Bid - Three Peaks CorpSECTION 1200
BID
DATE: 07/28/2025
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 # Date Received Initials
Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY.
THREE PEAKS CORP.
Name of Bidder
909-795-1690
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.
THREE PEAKS CORP.
Name of Bidder
PO BOX 101 CALIMESA, CA 92320
Bidder's Address
941528
Contractor's License No.
CA
State of Incorporation
909-795-1690
Bidder's Telephone Number
ERIK@THREEPEAKSCORP.COM
Bidder's Email Address
12/31 /2025
Contractor's Expiration Date
Signature of Bidder Witness
ERIK SIMMONS
Printed Name of Signatory
PRESIDENT
Title of Signatory
ADMIN
Title of Witness
Bid 1200-2
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
RARF RID - 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
$ 44D,bm
$ �Cmbb0,
2.
Site/Traffic Control
1
LS
$ G� �D 0 '
$ S`i ,500
3.
Dust Control
1
LS
$ Z5, Do"
$ 25, oc� `
4
Storm Water Pollution
1
LS
$
$ b�,OdO
Prevention Plan SWPPP
5.
Demolition and Disposal - P1
1
LS
$
6.
Demolition and Disposal - P2
1
LS
$
$ 2Z'2) .",1& 0"
7.
Demolition and Disposal - P3
1
LS
$ �� , goo
$ �� 9 0 0 -
SITE IMPROVEMENTS
8
Subgrade Preparation and
1
LS
$ 1 n,000-
$ ► 22, �^
Precise Grading - P1
Subgrade Preparation and
9.
Precise Grading, Including
1
LS
$ �(�,oc,o"
$ '1 ,
Retention Basin - P2
10.
Subgrade Preparation and
1
LS
$ �,l.00"
$ 19,1006-
Precise Grading - P3
11.
4" Pedestrian Concrete
8,234
SF
$ I �-
$ ��5, Z7b!
Pavement per Plan
12
4" Pedestrian Colored Top Cast
2,547
SF
$ 20 -
$
Concrete Pavement per Plan
13.
6" Pedestrian Concrete
5,622
SF
$ I
$
Pavement per Plan
14.
6" Pedestrian Colored Top Cast
6,225
SF
$ ZS
$ lS5,l�2S
Concrete Pavement per Plan
Furnish and Install 3/8" Minus
2S
15.
w/ 20% Fines "Desert Gold"
2,315
SF
$ >, 9 S
$ cl (
Stabilized Decomposed Granite
Furnish and Install 3/8" Minus
16.
"Apache Brown" Non -stabilized
17,739
SF
$ Z q°
$ Gt,
Decomposed Granite
17.
Furnish and Install 3/4" "Desert
7,034
SF
$ z�'
$
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
$ �-7S
$ 58, $33
Cresta" Rubble
19
Install Salvaged Ex. Rubble per
3,461
SF
$ -�,'
$
Plan
Furnish and Install Artificial Turf
20.
over Infill and Aggregate Base
1,617
SF
$
$ 3o,7Z3
per Plan and S ecifications
21
Furnish and Install PermaLoc
2,673
LF
$ $ "
$
Header — Asphalt Edge
Construct 6" Curb and Gutter
22.
per City of La Quinta Std. No.
170
LF
$ p '
$
201
23
Construct 6" Curb per City of La
1,400
LF
$ Epp '
$ $� ocD
Quinta Std. No. 210
24
Construct Ribbon Gutter per
830
LF
$ g
$ 6A-, 7Atr
Plan Details
Construct Cross -Gutter per City
25.
of La Quinta Std. No. 230 Mod.
380
SF
$
$ lZ, I leo
and 231 Mod.
Construct Parkway Drain per
26.
Plan Details — Curb Cut Detail
1
EA
$off
$oo�
P2 Sheet 18
'
Construct Curb Ramp per City
_
�rbo
27.
of La Quinta Std. No. 250 Mod.;
6
EA
$ q-,`Ioo
$ Zq,
Case per Plan
28
Construct Driveway per City of
1
EA
$ �,oeo -
$
La Quinta Std. No. 221 Mod.
Construct 3" A.C. over 4" Class
29
II Aggregate Base Over 12"
32,510
SF
$ S
$ 1 s'� ,
Scarified and Compacted
Native
30.
Signing and Striping, Including
1
LS
$ Z�j,app "
$ ZS,oeo
All Incidentals — P1
31.
Signing and Striping, Including
1
LS
$ lo, o00
$ l toy o00
All Incidentals — P2
SITE STORM DRAINAGE
32
Furnish and Install 6" Dia.
850
LF
$ C2-
$
HDPE Storm Drain at 1.0% Min.
Furnish and Install 6" Dia.
33.
Perforated Storm Drain at 1.0%
265
LF
$
$ �j,7.1
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
3
EA
$ �- $��
$ 1.
Io
Highway Grate (Pedestrian
Rated) (P1 and P2
Furnish and Install 12"x12"
35.
Nyloplast Inline Drain (P1 and
12
EA
$ 2,27-0
_
$
P3
36.
Furnish and Install Bubbler Box
2
EA
$
$
Outlet P1 and P2
37
P3nish and Install 4" Duraslot
82
LF
$ S5n—
$ ,coo
WATER/SEWER IMPROVEMENTS
Furnish and Install 1" Dia.
Schedule 40 Class-350 Private
38.
Domestic Water Line complete
180
LF
$ A�
$Zod—
in place. All appurtenances
considered incidental.
Reconnect Private Water Lines
to CVWD Relocated Water
r
39.
Meters (3 Meters). Coordinate
1
LS
with CVWD on timing to
reconnect same day.
Relocate Salvaged Private Fire
Hydrant and furnish and install
40.
new valve to grade and extend
1
LS
$ Sbo
$ 500
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
$ -t7-7-7
q"?6�
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-ln-
43.
Place, over Rubber Shock
2,786
SF
$ 177
$ L03, oB2 r
Course and Class II Base per
Plan and Specifications (Det C-
11
44.
Construct Play Area Curb with
167
LF
$ jkt "
$
Rebar per Plan Det C-07
45.
Construct Play Area Ramp with
331
SF
$
$
Rebar per Plan Det C-08
Construct Retaining Seat -walls
46.
with Precast Cap, Rebar,
310
LF
$
$
Waterproofing, Stucco, and
Footing per Plan C-10
Furnish and Install 5' HT Steel
47
Fence with Footings per City of
574
LF
$ J tko
,, 11
$ 11 g Zit-"
La Quinta Std. No. 784.1-784.2
,
and Plan
Furnish and Install 5' HT Steel
48.
Single Gate with Footings per
3
EA
$ �,�oo"
$ 11,7m-
Plan C-31
Furnish and Install 5' HT Steel
49.
Double Gate with Footings per
5
EA
$ 5,1 to
$ Zr,,sob"
Plan Det C-30
Furnish and Install Boulder
50.
Edging with Footing per Plan
315
LF
$ 1, t So
$
Det C-09 and C-40
Install City Furnished Play Area
51.
Equipment and Construct
1
LS
$ yot, ota
$ 2,01•o00
Footings per Plan
Furnish and Install Drinking
Fountain, Construct Footing,
52
Furnish and Install Valve, and
3
EA
_
$ 1'5t156
$
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
$ S, 1513J
$-1,200�
Construct Footing per Plan (Det C-
16
Furnish and Install Hot Coal
54.
Receptacle and Construct Footing
2
EA
$ -,, w
_
$
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
1
LS
$ $, Soo"
$ bcFo a —
Construct Footing per Plan (Det
C-17
Install City Furnished Bench
56.
with Back and Construct
18
EA
$
$ 28,E
Footing per Plan Det C-21
Install City Furnished Bench
57.
without Back and Construct
38
EA
$ I ,Soo '
$ 5 7,
Footing per Plan Det C-22
Install City Furnished Curved
1
58.
Bench with Back Mounted on
4
EA
$ 1, Cd�
$
Seat -wall per Plan Det C-20
Install City Furnished Picnic
59.
Table and Construct Footing
23
EA
$ 2,3bo'
$ 52,7oo'
per Plan Det C-23
Furnish and Install Bike Tune-
60.
Up Station and Construct
1
EA
$ lo, Sao'
$
Footing per Plan Det C-18
Furnish and Install BBQ Grill
61.
and Construct Footing per Plan
4
EA
$ ,qSa"
$ 7, $oo
C-15
Furnish and Install Pet Waste
62.
Receptacle and Construct
3
EA
_
$
$ 5,Jot '
Footing per Plan Det C-27
Install City Furnished Hypar
63.
Shade Sail with Posts and
1
LS
$ �00.
'
$ 4ono
Construct Footing per Plan (Det
C-24
Install City Furnished
(nq, o00 "
64.
Playground Shade Sails with
1
LS
$ 'w-
$ (61168O
Posts and Construct Footing
11—Ot
per Plan Det C-25
Install City Furnished
65.
Monoslope Shade Structure
3
EA
$ A -PI , VFW
$ 14 8, Zoo —
and Construct Footing per Plan
Sheet L 2-13
Install City Furnished Curved
66.
Shade Trellis Structure and
4
EA
$
$ g7,
Construct Footing per Plan
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
$
$ 1, C °m
Construct Footing per Plan
Install Salvaged Memorial Tree
_
68.
Plaque with new anchors per
1
LS
$ l ,Sb,:>
$
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"
70.
Surfacing over Existing
Concrete Deck, Including all
2760
SF
$ /
�QQ
$ `t`I, to$O'
Preparation, Void Filling, and
Depth Markers.
71.
Furnish and Construct Concrete
"Kool
3916
SF
$ �Jg l
$ g
with Deck" Surfacing.
Reconstruct Pool Stairs,
72
including all incidentals to
1
LS
$ �5000
$��
complete the work. Demolition
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
$ I f lP
$ 7I, Zoo
Quinta Std. No. 784.1-784.2 per
Plan P3 Det C-09
Construct 6' Tall Splitface CMU
_
74.
Block Wall and Footing per Plan
9.5
LF
$ �o�
$ 5l? °o
P3 Det C-17
75
Furnish and Install Pool Lounge
30
EA
$ l no
$ �,3,000 "
Chair per Plan P3 Det C-10
,
Install City Furnished
76.
Rectangular Shade Trellis
1
EA
$ `C`7, U-
$ —
Structure and Construct
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
$ 2i6Z, °Oa
_
$ '27
Building per Plan
Construct Activity Pool
Complete In -Place, Install City
78
Furnished Vortex Activity Pool
1
LS
$ � $b, 000_
$ low c , o00
Features, and Furnish and
Install Equipment and Signs per
Plan
Construct Existing Pool
Equipment Room Renovations
79
per Plan Including Removing
1
LS
$ Zo�000�
$ 2o,oc
and Replacing Concrete and
Constructing Housekeeping
Pad
Furnish and Install Pool
80.
Equipment, Piping, and
1
LS
$ k70, Ott,v
$ 17c,000
Recirculation per Plan
Install City Furnished Pool
81.
Equipment Building Utility and
1
LS
$ It�3-QpO
$ 1�3.000
Construction Coordination
SITE ELECTRICAL & LIGHTING
Furnish and Install Electrical
82
Meter Pedestal (Including
1
LS
$ ZZ,�oo,
$ 22,000
Quickpad Base and Stainless
Steel Cabinetper Plan
83
Electrical Conduit, Wire, and
1
LS
$ 1 go,000"
$ l G1o�o'
Trenching per Plan — P1
84
Electrical Conduit, Wire, and
1
LS
$ ZS�000�
$ Zrir
Trenching per Plan — P2
85
Electrical Conduit, Wire, and
1
LS
$ e 7, =300�
$
Trenching per Plan — P3
86.
Furnish and Install Emergency
1
LS
$ S, too '
$ Gi,00c —
Shut-off Switch and Timer
87
Furnish and Install Pull Box per
19
EA
$ 28°—
$ 53 20
Plan
88
Furnish and Install Junction Box
73
EA
$ ZED"
$ (`o, 25a�
per Plan
89
Furnish and Install Pedestrian
28
EA
$ 5,000"
$ 14b,000r
Pole 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
$ Lp,toD�
$�'
per Plan
Furnish and Install Parking Lot
91.
Double Head Light with Footing
3
EA
$ p��pp"
$ Z,o, 0M
per Plan
92'
Furnish and Install Bollard Light
39
EA
$ �, aoo
$ I \�, OpD
with Footing per Plan
93'
Furnish and Install Surface
4
EA
_
$ o00
$,000
Mounted Ceiling Down Light
94
Furnish and Install In -Grade
52
EA
$ ,7a� "
$ 78,0
Palm Tree Up Light
95
Furnish and Install In -Grade
55
EA
$ I, -Soo-
$ $2, Soo'
Tree Up Light
96
Furnish and Install Colored
8
EA
$ �oex
$ 24 Cm -
Shade Sail Up Light
97
Furnish and Install Palm Tree
16
EA
$ �, aoo -
$ A& o00
Mounted Up Light
Furnish and Install Mounted
98.
Quad Head Shade Sail
4
EA
$ '2,,oco_
$ 17-,000_
Up/Down Light
Furnish and Install Mounted
99.
Double Head Shade Sail
10
EA
$ '�. aoo -
$ moo, 000 _
Up/Down Light
100
Furnish and Install Mounted
4
EA
$
$ l2, o�
Single Head Down Light
Furnish and Install Palm Tree
101
Mounted Gobo Projector Down
16
EA
$ 12t�
,^
$ cm
`r�
Li ht
Furnish and Install Palm Tree
102
Mounted Down Light - Cyan Color
8
EA
$ -�, 000_
$
Wash
Furnish and Install Trellis Column
_
103
Mounted Up/Down Light -
16
EA
$
$�,000r
Magenta Up/Cyan Down
Furnish and Install Trellis Ceiling
104
Mounted Linear Down Light -
4
EA
_
$ occ
$ IZ, 000
Cyan
LANDSCAPE AND IRRIGATION
105
Soil Prep and Fine Grading -
1 1
1 LS
$
P1
Bid Schedule 1210-9
Addendum 02 — 7/23/2025
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
106
Prep and Fine Grading —
1
LS
p
$ lSao'
$
Poil
107
Prep and Fine Grading —
1
LS
$ y�� "
$
Pail
Furnish and Install Landscape
108
per Plan and Specifications —
1
LS
$ ?,66,Stio
$ 7ito'7', tcxl
P1
Furnish and Install Landscape
_
109
per Plan and Specifications —
1
LS
$
P2
Furnish and Install Landscape
110
per Plan and Specifications —
1
LS
_
$ '7 20
$
P3
111
Furnish and Install Irrigation per
1
LS
$ Z(�,cAo"
$ 7,1t0,60o"
Plan and Sp ecifications — P1
112
Furnish and Install Irrigation per
1
LS
$ "
Zvi, '1,o
b
$2�,5 o—
Plan and Specifications — P2
113
Furnish and Install Irrigation per
1
LS
$
$ 19, Aso
Plan and Specifications — P3
Furnish and Install Boulders per
_
114
Plan — "Copper Canyon", 18" -
69
EA
$ 2,00 "
$ U,700
24"
Furnish and Install Boulder per
115
Plan — "Copper Canyon", 24" —
66
EA
$ �Zo'
$ V ,120
30"
Furnish and Install Boulders per
116
Plan — "Copper Canyon", 30" —
45
EA
$
$ 115,975
36"
117
Install Salvaged Boulders per
21
EA
$
$ �31q "
Plan
118
Lawn — SOD seeded to season
21937
SF
$ l
$
includingover-seeding,
119
90-Day Maintenance Period
1
LS
$ ,coo 3S
$
Total Amount of Bid Items 1 — 119
$
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
A1-1
Transplant Ex. Palm Tree to
19
EA
$ Z„ocA -
$ Cj"],000"
Location Determined in Field
Total Amount of Additive Alternate 1 Bid Items 1 - 1
$ ci7, 000
DEDUCTIVE ALTERNATE NO. 1 - Hvpar Sails
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
Remove Bid Item: Install City
-iOCA
4,obu-
D1-1
Furnished Hypar Shade Sail
1
LS
($ )
($ )
I with Posts per Plan Det C-24
Remove Bid Item: Install City
D1-2
Furnished Playground Shade
1
LS
($ lowo-
($1�9,000- )
Sails with Posts per Plan (Det
C-25
Coordinate and Phase to Allow
D1-3
Great Western to install shade
1
LS
$ zo,000�
$
sails with posts per Plan (Det C-
24 and C-25
Total Amount of Deductive Alternate 1 Bid Items 1 - 3
($
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
($ (P,OM )
($
on sheet 4
Remove Portion of Bid Item: 4"
D2-2
Pedestrian Concrete Pavement
1,475
SF
($ )
_
($ Zo, )
per Plan
Remove Portion of Bid Item:
D2-3
Furnish and Install Boulder
40
LF
I� )
($ '
($ ��►°�� )
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
($ Zpb
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
($ ?,,I )
($ 7,
with Footings per Plan C-31
Remove Portion of Bid Item:
D2-6
Furnish and Install 5' HT Steel
3
EA
($ tF(loo- )
($ 15 ?,ou ` )
'
Double Gate with Footings per
Plan (Det C-30
Remove Portion of Bid Item:
D2 7
Furnish and Install Pet Waste
1
EA
($ job' )
($ I , vim` )
Receptacle and Construct
Footing per Plan (Det C-27
Remove Portion of Bid Item:
D2-8
Lawn - SOD seeded to season
5,500
SF
($ I
including over -seeding
Remove Portion of Bid Item:
D2-9
Landscaping - Dog Park (P1
1
LS
($ I I,bm )
($ I l,oco - )
Sheet 21
Remove Portion of Bid Item:
D2-10
Irrigation - Dog Park (P1 Sheet
1
LS
($ / 1�Dm- )
($ ! g, ovo- )
26
Remove Portion of Bid Item: 90-
D2-11
Day Maintenance Period - Dog
1
LS
($Z, Zon
Park
Total Amount of Deductive Alternate 2 Bid Items 1 - 11
($ ?,,5 7,5' )
Bid Schedule 1210-12
Addendum 02 - 7/23/2025
r19MI IrTIVF Al TFRNATF NO -1 - Plav Area Fnuinment
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
($ 7.01,006l)
($ Zol,000- )
and Construct Footings per
Plan
Coordinate and Phase to Allow
D3-2
Great Western to install Play
1
LS
$ 4-6,Oo®'
$ 4"Dvo—
Area Equipment and Construct
Footings per Plan
Total Amount of Deductive Alternate 3 Bid Items 1 — 2
($ j 6l, o00 ` )
GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Not including
deductive alternates) (Figures):
$ 8, o7a,459. °o
GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Not including
deductive alternates) (Words):
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. Z--? I /� 1.1/
Signature of Bidder (Ink)
Name of Bidder (Printed or Typed)
Bidder Telephone Number
5 c ow 4--0"—
Bidder Email Address
Bid Schedule 1210-13
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.
1. Project Name: l�P f-p, �rz►e-1�
Owner: Cie-
Construction Cost: $ 2105
Construction Time: Calendar Days
Owner's Representative:u
Owner's Telephone No.: 'Jt'7 - 77-7- 2*09 x Z4t
Date of Substantial Completion: Zol -�
2. Project Name: w 6c� A
Owner: Go ..t ty of I21 o 6 si rn,e
Construction Cost: $ 5 • I Z 1, (o 7. 2
Construction Time: (,, Calendar Days
Owner's Representative:. k�N ►-, Q► �-t �E2
Owner's Telephone No.: 7 loo -t, lo� - 252 7
Date of Substantial Completion: L ZZZz- -f-�-
Bidders Experience & Qualifications 1230-1
3. Project Name:
lam- \ \/ f k.., �,
Owner: <--d n gF I
Construction Cost: $ Z, z5bz , I (08
Construction Time: `Z 00
Owner's Representative: 1, a Nt�:a 0 yc—,,o
Owner's Telephone No.: 7(ad - 39( - 4z8
Date of Substantial Completion: 712,i144-
4. Project Name: In c 14 C-7-, w C z Pam_
Owner: C r CK- �� €-� T'-+ - 4-
Construction Cost: $ (, 7a z , Zip
Construction Time:
Calendar Days
Calendar Days
Owner's Representative: �cN N 1 E S r rV (.H-AL--
Owner's Telephone No.: -7 I ri (02 - -2-, �,`( l
Date of Substantial Completion: 1 1 i4 lu
Signed this 28th day of
THREE PEAKS CORP.
Name of Bidder
�1
Signature of Bidder
THREE PEAKS CORP.
Printed Name of Bidder
JULY
941528
Contractor's License No
2025.
1000008140
DIR Reg No.
/z/-3(/Z!
Expiration Date
PRESIDENT
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.
/9,7 w SS+kr-e; S-r
�&C IZESky4e AnrC4,-,t u4 'r ,,Ab "(6 /6o0)0 /lcb�
L+ZrN. k4--f.V14sf f-t96 or
C. ct Ari a*d Io /ONO0193�v
20t /ocx�oh� �o rs
l�tu� .�• 2_z5-s*Lreo t4;txo�, hoc.
2c.6tind,.'4 c ', (°Io f S I7Z /oodM /,kb
Pt 400 l� 1
etH,#Wb, ti3 ''l" I f% m I t� I i 8 3 o f 000 �--2-co a
Signature of Bidder
THREE PEAKS CORP.
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 )
egk , being first duly sworn, deposes and say that he
or she is of -r�?ek�T L--C4�, 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
THREE PEAKS CORP.
Name of Bidder
ERIK SIMMONS, PRESIDENT
Title
07/28/2025
Date
Non -Collusion Affidavit
1250-1
CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202
See Attached Document (Notary to cross out lines 1-6 below)
F� See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary)
Signature of Document Signer No. 1
Signature of Document Signer No. 2 (if any)
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 Calif rnia
County of�J
E•- -, '"F
MICHELLE A. DELAWDER
Notary Public - California
_
Riverside County >
,«a=' My
Commission # 2372833
Comm. Expires Aug 29, 2025
Subscribed and sworn to (or affirmed) before me
3' "
on this IS'' day of Z!T�� y 20 73 ,
by Date Month Year
(1) Ep—\ 1L
(and
cS1 M tk0IQ-3
Name(s) of Signer(s)
proved to me on the basis of satisfactory evidence
Seal
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:
02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5910
SECTION 1260
DIR Project Vendor Information
Vendor Information:
Name: THREE PEAKS CORP.
Address: PO BOX 101
Project Manager: RICHARD ALLEN
Phone: 909-795-1690
City: CALIMESA
ST: CA Zip: 92320
Email: ERIK@THREEPEAKSCORP.COM
CSLB/Certification Number: 941528
Public Works Registration No.: 10000
Classification:
Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum
Cement Masons X Drywall Finisher Drywall/Lathers Electricians V-
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
• 1
• 11 ► 1 ■ ► • ► I I M► •] ;W411 to
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.
ime/Financial Institution (Printed)
By
Printed Name and Title of Person Signing
Federal ID Number for n/a)
Date
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.
r�) A- e,.I—
Russian Aggression Against Ukraine Compliance 1280-1
* Three Peaks Corp.
SECTION 1220
BID GUARANTY BOND
PRINCIPAL, and The Ohio Casualty 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 24th day ofJ 1y
, 2025.
Three Peaks Corp.
Erik Simmons, President
Title of Signatory
��� -4 ':��
Signiture of Principal
P.O. Box 101. Calimesa, CA 92320
Address
The Ohio Casualty Insurance Company
Lawrence F. McMahon, Attorney -in -Fact �JP`0 Po�& py
Title of Signatory Q 0"
0 1919
0
y° H4MP`'a aa�
I /
Seal No. 49"
Signature of buret
790 The City Drive South, Suite 200,Orange, CA 92868
Address
Note: Signatures of those executing for the surety must be properly acknowledged.
Bid Guaranty Bond 1220-1
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 9 of San Diego
On JUL 2 4 2025
Date
personally appeared
before me, John Flores JR.
Insert Name of Notary exactly as it appears on the official seal
Lawrence F. McMahon
Name(s) of
JOHIN' 'OF LOREIS JR.�
COMM. # 2476426
�• NOTARY PUBLIC - CALIFORNIA Q
" SACRAMENTO COUNTY n
FOpN�� COMM. EXPIRES DEC. 14, 2027-
, Notary Public,
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° -
Place Notary Seal Above Signat of Nob_
OPTIONAL
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 the form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Individual
❑ Corporate Officer —Title(s):_
❑ Partner ❑ Limited ❑ General
[� Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
Top of thumb here
Number of Pages:
Signer's Name:
❑ Individual
❑ Corporate Officer —Title(s):
❑ Partner ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
Liberty POWER OF ATTORNEY
Mutual® Liberty Mutual Insurance Company Certificate No: 8213991 - 024019
SURETY The Ohio Casualty Insurance Company
West American Insurance Company
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, Christopher
Conte, Dale G. Harshaw, Geoffrey Shelton, John R. Qualin, Lawrence F. McMahon, Liha De Loera, Maria Hallmark, Minna Huovila, Natassia Kirk- Smith, Ryan
Warnock, Sarah Myers, Tara Bacon
all of the city of San Diego state of CA each individually if there be more than one named, its true and lawful attomey-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 6th day of May 2025
Liberty Mutual Insurance Company
P� [NSU� P�IY INS& a %HSU pq The Ohio Casualty Insurance Company
jro°aeO�rQm Q2-4, �y� MVP=°aPO�rF�n West American Insurance Company
Z U m W o f
1912 o Z 1919 o s 1991 0
W d,�9994CHU`���.daS' y0 HA MPS�� D 'e 1NOIAN,
By:
tv Nathan J. Zangede, Assistant Secretary
r`o State of PENNSYLVANIA
(1) County of MONTGOMERY ss co E
On this 6th day of May 2025 before me personally appeared Nathan J. Zangerle, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
o ip 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
aa) N therein contained by signing on behalf of the corporations by himself as a duly authorized officer. >
6 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— O
co Sp, PAST a O
0o � bpNwF F<' Commonwealth of Pennsylvania -Notary Seal D+=
O
tU 0 ql,� Teresa Pastella, Notary Public OnS
'—
p y ~ U OF Montgomery County E E
My commission expires March 2029 B ^2N
Commission number 71260404 4 Y:
Q%'vSl'INP ��G Member, Pennsylvania Association of Notaries eresa Pastella, Notary Public Q O
qRy Wg o 0
to ` v
w 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 3
O -S Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: a «
a3 ARTICLE IV — OFFICERS: Section 12. Power of Attorney. 0 00
0
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 C: C°
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall -o Co
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 cc tv
Z0 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 m
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. ILL n
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 attorney, 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. Zangerie, Assistant Secretary to appoint such
attorneys -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 attorney 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 24th day of July , 2025 .
I SUR 'SY INS& 1NSUR
�JQ �°aeoagr qy� y1Po0av0g4 �eqy \VP avor�r� yc
1912 � o-A 1919 4 o A 1991 0
rdj199By.
s4c,iu �.da y� 9AraPS��daS� �s �NOIANP' ,da3 Renee C. Llewellyn, Assistant Secretary
ty
LMS-12873 LMIC OCIC WAIC Multi Co 02/24