders: This Addendum Number 4 adds an item to the bid schedule and adds an Appendix H(Asbestos and Lead Report). Asbestos and Lead sampling was conducted throughout the Main Street Branch Library. Sampling found materials within the project scope to contain asbestos or lead. Sampled materials containing trace concentrations of asbestos or lead-containing are not necessarily required to be abated, best management practices advised. 1. Bid Schedule modification, adds Item No. 33. 2. Bid Packet modification, adds Appendix H (Asbestos and Lead Report). a. Attachment after the signature acknowledgment page. CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Item No. Description of Work Unit Estimated Unit Price($) Total($) Quantity #1 —32 NO CHANGES Hazardous Material Abatement:Abatement 33 (Asbestos containing materials and Lead-based LS 1 $ 35,000 $ 35,000 Paint)per report,Appendix H. Cell: (657)408-9138 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov 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) Registration"#. ,." Subcontractor ."" ; . LicenseAmount Contracf.. HJ Michanical 23 to 26 557 CAMERON CREST DR 1041548 C20 1000064631 $120,000 15% DIAMOND BAR, CA 91765 28 to 32 Wakeland Electric, Inc. 1063245 C10 1000580743 $314,000 12803 Temescal Canyon Rd, 39% Ste E Corona, CA 92883 33 J J&S ASBESTOS REMOVAL INC C22 1000834731 975044 dba J J &S ENVIRONMENTAL $15,000 SERVICES ASB 1.9% 925 POINSETTIA AVE STE A4 VISTA, CA 92081 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 11-03-25, at Irvine , California Date 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. Elegant Construction Inc Name of Bidder Signature of Bidder 15375 Barranca Parkway suite J-103 Irvine CA92618 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 MAIN STREET BRANCH LIBRARY HEAT, VENTILATION, AND AIR CONDITIONING (HVAC) AND ELECTRICAL IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term"Qualified Person"is defined in Title 8,California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved:" The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Elegant Construction Inc Contractor By Vice President Title Date: 11-03-25 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 !f Vice President Title Date: 11-03-25 C-9 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Elegant Construction Inc Bidder Name 15375 Barranca Parkway.suite J-103 Business Address Irvine CA92618 City, State Zip ( ) 949 444-5161 Bidding@elegantcon.com Telephone Number Email Address 1053447 A, B, C8, C12, C13, C15, C36, C54 State Contractor's License No. and Class 05/13/2019 Original Date Issued 05-31-27 Expiration Date The work site was inspected by Nader Alhendi of our office on 09/30 , 2025 . The following are persons, firms, and corporations having a principal interest in this proposal: Hazem Almassry CFO/Vice President Sam Alhakim CEO/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: 1. 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 Board Room Renovation at Anaheim Campus SEP-2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Board Room Renovation at Anaheim Campus 2. City of Huntington Beach Name and Address of Public Agency Name and Telephone No. of Project Manager: Patrick Pannon 714-536-5430 $1,984,194.58 Police Department Communication Center Renovation Project CC-1677 Apr-25 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Demolition of the existing area walls and partitions,acoustic ceiling tiles,and replacement of flooring,walls and wall finishes,ceiling tiles,electrical and data systems,HVAC systems,furniture,and other general improvements. I he work also includes some audio/visual scope,including the installation of wall-mounted monitors and some video processor hardware. 3. CHINO VALLEY UNIFIED SCHOOL DISTRICT Name and Address of Public Agency Name and Telephone No. of Project Manager: Kathy Casino 909.628.1201 $268,500.00 AYALA HIGH SCHOOL SHADE Jun-25 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 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-registration.html DIR's Contractor Registration searchable database: https://cadir.secure.force.com/ContractorSearch I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on,be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code,provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Elegant Construction Inc Contractor By Bidding@elegantcon.com Email Vice President Title Date: 11-03-25 PWC Registration #: 1000406720 C-14 PWC Registration #: 1000406720 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five (5)years has your firm been assessed and paid liquidated damages after completion of a project under construction contract with either a public or private owner? (Explain on a separate sheet. Identify all such projects by owner, owner's address, date of completion of the project, amount of liquidated damages assessed, and all other information necessary to 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 Xto 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.Identt 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 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 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 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.) 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] 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. Identibi 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 FECITY OF HUNTINGTON BEACH. Chau Vu I Public Works Director ADDENDUM NUMBER 1 for MAIN STREET BRANCH LIBRARY HEATING, VENTILATION, AND AIR CONDITIONING (HVAC) AND ELECTRICAL IMPROVEMENTS, CC-1790 in the CITY OF HUNTINGTON BEACH SEPTEMBER 29, 2025 Notice To All Bidders: This Addendum Number 1 includes modifications to the License requirements on A-2. 1. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A or Class B, at the time of the bid opening. All electrical work shall be performed by a licensed C-10 contractor, and all HVAC work shall be performed by a licensed C-20 contractor. This is to acknowledge receipt and review of Addendum Number 1, dated September 29, 2025. Elegant Construction Inc Company Name By 10-28-25 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 FBCITY OF HUNTINGTON BEACH This is to acknowledge receipt and review of Addendum Number 2, dated September 29, 2025. Elegant Construction Inc Company Name By 10-28-25 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 FBCITY OF HUNTINGTON BEACH. Chau Vu I Public Works Director ADDENDUM NUMBER 3 for MAIN STREET BRANCH LIBRARY HEATING, VENTILATION, AND AIR CONDITIONING (HVAC) AND ELECTRICAL IMPROVEMENTS, CC-1790 in the CITY OF HUNTINGTON BEACH OCTOBER 14, 2025 Notice To All Bidders: This Addendum Number 3 extends the bid duration by two (2) weeks to accommodate changes to be released to the project plans and bid schedule. 1. BIDS ELECTRICALLY DUE: NOVEMBER 4, 2025, NO LATER THAN 3:00 P.M. This is to acknowledge receipt and review of Addendum Number 3, dated October 14, 2025. Elegant Construction Inc -�""�' �• -�. Company Name By 10-28-25 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 1 EnCITY OF HUNTINGTON BEACH This is to acknowledge receipt and review of Addendum Number 4, dated October 15, 2025. Elegant Construction Inc Company Name By 10-28-25 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 BEACH This is to acknowledge receipt and review of Addendum Number 5, dated October 21, 2025. Elegant Construction Inc Company Name By 10-28-25 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 #AIA Document A3 10 TM 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 Irvine, CA 92618 P.O. Box 6202 This document has important legal Metairie, Louisiana 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) Main Street Branch Library Heat,Ventilation, and Air Conditioning(HVAC) Project Number,if any: CC No. 1790 and Electrical Improvements 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 3rd day of November,2025. • Elegant Construc n, nc. JS l� (Principal) • (Seat) (Witness) Q� V ►J�°L4 _ — • (Title) sL� The Gray Casualty&Surety Company 5`?•''• ••• (Surety � 1 . "T'S'Eul) J ` d :c (W t e ) anya Hernandez � _/��j�_ �`�` ¢• o (Title,ica T. Garcia,Attorney-in-Fact �"' _, a'f �lvi��•,• •\- - Init. AIA Document A310T"—2010.Copyright©1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This AIA® Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA°Document,or any portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was created on 01/27/2012 07:23:12 under the terms of AIA Documents-on-DemandT"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.061110 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On ' /3 /9Oa6— ,before me, Albert Melendez , Notary Public, personally appeared _ Jessica T. Garcia who proved to me on the basis of satisfactory evidence to be the person(x) whose name(s) is/ante subscribed to the within instrument and acknowledged to me that lJe/she/tliy executed the same in his/her/tl#eir authorized capacity(ixs), and that by kis/her/their signature(s) on the instrument the person(g), or the entity upon behalf of which the person(x) 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. � ALy Public-CaliforniaWITNESS myhand and official seal. Notary Publlc-Cifo Orange County \ Commission 4 2391461 My Court:.Expires Jar.23,W26 SIGNATURE 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: Main Street Branch Library Heat,Ventilation, and Air Conditioning (HVAC) and Electrical Improvements, CC No. 1790 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 Attorney(s)-in-Fact,to make,execute,seal and deliver, for and on its behalf and as its deed,bonds,or other writings obligatory in the nature of a bond,as surety,contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty& Surety Company at meetings duly called and held on the 26th day of June,2003. "RESOLVED,that the President,Executive Vice President,any Vice President,or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings,and all contracts of surety,and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney,and to attach the seal of the Company;and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond,undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF,The Gray Insurance Company and The Gray Casualty&Surety Company have caused their official seals to be hereinto affixed and these presents to be signed by their authorized officers this 4th day of November,2022. `4911649 /°a 0�. ft:'4'4ee :o of SEAL ix By: SEAL o; ,,,', Michael T.Gray i Cullen S.Piske y1• �••' President 'y�~` .••� President The Gray Insurance Company The Gray Casualty&Surety Company State of Louisiana ss: Parish of Jefferson On this 4'h day of November,2022,before me,a Notary Public,personally appeared Michael T.Gray,President of The Gray Insurance Company,and Cullen S.Piske,President of The Gray Casualty&Surety Company,personally known to me,being duly sworn,acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of,and acknowledged said instrument to be the voluntary act and deed,of their companies. Leigh Anne Henican U�a 4A-411 Notary Public enican Notary ID No.92653 NotaryLeigh Public,Parish of Orleans State of Louisiana r- 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 3rd day of November ,2025 . 044.440$7"/04^.•6 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 3rd day of November , 2025 ......... dS� f y i C,lr ti L'. Q1 :o`o 1>1 rq SEAL ; _:. SEAL I. u„it •`Oti. a' y r 2 dy1� r�? THE Eemi IRAY SURETY The Gray Insurance Company The Gray Casualty&Surety Company Telephone:504-780-7440 P.O. Box 6202 info@graysurety.com Metairie, LA 70009 Surety Bond Seal Addendum In response to the logistical issues associated with the Covid-19 pandemic, The Gray Insurance Company and The Gray Casualty&Surety Company, (individually,the "Company" and collectively,the "Companies") have authorized the Attorneys-in-Fact named on the Power of Attorney attached hereto and incorporated herein by reference to affix the Companies' seal to any bond executed on behalf of the Companies by any such Attorney-in-Fact by attaching this Addendum to said bond. To the extent this Addendum is attached to a bond that is executed on behalf of any of the Companies by such Attorney-in-Fact, each Company hereby agrees that the seal below shall be deemed affixed to said bond to the same extent as if its raised corporate seal was physically affixed to the face of the bond. Dated this 1st Day of January 2021 �(e 0'1 fat ?n SEAL =i 1,1t SEAL 3 N `• . ••';/ why-' .. '1-, By:v Cullen S. Piske President,The Gray Casualty &Surety Company Attorney-in-Fact,The Gray Insurance Company CALIFORNIA ACKNOWLEDGMENT CIVIL CODE§ 1189 w:vzocK, sysis:nrm.t::R:FzxER i="•xxxer-tix2xe.,Y.,• tozs:a3oiEse;�i itc#s...s .<^.E435!:rts2>s:eisisipsisisiiisriisi5ZeEsmiL ,::re:ele:6:.Sc5..•.,.:,_. 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 9 K.^ '2o23" before me, Graceyaru(�i,/Votary Pali& , Date NHere Insert Name and Title of the Officer personally appeared \\c.-'kvv NY \ d r 1 • 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 /1 r 4.0.OF rke GRACE NYARIKI paragraph is true and correct. " i COMM.#2508104 70 " NOTARY PUBLIC•CALIFCRNLA Cal: :� WITNESS my han• - • seal. x ' ORANGE COUNTY. N • �'iho MY COMM.EXP.DEC M.2 2B Si- Place Notary Seal and/or Stamp Above Signoture of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document Description of Attached Document x�' Title or Type of Document: Document Date: VIA( Number of Pages: `n `,,,, Signer(s)Other Than Named Above: Y �+a`�'�- Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner— 0 Limited ❑ General ❑ Partner— ❑ Limited 0 General ❑ Individual ❑ Attorney in Fact Cl Individual 0 Attorney in Fact O Trustee o Guardian or Conservator o Trustee ❑ Guardian or Conservator ❑ Other: _ ❑ Other: Signer is Representing: Signer is Representing: ©2019 National Notary Association - i* y 'sti x 5 - . ' , if tf - ' • "'�'i .r."1'• ... ".' ' . Y '.1:.as'.. .zr, : lv.—Y•, A `i�'t il.{v}'^ . . .'vtt - � 5 Q „ . = £ ' a` i F � « 4ti # � & - e a t �'r '„ :.t s ii,N m',• :4:','yr , 'f,iii p"t'V� � ,-1:1"?, r ` � ' 1fi� . u��'r�r� �ar V., V' B!-' "qL"���: . : s... , t., - A- # . )G4 .1 ryg;,� Elegant Construction Inc. <,1 i ; r', .'a<St e 5 x 9 15375 Barranca Parkway Suite!-103 V ' f "s: Irvine,CA 92618 ELEGANT r'j'*; p,',Abr 'Ii44`:5;., CONSTRUCTION INC. " `"• �'•t•,pk ,{�, CSLB:1053447 = '�- .".• !:,�,,�;i�; Classes:A,8,C8,C12,C13,C15 C36,c541 bidding@elegantcon.com (v` 't�%.', ,•Y' l DIR:1000406720 Tel:949-771-5136 i'.�r t, , )` it,'•F;, OFFICIAL BID SECURITY-DO NOT OPEN .' .;,,, f;c; ;,) Attention:FRANK DREVDAHL "- , Project Name:MAIN STREET BRANCH LIBRARY HEAT,VENTILATION,AND AIR ;x =.+, -- CONDITIONING(HVAC)AND ELECTRICAL IMPROVEMENTS CC#:1790 t .±- ``u Bid Opening Date:NOVEMBER 4,2025,NO LATER THAN 3:00 P.M. '- :•,' ,-!1,s,{;,r City of Huntington Beach—Public Works Office f. t?' 2000 Main Street 16 i <." °" Huntington Beach,CA 92648 3 '4 a p t kel4 ...4. 4 '' , s r 9 .=� .e' er 0(A\J). Y ;:.t } k 9. s '', 4 1*V A. .r; 1,�, ' ks ' i-16 *.`1^ t; ,,:8 °t Y �'F4iA� �� � + '",.;. . , a ' 4t4 : v r ';,,- x r ' ? , . t -; ( �,, :9 :-N,a ,4 £ aa r: ti,•-• A x^i,,,Alt. . } ,+t„. " ,. ..i. „s' : ,,,„,,. ... ,:. I 01i��N11NG10 CITY OF 1/. . . u� ?�F -__ _',� HUNTINGTON BEACH , ,: 00UNT��;;10' Lisa Lane Barnes I City Clerk February 17, 2025 The Nazerian Group, LLC 17514 Ventura Blvd., #204 Encino, CA 91316 RE: Main Street Library HVAC & Electrical Improvements—CC-1790 Enclosed please find your original bid bond for CC No. 1790. Sincerely, . / /� Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 1 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov Lei 04.2 7,04 it‘ SECTION C • PROPOSAL for the'construction of MAIN STREET.BRANCH LIBRARY HEAT;VENTILATION,AND AIR CONDITIONING (HVAC)AND ELECTRICAL IMPROVEMENTS CC No. 1790 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: Incompliance with.*Notice Inviting ELECTRONIC Bids;,the undersigned hereby proposes:and agrees tet perforni all the work therein described, and"t6 furnish all labor, tnaterial, equipment acid 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 widersigned.agrees‘to perIbritt 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,9.0 work-ing 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 docurnents. 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 RIGI-fF To.DELETE ANY ITEM FROM F THE CONTRACT; It.is agreed that the. unit and/or lump sum prices bid include all appurtenant expenses, takes,royalties, fees, etc.,and will be .guaranteed for a period of sixty days-from the bid:Opening date. If at.stich time the contract,is not awarded, the-AGENCY will reject all bids and vill readvertiselhe projeet.- In the case of discrepancies in the amounts bid, Unit priceSShall govern over extended amounts,and wordsishall govern over figures. • • (;,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. bidders.bond in the aniduntof 0% of bid which- said amount is not less than I 0%o.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 136nd far %",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 _ i 1 r`s Si "ralure 91201202 2. 9/29/2025 .0. 3 1 t/14/2025 4 10/15/2025 5 1 0121/2025 ti C2. CITY OF HUNTINGTON BEACH MAIN STREET BRANCH LIBRARY HEAT,•VENTILATION,AND AIR CONDITIONING(HVAC)AND ELECTRICAL IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Item No. Description of Work' Unit Estimated Unit Price(S) Total($) Quantity 1 General Requirements: Mobilization, Site Access LS I $ $ 55,000 and Staging setup. 2 Demolition:Demolition as required for new.work. LS 1 $ S 20,000 3 Site Work: Site work trenching to switchgear and LS 1 $ S 25,000 transformer. Concrete: Furnish and install On grade concrete 4 housekeeping pads for Mechanical Units and LS 1 S $ 40,000 Electrical Equipment. • , Structural & Miscellaneous Steel: Furnish and 5 install Corrugated metal rooftop mechanical screen .LS 1 $ $ 25,000 including required supports. Structural & Miscellaneous Steel: Furnish 'and 5 install HSS steel posts and horizontal metal members LS 1 S $at mechanical screen, including framing and 15,000 stiffeners. Structural .& Miscellaneous Steel: Furnish and Ls 1 $ 7,000 install HSS steel posts in electrical room. 8 Structural & Miscellaneous Steel: Furnish .and LS 1 S S 7,000 install Steel lintel at new doorway opening. 9 Framing&Openings:Furnish and install Metal stud LS 1 $ $ 20,000 wall framing as per drawings. Framing & Openings: Furnish and install Hollow 10 metal door frame and door at new opening. L5 1 $ S 5,000 Framing&Openings:Furnish and install Door.and 11 associated door hardware at new door location LS 1 $ S 5,000 Framing'& Openings: Furnish and Modify existing 12 window opening and install new glazing, including LS' 1 $ $ 7,000 necessary trim and sealant. 13 Roofing:Roofing patching and repair at mechanical "LS 1 $ S screen and penetrations. 35,000 14 Interior Finishes:Furnish and install Batt insulation LS 1 S $ 6,000 within new framed walls. 15 Interior Finishes:Furnish and install Gypsum board LS 1 $ $ 15,000 on metal stud walls. interior Finishes: Furnish and Spray applied 16 gypsum-based plaster finish to underside of concrete LS 1 $ $ 15,000 roof"deck(ceiling). Interior Finishes:Existing concrete floor in electrical 17 room to be repaired as required for damage or as part LS 1 $ $ 7,000 of new door opening work. 18 Interior Finishes: Interior painting"as required for -LS 1 $ S new modified surfaces. 7,000 19 Exterior Finishes:Patch and repair exterior concrete Ls 1 $ S 7,000 walls. C-3 20 Exterior Finishes:Exterior painting as required for LS 1 S $ 7,000 new modified surfaces. 21 Specialties: Furnish and Install exterior building LS 1 S S 5,000 signage as required at electrical room. Sealants: Caulk and seal all applicable interior and 22 exterior penetrations and joints. LS 1 $ $ 2,000 Mechanical Systems:Install HP-1,HP-2,HP-3,FC- 23 1-1 FC-1-2, FC-1-3,FC-1-4,FC-1-5. FC-1-6, FC-2- LS 1 S 105,000 1,FC-2-2, FC-2-3, FC-2-4,FC-3-1, FC-3=2, FC-3-3, FC-3-4 24 Mechanical Systems:'Fumish and install Ductwork. LS 1 $ S 20,000 25 Mechanical Systems: Furnish and install Round LS 1 S S Diffusers. 3,000 26 Mechanical Systems: Furnish and install LS 1 $ $ 15,000 Thermostats, 27 Mechanical Systems:Furnish and install Refrigerant LS 1 S $ 75,000 Piping. 28 Electrical Systems: Furnish and install New LS 1 S $ 65,000 Electrical Panels, 29 Electrical Systems: Furnish and install New LS 1 $ $ 60,000 Electrical Light Switches. Electrical Systems:, Furnish and install Electrical 30 Switchgear. LS 1 S $ 230,000 Electrical Systems: Furnish and install Electrical 31 Transformer. LS 1 S $ 100,000 32 Electrical Systems:Furnish and install New Conduit LS 1 $ $ 113,123.00 Interior and Exterior. Total in Numbers: S 1,188,123.00 Total in Words: One million one hundred eighty eight thousand one hundred twenty three dollars and zero cents Note: "Includes value for line item 33 per addendum 4 Bidders must provide pricing for every bid item.The lump sum amount for Mobilization shall not exceed five percent '(5%)•ofthe total amount of the bid, unless the bid documents indicate otherwise. Compensation for items:of work not specifically identified in these bid items shall include all labor,materials,tools, equipment,safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field.There shall be no compensation except for the bid items specified in the Proposal. The costof 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 Naine and Address of State Class MR PWC Dollar % of Items) Su bcontractor License Registration# Amount Contract Number INTEGRATED DEMOLITION AND 2/34 421 E CERRITOS AVVENUUEATED 1003504 C21 1000023608 85,000 7% ANAHEIM,CA 92805 C22 CAL ENGINEERING&CONSTRUCTION INC dba CAL 23 27 SPANDORAACSERVICES 1032743 C20 1000366648 218,000 18% IRVINE,CA 92604 28-32 A-M LECTRIC 37346 EMAHONAAVENUE 922610 C10 1000019316 568,123 47% PALMDALE,CA 93552 3/4/9/17/ 96925DEVONSHIR10ij STREET#287 1126851 B 1000391896 18/19/20 GRANADA HILLS,CA 91344 113,000 9 5% TECTA AMERICA SOUTHERN CALIFORNIA INC C39 1000000837 35,000 3% 13 1217 EAST SANTA ANA,CA 92705AVENUE 811111 UCHEN CORP 5-8 92C A 31 231GL NO KSS BLVD SUN VALLEY,CA 91352 209850 C51 1000004833 54,000 4.5/o By submission of this proposal,the Bidder certifies: I. That he is able'to and will perform the balance of all work which'i"s not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project, C-5 .NON COLLUSION 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 thatthis declaration is executed on — , at. Encino ;CA "November 4,2025 Date City State Vartan Nazerian . being first duly sworn, deposes and says that he or she is President of The Nazerian Group 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 anyonelo fix the bid price,or that of any other bidder,or to,secure any advantageagainst 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. The Naze an Group Name o. E3dder 11 Z. S ignatt.4 of Bi tder 17514 Ventura Blvd.. 204,-Encino,,CA 91316 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 MAIN STREET BRANCH LIBRARY, HEAT, VENTILATION, AND AIR CONDITIONING (HVAC) AND ELECTRICAL IMPROVEMENTS, (I)(we)(it) will employ and ,utilize-only qualified persons,as hereinafter defined, to work in proximity to'any electrical secondary or transmission facilities. Thelerm"Qualified Petton" is defined in-Title 8,California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason.of e4erienCe or instruction, isjamiliar with the operafion to be perfarinedan,d the hazards involved." The undersigned also promised and agrees that all such Work shall be perfortned in accordance with all applicable electi ice! '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 uponany subcontractor or subcontractors that may be retained or employed by the undersigned, and "that the 4indersigned shall take steps as are necessary to assure .compliance by any :said subcontractor,or subcontractors with,the requirements contained'herein. The N z clan G oup Contr By Vartan Nazerian, President Title bate: November 4, 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 iin 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 lNo 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 sian the following certificate. 1 am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's .comperisation 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 ofthis contract. The iazerian i roup Cont : or I IA is By r , - Vartan Nazeri.. , President 'title Dale: November 4,,2025 C-9 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: The Nazerian Group Bidder Name 17514 Ventura Blvd.#204 Business Address Encino, CA 91316 City, State Zip ( ) 818-990-5115 greg@nazerian.net Telephone Number Email Address 787198.-A,.8, C10. C13.015. 020, 036 State Contractor's License No. and Class 11/9/2000 Original Date Issued 11/30/2026 Expiration Date. The work site was inspected by Harry Shamamian of our office on 9/30/2025 . 2025. The following are persons, firms,and corporations having a principal interest in this proposal: The Nazerian Group Varian Nazerian, President Vahakin Nazerian,Secretary 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 specification set forth. The Naz ri n Gro Compan ame i kJ - Signatur ttidcer e ... Vartan Nazerian, esident Printed or Typed , ignature II c-10 "Please See Attached" 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 signatures) on the instrument the person(s),or the entity upon behalf of which the person(s) acted,.executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State.of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-11 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed E the document to which:this certificateisattached,and not the truthfulness,accuracy;or validity Of that document. State of California t � County of LOS.ANGELES On 11/04/2025 before me, ERIC ARMEN ABOLIAN,NOTARY PUBLIC (Here insert name and title of the officer) personally appeared VARTAN NAZERIAN who proved to me on the basis of satisfactory evidence to be the person(sr}'whose name(; is/are subscribed to the within instrument and acknowledged to me that heis,h6t14 executed the same in Pus/her/tI eirr authorized capacity(ids), and flipby his/l of/t) signature( on the instrument the person(sor the entity upon behalf of j which the person(siacted, 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 h n 1 e �� .0714 Et rC A gh{ LA Notary Public•'Callfemle ,,•h Las Angela County (Notary Seal) Commissten p 2a2o464 Signature of Notary P re My Comm,61:gv/s Oct 10,2026 r ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed fir California must'contain verbiage exactly as DESCRIPTION OF THE ATTACHED DOCUMENT appears above in the notary section or a separate acknowledgment lbrm must"be properly completed and attached to that document. The only exception is if a document is to hp recorded outside of California.In such instances,an, alternative (Title or description of attached document) acknowledgment verbiage as may be printed on such a document so long as the verbiage does-not require the notary to do something that is illegal for a notary in Califirrnia(Le_ certifying the autlroriied capacity.cd the signer(, Please check the Title or description of attached document continued) document caref llt�for proper notarial warding and attach this form if required. • State and,County information must be the State and County where the document Number of Pages Document Date. • signer(s)personally appeared before the notary public liar acknowledgment. • Date of notarisation must be the date that the signer(s)personally appeared which must also be the same date the acknowledgment is completed. (Additional information) • The notary public must print his•or her,name,as it appears within his or her commission followed by a comma and then your title(notary public). • Print the name(s) of document signer(s).who personally appear,at,the time of notarization. CAPACITY CLAIMED BY THE SIGNER • indicate the correct singular or plural farms by crossing:off incotnct.fonns(i.e. O Individual(s), hefshelthey, is:are)or circling the.cotrect forms,.Failare to correctly indicate this infomiation may lead to rejection of document recording. Corporate Officer • The notary seal impression must be clear.and photographically reproducible. impression lutist not cover te..ct'"or lines.If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different'acknowledgment fort. 0 Partner(s) • Signature of the notary public must match the signature-on tile with the otlice'of the county clerk. El Attorney-in-Fact Additional information is not required but could help to ensure this (] Trustee(s) acknowledgment is not misused Or attached to a different document. CI Other Indicate title or type of attached document,number of pages and date. `"—— Indicate the capacity claimed by the signer.'If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,.Secretary). • Securely attach this document to the signed document 2008 Version CAPA el 2.10.07 800-873-9865 www,NotalyClasses.cotn .. 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: l. Please accept the attached list of proje ts. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-I2 Notable Completed Protects Project References (2020.225) ti The Nazerian Group•Lie.#787198 Project Name: PE Gym Increment it Location: Glendale,CA Owner. Glendale Community College Owner Contact: Silva Sorkozian-818-240-10001 ssorkazian@glendale.edu Project Type: New Construction I Modernization Procurement Type: Design-Bid-Build Contractor's Role: General Contractor Architect or Engineer. LITTLE Architects Construction Manager: Cumming Description of Project: Addition to and Modernization of Existing Gymnasium and New Locker Room Building Original Contract Amount: $22,944,123.00 Project Total Contract Price: 530,226,271,77 Reason for Contract Amount Change: Change Order and Extra Work due,to District Requested Changes,CCDs,and Unforseen Conditions Claims: No Claims Completion: November 2024 Project Name: Muir High School Auditorium&Kitchen Renovation and Bleacher Replacement Location: Pasadena,CA Owner: Pasadena Unified School District Owner Contact: Sam Maissian-818-652.6655 I spo.maissians@pusd.us Project Type: Modernization Procurement Type: Design-Bid-Build Contractor's Role; General Contractor Architect or Engineer: WLC Architects Construction Manager. None Description of Project: Modernization of existing theater,gym and cafeteria building,and relates site work;including new trellis/shade structure and outdoor theater. Original Contract Amount: S23,777,123.00 Project Total Contract Price: $24,865,191.84 Reason for Contract Amount Change: Change Order and Extra Work due to District Requested Changes,CCDs,and Unforseen Conditions Claims: No Claims Completion: April 2021 Project Name: Early Childhood Education Center(PLATINUM LEED CERTIFICATION) Location: Santa Monica,CA Owner: Santa Monica College Ovnier Contact: Charlie Yen-310-434-30021 yen_charlie@smc.edu Project Type: New Construction Procurement Type:. Design.Bid:Build Contractor's Rote: General Contractor Architect or Engineer: Carde-Ten Architects Construction Manager: Vanir Description of Project: Construc0on.of anew campus for Early Childhood Education Center,.Total of 3 new Buildings. Original Contract Amount: S21,777.123.00 Project Total Contract Price: 523,144,799.00 Reason for Contract Amount Change: Change Order and Extra Work due to District Requested Changes and CCDs Claims: No Claims Completion November 2021 1 of 5 4 Notable Completed Projects • . Project References (2020 2J25) : ri V The Nazerian Group•Lic.#T87198 Project Name: James Foster New 2-Story CR Building,Track&Field Upper Playground improvement,Flex Classroom and Lower Playgrounds Location: Santa Ciarite,CA Owner: Saugus Unified School District Owner Contact: Jim Sandefur-661-294.5300 x5232 I jandefur@saugususd.org Project Type: New Construction Procurement Type: Design-Bid-Build Contractor's Role: General Contractor Architect or Engineer: SGH Architects Construction Manager: N/A Description of Project: Construction of a two-story classroom building,new single story modular flex classroom addition,and upagrdes to track and field and playgrounds Original Contract Amount: $18,425,000.00 Current Contract Price: $18,425;000.00 Reason for Contract Amount Change: NIA Claims: No Claims Completion: August 2025 Project Name: La Mirada High School Gym and Locker Room Renovation Location: La Mirada,CA Owner; Norwalk La Mirada Unified School District Owner Contact: Anthony Sanchez-323-855.4710 j asanchez@cumming.group.cnm Project Type: New Construction/Modernization Procurement Type: Design-Bid-Build Contractor's Role: General Contractor Architect or Engineer: DLR Group Construction Manager; Cumming Description of Project: Addition to existing Gymnasium and Boys locker Room,Renovation to Existing Gymnasium,Boys&Girls Locker Room and Related Site'Work Original Contract Amount: $15,244,123.00 Project Total Contract Price: $11,923,512.11 Reason for Contract Amount Change: Change Order and Extra Work due to District Requested Changes,CCDs,and Unforseen Conditions Claims: Yes.This dispute marks the only instance in The Nazerian Groups 23-year history,For additional information please let us know. Completion: December 2021 Project Name: Pasadena High School Gym and Locker Room Renovation Location: Pasadena,CA Owner: Pasadena Unified School District Owner Contact: Sam Maissian-818-652-6665(spmmaissians@pusd.us Project Type: Modernization Procurement Type: Design-Bid-Build Contractor's Rote: General Contractor Architect or Engineer. Piewelling&Moody Construction Manager: None Description of Project: Modernization of existing gymnasium and locker room buildings including new entry addition to exisirtg main gymnasium and locker room buildings. Original Contract Amount: $13,797,123.00 Project Total Contract Price: $16,175,618.58 Reason for Contract Amount Change: Change Order and Extra Work due to District Requested Changes,CCDs,and Unforseen Conditions Claims: No Claims Completion: April 2021 2of5 la= Notable Completed Projects • Project References (2020-2)25) ` fit' r` The Nazerian_Group-Lic.#787198 Project Name: Charles Helmers Elementary School New Classroom Building Location: Santa Clanta,CA, Owner: Saugus Unified School District Owner Contact: Jim Sandefur-661-294.5300 x5232(jandefur@saugususd.org Project Type: New Construction Procurement Type: Design-Bid-Build Contractor's Role: General Contractor Architect or Engineer: SGH Architects Construction Manager; N/A Description of Project: Construction of a 2-Story(12)classroom building,(6)shade strictures and play structure equipment.Modification to existing parking and site playground Original Contract Amount; S13,892,993.73 Project Total Contract Price: $13,892,993.73 Reason for Contract Amount Change: N/A Claims: No Claims Completion: January 2024 Project Name: El Segundo High School New Band&CBI Building Location: El Segundo,CA Owner: El Segundo Unified School District Owner Contact: Preeti D'Souza-714-788-2617 t pdsouza@telacu.com Project Type: New Construction Procurement Type: Design-Bid-Build Contractor's Role: General Contractor Architect or Engineer: NAC Architecture Construction Manager: Telaar Construction Management Description of Project: Construction of a new single story 9,700 soft music and classroom building,with assocaited site work Original Contract Amount: S11,144,123.00 Current Contract Price: $11,410,337.34 Reason for Contract Amount Change: Change Order due to District Requested Changes Claims: No Claims Completion: August 2024 Project Name: Royal High School MPR Renovation Location: Simi Valley,CA . Owner: Simi Valley Unified School District Owner Contact: Lori Rubenstein-805-306.4500 x4461(Iori.rubenstein@simivatleyusd.org Project Type: Modernization 1 Addition Procurement-Type: Design-Bid-Build Contractor's Role: General Contractor Architect or Engineer. Architecture ME Construction Manager: N/A Description of Project: Renovation and addition to of existing MPR,including new stage,sounds aooth and ticket offices Original Contract Amount: $9,594,123.00 Project Total Contract Price: $10,519,350.43 Reason for Contract Amount Change: Change Order and Extra Work due to District Requested Changes,CCDs and Unforseen Conditions Claims; No Claims Completion: August 2024 3 of 5 MEEZa Notab)e Completed Fronds 4 j Project References (2020.2325) ; The Nazerian Group-Lin.n787198 Project Name: Rosedetl Elementary School New Classroom Building Location: Santa Cfarita,CA Owner: Saugus.Unified School District Owner Contact: Jim Sandefur-661-294-5300 x52321 jsanoetur@saugususd.org Project Type: New Construction Procurement Type: Design-Bid-Build Contractor's Rote: General Contractor Architect or Engineer: HMC Architects Construction Manager: N/A Description of Project: Construction of a new eight(8)classroom building,including flex classroom and upgrades to.surrounding hardscape and landscape areas. Original Contract Amotintr $10,048,535.30 Current Contract Price: $10,048,535.30 Reason for Contract Amount Change: NIA Claims: No Claims Completion: August 2024 Project Name: Live Oak Elementary School Modernization Location: Castaic,CA Owner: Castaic Union School District Owner Contact: Amin Salad-661.231.5982 i aritin.salari@fonder-satafi.cont Project Type: Modernization Procurement Type: Lease-Leaseback Contractor's Role: General Contractor Architect or Engineer: Westgroup Designs Construction Manager: Fonder-Salari Construction Management Description of Project: Modernization of 25 classrooms,ADA compliance upgrades to restrooms,renovation of administration building,new covered walkways and site imp. Original Contract Amount: $7,495,714.62 Project Total Contract Price: $7,495,714.62 Reason for Contract Amount Change: N/A Claims: No Claims Completion: September 2022 Project Name: Skybtue Elementary School New Classroom Building and Library Location; Santa Clarita,CA Owner: Saugus Unified School District D.vner Contact: Jim Sandefur-661-294-5300 x52321 Sandefur@saugususd.org Project Type: New Construction Procurement Type: Design-Bid-Build Contractor's Role: General Contractor Architect or Engineer: SON Architects Construction Manager: N/A Description of Project: Construction of a new library I(6)classroom building,upgrades to surrounding hadscape and landscape areas,and addition of new shade structures Original Contract Amount:, S7,425,00O.00 Project Total Contract Price: $7,425,000.00 Reason for Contract Amount Change: NIA Claims: No Claims Completion: February 2024 -0 of5 Notable Completed Projects . • Project References. (2020-2)25j ` y' , rl \1l The Nazerian Group-Lic.478T198 Project Name: Wilson Elementary School Modernization Location: San Gabriel,CA Owner: San Gabriel Unified School District Owner Contact: Marla Nadolney-626-451.5480 j nadolney_m@sgusd.k12 cams Project Type: Modernization Procurement Type: Design-Bid-Build Contractors Role: General Contractor Architect or Engineer: DLR Architects Construction Manager: NIA Description of Project: Modernization to 8 buildings which include new casework,ceilings,paintring,doors,other finisshes,electrical,HVAC and whole campus Fkupgrades Original Contract Amount: $5;594,123.00 Current Contract Price: S5,886,638.03 Reason for Contract Amount Change: Change Order and Extra Work due to Unforseen Conditions Claims: No Claims Completion: November 2024 5 of 5 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager,and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the. employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. I. Please accept attached resumes Name of proposed Project Manager Telephone No. of proposed Project Manager: Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name& Contract Amount Type of Work Date Completed Name of proposed Superintendent Telephone No. of proposed Superintendent: Project Name& Contract Amount Type of Work Date Completed Project Name& Contract Amount Type of Work Date Completed Project Name& Contract Amount Type of Work Date Completed C-I3 NAZERIAN * IrocieflI GEORGE MITER Q. 4' ` SENIOR PROJECT V MANAGER 41) As Senior Project Manager,George leads all aspects of project co delivery with full accountability for execution,performance,and client satisfaction.He serves as the primary point of contact for Work Experience H owners,oversight committees,and governing boards,ensuring project goals are met with precision and transparency.George • 2008—Present—The Nazerian Group,Project Manager provides strategic support throughout preconstruction and construction,including estimating,procurement,scheduling, budget management,quality control,safety compliance,and Relevant Project Experience issue resolution.He conducts regular project reviews with internal teams to proactively identify risks,resolve challenges, and ensure alignment with contractual obligations and client GCC PE Gym Increment II-$30,228,271.77.00 l expectations. Construction of a two-story gymnasium addition,featuring a new basketball practice court,fitness-dance room,and co as associated site improvements.Additionally,a one-story building was constructed to house student locker rooms and an attendant's office.The scope also included grading. 'Responsibilities landscaping,planting,irrigation,and site utilities to support • the new facilities. • Oversee full project lifecycle from preconstruction Muir HS Auditorium&Kitchen Renovation and through closeout,ensuring schedule,budget,and quality objectives are met Bleacher Replacement-$24,865,191.84.00 l This project • Serve as primary liaison with clients,consultants,and was delivered under three separate DSA applications and oversight entities to ensure alignment and satisfaction included a full modernization of Building B's theater, • estimating,subcontracting,scheduling,and cafeteria, and kitchen,along with site work,restroom cost Managec es matinactivities upgrades,and construction of a new amphitheater'with trellis and shade structure.Additional scopes included • Lead project teams in resolving day-to-day challenges, campus-wide fire alarm,fire suppression,and HVAC RFIs,change orders,and field coordination upgrades,as well as replacement of the bleacher system • Conduct regular project reviews to mitigate risks,track with new motorized aluminum,bleachers, progress,and ensure contract compliance to • Ensure strict adherence to safety standards,regulatoty Early Childhood Education Center-$23,144,799.00 l requirements,and company policies across all project This project was a 24,099 GSF multi-use facility serving activities Santa Monica College.students,providing childcare for 110 c children, and supporting the local community.The project Lu includes three buildings(one two-story,two,one-story)on a 60,480 SF site,with extensive site work including landscaping,utilities,and a play park. El Segundo HS New Band&CBI Bldg.-$11,410,337,34 Specialized Training La Mirada HS Gym'Expansion and Locker Room Additions -$17,923,512,11 • OSHA 30 Hour Safety Course PHS Gym and Locker Room Renovation-$16,175,618.58 • Cert of Competence Excavation&Trenching • First Aid/CPR Certification Skills & Expertise • Master's in Civil Engineering t° • B-Licensed General Contractor N • C-10-Licensed Electrical Contractor • Project Lifecycle Management a B.S.in Construction Technology • Budgeting&Cost Control • Scheduling&Critical Path Method(CPM) • Subcontractor Coordination • Client&Stakeholder Communication Professional references available on request • Change Order&Claims Management Ph: 818-266-5332 I Em:Kevork@nazerian.net • Quality Assurance&Safety Compliance • Public Works&DSA Project Experience NAZERIAN �/► ROBERT A °A ABOLIAN 0 CDT` SUPERINTENDENT a a) N a) Experienced and highly skilled Construction Superintendent with nearly 17 years of experience at The Nazerian Group,a Work Experience leading public works and DSA general contractor and over 40 years'experience in Public Works Construction.Adept at • 2008—Present—The Nazerian Group,Superintendent managing large-scale construction projects,ensuring compliance with safety regulations,and leading teams to successful project.completion.OSHA 30 certified and a Relevant& Recent Project Experience certified Competent Person in Trenching and Excavation, ensuring strict adherence to job site safety and regulatory standards. GCC PE Gym Increment II-$30,228,271.77.00 i Construction of•a two-story gymnasium addition, co featuring a new basketball practice court, fitness-dance room,and associated site improvements. Additionally, co a one-story building was constructed to house student Responsibilities locker rooms and an attendant's office.The scope also included grading, landscaping,planting,irrigation,and site utilities to support the new facilities. • Oversee daily field operations for public works and OSA projects,ensuring compliance with project Muir HS Auditorium&Kitchen Renovation and plans,schedules,and safety regulations. • Coordinate with.project managers,subcontractors, Bleacher Replacement-$24,865,191,84.00 I This and field teams to achieve project milestones within project was executed under three separate DSA budget and timeline constraints. applications,which involved a comprehensive Ensure adherence to OSHA standards and modernization of Building B's theater,cafeteria,and • kitchen serving areas,as well as site work,restroom implement safety protocols on-site,conducting revisions,and the construction of a new amphitheater toolbox talks and safety meetings regularly. with a trellis and shade structure.Additional scopes • Supervise site logistics,including materials, included campus wide fire alarm upgrades,and fire equipment,and workforce distribution,to maximize suppression and HVAC system upgrades to Building B. V productivity and efficiency. Replacement of the existing bleacher system with new Maintain quality control by inspecting work in motorized aluminum bleachers finalized the project. progress and ensuring adherence to contractual a ElSegundo HS New Band&CBI Bldg.- specifications and regulatory requirements. $11,410,337.34 • Collaborate with stakeholders,including architects, engineers,and inspectors,to resolve construction La Mirada HS Gym Expansion and Locker Room challenges effectively. Additions-$17,923,512.11 Milliken HS Track and Field-$6,704,875.30 Skills & Expertise Specialized Training • Construction.Supervision and field coordination • OSHA 30 Hour Safety Course • Public works and OSA compliance m • Cart of.Competence Excavation&Trenching • Safety and OSHA regulations • First Aid 1 CPR Certification • Trenching and excavation safety protocols c • Master's in Civil Engineering • Project scheduling and execution • B-Licensed General Contractor Quality assurance and control + B.S.in Construction Technology • Team leadership and workforce management a Problem-solving and conflict"resolution Professional references available upon request • Multilingual(English,Armenian,Farsi and Ph: 818-314-7175 I Em:Robert©nazerian.net Spanish) 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 publicworks 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 certifidate. 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-ref istration.html DIR's Contractor Registration searchable database: hops://cad i r.secu re.force.comiCo nt rac torSearch I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states: "A contractor or subcontractor shall not he 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 nota 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 pursuantto Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DiR as the primary coritractor,as well as for ALL subcontractors at the time of submitting the bid. The erian G oup Contrj o, C By 1 T greg@nazerian. et Email Vartan Nazerian, President Title Date: November 4, 2025 PWC Registration #: 1000000509 C-Id PWC.Registration#: 1000000509 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five(5)years has your firm been assessed and paid liquidated damages after completion of a project under construction contract with either a public or private owner?(Explain on a separate sheet. Ident fig all such projects by owner; owners address, date of completion of the project,amount of liquidated damages assessed, and crll other information necessary to fully explain the assessment of liquidated damages.) O X ' 1 2 3 4 5+ (Insert or mark with an.l for•number of times.Add the X to the right o?f'the mnnher•s's/rown( 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. Ideht fv the rlaihi(s)by providing-the project name. date of ihe•claim, name of the entity(or entities)against whom the claim was filed, a brief description of the natrire of the claim.the court in which'the-vase 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 1 X 2 3 4 5+ [Insert or mark with an X jbr number of titres,Add the X to the right of the numbers shown( 3. How many times in the last five(5)years has Ca!OSHA 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 mit_yet ruled on your appeal,you.need not include information abbot 0 X 1 2 3 I 4 5+ [Insert or mark with an X for number of iimes_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. Idenrij) the claim(s)by providing the project namne, 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'r esohrtion(.) O X 1 2 3 4 5+ [Insert or mark with an.l for number of times.Add the.l to the right oldie.members shown/ C-I5 NAZERIAN THE NAZERiAN GROUP40174 LICt 787-198 November 34,2025 City of Huntington Beach , Re:CC No.1790 Main Street Library HVAC and Electrical Improvements • To whom it may concern, In response to the referenced project,The Nazerian Group(TNG)would like to provide clarification regarding a resolved legal matter involving an OwnerlDistrict.We wish to emphasize that this matter represents the only such dispute in our company's 24-year history of delivering successful public works projects throughout California. The dispute concerns a construction issue on a project for the Norwalk-La Mirada Unified School District.During the course of the work,TNG formed and poured an 8-inch concrete wall with double mat rebar,precisely in accordance with the DSA- approved plans and specifications.The installation was thoroughly inspected and approved by both the Structural Engineer of Record(SEOR)and the Inspector of Record(1OR)prior to the concrete pour. However,due to significant congestion in the design—combined with the specified concrete mix—the concrete failed to flow properly throughout the wall,which ultimately resulted in voids.TNG,in collaboration with its subcontractors,immediately proposed several structurally sound and code-compliant repair methods,all supported by licensed third-party structural engineers.These recommendations were submitted in good faith in an effort tomaintain progress and mitigate delays. Despite these efforts,the project's architect—who was not the SEOR—rejected all proposed repair solutions based solely on visual inspection,without technical substantiation or re-evaluation of the underlying design.As a result,the entire wall was demolished and re-poured.Subsequently,the design team acknowledged the shortcomings in the original wall design and made critical adjustments for the subsequent pour.These changes included modifying the rebar configuration, increasing the concrete mix slump for better flow,and allowing vertical and horizontal construction joints.The revised design resulted in a successful pour,validating that the prior issues were indeed due to design flaws, not workmanship. TNG proceeded with the demolition and rework under protest,while maintaining its commitment to the project's timely completion.Despite repeated efforts to resolve the matter amicably and through mediation,the Owner had declined to compensate TNG for the significant additional work performed. Date of Claim: November 18,2022 Name of Entity Claim is Against: Norwalk-La Mirada Unified School District Court:Superior Court of the State of California, County of Los Angeles,Southeast District Scheduled Court Date:July 2025 Status of Claim:Resolved Outcome: Prior to the commencement of trial proceedings,The Nazerian Group and the Norwalk-La Mirada Unified Sc ool District reached a mutually agreed-upon settlement as of July 10,2025. Th n you, f- I r V 'laz-dan P sident 17514:V^'111:i;1 4lfii. Suits aA2O-= I Encino,CA 1315 1818"<''i 115 Ear •r'b'x".(x4.-oTin not [ CITY OF HUNTINGTON BEACH Chau Vu I Public Works Director ADDENDUM NUMBER 1 for MAIN STREET BRANCH LIBRARY HEATING, VENTILATION,AND AIR CONDITIONING (HVAC)AND ELECTRICAL IMPROVEMENTS, CC-1790 in the CITY OF HUNTINGTON BEACH SEPTEMBER 29, 2025 Notice To All Bidders: This Addendum Number 1 includes modifications to the License requirements on A-2. 1. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A or Class B,at the time of the bid opening. All electrical work shall be performed by a licensed C-10 contractor, and all HVAC work shall be performed by a licensed C-20 contractor. This is to acknowledge receipt and review of Addendum Number 1, dated September 29. 2025. The Nazerian Group Company Name By Vai n Naze an, President November 4, 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 +AWN huntingtonbeachcagov I T Y Of CITY Public ,BEACH ctor[ 113 ADDENDUM NUMBER 2 for MAIN STREET BRANCH LIBRARY HEATING; VENTILATION,AND AIR CONDITIONING (HVAC) AND ELECTRICAL IMPROVEMENTS, CC-1790 in the CITY OF HUNTINGTON BEACH SEPTEMBER 29, 2025 Notice To All Bidders: This Addendum Number 2 includes additions to the Project Plans (Drawing DociiMents). Specific changes are found on page 33.(E0-01),General Notes, adding items 33 and 34. 1. Item 33: Coordination Documents A. Prior to construction, prepare and submit coordinated layout draWings (composite drawings),to coordinate instattationend location of HVAC equipment,ductwork,grilles, diffusers, piping, plumbing, lights and electrical services with architectural ane structural requirements and other trades !including plumbing,fire protection,electrical, ceiling suspension and tile systems) and provide maintenance access requirements coordinate with submitted architectural systems (i.e. roofing, ceiling, finishes) and structural systems as submitted, including footings'and foundation. identify zone of influence from footings and ensure systems are not routed within the zone of influence B. Coordination drawings to be provided for the following systems,at a minimum,for review and approval 1. Panetboards,transformers, disconnect switches,and enclosed circuit breakers'. 2. Routing of raceways and bo?,(es. 2. Item 34: Contractor to coordinate work with utility as soon as possible to minimize delay in any work associated with utility Cell: (657)408-9138 1 "2000 Main Street,Huntington Beach,CA 92648 1 www.huntingtonbeachca.gov [ r3 CITY OF UNTINGTON BEACH This is to acknowledge receipt and review of Addendum Number 2, dated eptember 29. 2025. The Nazerian Group Company Name By V an Nazen n, President November 4, 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 1 2000 Main Street,Huntington Beach,CA 92648 1 www.huntingtonbeachca.gov 4111 CITY OF mg - 'HUNTINGTON BEACH wChaUVu I ,PL)61.1c *Qi*s DirectOr ADDENDUM,NUMBER 3 for MAIN STREET-BRANPII LIBRARY HEATING, VE.NTILATION,AND AIR CONDITIONING (HVAO) AND ELECTRICAL IMPROVEMENTS; C-C=170 in the,CITY OF HUNTINGTON-BEACH: 'ooTopER 14; 2025 NoticeToAll Biddees: This Addendum Number 3 extends the 14 duration by.two (2)yveeks to accommodate changes to ,be'releaseci to the project pians and bid schedule. 1. BIDS ELECTRICALLY DUE: NovEiviBER 4; 2025, NO LATERJHAN`3:00 P.M. This is to acknowledge receipt and review of Addendum Number 3, dated October 14, 2025. The Naz.pOn Group rcorripy Name By trtan Na erion,,President Riovernber.4, 2025, _ Date All bidders must acknoyiledgeand include,the receipt ofAhis Addendum with your bid proposal. Should you have any questions regarding this Addendiim, please call Frank,Drevdahl at (657.) 459138 withi0:24 Ours of posting: Cell:(657)408=9138 ,1 :2000 Mein-Street:Huntirigten Beach, CA92648 I wwW.huntingtonbeaclica:gov CITY OF HUNTINGTON BEACH Chau Vu I Public Works Director ADDENDUM NUMBER 4 for MAIN STREET BRANCH LIBRARY HEATING, VENTILATION,AND AIR CONDITIONING (HVAC) AND ELECTRICAL IMPROVEMENTS, CC-1790 in the CITY OF HUNTINGTON BEACH OCTOBER 15, 2025 Notice To All Bidders:. This Addendum Number 4 adds an item to the bid schedule and adds an Appendix H(Asbestos and Lead Report). Asbestos and Lead sampling was conducted throughout the Main Street Branch Library. Sampling found materials within the project scOpe to contain asbestos or lead. Sampled materials containing trace concentrations of asbestos or lead-containing are not necessarily required to be abated, best management practices advised. 1. Bid Schedule modification, adds Item No. 33. 2. Bid Packet modification, dads Appel tdix H(Asbestos 7111(.3 Lead Report). a. Attachment after the signature acknowledgment page. CONTRACTOR.BID SCHEDULE 'PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE Estimated Item No. Description of Work Unit quantity Unit Price($) Total($) #1 —32 NO CHANGES Hazardous Material Abatement:Abatement (Asbestos centaininn materials and Lead-based 5 65,000 5 65,000 Paint)per report,Appendix t i. Cep:(657)408-9138 I 2000 Main Street,Huntington Beach, CA 92648 ( www.huntingtonbeachca.gov FE3CITY 0f HUNTINGTON BEACH This is to acknowledge receipt and review of Addendum Number.4, dated October 15, 2025. The Nazerian Group Company Name By rtan Na erian, President November 4, 2025 Dale 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 1 v,wvr.huntingtonbeachca.gov CITY OF HUNTINGTON BEACH Chou Vu I Public Works Director ADDENDUM NUMBER 5 for MAIN STREET BRANCH LIBRARY HEATING, VENTILATION,AND AIR CONDITIONING (HVAC)AND ELECTRICAL IMPROVEMENTS, CC-1790 in the CITY OF HUNTINGTON BEACH OCTOBER 21, 2025 Notice To AD Bidders: This Addendum Number 5 modifies the Project Plans (Drawing Documents), which include modifications made under Addendum Number 2. Addendum Number 5 additionally modifies the Structural Calculations and adds Door Hardware Replacement cut sheets. 1. Updated Project Plans(Drawing Documents)modified and then added under this addendum will supersede all other versions of the Project Plans(Drawing Documents). 2. Updated Structural Calculations modified and then added under this addendum will supersede all other versions of Structural Calculations. 3. The new Door Hardware Replacement cut sheets will compliment the updated plans and calculations. The electrical panel'D'has been relocated to the wall opposite its previous location, and the existing electrical room door will be replaced as shown on sheet A601. Please refer to the door schedule on sheet A700 and the door hardware cut sheets for details. Cell:(657)408-9138 I 2000 Main Street.Huntington Beach.CA 92648 I www.huntingtonbeachca.gov 1[43 CITY OF HUNTINGTON BEACH This is to acknowledge receipt and review of Addendum Number 5, dated October 21, 2025. The Nazerian Group r Company Name By Na erian, President November 4. 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 Western Surety Company Bid Bond KNOW ALL PERSONS BY THESE PRESENTS, That we The Nazerian Group hereinafter referred to as the Principal, and Western Surety Company as Surety, are held and firmly bound unto the CITY OF HUNTINGTON BEACH hereinafter referred to as the Obligee, in the sum not to exceed Ten Percent of Total Amount Bid---- , ($10%of Bid ), for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee for MAIN STREET BRANCH LIBRARY HEAT,VENTILATION,AND AIR CONDITIONING (HVAC)AND ELECTRICAL IMPROVEMENTS-CC No. 1790 NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specified; enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED, SEALED AND DATED this 13th day of October , 2025 . The Nazeria r u incipa 'eal) B : Western Surety Co .pant' (Surety) (Seal) B Ty2/2 e ftLESC --_-r Rebecca Haas-Bates,Attorney-in-Fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On 10/13/2025 before me, Alma Karen Hernandez,Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas-Bates Name(of Signers who proved to me on the basis of satisfactory evidence to be the person* whose name(3. is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity('is),and that by his/her/their signature4on the instrument the person(s), or the entity upon behalf of which the person(s),acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. <r ALMA KAREN HERNANDEZ W Signature = Notary PublicCalifornia y. Orange County • _`-- \ Commission#2390908 • Signature of Notary Public ~ o My Comm.Expires Jan 16,2026 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 10/13/2025 Number of Pages: One(1) Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑Limited ❑General ❑ Partner — ❑ Limited ❑General ❑Individual Gd Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: Western Surety Company ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Richard Adair,William Syrkin,Rebecca Haas-Bates,Individually of Orange,CA,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attomey is made and executed pursuant to and by authority of the Authorizing By-Laws and Resolutions printed at the bottom of this page,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 26th day of December,2023. °".RE..... WESTERN SURETY COMPANY arnrV� elr= M.. SEAS.:*Y� /441 Mr. .,�pUTN•DP pr / ""����. .." Larry Kasten,Vice President State of South Dakota County of Minnehaha ss On this 26th day of December,2023,before me personally came Larry Kasten,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires i M.BENT NOTARY PUBLIC -- March 2,2026 i SOUTH DAKOTA �+ 717 661&11"..° M.Bent,Notary Public CERTIFICATE I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law and Resolutions of the corporation printed below this certificate are still in force. In testimony whereof I have hereunto subscribed my name and. affixed the seal of the said corporation this 13TH day of OCTOBER,2025. , 5 WESTERN SURETY COMPANY _y,o�,QORgrF�y' ,zi %./.‘, AN....477 CDT. 241.4_,D•71---/ ,,, pTH Dr% L.Nelson,Assistant Secretary Authorizing By-Laws and Resolutions ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds,policies,undertakings,Powers of Attorney,or other obligations of the corporation shall be executed in the corporate name of the Company by the President,Secretary,and Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. This Power of Attorney is signed by Larry Kasten,Vice President,who has been authorized pursuant to the above Bylaw to execute power of attorneys on behalf of Western Surety Company. This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic-formatted corporate seal under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27th day of April,2022: "RESOLVED:That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and confirm the use of a digital or otherwise electronic-formatted corporate seal,each to be considered the act and deed of the Company." Go to www.cnasuretv.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. Form F4280-6-2023 THE NAZERIAN GROUP I LIC. #787198 I DIR# 1000000509 GREG TOROSYAN, DEVELOPMENT & CONTRACTS 17514 VENTURA BLVD., #204, ENCINO, CA 91316 818-990-5115 I GREGRNAZERIAN.NET RFQ DATE: 111412025 RFQ TIME: 3:00PM CITY OF HUNTINGTON BEACH PUBLIC WORKS OFFICE 2000 MAIN STREET, HUNTINGTONBEACH, CA 92648 ATTENTION: FRANK DREVDAHL PROJECT NAME: MAIN STREET BRANCH LIBRARY HEAT, VENTILATION, AND AIR CONDITIONING (HVAC) AND ELECTRICAL IMPROVEMENTS CC #: 1790 BID OPENING DATE: NOVEMBER 4, 2025, AT 3:00 P.M. )/ /q))a--5 Public Works Engineering - (HIM r/A. `?//g/ S h (/ems/.5s.' /0/2/-OS SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of MAIN STREET BRANCH LIBRARY HEAT,VENTILATION,AND AIR CONDITIONING (HVAC)AND ELECTRICAL IMPROVEMENTS CC No. 1790 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 October 21,2025,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: MAIN STREET BRANCH LIBRARY HEAT, VENTILATION, AND AIR CONDITIONING (HVAC)AND ELECTRICAL IMPROVEMENTS CC #: 1790 Bid Opening Date: October 21,2025, 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 A, at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: The WORK of this Contract will consist of electrical and HVAC improvements.Contractor will install new or upgrade existing HVAC infrastructure. Contractor will modify an existing storage room into a new electrical room. Electrical tie-in will require trenching and connecting new electrical service (mapped by Southern California Edison(SoCal Edison)). Contractor will tie-into the new transformer, connecting into new electrical.room. Other minor infrastructure modifications will be made throughout the library, in connection to improvements. The project Notice to Proceed will be issued after Construction Contract execution on December 1,2025,to allow for timely completion of work. A MANDATORY pre-bid meeting will be held to inspect the site and discuss the work to be done and the Contractor's responsibilities. It is highly encouraged for all sub-contractors to attend with prime contractor to Mandatory pre-bid meeting. The City's representatives will be available to address questions. The meeting will be held at 525 Main St, Huntington Beach, CA 92648 on September30,2025, at 8:00 a.m. All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the information provided in the Instructions to Bidders. Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBids system. The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 4th day of June 2024,by Resolution No. 2024-29. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Column OFFICIAL AD PROOF This is the proof of your ad scheduled to run in Huntington Beach Wave on the dates indicated below. If changes are needed, please contact us prior to deadline at (714) 796-2209. Notice ID:XtRfHmRV4f1Fa9EGq6Uv I Proof Updated:Sep.18,2025 at 10:03am PDT Notice Name: NIEB-CC No. 1790 I Publisher ID:0011756421 See Proof on Next Page This is not an invoice.Below is an estimated price,and it is subject to change.You will receive an invoice with the final price upon invoice creation by the publisher. FILER FILING FOR Donna Switzer Huntington Beach Wave donna.switzer@surfcity-hb.org (714)374-1649 Columns Wide: 5 Ad Class: Legals Total Column Inches: 54.44 Number of Lines: 112 09/25/2025:City Notices Notice 826.69 10/02/2025:City Notices Notice 826.68 Subtotal $1653.37 Tax $0.00 Processing Fee $0.00 Total $1653.37 NIEB - CC No. 1790 - Page 1 of 3 SECTION A NOTICE INVITING ELECTRONIC BIDS for the-construction of MAIN STREET BRANCH LIBRARY HEAT,VENTILATION,AND AIR CONDITIONING (HVAC)AND ELECTRICAL IMPROVEMENTS • CC No.1790 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 prolect and will receive such bids-up to the hour of 3:00 p.m:on October 21,2025,on the-City's Planet Bids System Vendor Portal,at which time or thereafter bids will be opened-and made available • online. Bids received after this time will be considered non-responsive. Prospective bidders must first register_as a vendor and then bid on this protect via the City's Planet Bids System Vendor Portal website at: https://www.planetbids.com/portal/portal. cfm?Company)D=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 PlanetBlds system to view and download the Contract-Documents, to be added to the prospective bidders list,and to receive addendum notifications when Issued. Any contract entered Into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, • the minimum prevailing rate of per diem wages foreach craft,classification or type of • workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of.California,which are available online at www.dlr. ,ca.gov/DLSR-and also on file at the Office of the Director of Public Works,2000 Main Street,Huntington Beach,CA 92648: • The AGENCY will deduct 5%retention from all progress payments. The Contractor may substitute an escrow holder'surety of equal value to the retention In accordance • with the provisions of the Public Contract Code,Section 10263. The Contractor shall be beneficial-owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the-basis of race, color, national origin, ancestry, sex, or religion many consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashiers check, or bidders bond made payable to the AGENCY for an amount no less than 10%of the amount bid. For • electronic submittal of bids,the bid security must be received at the City of Huntington Beach Public Works Office,2000 Main Street, no later than the bid'opening date and time.The bid.security.must be submitted in a sealed envelope bearing the name and address,of the bidder,and the outside of the envelope must read as follows: OFFICIAL BID SECURITY-DO NOT OPEN Attention:FRANK DREVDAHL Project Name: MAIN STREET BRANCH LIBRARY. HEAT, VENTILATION, AND AIR CONDITIONING(HVAC)AND ELECTRICAL IMPROVEMENTS • CC#:1790 Bid Opening Date:October 21,2025,at 3:00 p.m. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors License Class A,at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY.All extension of unit prices will be sublect to verification by the-AGENCY. In case of a variation between the unit-price and the extension,the unit price will govern. Project Description: The WORK of this Contract will consist of electrical and HVAC improvements. Contractor will install new or upgrade existing HVAC infrastructure. Contractor will modify an existing storage room into a new-electrical room. Electrical tie-in will require trenching,and connecting new electrical service (mapped by Southern California Edison (SoCai Edison)). Contractor will tie-Into the new'transformer, connecting into new electrical room.Other►minor Infrastructure modifications will be made throughout the library,in connection to improvements. The protect Notice to Proceed-will be issued after Construction Contract execution-on December 1,2025,to allow for timely completion of work. A MANDATORY pre-bid meeting will be held to inspect the site and discuss the work NIEB - CC No. 1790 - Page 2 of 3 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 525 Main St,Huntington Beach,CA 92648 on September 30,2025,at 8:00 a.m. All questions related to this bid solicitation must be submitted through the City's PlanetBlds System Vendor Portal per the information provided in the.Instructions to Bidders.Any other contact to City staff regarding this bid solicitation will he referred back to the PlanetBids system. The AGENCY reserves the right to relect any or all bids,to waive any Irregularity and to take all bids under advisement for a'maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALI FORN IA,the 4th day of June 2024,by Resolution No.2024-29. Attest.:. . /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTI NGTON BEACH Huntington Beach Wave Published:9/25,10/2/25 NIEE - CC No. 1790 - Page 3 of 3 WjN leg THE LEY N iAL VALLEY VIEW 1920 Main St. Suite 225, Irvine Irvine, California 92614 (714) 796-2209 legals@inlandnewspapers.com City of Huntington Beach -City Clerk's Office 2000 Main Street Huntington Beach, California 92648 Account Number: 5272431 Ad Order Number: 0011756421 Customer's Reference/PO Number: Publication: Huntington Beach Wave Publication Dates: 09/25/2025 and 10/02/2025 Total Amount: $1653.37 Payment Amount: $0.00 Amount Due: $1653.37 Notice ID: XtRfHmRV4f1Fa9EGq6Uv Invoice Text: SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of MAIN STREET BRANCH LIBRARY HEAT,VENTILATION,AND AIR CONDITIONING (HVAC)AND ELECTRICAL IMPROVEMENTS CC No. 1790 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 October 21, 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 NIEB - CC No. 1790 - Page 1 of 3 See Proof on Next Page reINCLUDES THE FOUNTAIN oil VALLEY VIEW Huntington Beach Wave 1920 Main St.Suite 225,Irvine Irvine,California 92614 (714)796-2209 2000 Main Street Huntington Beach, California 92648 AFFIDAVIT OF PUBLICATION STATE OF CALIFORNIA County of Orange County I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years,and not a party to or interested in the above-entitled matter. I am the principal clerk of the Huntington Beach Wave, a newspaper that has been adjudged to be a newspaper of general circulation by the Superior Court of the County of Orange County, State of California, on July 1, 1998, Case No. A-185906 in and for the City of Irvine, County of Orange County, State of California; that the notice, of which the annexed is a true printed copy, has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates,to wit: 09/25/2025,10102/2025 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: Oct 2,2025. CantiO S'`.ture NIEB - CC No. 1790 - Page 1 of 3 SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of MAIN STREET BRANCH LIBRARY HEAT,VENTILATION,AND AIR CONDITIONING (HVAC)AND ELECTRICAL IMPROVEMENTS CC No.1790 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated protect and will receive such bids up to the hour of 3:00 p.m.on October 21,2025,on the City's Planet Bids System Vendor Portal,at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this protect via the City's Planet Bids System Vendor Portal website at: hops://www.planetbids.com/portal/portal. cfm?Companyl D=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, cashiers check, or bidders bond made payable to the AGENCY for an amount no less than 100/0 of the amount hid. 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:MAIN STREET BRANCH LIBRARY HEAT, VENTILATION, AND AIR CONDITIONING(HVAC)AND ELECTRICAL IMPROVEMENTS CC*:1790 Bid Opening Date:October 21,2025,at 3:00 p.m. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors License Class A,at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY.All extension of unit prices will be subiect to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: The .WORK of tills Contract will consist of electrical and HVAC improvements. Contractor will install new or upgrade existing HVAC infrastructure. Contractor will modify an existing storage room into a new electrical room. Electrical tie-in will require trenching and connecting new electrical service (mapped by Southern California Edison (SoCal Edison)). Contractor will tie-Into the new transformer, connecting into new electrical room.Other minor infrastructure modifications will be made throughout the library,in connection to Improvements. The protect Notice to Proceed will be issued after Construction Contract execution on December 1,2025,to allow for timely completion of work. A MANDATORY pre-bid meeting will be held to inspect the site and discuss the work NIEB - CC No. 1790 - Page 2 of 3 to be done and the Contractor's responsibilities. It is highly encouraged for all sub- contractors to attend with prime contractor to Mandatory pre-hid meeting.The City's representatives will be available to address questions.The meeting will be held at 525 Main St,Huntington Beach,CA 92648 on September 30,2025,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 relect any or all bids,to waive any Irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA,the 4th day of June 2024,by Resolution No.2024-29. Attest: .. /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:9/25,110/2/25 NIEB - CC No. 1790 - Page 3 of 3