Loading...
Bid - Los Angeles Engineering, Inc.SECTION 1200 BID DATE: 07/29/2025 The undersigned, as bidder, declares it has received and examined the Contract Document entitled Project No. 2021-02, Fritz Burns Park Improvements, and will contract with the City, on the form of Contract provided herewith, to do everything required for the fulfillment of the contract for said work at the prices and on the terms and conditions herein contained. We have included the following items and agree that they shall form a part of this bid: SECTION TITLE 1200 Bid 1210 Bid Schedule 1220 Bid Guaranty Bond 1230 Certification of Bidder's Experience and Qualifications 1240 Proposed Subcontractors 1250 Non -Collusion Affidavit 1260 DIR Project Vendor Information 1270 Iran Contracting Act of 2010 1280 Russian Aggression Against Ukraine Sanctions We acknowledge that the following addenda have been received and have been examined as part of the Contract Documents. Bidders must be on the Plan Holders List with the City of La Quinta in order to receive addenda. Addendum # 2 Date Received 07/10/2025 07/23/2025 3 07/23/2025 Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY. Los Angeles Engineering, Inc Name of Bidder 626-454-5222 Bidder's Telephone Number Bid 1200-1 If our bid is accepted, we agree to sign the contract without qualifications and to furnish the performance and payment bonds and the required evidence of insurance within 10 calendar days after receiving written notice of the award of the contract. We further agree, if our bid is accepted and a Contract for performance of the work is entered into with the City, to so plan work and to prosecute it with such diligence that the work shall be completed within the time stipulated. Los Angeles Engineering, Inc. Name of Bidder 633 N. Barranca Ave, Covina, CA 91723 Bidder's Address 591176 Contractor's License No. California State of Incorporation �O Signature of Bidder Aaron O'Brien Printed Name of Signatory Vice President / Secretary Title of Signatory 626-454-5222 Bidder's Telephone Number aaron@laeng.net Bidder's Email Address 03/31 /2026 Contractor's Expiration Date M Joseph Haygood, Notary Public Title of Witness See Attached Notary Acknowledgement Bid 1200-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On 07/29/2025 before me, Joseph Haygood, Notary Public (insert name and title of the officer) personally appeared Aaron O'Brien who proved to me on the basis of satisfactory evidence to be the persons whose name(,s3 is/ subscribed to the within instrument and acknowledged to me that he/sliefth-executed the same in his/ /th�authorized capaci%y , and that by his/Wtl�eft`signature(Won the instrument the person(*r,or the entity upon behalf of which the personal -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 W J0' HAYGOOD COMM. #2489310 z Notary Public • California o Los Angeles County Comm. Expires Max17, 2028 Addendum 02 — 7/23/2025 SECTION 1210 BID SCHEDULE PROJECT NO. 2021-02 FRITZ BURNS PARK IMPROVEMENTS City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 To Whom It May Concern: Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the undersigned hereby proposes and agrees that on award by the City under this Bid, to execute a Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation and services for Project No. 2021-02, Fritz Burns Park Improvements, in accordance with the plans and specifications therefore adopted and on file with the City within the time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of award shall be the lowest total price of the Base Bid Area plus all Additive Alternates. Unit prices in each and every case represent the true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. We acknowledge that unbalanced unit prices shall be sufficient cause for the rejection of our bid. Bid Schedule 1210_1 Addendum 02 — 7/23/2025 BASE BID — FRITZ BURNS PARK IMPROVEMENTS Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars GENERAL REQUIREMENTS 1. Mobilization 1 LS $ '%00 C - $ 7eCuoCa — 2. Site/Traffic Control 1 LS $ -0,t70 _ $ 5 -- 3. Dust Control 1 LS $ 5&ODj — $ �r 4 Storm Water Pollution Prevention Plan SWPPP 1 LS $ $ 5. Demolition and Disposal — P1 1 LS $ .3� -- $ 6. Demolition and Disposal — P2 1 LS $ $ 7. Demolition and Disposal — P3 1 LS $ gCVM — $ n tkjVo SITE IMPROVEMENTS 8" Subgrade Preparation and Precise Grading— P1 1 LS $ 3�(70.7 $ 3`x I��• �S Subgrade Preparation and 9. Precise Grading, Including 1 LS $ $ Retention Basin — P2 `�E - Sty - 10. Subgrade Preparation and 1 LS $� _ $ Precise Grading— P3 2� 11. 4" Pedestrian Concrete Pavement per Plan 8,234 SF $ $ 12 4" Pedestrian Colored Top Cast 27547 SF $ $ Concrete Pavement per Plan 13. 6" Pedestrian Concrete Pavement per Plan 5,622 SF $ 14. 6" Pedestrian Colored Top Cast 6,225 SF $ $ " Concrete Pavement per Plan �0 "- ) 2-q 5eO Furnish and Install 3/8" Minus 15. w/ 20% Fines "Desert Gold" 2,315 SF $ Stabilized Decomposed Granite Furnish and Install 3/8" Minus 16. "Apache Brown" Non -stabilized 17,739 SF $ Decomposed Granite 17 Furnish and Install 3/4" "Desert 7 034 SF $ �✓u $� Gold" Crushed Rock ' Bid Schedule 1210-2 Addendum 02 — 7/23/2025 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 18. Furnish and Install 8" Minus "Baja 8,716 SF $ c Z � __1 $ q-75 Cresta" Rubble bq 19 Install Salvaged Ex. Rubble per 3,461 SF $ $ 5a Plan Furnish and Install Artificial Turf 20. over Infill and Aggregate Base 1,617 SF $� $ ` a 4ZS , per Plan and Specifications 21 Furnish and Install PermaLoc 2,673 LF $ $ 14 Header — Asphalt Ede Construct 6" Curb and Gutter 22. per City of La Quinta Std. No. 170 LF $ $ 201 _ 23 Construct 6" Curb per City of La 1,400 LF $ �c Quinta Std. No. 210 24. Construct Ribbon Gutter per Plan Details 830 LF $ � $ 3s Igo — Construct Cross -Gutter per City 25. of La Quinta Std. No. 230 Mod. 380 SF $ $ and 231 Mod., - Construct Parkway Drain per 26. Plan Details — Curb Cut Detail 1 EA $ i 0_101 $ ic7' P2 Sheet 18 C VJ_ Construct Curb Ramp per City 27. of La Quinta Std. No. 250 Mod.; 6 EA $ '3�)DD $ Case per Plan 28 Construct Driveway per City of 1 EA $ $ " La Quinta Std. No. 221 Mod. ?3aD 7 3"-) Construct 3" A.C. over 4" Class 29 II Aggregate Base Over 12" 32,510 SF $ $ Scarified and Compacted r 25 13816S�) Native • 30. Signing and Striping, Including 1 LS $A1120-00 $ All Incidentals — P1 2. 31. Signing and Striping, Including All Incidentals — P2 1 LS $) - $ /4WD SITE STORM DRAINAGE 32 Furnish and Install 6" Dia. HDPE Storm Drain at 1.0% Min. 850 LF $ - $�-- Furnish and Install 6" Dia. 33. Perforated Storm Drain at 1.0% 265 LF $ $ J4575 " Min. Bid Schedule 1210-3 Addendum 02 — 7/23/2025 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Furnish and Install 2'x3' NDS 34. Ribbon Gutter Inlet with H-25 Highway Grate 3 EA $ , $ (Pedestrian I CID 1� J� Rated) (P1 and P2 Furnish and Install 12"x12" 35. Nyloplast Inline Drain (P1 and 12 EA $ - $ P3 36. Furnish and Install Bubbler Box 2 EA $ �50 - $ ISM Outlet P1 and P2 37 Furnish and Install 4" Duraslot 82 LF $ $ P3 /�7ld$0 WATER/SEWER IMPROVEMENTS Furnish and Install 1" Dia. Schedule 40 Class-350 Private 38. Domestic Water Line complete 180 LF $ - $ 0 8'& in place. All appurtenances considered incidental. Reconnect Private Water Lines to CVWD Relocated Water 39. Meters (3 Meters). Coordinate 1 LS $ 356t) $ 35�e with CVWD on timing to reconnect same day. Relocate Salvaged Private Fire Hydrant and furnish and install 40. new valve to grade and extend LS $ / 5 _ $r7S�� water line per CVWD Std W- 33A. All appurtenances considered incidental. Furnish and Install 6" Dia. VCP�� Sewer Lateral, per CVWD Std 41. Dwg No. S-9A complete in 175 LF S place. All appurtenances considered incidental. SITE AMENITIES Furnish and Install Engineered Wood Fiber Safety Surface over 42. Filter Fabric and Gravel Base 5,253 SF $ per Plan and Specifications (C- 11 Bid Schedule 1210-4 Addendum 02 — 7/23/2025 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Furnish and Install Rubber Safety Surfacing, Poured-In- 43. Place, over Rubber Shock 2,786 SF $ z4 $ (ZS3-70 Course and Class II Base per Plan and Specifications (Det C- 11 44. Construct Play Area Curb with 167 LF $ $ Rebar per Plan Det C-07 /�5 1 2535 45. Construct Play Area Ramp with 331 SF $ $ Rebar per Plan Det C-08 55• — �- l .� 6S Construct Retaining Seat -wall 46. with Precast Cap, Rebar, 310 LF $ 3 $ Waterproofing, Stucco, and Footing per Plan C-10 Furnish and Install 5' HT Steel 47. Fence with Footings per City of 574 LF $ r �b - $ 975F0 — La Quinta Std. No. 784.1-784.2 and Plan Furnish and Install 5' HT Steel 48. Single Gate with Footings per 3 EA $ 3Soo✓ $ nsex) Plan C-31 Furnish and Install 5' HT Steel 49. Double Gate with Footings per 5 EA $ C(�gU " $ ZS� — Plan Det C-30 Furnish and Install Boulder 50. Edging with Footing per Plan 315 LF $ 70j — $aaQ5C7� ` Det C-09 and C-40 Install City Furnished Play Area 51. Equipment and Construct 1 LS $ j I S " $ f (sc Footings per Plan Furnish and Install Drinking Fountain, Construct Footing, 52. Furnish and Install Valve, and 3 EA $ _ Construct Drain per Plan. All Appurtenances are considered included. Det C-12 and C-13 Furnish and Install 53. Trash/Recycling Receptacle and 8 EA $ $ Construct Footing per Plan (Det C- ��� 3� 16 Furnish and Install Hot Coal [:5:4 Receptacle and Construct Footing 2 EA per Plan Det C-14 Bid Schedule 1210-5 Addendum 02 — 7/23/2025 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Install City Furnished Bike 55. Racks (11 Racks) and Construct Footing per Plan (Det 1 LS $ , - $ 3� _ C-17 Install City Furnished Bench 56. with Back and Construct 18 EA $ 2v _ $ i 7l� Footingper Plan Det C-21 Install City Furnished Bench 57. without Back and Construct 38 EA $ $ Footing per Plan Det C-22 Install City Furnished Curved 58. Bench with Back Mounted on 4 EA $ �s� p - $ Seat -wall per Plan Det C-20 Install City Furnished Picnic 59. Table and Construct Footing 23 EA $ per Plan Det C-23 Furnish and Install Bike Tune- 60. Up Station and Construct 1 EA $ - $ — Footing per Plan Det C-18 Furnish and Install BBQ Grill 61. and Construct Footing per Plan 4 EA $ $ C-15 Furnish and Install Pet Waste 62. Receptacle and Construct 3 EA $ $.27L`T _ Footing per Plan Det C-27 Install City Furnished Hypar 63. Shade Sail with Posts and 1 LS $ $ Construct Footing per Plan (Det C-24 Install City Furnished 64. Playground Shade Sails with Posts and Construct Footing 1 LS $1 _ $ per Plan Det C-25 Install City Furnished 65. Monoslope Shade Structure 3 EA $ $/U and Construct Footing per Plan DO Z, _ Sheet L 2-13 Install City Furnished Curved 66. Shade Trellis Structure and Construct Footing per Plan 4 EA $ $ Sheet L 2-12 Bid Schedule 1210-6 Addendum 02 — 7/23/2025 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Install Salvaged Bronze Plaque 67. on Stand with new anchors and 1 LS $�O $ Construct Footing per Plan Install Salvaged Memorial Tree 68. Plaque with new anchors per 1 LS $ Plan Construct City Furnished Restroom Building and Install City Furnished Fixtures. Furnish 69 and Install Appurtenances as 1 LS $' $ needed. Utility Construction and Construction Coordination with other trades included in item cost. POOL AREA IMPROVEMENTS Furnish and Place "Kool Deck" Surfacing over Existing 70. Concrete Deck, Including all 2760 SF $ $ Preparation, Void Filling, and Depth Markers. 71 Furnish and Construct Concrete with "Kool Deck" Surfacing. 3916 SF $ $ Reconstruct Pool Stairs, 72. including all incidentals to 1 LS $ ��Z� - $ — complete the work. Demolition w aid under Demo Bid Item. Furnish and Install 5' HT Pool _ Fence with Footings and 12"- 73. Concrete Band per City of La 383 LF $ - $ Quinta Std. No. 784.1-784.2 per t Plan P3 Det C-09 Construct 6' Tall Splitface CMU-- 74. Block Wall and Footing per Plan 9.5 LF $ $ , P3 Det C-17 - 75 Furnish and Install Pool Lounge 30 EA $ -- �� $ Z4(000 — Chair per Plan P3 Det C-10 Install City Furnished 76 Rectangular Shade Trellis Structure and Construct 1 EA $ $ Z�se�v Footings per Plan Bid Schedule 1210_7 Addendum 02 — 7/23/2025 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Construct Existing Pool 77. Renovations, Including Painting 1 LS $ $- Building per Plan Construct Activity Pool Complete In -Place, Install City 78. Furnished Vortex Activity Pool 1 LS $ - $ Features, and Furnish and ���� Install Equipment and Signs per Plan Construct Existing Pool Equipment Room Renovations 79 per Plan Including Removing 1 LS $ $ and Replacing Concrete and Constructing Housekeeping Pad Furnish and Install Pool 80. Equipment, Piping, and 1 LS $ _ $ 4VO _ Recirculation per Plan Install City Furnished Pool 81. Equipment Building Utility and 1 LS $ ?c)0,0,0 — $ Z?o6� Construction Coordination SITE ELECTRICAL & LIGHTING Furnish and Install Electrical 82 Meter Pedestal (Including 1 LS $ $ Quickpad Base and Stainless f ' Steel Cabinetper Plan 83 Electrical Conduit, Wire, and LS $ �p'at _ k�ro u Trenching1 per Plan - P1 84 Electrical Conduit, Wire, and Trenchingper Plan - P2 1 LS $ / S� - $ /So c`�U ' 85 Electrical Conduit, Wire, and Trenchin per Plan - P3 1 LS $ 15� ago $ ISuct ' 86 Furnish and Install Emergency 1 LS $ $ Shut-off Switch and Timer 87 Furnish and Install Pull Box per 19 EA $ $ Plan 88 Furnish and Install Junction Box 73 EA $ 31fo " $ 249�, per Plan 89 Furnish and Install Pedestrian Pole 28 EA $ 5 30 $ Light with Footing per Plan Bid Schedule 1210-8 Addendum 02 — 7/23/2025 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Furnish and Install Parking Lot 90. Single Head Light with Footing 3 EA $ L;oe- $ �3 -- per Plan Furnish and Install Parking Lot 91. Double Head Light with Footing 3 EA $ $ i per Plan 92 Furnish and Install Bollard Light 39 EA $ 2 - $ with Footingper Plan 93' Furnish and Install Surface 4 EA 16- $ $ Mounted Ceiling Down Light 40) 94' Furnish and Install In -Grade 52 EA $ fi r—'- $ � Palm Tree U Light 95 Furnish and Install In -Grade 55 EA $ $ 'I Tree Up Light 96. Furnish and Install Colored 8 EA $ $ Shade Sail Up Light .-- 97 Furnish and Install Palm Tree 16 EA $ .- $ Mounted U Light �r /7 Furnish and Install Mounted 98. Quad Head Shade Sail 4 EA $ $ Up/Down Light 7�D C;?9 (00 Furnish and Install Mounted 99. Double Head Shade Sail 10 EA $ $ Up/Down Light s`--� �50' 100 Furnish and Install Mounted 4 EA $ - $ Single Head Down Light c�� Soo Furnish and Install Palm Tree 101 Mounted Gobo Projector Down 16 EA $ $ Light Furnish and Install Palm Tree — 102 Mounted Down Light — Cyan Color 8 EA $ iOF 2< - Wash Furnish and Install Trellis Column 103 Mounted Up/Down Light — 16 EA $ $ Magenta Up/Cyan Down22� _ 352� Furnish and Install Trellis Ceiling 104 Mounted Linear Down Light — 4 rEA $ 0700 _ $ „3 r Cyan LANDSCAPE AND IRRIGATION 105 Soil Prep and Fine Grading — 1 LS $ 3S �u $ 3Seor� P1 Bid Schedule 1210-9 21 Addendum 02 — 7/23/2025 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 106 Soil Prep and Fine Grading — P2 1 LS $ I S — $ ISCo — 107 Prep and Fine Grading — 1 LS $ Pail Furnish and Install Landscape 108 per Plan and Specifications — 1 LS $ P Furnish and Install Landscape 109 per Plan and Specifications — 1 LS $ g� - $- P2 Furnish and Install Landscape 110 per Plan and Specifications — 1 LS $ 28vn - $ _ G� P3 111 Furnish and Install Irrigation per 1 LS $ ��� - $ Plan and Specifications — P1 112 Furnish and Install Irrigation per 1 LS $ ��� — $ Plan and Sp ecifications — P2 113 Furnish and Install Irrigation per Plan and Specifications — P3 1 LS $ 35 r $ Furnish and Install Boulders per 114 Plan — "Copper Canyon", 18" - 69 EA $ 310 $ 21- 24" Furnish and Install Boulder per 115 Plan — "Copper Canyon", 24" — 66 EA $ 3qo - $ Z-2-144G 301, Furnish and Install Boulders per 116 Plan — "Copper Canyon", 30" — 45 EA $ 41�0 $ Z�Coc — 36" 117 Install Salvaged Boulders per 21 EA $ 3Sc; ' $ -73SO ` Plan 118 Lawn — SOD seeded to season includingover-seeding, 21937 SF $ I r 5o $ a .S 119 90-Day Maintenance Period 1 LS $ �v - $ ?'� — Total Amount of Bid Items 1 — 119 $ `3 76, 5 Bid Schedule 1210-10 Addendum 02 — 7/23/2025 City may award all or none of the following additive/deductive alternates: ADDITIVE ALTERNATE NO. 1 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Al-1 Transplant Ex. Palm Tree to 19 EA $ 5MU $ <I� Location Determined in Field 25 Total Amount of Additive Alternate 1 Bid Items 1 - 1 $ �5-c DEDUCTIVE ALTERNATE NO. 1 - Hypar Sails Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Remove Bid Item: Install City D1-1 Furnished Hypar Shade Sail 1 LS ($ `4L ) ($ �) with Posts per Plan Det C-24 Remove Bid Item: Install City D1-2 Furnished Playground Shade 1 LS ($ I j ��qj ($ Sails with Posts per Plan (Det C-25 Coordinate and Phase to Allow D1-3 Great Western to install shade 1 LS $ i $ " sails with posts per Plan (Det C- 24 and C-25 Total Amount of Deductive Alternate 1 Bid Items 1 - 3 ($ 150W ) DEDUCTIVE ALTERNATE NO. 2 - Doq Park Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Remove Portion of Bid Item: P1 D2-1 Demolition and Removal shown 1 LS ($ Sq 190 ) ($ 34eb -1 on sheet 4 Remove Portion of Bid Item: 4" D2-2 Pedestrian Concrete Pavement 1,475 SF ($ (q ) ($ 99,SQ j per Plan Remove Portion of Bid Item: D2-3 Furnish and Install Boulder 40 LF ($ 330 ) ($ 132,-,0 ) Edging with Footing per Plan Det C-40 Bid Schedule 1210-11 Addendum 02 — 7/23/2025 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Remove Portion of Bid Item: Furnish and Install 5' HT Steel D2-4 Fence with Footings per City of 580 LF ($ ► > > ) ($ SGSLID ") La Quinta Std. No. 784.1-784.2 and Plan Remove Bid Item: Furnish and D2-5 Install 5' HT Steel Single Gate 2 EA ($ 3 3oD ) ($ C,4,E� - ) with Footings per Plan C-31 Remove Portion of Bid Item: D2-6 Furnish and Install 5' HT Steel 3 EA ($ Cj3tU -) ($ Double Gate with Footings per Plan (Det C-30 Remove Portion of Bid Item: D2-7 Furnish and Install Pet Waste 1 EA ($ �� ) ($ Receptacle and Construct Footing per Plan (Det C-27 Remove Portion of Bid Item: D2-8 Lawn — SOD seeded to season 5,500 SF ($ — ) ($ Cam.5 00 �) including over -seeding Remove Portion of Bid Item: D2-9 Landscaping — Dog Park (P1 1 LS ($ Sheet 21 Remove Portion of Bid Item: D2-10 Irrigation — Dog Park (P1 Sheet 1 LS ($ tca - ) ($ vCWQ) ) 26 Remove Portion of Bid Item: 90- D2-11 Day Maintenance Period — Dog 1 LS ($ c�6xJ - ) ($ Park Total Amount of Deductive Alternate 2 Bid Items 1 — 11 ($ Bid Schedule 1210.12 Addendum 02 — 7/23/2025 DEDUCTIVE ALTERNATE ND_ 3 — Plav Area Fni inment Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Remove Bid Item: Install City D3-1 Furnished Play Area Equipment 1 LS ($ t 0, -) ($ i l ��z - ) and Construct Footings per Plan Coordinate and Phase to Allow D3-2 Great Western to install Play 1 LS I _ $ I , $ Area Equipment and Construct Footin s per Plan Total Amount of Deductive Alternate 3 Bid Items 1 — 2 ($ ) l l GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Not including deductive alternates) (Figures): $ `�0'3tv0 e 'yoU -- GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Not including deductive alternates) It, Bid Amount of each of the above Bid Items must be filled in and completed. It is understood that the quantities shown hereon are but estimates and the bidder is responsible to verify quantities prior to submitting a bid. Final payment will be based upon actual work performed, subject to such adjustments and alterations as elsewhere provided herein. Signature of Bidder (Ink) Aaron O'Brien, Vice President / Secretary Name of Bidder (Printed or Typed) 626-454-5222 Bidder Telephone Number aaron@laeng.net Bidder Email Address Bid Schedule 1210-13 SECTION 1220 BID GUARANTY BOND PRINCIPAL, and Liberty Mutual Insurance Company , as SURETY, are held and firmly bound unto the City in the penal sum of TEN (10) PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made to the City to which said bid was submitted, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal has submitted the above -mentioned bid to the City, for certain construction specifically described as follows, for which bids are to be opened at La Quinta, California. PROJECT NO.2021-02 FRITZ BURNS PARK IMPROVEMENTS NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him/her for signature enters into a written contract in the prescribed form, in accordance with the bid, and files two bonds with the City, one to guarantee faithful performance, and the other to guarantee payment for labor and materials as required by law, and provide certificate of insurance coverage required by the Contract Documents, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands on this 23rd day of July , 2025. Los Angeles Engineering, Inc. 11 Liberty Mutual Insurance Company �Ll,..r,�.,,� 0' Arieo . J,, Pft5iX..-T / I isa I Thnrntnn Attnrnev in Fact Title of Signatory Title of Signatory Signature of Principal GSigareture 633 N. Barranca Avenue, Covina, CA 91723 790 The City Drive South, Orange, CA 92868 Address Address Note: Signatures of those executing for the surety must be properly acknowledged. Bid Guaranty Bond 1220-1 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On 07/29/2025 before me, Joseph Haygood, Notary Public (insert name and title of the officer) personally appeared Aaron O'Brien who proved to me on the basis of satisfactory evidence to be the personal whose name(K is/a+ subscribed to the within instrument and acknowledged to me that he/sWbayexecuted the same in his/ /1; authorized capacity(>is), and that by his/hr9t� signatureKon the instrument the person, or the entity upon behalf of which the personKacted, 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. JOSEPH HAYGOOD COMM. #2489310 a Notary Public • California o = Los Angeles County Comm. Expires May 17, 2028 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 ) ss County of Los Angeles ) On 7- Zf> - , before me, Patricia Arana, Notary Public, personally appeared Lisa L. Thornton who proved to me on the basis of satisfactory evidence to be the personfs4 whose namef4 is/.,we subscribed to the within instrument and acknowledged to me that #efshe{t#ey executed the same in #igherytheilF authorized capacityfie4, and that by 4igherA*te* signaturefs) on the instrument the personk4, or the entity upon behalf of which the personfs 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: (Seal) Patricia Arana, Notary Public .+j °F- PATRICIAARANA ;; Notary public . California Los Angeles County y Commission X 2401773 "`°'' My Comm. Expires Apr 23, 2026 Liberty POWER OF ATTORNEY Mutual® Liberty Mutual Insurance Company SURETY The Ohio Casualty Insurance Company West American Insurance Company Certificate No: 8213811-977459 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Autumn Stockton; C. K. Nakamura; Carlos A. Albelo; E. S. Albrecht, Jr.; Elizabeth Perison; Jessica Rosser; Lisa L. Thornton, Maria Pena, Natalie K. Trofimoff, Noemi Quiroz; Patricia S. Arana; S. Nicole Evans, Tim M. Tomko all of the city of Los Angeles state of CA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 14th day of April , 2025 . vi N c to N State of PENNSYLVANIA rn County of MONTGOMERY ss Liberty Mutual Insurance Company tNSup 01 INS& a %Nsuo The Ohio Casualty Insurance Company hJPG0 Poff, � ai`�PaoaPO"tar `9y 4P°oaPO�kl9'y� West American Insurance Company J 3 Fo F Q 3 Fo p 3 Fo ON 1912 0 0 1919 1991 0 : o s Yd 9S`r4 CHUS��y D SO hA MP`��� a Y, �NOIANP a3 « *ad By: Nathan J. Zangerle, Assistant Secretary E U is " On this 14th day of April 2025 before me personally appeared Nathan J. Zangerle, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance M 6 io Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. a> f° a IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. c� PAST O O 5P �4 �MpNry Commonwealth of Pennsylvania -Notary Seal � �(�QuQ = 9 Teresa Pastella, Notary Public Montgomery County O OF My commission expires March 28, 2029 B mber 44 `%pa`PG Member, Pennsylvania v UAssoc ation of Notaries y • Notary Teresa Pastella, Public NARY N This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual E•E Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: 2 ARTICLE IV — OFFICERS: Section 12. Power of Attorney. o m Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety CU > C any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall o - have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such Z U instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangerle, Assistant Secretary to appoint such attomeys-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 23rd day of July , 2025 . 1NSutp 11 INS& � 1NSUR 01PqQOPPO/a / GGGO to /f 2 rF I��i 191 0 0 1919 ; 2 1991 /W/`"/\✓./y~ z 41 a B d,), 4CHUs.dD ZD NNDNP AMPS�e L� `! �IAa Y.. ez� * *� * �aa s* a Renee C. Llewellyn, Assistant Secretary W O O (V 00 CV Cl) rp 0 is U LMS-12873 LMIC OCIC WAIC Multi Co 02/24 SECTION 1230 CERTIFICATION OF BIDDER'S EXPERIENCE AND QUALIFICATIONS The undersigned Bidder certifies that he is, at the time of bidding, and shall be, throughout the period of the contract, licensed under the provisions of Chapter 9, Division 3, of the Business and Professions Code of the State of California, to do the type of work contemplated in the Contract Documents. Bidder shall further certify that it is skilled and regularly engaged in the general class and type of work called for in the Contract Documents. The Bidder represents that it is competent, knowledgeable, and has special skills on the nature, extent, and inherent conditions of the work to be performed. Bidder further acknowledges that there are certain peculiar and inherent conditions existent in the construction of the particular facilities, which may create, during the construction program, unusual or peculiar unsafe conditions hazardous to persons and property. Bidder expressly acknowledges that it is aware of such peculiar risks and that it has the skill and experience to foresee and to adopt protective measures to adequately and safely perform the construction work with respect to such hazards. The Bidder shall list below four (4) projects completed in the last seven (7) years of similar size and complexity that indicate the Bidder's experience as a General Contractor. Project Name: Arnold Cypress Park Renovation Owner: City of Cypress Construction Cost: $ 29,287,123.84 Construction Time: 518 Owner's Representative: Nick Mangkalakiri Owner's Telephone No.: 714-229-6740 Date of Substantial Completion: May 2025 2. Project Name: Urban Orchard - Completion Phase Owner: City of South Gate Construction Cost: $ 6,629,514.14 Construction Time: 213 Owner's Representative: Gladis Deras Owner's Telephone No.: 323-563-9576 Date of Substantial Completion: July 2025 Calendar Days Calendar Days Bidders Experience & Qualifications 1230-1 3 4. Project Name: Rio Del Valle Sports Field Complex Phase 2 Owner: Rio School District Construction Cost: $ 6,446,512.13 Construction Time: 185 Calendar Days Owner's Representative: Keith Henderson Owner's Telephone No.: 805-616-8552 Date of Substantial Completion: November 2024 Project Name: Saddleback College Campus - Rebid Owner: SOCCCD Construction Cost: $ 7,260,071.95 Construction Time: 305 Calendar Days Owner's Representative: Mary Opel Owner's Telephone No.: 949-433-5045 Date of Substantial Completion: October 2023 Signed this 29th day of July 2025. Los Angeles Engineering, Inc. 591176 1000002848 Name of Bidder Contractor's License No. DIR Reg No. #-6 Signature of Bidder Aaron O'Brien Printed Name of Bidder 03/31 /2026 Expiration Date Vice President / Secretary Title of Signatory Bidders Experience & Qualifications 1230-2 SECTION 1240 PROPOSED SUBCONTRACTORS Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list gives the name, business address, and portion of work (description of work to be done) for each subcontractor that will be used in the work if the bidder is awarded the Contract. (Additional supporting data may be attached to this page. Each page shall be sequentially numbered and headed "Proposed Subcontractors" and shall be signed.) The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. Subcontractor/Business Address/Description of Work/% of Work/License NO./DIR Reg No. `' (Ali . v, , 4- 0,.I es Z3311 �, L6 9° 4 �,Z, 54f C � r��r, +G�,�,�. � rsc�c�"� �����v`]�►I`} I�ni„�2o� �.bti7?i i�tw,�ou i3� A1, �r�r� _` 5 �51�� c `32o s 3 t(o `{ 6- 7 b 16r vo ! S ZZ tT f • 2 LvsEU J ) 3WZiS© / €�753 ? *1- Signature of Bidder Aaron O'Brien, Vice President / Secretary Los Angeles Engineering, Inc. Name of Bidder Proposed Subcontractors 1240-1 SECTION 1240 PROPOSED SUBCONTRACTORS Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list gives the name, business address, and portion of work (description of work to be done) for each subcontractor that will be used in the work if the bidder is awarded the Contract. (Additional supporting data may be attached to this page. Each page shall be sequentially numbered and headed "Proposed Subcontractors" and shall be signed.) The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No. w d->TCw i J m �.rTaJe wa 'ate T F>j i I vi, _Ave C i14� r� L� r��sib f'b-A A 61-e A - Z- 6'11�' 76U-7S 3C'j% A-6 Signature of Bidder Aaron O'Brien, vice President / Secretary Los Angeles Engineering, Inc. Name of Bidder Proposed Subcontractors 1240-1 SECTION 1240 PROPOSED SUBCONTRACTORS Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list gives the name, business address, and portion of work (description of work to be done) for each subcontractor that will be used in the work if the bidder is awarded the Contract. (Additional supporting data may be attached to this page. Each page shall be sequentially numbered and headed "Proposed Subcontractors" and shall be signed.) The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No. ' �— iAIA- il�j Signature of Bidder Aaron O'Brien, Vice President / Secretary Los Angeles Engineering. Inc. Name of Bidder Proposed Subcontractors 1240-1 SECTION 1240 PROPOSED SUBCONTRACTORS Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list gives the name, business address, and portion of work (description of work to be done) for each subcontractor that will be used in the work if the bidder is awarded the Contract. (Additional supporting data may be attached to this page. Each page shall be sequentially numbered and headed "Proposed Subcontractors" and shall be signed.) The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No. Signature of Bidder Aaron O'Brien, Vice President / Secretary Los Angeles Engineering, Inc. Name of Bidder Proposed Subcontractors 1240-1 SECTION 1240 PROPOSED SUBCONTRACTORS Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list gives the name, business address, and portion of work (description of work to be done) for each subcontractor that will be used in the work if the bidder is awarded the Contract. (Additional supporting data may be attached to this page. Each page shall be sequentially numbered and headed "Proposed Subcontractors" and shall be signed.) The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No. Signature of Bidder Aaron O'Brien, Vice President / Secretary Los Angeles Engineering. Inc. Name of Bidder Proposed Subcontractors 1240-1 SECTION 1240 PROPOSED SUBCONTRACTORS Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list gives the name, business address, and portion of work (description of work to be done) for each subcontractor that will be used in the work if the bidder is awarded the Contract. (Additional supporting data may be attached to this page. Each page shall be sequentially numbered and headed "Proposed Subcontractors" and shall be signed.) The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No. k6 Signature of Bidder Aaron O'Brien, Vice President / Secretary Los Angeles Engineering, Inc. Name of Bidder Proposed Subcontractors 1240-1 SECTION 1250 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ) ss. County of Los Angeles ) Aaron O'Brien , being first duly sworn, deposes and say that he or she Is Vice President / Secretary Of Los Angeles Engineering, Inc. the party making the foregoing bid that the bid is not made in the interest of, or on 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 contract, agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of 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, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature Los Angeles Engineering, Inc. Name of Bidder Aaron O'Brien, Vice President / Secretary Title 07/29/2025 Date Non -Collusion Affidavit 1250-1 SECTION 1260 DIR Protect Vendor Information Vendor Information: Name: Los Angeles Engineering, Inc. Address: 633 N. Barranca Ave Project Manager: Aaron O'Brien Phone: 626-454-5222 Public Works Registration No Classification: City: Covina ST: CA Zip: 91723 Email: aaron@laeng.net CSLB/Certification Number: `>`i i vcocio Z,9l-i'& Asbestos Boilermaker Bricklayers Carpenter x Carpet/Linoleum_ Cement Masons x Drywall Finisher Drywall/Lathers Electricians Elevator Mechanic Glaziers Iron Workers Laborers x Millwrights Operating Eng x Painters Pile Drivers Pipe Trades Plasterers Roofer SheetMetal Sound/Com Surveyor Teamster Tile Worker. Prevailing Wages and Payroll: The project is subject to prevailing wage rates and enforcement by the Department of Industrial Relations (DIR). Prevailing wage rates can be obtained at: http://www.dir.ca.gov/Public-Works/Prevailing-Wage.html. Contractors and subcontractors on most public Works projects are required to submit certified payroll records to the Labor Commissioner using DIR's electronic certified payroll reporting system. For your convenience, the link for reporting certified payroll is: http://www.dir.ca.gov/Public-Works/Certified-Payroll-Reporting.html. A copy of certified payroll, including the names and addresses of employees and/or subcontractors working on the job must be included with invoices submitted to the City of La Quinta. DIR Project Vendor Information 1260-1 Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.), (a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One Million Dollars ($1,000,000) or more if Contractor engages in investment activities in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is identified on the list of persons engaging in investment activities in Iran prepared by the State of California pursuant to Public Contract Code Section 2203 subdivision (b). (b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that it is not on the list of ineligible vendors prohibited from doing business with the State of California and shall complete the Iran Contracting Act Certification and submit with their proposal at the time of bid. Contractor shall obtain the Iran Contracting Act Certification in the form approved by the State of California, or upon written request to the City Clerk's Office, a copy of the form will be provided to Contractor. Failure by Contractor to provide the certification required by this Section may deem Contractor's bid non -responsive. (c) Nothing in this Section is intended to prevent the City from exercising its rights pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on a case -by -case basis. Iran Contracting Act Certification 1270-1 IRAN CONTRACTING ACT CERTIFICATION Pursuant to the Iran Contract Act of 2010 (Public Contract Code 2200-2208), Vendors/Bidders are ineligible to bid on or submit a proposal for any contract with a public entity for goods or services of one million dollars ($1,000,000) or more if the Vendor/Bidder engages in investment activities in Iran. MUST BE SUBMITTED WITH BID PROPOSAL IF BID AMOUNT IS $1,000,000 OR MORE Prior to bidding on, submitting a proposal, or executing a contract or renewal for a public entity contract for goods or services of $1,000,000 or more, a vendor must either: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services ("DGS") pursuant to Public Contract Code section 2203(b) and is not a financial institution extending $20,000,000 or more in credit to another person, for 45 days or more, if that other person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code section 2203(c) or (d). To comply with this requirement, please insert your vendor or financial institution name and Federal ID Number (if available) and complete one of the options below. Please note: California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made, contract termination, and three-year ineligibility to bid on contracts. (Pub. Cont. Code § 2205.) OPTION #1 - CERTIFICATION I, the official named below, certify I am duly authorized to execute this certification on behalf of the vendor/financial institution identified below, and the vendor/financial institution identified below is not on the current list of persons engaged in investment activities in Iran created by DGS and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if that other person/vendor will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Vendor Name/Financial Institution (Printed) Los An les Engineering, Inc. By (Autho e ignature) Printed Name and Title of Person Signing Aaron O'Brien, Vice President / Secretary Federal ID Number (or n/a) 95-4143653 Date Executed 07/29/2025 Iran Contracting Act Certification 1270-2 OPTION #2 — EXEMPTION Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may permit a vendor/financial institution engaged in investment activities in Iran, on a case - by -case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or renews, a contract for goods and services. If you have obtained an exemption from the certification requirement under the Iran Contracting Act, please fill out the information below, and attach documentation demonstrating the exemption approval. Vendor Name/Financial Institution (Printed) Federal ID Number (or n/a) By (Authorized Signature) Printed Name and Title of Person Signing Date Executed Iran Contracting Act Certification 1270-3 SECTION 1280 COMPLIANCE WITH CALIFORNIA EXECUTIVE ORDER N-6-22 RUSSIAN AGGRESSION AGAINST UKRAINE (a) Contractor shall comply with California Governor Executive Order N-6-22 regarding sanctions in response to Russian aggression in the Country of Ukraine, and any implementing guidelines and/or economic sanctions imposed by the United States government in response to Russian actions in Ukraine, as well as any sanctions imposed under California law (collectively "economic sanctions"). Contractor shall comply with all such economic sanctions. By submitting a bid to the City, Contractor agrees to take any and all actions to support the Ukrainian government and people as required by law, including by refraining from new investments in, and financial transactions with, Russian institutions or companies that are headquartered or have their principal place of business in Russia (Russian entities), not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine. (b) If bidding on a contract for Five Million Dollars ($5,000,000) or more, Contractor shall submit a written report to the City on Contractor's compliance with the economic sanctions, and the steps Contractor has taken in response to Russia's actions in Ukraine, including, but not limited to, desisting from making new investments in, or engaging in financial transactions with, Russian entities, not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine as required by law. Failure to submit the report required by this Section may deem Contractor's bid non -responsive. Please include a written report to the City if this section is applicable. Russian Aggression Against Ukraine Compliance 1280-1 OS ANG4 /NE ER General Engineering Contractor Statement of Compliance with Executive Order N-6-22 Aaron O'Brien, as Vice President and Secretary for Los Angeles Engineering, Inc., can confirm that the company has no business dealing with Russia or Ukraine. No foreign investments have been made, and no materials have been purchased from either country or any other country covered by the above - mentioned Executive Order. X k� Aaron O'Brien, Vice President / Secretary 633 N. Barranca Ave. Covina, CA 91723 Ph (626) 454-5222 Fax (626) 214-7361 MINUTES OF SPECIAL MEETING OF THE BOARD OF DIRECTORS OF LOS ANGELES ENGINEERING, INC. A California Corporation The Directors of LOS ANGELES ENGINEERING, INC., A California Corporation, held the special Meeting of the Board of Directors at 633 N. Barranca, Covina, California, on April 8, 2025 at the hour of 11:00 a.m. for the purpose of passing on any business which might be brought before the meeting. Board: There were present at said meeting the following Directors, constituting a quorum of the full ANGUS O'BRIEN AND AARON O'BRIEN. ANGUS O'BRIEN acted as Chairman of the meeting and AARON O'BRIEN acted as Secretary of the meeting. RESOLVED — Angus O'Brien, Aaron O'Brien, Tracy Zalke and Jayson Lau as Officers are authorized to sign bid documents and contracts concerning the corporation business and thereby bind the corporation to the contract and is authorized to do all things necessary and properly to carry out negotiations and execution of contracts with a public agency. RESOLVED — The following persons are confirmed as the duly elected officers, serving in their said capacity until their successors are elected and qualified: Angus O'Brien President Aaron O'Brien Vice President Aaron O'Brien Secretary Tracy Zalke Chief Financial Officer Jayson Lau Chief Estimator There being no further business to come before the meeting and upon motion duly made, seconded and unanimously carried, the meeting was adjourned. ATTEST: Angus O'Brien hairman and President Aaron 0' Tien75ecre ry This Corporate Resolution is in force. 'ki Signed this day of . —1-11 2025 Aaron O'Brien, Secretary