HomeMy WebLinkAbout2022-07-12 - AGENDA REPORTS - CH RESTROOM REMODEL PHASE II PROJ M1037Agenda Item: 11
1. CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL: �1 A11�44_1)
DATE: July 12, 2022
SUBJECT: CITY HALL RESTROOMS REMODEL, PHASE II, PROJECT M1037
PLANS AND SPECIFICATIONS, AND CONSTRUCTION
CONTRACT
DEPARTMENT: Public Works
PRESENTER: Shannon Pickett
RECOMMENDED ACTION
City Council:
1. Approve the plans and specifications for the City Hall Restrooms Remodel, Phase II, Project
M1037.
2. Award the construction contract to Cybertech Construction Company, Inc., in the amount of
$393,221 and authorize a contingency in the amount of $39,322, for a total contract amount
not to exceed $432,543.
3. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
The City Hall Restrooms Remodel project is broken into two phases and will replace old and
deteriorating tile, paint, counters, urinals, bathroom fixtures, lighting, and partitions in the
bathrooms at City Hall. The existing tile finishes have been in place since the building was
constructed in 1986 and minimal ADA improvements were made approximately seven years
ago. Phase I remodeled restrooms on the third floor and is complete. Phase II will address the
men's and women's restrooms on the first and second floors. Improvements will include new
energy efficient plumbing fixtures, laminate partitions, paint, porcelain floor and wall tile, and
grout. New hands -free fixtures will be installed for the faucets, soap dispensers, and flushing
devices. Existing equipment for paper towel and toilet tissue dispensers, as well as grab bars, will
be replaced with new equipment. All construction will take place after normal business hours.
This project supports the Sustaining Public Infrastructure theme of the City of Santa Clarita's
Page 1
Packet Pg. 111
(City) five-year strategic plan, Santa Clarita 2025.
An invitation to bid was prepared and published twice, on May 17 and May 24, 2022, and posted
on BidNet on May 17, 2022. Four bids were submitted and opened on June 16, 2022. One bid
was withdrawn due to a clerical error. The results are shown below:
Company Location Bid Amount*
Cybertech Construction Co., Inc. Van Nuys, CA $393,221
Summer Systems Valencia, CA $542,767
G2K Construction, Inc. Agoura Hills, CA $680,000
ACRO Constructors Burbank, CA withdrawn
(*Phase II Bid Amount includes the grand total of construction costs and Alternate 1, added costs
for performing construction work after hours.)
Staff recommends awarding the construction contract to Cybertech Construction Co., Inc., the
lowest responsive bidder. The contractor possesses a valid state contractor's license and is in
good standing with the Contractors State License Board. The bid has been reviewed for accuracy
and conformance to the contract documents and was found to be complete.
While the City maintains a Support of Local Businesses policy that can be utilized by the City
Council when warranted, the City is governed by the California Public Contract Code with
regard to public works project procurement. In this type of procurement, the California Public
Contract Code does not permit a city to utilize a Support of Local Businesses policy and instead
requires the contract be awarded to the lowest responsible bidder.
The requested construction contingency will cover the cost of unforeseen site conditions,
potential utility conflicts, and any change order requests made by the City.
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
Adequate funds are available in project expenditure account M1037601-516101 (General Fund -
Capital) to support the recommended contract.
ATTACHMENTS
Location Map
Bid Proposal for Cybertech Construction Company, Inc. (available in the City Clerk's Reading
File)
Page 2
Packet Pg. 112
Ci y `1 SANTA CLARITA
N
Santa Clarita City Hall
A
Restrooms Remodel
Feet
Phase 11 Project M 1037
o 75 150
1 1
i
Street centerlines developed & maintained
by City of Santa Clarita GIS
City Hall Parcel
The City of Santa Clarita does not warrant
Parcel Boundary
the accuracy of the data and assumes no
liability for any errors or omissions.
Map prepared by: City of Santa Clarita
GIS Division
Q:\PR0JECl5\PW\220110e1\City Hall Restrooms Remodel
o
w
U)
UJ
x
_ O
LW
Cn
t �
H
N
W
a'
J
J
Q
�x
a
r
O
V o, —J
C
V
Baca +'
Packet Pg. 113
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
ALTERNATE BID SCHEDULE
Bid # ENG-21-22-M1037B
City Project No. M1037
City Hall Restrooms Remodel, Phase II
City of Santa Clarita, California
Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with
your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit
price shall govern. Do NOT enter this pricing on BidNet.
ALTERNATE 1
ITEM
NO.
DESCRIPTION
CITY
UNIT
UNIT PRICE
TOTAL
1
Extra cost to provide all work after 5:30 p.m.
1
LS
$ 18.72
$ 18,333
TOTAL ALTERNATE BID AMOUNT:
$ 18,333
TOTAL ALTERNATE BID AMOUNT IN WORDS: Eighteen Thousand Three hundred Thirty Three Dollars
The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY.
The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the
entire bid item if they are found not required by the Agency during the course of the construction, or add
new bid items or scope of work by Contract Change Order at any time during the project up to the last
contract working day.
The BIDDER agrees to hold all unit prices in this Alternate Bid Schedule constant throughout the
duration of the project up to the last contract working day.
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
PROPOSAL FORM
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
TO THE CITY OF SANTA CLARITA, AS CITY:
In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials,
equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications,
and contract documents therefore, and to perform all work in the manner and time prescribed therein.
BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications,
INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees
to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER
understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of
the proposal guarantee accompanying this proposal.
BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE
are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the
actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE
AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or
lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of
discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures.
If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the
required contract and filing the necessary bonds and insurance certificates within ten working days after the date of
the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become
the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void.
Company Name: Cybertech Construction Company, Inc
Company Address: 6732 WHITE OAK AVE
VAN NUYS, CA 91406
Phone:
323-810-8164
Email:
info@cybertechconstruction.com
By,
Mehrdad Farkhan
Print Name
Title:
President
A.
Signature:
Date:
06/15/2022
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
PROPOSAL FORM
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
TO THE CITY OF SANTA CLARITA, AS CITY:
In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials,
equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications,
and contract documents therefore, and to perform all work in the manner and time prescribed therein.
BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications,
INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees
to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER
understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of
the proposal guarantee accompanying this proposal.
BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE
are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the
actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE
AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or
lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of
discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures.
If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the
required contract and filing the necessary bonds and insurance certificates within ten working days after the date of
the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become
the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void.
Company Name: Cybertech Construction Company, Inc
Company Address: 6732 WHITE OAK AVE
VAN NUYS, CA 91406
Phone: 323-810-8164
Email: info@cybertechconstruction.com
By, Mehrdad Farkhan
Print Name
Title: President
Signature: It'll
Date: 06/15/2022
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
ALTERNATE BID SCHEDULE
Bid # ENG-21-22-M1037B
City Project No. M1037
City Hall Restrooms Remodel, Phase II
City of Santa Clarita, California
Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with
your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit
price shall govern. Do NOT enter this pricing on BidNet.
ALTERNATE 1
ITEM
NO.
DESCRIPTION
CITY
UNIT
UNIT PRICE
TOTAL
1
Extra cost to provide all work after 5:30 p.m.
1
LS
$
$374,888
TOTAL ALTERNATE BID AMOUNT:
$ 374.888
TOTAL ALTERNATE BID AMOUNT IN WORDS: Three hundred seventy four thousand eight hundred eighty eight dollars
The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY.
The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the
entire bid item if they are found not required by the Agency during the course of the construction, or add
new bid items or scope of work by Contract Change Order at any time during the project up to the last
contract working day.
The BIDDER agrees to hold all unit prices in this Alternate Bid Schedule constant throughout the
duration of the project up to the last contract working day.
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS
1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to
City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you
comply with and agree to be bound by these requirements. If any additional Contract documents are
executed, the actual Indemnity language and Insurance Requirements may include additional provisions
as deemed appropriate by City's Risk Manager.
Questions and requests for modification of these terms must be negotiated and approved prior to bid
submission and are at the full discretion of the City.
2. You should check with your Insurance advisors to verify compliance and determine if additional
coverage or limits may be needed to adequately insure your obligations under this agreement. These are
the minimum required and do not in any way represent or imply that such coverage is sufficient to
adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded
under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements
shall not in any way act to reduce coverage that is broader or includes higher limits than those required.
The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried
by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement,
whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage
required, which are applicable to a given loss, shall be available to City.
3. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory
endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy
endorsements to City before work begins. City reserves the right to require full -certified copies of all
Insurance coverage and endorsements.
I. INDEMNIFICATION:
City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers
(individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person
for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against,
any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens,
levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements
(collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become
subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of
use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the
CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the
negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees,
committed in performing any of the services under this Agreement.
If any action or proceeding is brought against Indemnitees by reason of any of the matters against which
CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be
unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees
are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be
maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The
provisions of this section shall survive the expiration or earlier termination of this agreement.
The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or
acts of omission.
II. INSURANCE
CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited
to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to
provide the above insurance coverage shall provide that said insurance may not be amended or canceled
by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice
of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR
shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts
established.
Liability Insurance
During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General
Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on
account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or
persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the
CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to
protect against loss from liability imposed by law for damages to any property of any person caused
directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the
CITY, or under its control or direction. Such public liability and property damage insurance shall also
provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such
General, Public and Professional liability and property damage insurance shall be maintained in full force
and effect throughout the term of the Agreement and any extension thereof in the amount indicated
above or the following minimum limits:
Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual
Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors'
Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence,
four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form.
Products/Completed Operations coverage shall extend a minimum of three (3) years after project
completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of
the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must
include work performed "by or on behalf' of the CONTRACTOR. Policy shall contain no language that
would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly
excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the
CONTRACTOR.
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
Worker's Compensation Insurance
The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in
the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State
of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and
the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening
to any worker employed by the CONTRACTOR in the course of carrying out the work within the
Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita.
Automotive Insurance
The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement,
and any extension thereof, public liability and property damage insurance coverage for automotive
equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All
such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured.
Builder's Risk
Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain
Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest.
The Builder's Risk coverage shall include the coverages as specified below:
The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and
agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers
shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required
to maintain property insurance for any portion of the Project following transfer of control thereof to CITY.
The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable
to the CITY. The CITY will act as a fiduciary for all other interests in the Project.
Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project.
There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include:
(1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency
in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage
for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities,
fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for
contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless
insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement
value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or
supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any
property or equipment stored either on or off the site or any staging area. Such insurance shall be on a
form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY
prior to commencement of construction.
Fire and Extended Coverage Insurance (Services involving real orooertv only)
CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this
Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance.
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
Pollution Liabilitv and/or Asbestos Pollution Liabilitv and/or Errors & Omissions
Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no
less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year.
Coverage must be included for bodily injury and property damage, including coverage for loss of use
and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way
related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of
contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under
this Agreement, including the transportation of hazardous materials or contaminants.
Professional Liability (if Design -Build)
Professional Liability Insurance, insuring against professional errors and omissions arising from
CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for
each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide
insurance covering claims made as a result of performance of work on this Project and shall maintain such
insurance in effect for not less than three years following final completion of the Project.
Waiver of Subrogation
All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive
subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers
or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these
specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of
recovery against the CITY, and shall require similar written express waivers and insurance clauses from
each of its subconsultants.
Separation of Insureds
A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S
insurance shall apply separately to each insured against whom claim is made or suit is brought, except
with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions.
Pass Through Clause
CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with
the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum
insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and
review all such coverage and assumes all responsibility for ensuring that such coverage is provided in
conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements
with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for
review.
Self -Insured Retentions
Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to
require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance
will not be considered to comply with these specifications unless approved by the CITY.
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
Primary and Additional Insured
All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A
Certificate of Insurance and an additional insured endorsement (for general and automobile liability),
evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be
submitted to the CITY prior to execution of this Agreement on behalf of the CITY.
Requirements
Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this
Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance
from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should
CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the
Agreement immediately with no penalty.
Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration
of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation.
Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements
within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that
there is no lapse in coverage.
If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's
Risk Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be
changed accordingly upon request by the City's Risk Manager.
The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be
construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the
payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities
of any person or persons for which the CONTRACTOR is otherwise responsible.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City.
/���►v . •
Authorized Signature: ./"' � Date. 06/15/2022
Printed Name: Mehrdad Farkhan
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
BIDDER'S INFORMATION AND CERTIFICATION
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, CA
Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury.
EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE
Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under
the requirements of any CITY, State, or Federal equal employment opportunity orders have been
satisfactorily filed, and that no such reports are currently outstanding.
AFFIRMATIVE ACTION CERTIFICATION
Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises
for those portions of the work to be subcontracted, and that such affirmative actions have been fully
documented, that said documentation is open to inspection, and that said affirmative action will remain in
effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action
will be taken to meet all equal employment opportunity requirements of the contract documents.
CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION
By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the
Subcontractor Designations form are the subject of current and active contractor registrations pursuant to
Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's
registration number is indicated below. Subcontractors' registration numbers are indicated on the
Subcontractor Designations form.
Bidder's Name: Cybertech Construction Company, Inc.
Business Address: 6732 WHITE OAK AVE VAN NUYS, CA 91406
Telephone No.: (818)213-0379
State CONTRACTOR's License No. & Class: 921223. B-C8-Cl0-C20
DIR No.: 1000030859
Original Date: 07/01/2021
Expiration Date: 6/30/2022
The following are the names, titles, addresses, and phone numbers of all individuals, firm members,
partners, joint ventures, and/or corporate officers having a principal interest in this proposal:
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
Mehrdad Farkhan, President and Secretary 818-213-0379 2772 Casiano Rd. Los Angeles CA 90077
The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in
this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest
in this proposal was an owner, corporate officer, partner or joint venture are as follows:
N/A
All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this
proposal are as follows:
N/A
IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals
of all aforementioned principals this 15 day of .tune 2022 .
BIDDER: ✓ - `�f""�"
Signature
Mehrdad Farkhan- President
Name and Title of Signatory
Mehrdad Farkhan Cybertech Construction Company, Inc.
Legal Name of Bidder
6732 WHITE OAK AVE VAN NUYS, CA 91406
Add ress
(818)213-0379
Telephone Number
26-1086137
Federal Tax I.D. No.
This document must be notarized prior to submittal.
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
BIDDER'S QUESTIONNAIRE
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
1. Submitted by: cybertecn Construction Company, Inc. Telephone: (81 8)21 3-0379
Principal Office Address: 6732 White Oak Ave., Van Nuys, CA 91406
2. Type of Firm:
❑ C Corporation
® S Corporation
❑ Individual/Sole Proprietor or Single —Member LLC
❑ Partnership
❑ Limited Liability Company "C" C-Corp
❑ Limited Liability Company "S" S-Corp
❑ Limited Liability Company "P" Partnership
❑ Other
3a. If a corporation, answer these questions:
Date of Incorporation: 08/02/2007 State of Incorporation: California
President's Name: Mehrdad Farkhan
Vice -President's Name: Mehrdad Farkhan
Secretary or Clerk's Name: Mehrdad Farkhan
Treasurer's Name: Mehrdad Farkhan
3b. If a partnership, answer these questions:
Date of organization:
State Organized in:
Name of all partners holding more than a 10% interest:
Designate which are General or Managing Partners.
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
4
5
BIDDER'S QUESTIONNAIRE (cont'd)
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
Name of person holding CONTRACTOR'S license: Mehrdad Farkhan
License number: 921223 Class: Expiration
e-ca-coo-cz
Expiration Date: 8/31/2022
D.I.R. Registration # 1000030859
CONTRACTOR'S Representative: Mehrdad Farkhan
Title: President
Alternate:
Title:
6. List the major construction projects your organization has in progress as of this date:
A.
owner: Please see attached.
Project Location: Alhambra Unified School District
Type of Project: Server Room Cooling System Replacement
B.
Owner:
Project Location:
Type of Project: _
C.
Owner:
Project Location:
Type of Project: _
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
CERTIFICATION OF NON -SEGREGATED FACILITIES
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any
of its establishments, and that it does not permit its employees to perform their services at any location,
under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not
maintain or provide for its employees any segregated facilities at any of its establishments, and that it will
not permit its employees to perform their services at any location, under its control, where segregated
facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal
Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any
waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks,
locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or
entertainment areas, transportation, and housing facilities provided for employees which are segregated
by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because
of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical
certifications from proposed subcontractors for specific time periods) it will obtain identical certifications
from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt
from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files.
Cybertech Construction Company, Inc.
BIDDER
Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor —
32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065).
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
DESIGNATION OF SUBCONTRACTORS
Bid # ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render
service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form
with NA. Add addt. sheets if needed.
Subcontractor
GOLDEN SUN ENTERPRISE INC
DIR Registration No.*
1000569894
Dollar Value of Work
75,000
Location and Place of Business
6732 WHITE OAK AVE VAN NUYS, CA 91406
Bid Schedule Item No's:
12
Description of Work
PLUMBING
License No.
1052941
Exp. Date: / /
04/30/2023
Phone ( )
818-727-1082
Subcontractor
DIR Registration No.*
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.*
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the
Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and
qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to
submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract
Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is
awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code.
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
RFrr:Pr:m 'FC
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which bidder
has performed and completed work of a similar scope and size within the past 3 years. If the scope of
work/specifications requests references different than instructions above, the scope of work/specifications
shall govern:
i. Please see attached
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
2.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
3.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
bidder intends to procure insurance bonds:
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
DEBARMENT AND SUSPENSION CERTIFICATION
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated
therewith in the capacity of owner, partner, director, office manager:
is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any
federal AGENCY;
has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY
within past three years;
does not have a proposed debarment pending; and
has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent
jurisdiction in any matter involving fraud or official misconduct within the past 10 years.
If there are any exceptions to this certification, insert the exceptions in the following space.
Exceptions will not necessarily result in denial of award but will be considered in determining bidders'
responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and
dates of action.
The Contractor further certifies that it shall not knowingly enter into any transaction with any subcontractor,
material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from
covered transactions by any federal or state department/agency.
NOTE: Providing false information may result in criminal prosecution or administrative sanctions.
The above certification is part of th Proposal. Signing this Proposal on the signature portion thereof shall
also constitute signat � h" rtification.
Bidder.
Signs ure
Title President
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
This bidder Cybertech Construction Company, Inc. proposed subcontractor , hereby certifies
that it has , has not x participated in a previous contract or subcontract subject to the equal
opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has , has not
x filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a
Federal Government contracting or administering AGENCY, or the former President's Committee on Equal
Employment Opportunity, all reports that are under the applicable filing requirements.
Company: Cybertech Construction Comp ny, Inc
By: Mehrdad Farkhan Ilez•
Title: President
Date: 06/15/2022
Note: The above certification is required by the Equal Employment Opportunity of the Secretary of
Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in
connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth
in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.)
Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their
implementing regulations.
Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract
or subcontract subject to the Executive Orders and have not filed the required reports should note that 41
CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report
covering the delinquent period or such other period specified by the Federal Highway Administration or by
the Director, Office of Federal Contract Compliance, U.S. Department of Labor.
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
This bidder , proposed subcontractor Golden Sun Firm Enterprise, Inc. , hereby certifies
that it has , has not x participated in a previous contract or subcontract subject to the equal
opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has , has not
x filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a
Federal Government contracting or administering AGENCY, or the former President's Committee on Equal
Employment Opportunity, all reports that are under the applicable filing requirements.
Company: Golden Sun Firm Enterprise, Inc.
By: Mohammad Elikaeejfd'
Title: President
Date: 06-17-2022
Note: The above certification is required by the Equal Employment Opportunity of the Secretary of
Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in
connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth
in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.)
Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their
implementing regulations.
Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract
or subcontract subject to the Executive Orders and have not filed the required reports should note that 41
CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report
covering the delinquent period or such other period specified by the Federal Highway Administration or by
the Director, Office of Federal Contract Compliance, U.S. Department of Labor.
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F20hC4
PROPOSAL GUARANTEE BID BOND
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
KNOW ALL PERSONS BY THESE PRESENTS that Cybertech Construction Company, Inc, as BIDDER, and
American Contractors Indemnity Company as SURETY, are held and firmly bound unto the
Ten Percent of the l0°Ao of Bid o
City of Santa Clarita, as CITY, in the penal sum ofTm«1 Amount eid dollars ($ ), which is ten percent (10/)
of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and
SURETY agree to be bound, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the
above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into
by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in
full force and effect in favor of CITY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
15th Day of June 2022.
�� ..
coIVTRAcroR: Mehrdad Farkhan, President
Name and Title of Signatory gna ure
Cybertech Construction Company, Inc.
Legal Name of Bidder
6732 White Oak Avenue, Van Nuys, CA 91406; mfarkhan@cybertechconstruction.com
Bidder Address
(818)330-3379 26-1086137
Telephone Number Federal Tax I.D. No.
American Cont ctors Indemnity Company
SURETY*:
Namel-JgNN McDonough, Attorney -in ct; 18100 Von Karman Avenue, loth Fluor, Irvine, CA 92612, (949) 756-0271
(310) 242-6261; Afeinberg@tmhcc.com
Phone Number and Email
801 South Figueroa Street, Suite 700, Los Angeles, CA 90017
Address
*Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone number for
authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury
Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where
the project is located.
This document must be notarized prior to submittal.
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the Individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Orange
On JUN 1.5 2072 before me, Heather Rose Saltarelh, Notary Public
Date Here Insert Name and True of the Officer
personally appeared Leigh McDonough
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) acted, executed the instrument.
■ <<,,
J f
HEATHER ROSE SALTAiULLI
Notary P .h k • CaCifornia
--.-
Orange County
Commission k 2248219
My Comm. Expires Jul 27, 2422
Place Notary Seal Above
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.
SignatureAM eY1i P0&_aPaW
Signature of Notary Public
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: Document Date.
Number of Pages: _ _ Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: _
Corporate Officer — Title(s):
Partner — Limited General
Individual x Attorney in Fact
Trustee Guardian or Conservator
Other:
Signer is Representing: T,...... _
Signer's Name:
Corporate Officer — Title(s):
Partner — Limited General
Individual Attorney in Fact
Trustee Guardian or Conservator
Other:
Signer Is Representing:.
02014 National Notary Association - www.NationaiNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907
TOK10 MARI N E
HCC
POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding
Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation
and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"). do by these presents make, constitute
and appoint: Jeri Apodaca, Michael D. Parizino, Leigh McDonough, Kim Luu, Reece Joel Diaz,
Rachelle Rheault, Heather Saltarelli or James A. Schaller of Irvine, California
its true and lawful Attorn ey(s)-in -fact, each in their separate capacity if more than one is named above, with full power and authority
hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances,
undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety,
providing the bond penalty does not exceed '*""Three Million****'
Dollars
( "'53,000,000.00`** ). This Power of Attorney shall expire without further action on January 3111, 2024. This Power of Attorney is
granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby
vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the
Company subject to the following provisions:
Attomey-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any
and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents
for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents
canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon
the Company as if signed by the President and sealed and effected by the Corporate Secretary
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any
certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding
upon the Company with respect to any bond or undertaking to which it is attached.
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
23" day of September, 2021
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
State of California
By:
County of Los Angeles >*� 8a �`�'*,�..`� _
Daniel P. Aguilar. Vice President
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
On this 23rd day of September, 2021, before me, D. Littlefield, a notary public, personally appeared Daniel P. Aguilar, Vice
President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty
Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within
instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the
instrument the person, or the entity upon behalf of which the person acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.
WITNESS my hand and offs I seal. D. LI-LEFIELD
l a r+o:�,yp„QIK-callf0„I,
3r LOS Anlefes [wnty
1 rommlSS'1or. k 23 2030 7
Signature Q` (seal) Y Comm. Expires Jan 31, 2021
I, Kio Lo, Assistant Secretary op American Contractors Indemnity Company, Texas Bonding Company, United States Surety
Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power
of Attorney, executed by said Companies, which is still in full force and effect. furthermore, the resolutions of the Boards of Directors,
set out in the Power of Attorney are in full force and effect.
In Witness Whereof, I have hereunto set my han+:i -,rid affixed the seals of said Companies at Los Angeles, California this
day of
Corporate Seals
� ,. pb"3
51
Bond No .yf o" +
"k ,.o.a,.m r
i
Agency No. 17528 tcio Lo, Assi Secretary
1-IMMANPOACW2021
visTfmi�c;.eom7 surety for more information
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
NON -COLLUSION AFFIDAVIT
(Title 23 United States Code Section 112 and Public Contract Code Section 7106)
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
To the CITY OF SANTA CLARITA:
In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the
Bidder declares 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 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.
THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL
ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORMA
PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY
SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION.
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
NON -COLLUSION AFFIDAVIT
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES j
Mehrdad Farkhan being first duly sworn deposes and says that he/she is
the President (sole owner, a partner, president, etc.) of
C bertech Construction Company. Inc. the party making the foregoing bid; that such
bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association,
organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not
directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall
refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements,
communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to
fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any
advantage against the public body awarding the Contract or anyone interested in the proposed Contract;
that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly,
submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date
relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership,
company, association, organization, bid depository, or to any member or CITY thereof, or to any other
individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to
any corporation, partnership, company association, organization, bid depository, or to any member or CITY
thereof, or to any other individual, except to such person or persons as have a partnership or other financial
interest with said BIDDER in his general business. _ R
;. MOHAMMAD ELIKAEE
Vc !c • .._ _ 'a x
Bidder:
Slgnatum My Comm. Expires reo 12, 2026
Title President
This document must be notarized prior to submittal.
QP'y
MOHAMMAD ELINotary Public - CaLos Angeles County F
Commission 4 2393811
Comm, Expires Feb 12, 2026 r
(O�
A CYBERTECH
Construction Company, Inc.
Cybertech Construction Project List (February 2022)
Public Works Proiects
Alhambra Unified School District — TIS Network Operations Center HVAC Project - $333K
(Expected to Start 08-02-2021 to Present)
Scope of work included: Providing all labor, materials, and equipment to perform the scope of
work; site protection outside the work area to avoid unintended damage; demolition of existing
improvements to accommodate the upgrades at the District's Main Office in the Technology
Network Operations Center. Project includes new equipment pads to accommodate two 8-ton
condenser units, Floor mount coil units serving servers, electrical, mechanical, and plumbing
connections, demolition, framing, and other tenant improvements. Eric Espinosa, Facilities and
Construction Manager — (626) 943-6505.
Torrance Unified School District — ETIS Server Room Cooling System Replacement -
$440K (May 19, 2021 to June 2022)
Scope of work included: Providing all labor, materials, and equipment to perform the scope of
work; site protection outside the work area to avoid unintended damage; demolition of existing
improvements to accommodate the replacement of existing server cooling systems. Scope
included: Abatement, Demolition, providing temporary supplemental cooling system, interior
improvements to Data Server Room envelope, including new lighting, new ceiling tiles, gypsum
board, flooring, insulation, patching and repainting. Project includes re -feeding carious existing
electrical panel from existing emergency power panel. Jared Robinson, Facilities Supervisor —
(310) 972-6242.
Redondo Beach Unified School District — Jefferson Elementary School Retaining Wall
Repair - $448K (November 10, 2020 to September 2021)
Scope of work included: Demolish existing failed retaining wall and replace it with a 250-foot
long retaining wall with a height of 2.5' to 9.5' height. Over -excavation and footings required
removal and excavation to a depth of 17 feet. Provided all labor, materials, and equipment to
perform the scope of work; site protection outside the work area to avoid unintended damage;
demolition of existing improvements to accommodate the replacement wall; excavation to
accommodate the installation of the retaining wall; forms, reinforcing steel, concrete, and finish
of the installed wall; storm drain installation; catch basin; restoration of the site to post -
construction activities to provide a complete and functional poured -in -place retaining wall and
related site improvements. Fred Naile, Director of Facilities — (310) 901-8947.
DGS —Van Nuys Office Bldg. STE 303 Remodel - $306K (April 2020 to April 2021)
Scope of work included: Removal of asbestos containing material. Remove and replace interior
finishes, lighting, and electrical receptacles. Install door hardware, data rack, patch panel,
conduits and data cables, server room HVAC unit and balance HVAC system. Michele Leong,
Project Director — (916) 376-5432.
Cybertech Construction, Inc.
6732 White Oak Ave • Van Nuys • California 91406 • USA
Phone: 818-330-3379 • Fax: 818-230-3002 • e-mail: info@cybertechconstruction.com • License # 921223
Commercial • Residential • Government • Solar
DGS - Exposition Park Gates and Kiosks - $880K (June 2020 to March 2021)
Major components of Project Work consist of: Installation of automatic payment kiosks at the
Visitor Parking Structure, installation of automatic parking gates at the Visitor Parking Structure,
and installation of fiber duct bank from Visitor Parking Structure to the Lucas Museum of
Narrative Art parking structure and related work. Micky Chen, Construction Manager — (916)
375-4131.
LACCD — Facilities Planning and Development — Replace Corporate Center Elevator
Controls and Repair Cabs - East Los Angeles College - $1.2MM (Not Started)
The project consists of modernizing three traction elevators with five floors and one hydraulic
elevator in a parking garage of three floors including replacement of controls with non-
proprietary equipment, new motors/gearboxes, and hoistway repairs. The work also includes the
Fire Life Safety work, cabs refurbishment, incidental painting, electrical upgrades, and wall
patching work. Safi Ishrati, Construction Manager — (818) 256-0176.
City of Pasadena — Installation of Restroom Building at Victory Park - $1.345MM (March
2020 — January 2021)
The project includes demolition and removal of the existing restroom building and the
construction of a new restroom building and accessory building, new site
improvements, new sewer, water, and electrical service, and parking lot improvements. The
Work includes, but is not limited to, grading, construction of concrete walkways connecting to
and matching the existing park path system, utility points of connection, provision of temporary
restroom facilities during construction, landscaping and irrigation, site drainage, AC paving,
striping, and hazardous materials abatement. Tiffiny Chen, Construction Manager — (626) 734-
2187.
Community Development Commission Housing — Ocean Park $175K (Feb 2020 to April
2021)
The project included removal of furniture, demo flooring, installation of VCT, LVT, and carpet in
15 apartment units covering more than 12,000 SF. Hermi Supan, Construction Manager — (626)
592-1564.
City of Pasadena — Installation of Restroom Building at Desiderio Park - $450K (2019-
January 2020)
The project included the construction of a 700-square-foot public park restroom providing three
bathroom stalls, one urinal, two sinks, and a storage room. The project also includes site
improvements including concrete walks, landscaping, irrigation, drinking fountains, and bollards.
Jeff Khun, Construction Manager — (626) 379-9174.
LACDA — Avalon Library Courtyard Improvement - $92K (2019)
Remodel of exterior of Avalon Library on Catalina Island. Project Included: Painting, concrete
paving of sidewalks, framing, electrical, outdoor fans, planters, building custom benches,
landscaping, irrigation system and installation of hose bibs. Dan Mendoza, Construction
Manager for LACDA — (626) 437-3586.
LACDA — Avalon Library Interior Improvement - $698,777 (2019)
Complete remodel of the interior library on Catalina Island. Project included: Asbestos
abatement, demolition, new stucco, water proofing, framing, windows and doors, electrical,
lighting controls, plumbing, HVAC, cabinets, carpet, tile and VCT flooring, drywall, painting, low
voltage, T-Bar and acoustical ceiling, insulation, stack systems, and furniture. Dan Mendoza,
Construction Manager for LACDA — (626) 437-3586.
Woodbury University Concrete Repair and ADA Compliance - $27K (2019)
Repave parking lot, restripe, fix and pour new curb, and repair concrete in area opened for
water line repair. Make sure area is graded and stripped to meet ADA requirements. Denver
Johnson, Property Manager for Restoration Management Company — (818) 540-8193
Glendale Unified School District — Verdugo Woodlands ES Cafeteria Wall & Window
Repair - $75K (2019)
Restored cafeteria wall and window damaged by water. Don Jensen, Construction Manager —
(818) 968-2269
Glendale Unified School District — Muir ES Play Area Improvements - $150K (2018)
Built two handball walls and courts, converted part of school yard to artificial turf, upgraded and
installed sprinkler and irrigation system. Armond Mailan, Construction Manager — (818) 669-
2243.
Glendale Unified School District — LED Lighting Upgrade at Various School Sites - $45K
(2018)
Converted all the light fixtures (more than 1,000) at 5 schools to LED. Raymond Mikaily,
Construction Manager — (818) 618-3825
Glendale Unified School District — Franklin Elementary School Window Replacement -
$275K (2018)
Replaced all the windows (60+) of the school. Raymond Mikaily, Construction Manager — (818)
618-3825
Palmdale Unified School District — Joshua Hills ES Future Learning Spaces - $375K
(2018)
Remodel of 4 classrooms. Project included demolition, plumbing, electrical, FRP panels, epoxy
floor, new kitchen equipment installation, HVAC, grease trap, drywall and painting. Tom Brown,
Construction Manager — (661) 373-4312
Palmdale Unified School District - SAGE Academy Kitchen Emergency Kitchen
Restoration - $100K (2018)
Remodel of School kitchen. Project included flooring, drywall, T-bar and acoustical ceilings,
electrical, low voltage, lighting, painting, and flooring. Tom Brown, Construction Manager —
(661) 373-4312
Palmdale Unified School District - SAGE Academy Kitchen Remodel - $175K (2018)
Remodel of School kitchen. Project included demolition, plumbing, electrical, FRP panels, epoxy
floor, new kitchen equipment installation, HVAC, grease trap, drywall and painting. Tom Brown,
Construction Manager — (661) 373-4312
City of Alhambra — Stoneman Ave. Parking Lot Pavement Rehabilitation and LID
Improvements - $150 (2018)
Installed an 8' x 50' stormwater storage and resurfaced 22,000 SF parking lot. Upgraded to
meet ADA codes. Thomas Amare, Construction Manager — (626) 425-8477
Commercial and Multi -unit Construction
7357 Milwood Ave, Canoga Park - $75K (October 2020 — June 2021)
Soft story cantilever retrofit of building. Project includes fabrication and installation of one (1)
W10x100 cantilever, and two (2) W8x48 columns, one (1) W8x48 x 20' Moment Frame Beam,
two drag SDS25312 lines (approximately 40' and 200' long) continuous steel strap, including
templates, anchor bolts. Each column is supported by footing that is 48" x 48" x 24" pad which is
poured beneath a grade beam 36" x 30" x 25' per plans. Scope included, demolition of stucco
per plans, blocking, framing, patching of stucco and painting. Upon demolition of stucco and
paving, it was found that the 3 existing steel columns and wood beam supporting structure were
corroded and dry rotted/termite damaged. New steel posts and glulam beams will be added and
the entire structure will be shored to allow for the additional scope additions. Saeed Banaie,
DSN Group, Inc. — (424) 248-0636
5204 Fallbrook Ave, Woodland Hills - $48K (July 2020 — August 2020)
Soft story Flagpole cantilever retrofit of building. Project includes fabrication and installation of
two (2) W10x100 cantilever columns, field welding of/4" x 5'/2" continuous steel strap, including
templates, anchor bolts. Each column is supported by a footing that is 48" x 48" x 24" pad which
is poured beneath a grade beam that is 36" x 30" x 25' (x 2). Scope included, demolition of
stucco per plans, blocking, framing, patching of stucco and painting. Saeed Banaie, DSN
Group, Inc. — (424) 248-0636
2756 James M Wood, Los Angeles - $825K (March 2020 — December 2020)
Remodel of a 13,000+ SF three-story building plus basement. Remodel includes upgrades to
meet State Fire Marshall Code Requirements. Trades included: Demolition, framing, foundation,
structural upgrades, plumbing, electrical, insulation, drywall, painting, flooring, sprinkler and fire
alarm, 3 story fire escape, steelwork, stucco, ADA site improvements, fencing, landscaping, and
paving. Saeed Banaie, DSN Group, Inc. — (424) 248-0636
Villa Vellerti Homeowner's Association, 4340 Glencoe Ave., Marina Del Rey - $950K
(2019)
Earthquake Retrofitting of 231 Units. Project included demolition, concrete foundation, Hardy
Frames, structural framing, plumbing, drywall, painting and reprogramming garage doors. Erik
Engerbretson, Project Manager for Hi Tech Painting — (562) 357-4991
Villa Vallarta Homeowner's Association, 4549 Alla Rd., Marina Del Rey, CA 90292- $900K
(2018)
Earthquake Retrofitting of 242 Units. Project included demolition, concrete foundation, Hardy
Frames, structural framing, plumbing, drywall, and painting. Erik Engerbretson, Project Manager
for Hi Tech Painting — (562) 357-4991
Santa Monica Apartment Complex Stucco - $10.51K (2019)
Sandblast, waterproof and reapply stucco to 150 LF of wall near garage structure damaged by
water intrusion. Erik Engerbretson, Project Manager for Hi Tech Painting — (562) 357-4991
Villas at Valley Glen Apartment Building Stucco - $250K (2019)
Installation of 65,000 SF of Stucco on new 4 story 77-unit Apartment building. Henry Castro,
Project Manager for Ben Castro Masonry — (562) 357-4991
1415 Gage Avenue Parking Resurfacing and ADA Compliance - $45K (2018)
Repave parking lot, restripe, change signage of shopping center parking lot to meet current
ADA parking requirements. Fara Gabbayan, Property Manager — (310) 345-1784
Residential
15646 Crownridge PI., Sherman Oaks, CA 91403 -$450K (2019-2020)
Remodel home with new open style kitchen, new plumbing, new electrical, remodeled
bathrooms, recessed LED lights, flooring, two new HVAC, 2 tankless hot water heaters, low
voltage, earthquake retrofit to current codes, new windows and doors, hardscape exterior,
stucco, new roof, gutters, new appliances, cabinets, tile, and conversion of garage to ADU.
Farzin Behnezad — Owner — 310-849-3898
1199 Roberto Lane, Los Angeles, CA 90077 - $1.9 MM (2016-2019)
Extensive studs -up remodel and addition to a 2-story hillside home. Scope included all new
electrical, Mechanical, Plumbing, windows, low voltage, and finishes. Exterior work included
expansion of the back yard and side yards, building an infinity pool, fire pit, and logia requiring
drilling of 20 caissons, a 150-foot retaining wall, all new hardscape, and landscaping. Mr. Amin
Mirhadi, Owner — (310) 925-4576
2037 East Ocean Blvd. Newport Beach, CA 92661 - $1.25MM (2015-2017)
Construction of a multimillion 2900 SF ground up three-story home one block from the beach.
The existing house on the lot was abated and demolished. The new house was built according
to the owner and architect's specifications. Mr. Amin Mirhadi, Owner — (310) 925-4576
618 Foothill Road, Beverly Hills, CA 90210 - $750K (2016-2017)
Complete remodel and 1500 SF addition to a 6500 SF home in Beverly Hills. The remodel
included upgrading the foundation, footings, and structure to current earthquake codes. The
home remodel included all new electrical, plumbing, roofing, insulation, low voltage, HVAC, fire
sprinklers, windows, and all finishes to the house. Mr. Hamed Panah, Owner — (310) 722-0299
4951 Enfield Ave., Encino, CA 91316 New Home Construction - $450K (2016-2017)
New construction of a 1900 SF 2 story residence including foundation, framing, insulation,
electrical, cool roof, HVAC, finish work. The new residence consisted of 3 bedrooms, 3.5
bathrooms, tank less water system, and gourmet kitchen. Sufi Yousefi, Owner - (818) 793-7073
20608 Quedo Drive, Woodland Hills, CA 91364 Home Addition - $130k (2015)
New addition of 950 SF on to existing home. Work scope included foundation, framing,
insulation, Electrical, flooring, fireplace, custom cabinetry, windows, French doors, roofing. Mr.
Omar Velasco, Owner (818) 577-0954
6957 Aldea Ave., Van Nuys, CA 91406 Home Remodel — $125K (2014)
Complete Remodel of 2500 SF home including kitchen cabinets and appliances, 2 full
bathrooms, all flooring, windows, doors, HVAC system, appliances, electrical. Project involved
removing walls to create open space layout. Mrs. Shruthi Lax, Owner — (714) 756-0158
Photovoltaic/Solar
616 Foothill Road, Beverly Hills, CA 90210 Solar Panel - $49K (20181
Installation of 10 KW photo voltaic solar electricity generation system including photovoltaic
modules and Optimized Solar Edge Inverter. Mr. Tony Ebrahams, Owner - (310) 666-3610
1006 Chantilly Road, Los Angeles, CA 90077 Solar Panel - $47K (2017)
Installation of 10 KW photo voltaic solar electricity generation system including photovoltaic
modules and Optimized Solar Edge Inverter. Mr. Pedram Fararooy, Owner - (213) 400-4200
1137 South Camden Drive, Los Angeles, CA 90035 Solar Panel - $54K (2016)
Installation of 10 KW photo voltaic solar electricity generation system including photovoltaic
modules and Optimized Solar Edge Inverter. Mr. Babak Larian, Owner - (310) 985-9009
1470 North Kenter Ave. Los Angeles, CA 90049 Solar Panel - $52K (2016)
Installation of 10 KW photo voltaic solar electricity generation system including photovoltaic
modules and Optimized Solar Edge Inverter. Mr. Kevin Hsu, Owner - (310) 210-7778
Public Work Projects Completed by Mehrdad "Mark" Farkhan, as
Project Manager for Golden Sun Firm, Inc.
LAUSD Bernstein High School Career Tech - $713K
Project Manager under Golden Sun Firm responsible for the construction of a complete
broadcast studio, including control room, sound proofing, HVAC, t-bar ceilings, fire alarm and
sprinkler upgrades, lighting, electrical, low voltage, flooring, custom case work. Mr. Cenk
Gumuzscek, PE PMP, LEED Project Execution, Regions 3,4 & 5 — (213) 241-8066
LAUSD Hollywood Culinary Arts - $1.13MM
Project Manager under Golden Sun Firm responsible for construction of classroom and full
commercial grade kitchen. Scope included fire alarm upgrades, HVAC, Electrical, Plumbing,
installation of camera system, PA system, classroom, cold storage, appliances, lighting, low
voltage wiring. Mr. Yag - Division Manager - (213) 241-4702
LAUSD Holmes Elementary School Fire Alarm Upgrade - $149K
Project Manager under Golden Sun Firm responsible for complete upgrade of the school's fire
alarm system. Mr. Enrique Cardona, OAR Project Execution, Sothern Regions — (213) 241-3494
Revere Middle School New Sanitary Building - $667K
Project Manager under Golden Sun Firm responsible for construction of standalone building to
house Male and Female bathrooms. The multi stall bathroom was constructed to meet latest
ADA requirements. Mr. Royce Rippere - OAR Contract Professional - (323) 642-8472
City of Santa Monica Parking LED System - $206K
Project Manager under Golden Sun Firm responsible for changing all existing lighting in parking
structure to new LED lighting system. Mr, Chris Dishlip, PE, PMP — (310) 458-2201
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F20hC4
PROPOSAL GUARANTEE BID BOND
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
KNOW ALL PERSONS BY THESE PRESENTS that Cybertech Construction Company, Inc, as BIDDER, and
American Contractors Indemnity Company as SURETY, are held and firmly bound unto the
Ten Percent of the l0°Ao of Bid o
City of Santa Clarita, as CITY, in the penal sum ofTm«1 Amount eid dollars ($ ), which is ten percent (10/)
of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and
SURETY agree to be bound, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the
above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into
by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in
full force and effect in favor of CITY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
15th Day of June 2022.
�� ..
coIVTRAcroR: Mehrdad Farkhan, President
Name and Title of Signatory gna ure
Cybertech Construction Company, Inc.
Legal Name of Bidder
6732 White Oak Avenue, Van Nuys, CA 91406; mfarkhan@cybertechconstruction.com
Bidder Address
(818)330-3379 26-1086137
Telephone Number Federal Tax I.D. No.
American Cont ctors Indemnity Company
SURETY*:
Namel-JgNN McDonough, Attorney -in ct; 18100 Von Karman Avenue, loth Fluor, Irvine, CA 92612, (949) 756-0271
(310) 242-6261; Afeinberg@tmhcc.com
Phone Number and Email
801 South Figueroa Street, Suite 700, Los Angeles, CA 90017
Address
*Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone number for
authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury
Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where
the project is located.
This document must be notarized prior to submittal.
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the Individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Orange
On JUN 1.5 2072 before me, Heather Rose Saltarelh, Notary Public
Date Here Insert Name and True of the Officer
personally appeared Leigh McDonough
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) acted, executed the instrument.
■ <<,,
J f
HEATHER ROSE SALTAiULLI
Notary P .h k • CaCifornia
--.-
Orange County
Commission k 2248219
My Comm. Expires Jul 27, 2422
Place Notary Seal Above
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.
SignatureAM eY1i P0&_aPaW
Signature of Notary Public
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: Document Date.
Number of Pages: _ _ Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: _
Corporate Officer — Title(s):
Partner — Limited General
Individual x Attorney in Fact
Trustee Guardian or Conservator
Other:
Signer is Representing: T,...... _
Signer's Name:
Corporate Officer — Title(s):
Partner — Limited General
Individual Attorney in Fact
Trustee Guardian or Conservator
Other:
Signer Is Representing:.
02014 National Notary Association - www.NationaiNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907
TOK10 MARI N E
HCC
POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding
Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation
and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"). do by these presents make, constitute
and appoint: Jeri Apodaca, Michael D. Parizino, Leigh McDonough, Kim Luu, Reece Joel Diaz,
Rachelle Rheault, Heather Saltarelli or James A. Schaller of Irvine, California
its true and lawful Attorn ey(s)-in -fact, each in their separate capacity if more than one is named above, with full power and authority
hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances,
undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety,
providing the bond penalty does not exceed '*""Three Million****'
Dollars
( "'53,000,000.00`** ). This Power of Attorney shall expire without further action on January 3111, 2024. This Power of Attorney is
granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby
vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the
Company subject to the following provisions:
Attomey-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any
and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents
for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents
canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon
the Company as if signed by the President and sealed and effected by the Corporate Secretary
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any
certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding
upon the Company with respect to any bond or undertaking to which it is attached.
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
23" day of September, 2021
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
State of California
By:
County of Los Angeles >*� 8a �`�'*,�..`� _
Daniel P. Aguilar. Vice President
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
On this 23rd day of September, 2021, before me, D. Littlefield, a notary public, personally appeared Daniel P. Aguilar, Vice
President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty
Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within
instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the
instrument the person, or the entity upon behalf of which the person acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.
WITNESS my hand and offs I seal. D. LI-LEFIELD
l a r+o:�,yp„QIK-callf0„I,
3r LOS Anlefes [wnty
1 rommlSS'1or. k 23 2030 7
Signature Q` (seal) Y Comm. Expires Jan 31, 2021
I, Kio Lo, Assistant Secretary op American Contractors Indemnity Company, Texas Bonding Company, United States Surety
Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power
of Attorney, executed by said Companies, which is still in full force and effect. furthermore, the resolutions of the Boards of Directors,
set out in the Power of Attorney are in full force and effect.
In Witness Whereof, I have hereunto set my han+:i -,rid affixed the seals of said Companies at Los Angeles, California this
day of
Corporate Seals
� ,. pb"3
51
Bond No .yf o" +
"k ,.o.a,.m r
i
Agency No. 17528 tcio Lo, Assi Secretary
1-IMMANPOACW2021
visTfmi�c;.eom7 surety for more information
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
CERTIFICATION OF NON -SEGREGATED FACILITIES
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any
of its establishments, and that it does not permit its employees to perform their services at any location,
under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not
maintain or provide for its employees any segregated facilities at any of its establishments, and that it will
not permit its employees to perform their services at any location, under its control, where segregated
facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal
Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any
waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks,
locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or
entertainment areas, transportation, and housing facilities provided for employees which are segregated
by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because
of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical
certifications from proposed subcontractors for specific time periods) it will obtain identical certifications
from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt
from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files.
Cybertech Construction Company, Inc.
BIDDER
Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor —
32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065).
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
DESIGNATION OF SUBCONTRACTORS
Bid # ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render
service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form
with NA. Add addt. sheets if needed.
Subcontractor
GOLDEN SUN ENTERPRISE INC
DIR Registration No.*
1000569894
Dollar Value of Work
75,000
Location and Place of Business
6732 WHITE OAK AVE VAN NUYS, CA 91406
Bid Schedule Item No's:
12
Description of Work
PLUMBING
License No.
1052941
Exp. Date: / /
04/30/2023
Phone ( )
818-727-1082
Subcontractor
DIR Registration No.*
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.*
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the
Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and
qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to
submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract
Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is
awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code.
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
DEBARMENT AND SUSPENSION CERTIFICATION
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated
therewith in the capacity of owner, partner, director, office manager:
is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any
federal AGENCY;
has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY
within past three years;
does not have a proposed debarment pending; and
has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent
jurisdiction in any matter involving fraud or official misconduct within the past 10 years.
If there are any exceptions to this certification, insert the exceptions in the following space.
Exceptions will not necessarily result in denial of award but will be considered in determining bidders'
responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and
dates of action.
The Contractor further certifies that it shall not knowingly enter into any transaction with any subcontractor,
material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from
covered transactions by any federal or state department/agency.
NOTE: Providing false information may result in criminal prosecution or administrative sanctions.
The above certification is part of th Proposal. Signing this Proposal on the signature portion thereof shall
also constitute signat �V
h" rtification.
Bidder:
{fr .
Signa f ure
Title President
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
DESIGNATION OF SUBCONTRACTORS
Bid # ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render
service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form
with NA. Add addt. sheets if needed.
Subcontractor
GOLDEN SUN ENTERPRISE INC
DIR Registration No.*
1000569894
Dollar Value of Work
75,000
Location and Place of Business
6732 WHITE OAK AVE VAN NUYS, CA 91406
Bid Schedule Item No's:
12
Description of Work
PLUMBING
License No.
1052941
Exp. Date: / /
04/30/2023
Phone ( )
818-727-1082
Subcontractor
DIR Registration No.*
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.*
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the
Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and
qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to
submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract
Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is
awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code.
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
This bidder Cybertech Construction Company, Inc. proposed subcontractor , hereby certifies
that it has , has not x participated in a previous contract or subcontract subject to the equal
opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has , has not
x filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a
Federal Government contracting or administering AGENCY, or the former President's Committee on Equal
Employment Opportunity, all reports that are under the applicable filing requirements.
Company: Cybertech Construction Company, Inc
By: Mehrdad Farkhan &/V
Title: President
Date: 06/15/2022
Note: The above certification is required by the Equal Employment Opportunity of the Secretary of
Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in
connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth
in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.)
Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their
implementing regulations.
Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract
or subcontract subject to the Executive Orders and have not filed the required reports should note that 41
CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report
covering the delinquent period or such other period specified by the Federal Highway Administration or by
the Director, Office of Federal Contract Compliance, U.S. Department of Labor.
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
NON -COLLUSION AFFIDAVIT
(Title 23 United States Code Section 112 and Public Contract Code Section 7106)
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
To the CITY OF SANTA CLARITA:
In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the
Bidder declares 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 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.
THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL
ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORMA
PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY
SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION.
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
NON -COLLUSION AFFIDAVIT
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES j
Mehrdad Farkhan being first duly sworn deposes and says that he/she is
the President (sole owner, a partner, president, etc.) of
C bertech Construction Company. Inc. the party making the foregoing bid; that such
bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association,
organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not
directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall
refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements,
communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to
fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any
advantage against the public body awarding the Contract or anyone interested in the proposed Contract;
that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly,
submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date
relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership,
company, association, organization, bid depository, or to any member or CITY thereof, or to any other
individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to
any corporation, partnership, company association, organization, bid depository, or to any member or CITY
thereof, or to any other individual, except to such person or persons as have a partnership or other financial
interest with said BIDDER in his general business. _ R
;. MOHAMMAD ELIKAEE
Vc !c • .._ _ 'a x
Bidder:
Slgnatum My Comm. Expires reo 12, 2026
Title President
This document must be notarized prior to submittal.
QP'y
MOHAMMAD ELINotary Public - CaLos Angeles County F
Commission 4 2393811
Comm, Expires Feb 12, 2026 r
(O�
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
BIDDER'S INFORMATION AND CERTIFICATION
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, CA
Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury.
EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE
Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under
the requirements of any CITY, State, or Federal equal employment opportunity orders have been
satisfactorily filed, and that no such reports are currently outstanding.
AFFIRMATIVE ACTION CERTIFICATION
Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises
for those portions of the work to be subcontracted, and that such affirmative actions have been fully
documented, that said documentation is open to inspection, and that said affirmative action will remain in
effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action
will be taken to meet all equal employment opportunity requirements of the contract documents.
CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION
By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the
Subcontractor Designations form are the subject of current and active contractor registrations pursuant to
Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's
registration number is indicated below. Subcontractors' registration numbers are indicated on the
Subcontractor Designations form.
Bidder's Name: Cybertech Construction Company, Inc.
Business Address: 6732 WHITE OAK AVE VAN NUYS, CA 91406
Telephone No.: (818)213-0379
State CONTRACTOR's License No. & Class: 921223. B-C8-C10-C20
DIR No.: 1000030859
Original Date: 07/01/2021
Expiration Date; 6/30/2022
The following are the names, titles, addresses, and phone numbers of all individuals, firm members,
partners, joint ventures, and/or corporate officers having a principal interest in this proposal:
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
Mehrdad Farkhan, President and Secretary 818-213-0379 2772 Casiano Rd. Los Angeles CA 90077
The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in
this proposal, or any firm, corporation, partnership orjoint venture of which any principal having an interest
in this proposal was an owner, corporate officer, partner or joint venture are as follows:
N/A
All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this
proposal are as follows:
N/A
IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals
of all aforementioned principals this 15 day of ,tune 2022 .
BIDDER: r - 1,11J,
Signature
Mehrdad Farkhan- President
Name and Title of Signatory
Mehrdad Farkhan Cybertech Construction Company, Inc.
Legal Name of Bidder
6732 WHITE OAK AVE VAN NUYS, CA 91406
Address
(818)213-0379
Telephone Number
26-1086137
Federal Tax I.D. No.
w ' , MOHAMMAD ELIKAEE
y Notary Public - California N
This document must be notarized -prior to submittal. W Los issionsCcunryCommission 2393811y Comm. Expires Feb 12, 2026
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS
1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to
City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you
comply with and agree to be bound by these requirements. If any additional Contract documents are
executed, the actual Indemnity language and Insurance Requirements may include additional provisions
as deemed appropriate by City's Risk Manager.
Questions and requests for modification of these terms must be negotiated and approved prior to bid
submission and are at the full discretion of the City.
2. You should check with your Insurance advisors to verify compliance and determine if additional
coverage or limits may be needed to adequately insure your obligations under this agreement. These are
the minimum required and do not in any way represent or imply that such coverage is sufficient to
adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded
under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements
shall not in any way act to reduce coverage that is broader or includes higher limits than those required.
The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried
by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement,
whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage
required, which are applicable to a given loss, shall be available to City.
3. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory
endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy
endorsements to City before work begins. City reserves the right to require full -certified copies of all
Insurance coverage and endorsements.
I. INDEMNIFICATION:
City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers
(individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person
for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against,
any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens,
levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements
(collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become
subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of
use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the
CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the
negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees,
committed in performing any of the services under this Agreement.
If any action or proceeding is brought against Indemnitees by reason of any of the matters against which
CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be
unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees
are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be
maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The
provisions of this section shall survive the expiration or earlier termination of this agreement.
The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or
acts of omission.
II. INSURANCE
CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited
to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to
provide the above insurance coverage shall provide that said insurance may not be amended or canceled
by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice
of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR
shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts
established.
Liability Insurance
During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General
Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on
account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or
persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the
CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to
protect against loss from liability imposed by law for damages to any property of any person caused
directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the
CITY, or under its control or direction. Such public liability and property damage insurance shall also
provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such
General, Public and Professional liability and property damage insurance shall be maintained in full force
and effect throughout the term of the Agreement and any extension thereof in the amount indicated
above or the following minimum limits:
Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual
Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors'
Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence,
four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form.
Products/Completed Operations coverage shall extend a minimum of three (3) years after project
completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of
the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must
include work performed "by or on behalf' of the CONTRACTOR. Policy shall contain no language that
would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly
excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the
CONTRACTOR.
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
Worker's Compensation Insurance
The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in
the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State
of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and
the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening
to any worker employed by the CONTRACTOR in the course of carrying out the work within the
Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita.
Automotive Insurance
The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement,
and any extension thereof, public liability and property damage insurance coverage for automotive
equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All
such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured.
Builder's Risk
Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain
Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest.
The Builder's Risk coverage shall include the coverages as specified below:
The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and
agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers
shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required
to maintain property insurance for any portion of the Project following transfer of control thereof to CITY.
The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable
to the CITY. The CITY will act as a fiduciary for all other interests in the Project.
Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project.
There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include:
(1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency
in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage
for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities,
fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for
contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless
insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement
value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or
supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any
property or equipment stored either on or off the site or any staging area. Such insurance shall be on a
form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY
prior to commencement of construction.
Fire and Extended Coverage Insurance (Services involving real orooertv only)
CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this
Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance.
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
Pollution Liabilitv and/or Asbestos Pollution Liabilitv and/or Errors & Omissions
Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no
less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year.
Coverage must be included for bodily injury and property damage, including coverage for loss of use
and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way
related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of
contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under
this Agreement, including the transportation of hazardous materials or contaminants.
Professional Liability (if Design -Build)
Professional Liability Insurance, insuring against professional errors and omissions arising from
CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for
each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide
insurance covering claims made as a result of performance of work on this Project and shall maintain such
insurance in effect for not less than three years following final completion of the Project.
Waiver of Subrogation
All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive
subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers
or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these
specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of
recovery against the CITY, and shall require similar written express waivers and insurance clauses from
each of its subconsultants.
Separation of Insureds
A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S
insurance shall apply separately to each insured against whom claim is made or suit is brought, except
with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions.
Pass Through Clause
CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with
the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum
insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and
review all such coverage and assumes all responsibility for ensuring that such coverage is provided in
conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements
with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for
review.
Self -Insured Retentions
Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to
require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance
will not be considered to comply with these specifications unless approved by the CITY.
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
Primary and Additional Insured
All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A
Certificate of Insurance and an additional insured endorsement (for general and automobile liability),
evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be
submitted to the CITY prior to execution of this Agreement on behalf of the CITY.
Requirements
Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this
Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance
from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should
CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the
Agreement immediately with no penalty.
Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration
of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation.
Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements
within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that
there is no lapse in coverage.
If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's
Risk Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be
changed accordingly upon request by the City's Risk Manager.
The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be
construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the
payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities
of any person or persons for which the CONTRACTOR is otherwise responsible.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City.
Authorized Signature: J"'{°"�r� �✓` Date: 06/15/2022
Printed Name: Mehrdad Farkhan
DocuSign Envelope ID: D831CF37-3AAA-439F-8234-2ACCB5F200C4
RFrr:Pr:m 'FC
Bid #ENG-21-22-M1037B
City Hall Restrooms Remodel, Phase II
City Project No. M1037
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which bidder
has performed and completed work of a similar scope and size within the past 3 years. If the scope of
work/specifications requests references different than instructions above, the scope of work/specifications
shall govern:
i. Please see attached
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
2.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
3.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
bidder intends to procure insurance bonds:
A CYBERTECH
Construction Company, Inc.
Cybertech Construction Project List (February 2022)
Public Works Proiects
Alhambra Unified School District — TIS Network Operations Center HVAC Project - $333K
(Expected to Start 08-02-2021 to Present)
Scope of work included: Providing all labor, materials, and equipment to perform the scope of
work; site protection outside the work area to avoid unintended damage; demolition of existing
improvements to accommodate the upgrades at the District's Main Office in the Technology
Network Operations Center. Project includes new equipment pads to accommodate two 8-ton
condenser units, Floor mount coil units serving servers, electrical, mechanical, and plumbing
connections, demolition, framing, and other tenant improvements. Eric Espinosa, Facilities and
Construction Manager — (626) 943-6505.
Torrance Unified School District — ETIS Server Room Cooling System Replacement -
$440K (May 19, 2021 to June 2022)
Scope of work included: Providing all labor, materials, and equipment to perform the scope of
work; site protection outside the work area to avoid unintended damage; demolition of existing
improvements to accommodate the replacement of existing server cooling systems. Scope
included: Abatement, Demolition, providing temporary supplemental cooling system, interior
improvements to Data Server Room envelope, including new lighting, new ceiling tiles, gypsum
board, flooring, insulation, patching and repainting. Project includes re -feeding carious existing
electrical panel from existing emergency power panel. Jared Robinson, Facilities Supervisor —
(310) 972-6242.
Redondo Beach Unified School District — Jefferson Elementary School Retaining Wall
Repair - $448K (November 10, 2020 to September 2021)
Scope of work included: Demolish existing failed retaining wall and replace it with a 250-foot
long retaining wall with a height of 2.5' to 9.5' height. Over -excavation and footings required
removal and excavation to a depth of 17 feet. Provided all labor, materials, and equipment to
perform the scope of work; site protection outside the work area to avoid unintended damage;
demolition of existing improvements to accommodate the replacement wall; excavation to
accommodate the installation of the retaining wall; forms, reinforcing steel, concrete, and finish
of the installed wall; storm drain installation; catch basin; restoration of the site to post -
construction activities to provide a complete and functional poured -in -place retaining wall and
related site improvements. Fred Naile, Director of Facilities — (310) 901-8947.
DGS —Van Nuys Office Bldg. STE 303 Remodel - $306K (April 2020 to April 2021)
Scope of work included: Removal of asbestos containing material. Remove and replace interior
finishes, lighting, and electrical receptacles. Install door hardware, data rack, patch panel,
conduits and data cables, server room HVAC unit and balance HVAC system. Michele Leong,
Project Director — (916) 376-5432.
Cybertech Construction, Inc.
6732 White Oak Ave • Van Nuys • California 91406 • USA
Phone: 818-330-3379 • Fax: 818-230-3002 • e-mail: info@cybertechconstruction.com • License # 921223
Commercial • Residential • Government • Solar
DGS - Exposition Park Gates and Kiosks - $880K (June 2020 to March 2021)
Major components of Project Work consist of: Installation of automatic payment kiosks at the
Visitor Parking Structure, installation of automatic parking gates at the Visitor Parking Structure,
and installation of fiber duct bank from Visitor Parking Structure to the Lucas Museum of
Narrative Art parking structure and related work. Micky Chen, Construction Manager — (916)
375-4131.
LACCD — Facilities Planning and Development — Replace Corporate Center Elevator
Controls and Repair Cabs - East Los Angeles College - $1.2MM (Not Started)
The project consists of modernizing three traction elevators with five floors and one hydraulic
elevator in a parking garage of three floors including replacement of controls with non-
proprietary equipment, new motors/gearboxes, and hoistway repairs. The work also includes the
Fire Life Safety work, cabs refurbishment, incidental painting, electrical upgrades, and wall
patching work. Safi Ishrati, Construction Manager — (818) 256-0176.
City of Pasadena — Installation of Restroom Building at Victory Park - $1.345MM (March
2020 — January 2021)
The project includes demolition and removal of the existing restroom building and the
construction of a new restroom building and accessory building, new site
improvements, new sewer, water, and electrical service, and parking lot improvements. The
Work includes, but is not limited to, grading, construction of concrete walkways connecting to
and matching the existing park path system, utility points of connection, provision of temporary
restroom facilities during construction, landscaping and irrigation, site drainage, AC paving,
striping, and hazardous materials abatement. Tiffiny Chen, Construction Manager — (626) 734-
2187.
Community Development Commission Housing — Ocean Park $175K (Feb 2020 to April
2021)
The project included removal of furniture, demo flooring, installation of VCT, LVT, and carpet in
15 apartment units covering more than 12,000 SF. Hermi Supan, Construction Manager — (626)
592-1564.
City of Pasadena — Installation of Restroom Building at Desiderio Park - $450K (2019-
January 2020)
The project included the construction of a 700-square-foot public park restroom providing three
bathroom stalls, one urinal, two sinks, and a storage room. The project also includes site
improvements including concrete walks, landscaping, irrigation, drinking fountains, and bollards.
Jeff Khun, Construction Manager — (626) 379-9174.
LACDA — Avalon Library Courtyard Improvement - $92K (2019)
Remodel of exterior of Avalon Library on Catalina Island. Project Included: Painting, concrete
paving of sidewalks, framing, electrical, outdoor fans, planters, building custom benches,
landscaping, irrigation system and installation of hose bibs. Dan Mendoza, Construction
Manager for LACDA — (626) 437-3586.
LACDA — Avalon Library Interior Improvement - $698,777 (2019)
Complete remodel of the interior library on Catalina Island. Project included: Asbestos
abatement, demolition, new stucco, water proofing, framing, windows and doors, electrical,
lighting controls, plumbing, HVAC, cabinets, carpet, tile and VCT flooring, drywall, painting, low
voltage, T-Bar and acoustical ceiling, insulation, stack systems, and furniture. Dan Mendoza,
Construction Manager for LACDA — (626) 437-3586.
Woodbury University Concrete Repair and ADA Compliance - $27K (2019)
Repave parking lot, restripe, fix and pour new curb, and repair concrete in area opened for
water line repair. Make sure area is graded and stripped to meet ADA requirements. Denver
Johnson, Property Manager for Restoration Management Company — (818) 540-8193
Glendale Unified School District — Verdugo Woodlands ES Cafeteria Wall & Window
Repair - $75K (2019)
Restored cafeteria wall and window damaged by water. Don Jensen, Construction Manager —
(818) 968-2269
Glendale Unified School District — Muir ES Play Area Improvements - $150K (2018)
Built two handball walls and courts, converted part of school yard to artificial turf, upgraded and
installed sprinkler and irrigation system. Armond Mailan, Construction Manager — (818) 669-
2243.
Glendale Unified School District — LED Lighting Upgrade at Various School Sites - $45K
(2018)
Converted all the light fixtures (more than 1,000) at 5 schools to LED. Raymond Mikaily,
Construction Manager — (818) 618-3825
Glendale Unified School District — Franklin Elementary School Window Replacement -
$275K (2018)
Replaced all the windows (60+) of the school. Raymond Mikaily, Construction Manager — (818)
618-3825
Palmdale Unified School District — Joshua Hills ES Future Learning Spaces - $375K
(2018)
Remodel of 4 classrooms. Project included demolition, plumbing, electrical, FRP panels, epoxy
floor, new kitchen equipment installation, HVAC, grease trap, drywall and painting. Tom Brown,
Construction Manager — (661) 373-4312
Palmdale Unified School District - SAGE Academy Kitchen Emergency Kitchen
Restoration - $100K (2018)
Remodel of School kitchen. Project included flooring, drywall, T-bar and acoustical ceilings,
electrical, low voltage, lighting, painting, and flooring. Tom Brown, Construction Manager —
(661) 373-4312
Palmdale Unified School District - SAGE Academy Kitchen Remodel - $175K (2018)
Remodel of School kitchen. Project included demolition, plumbing, electrical, FRP panels, epoxy
floor, new kitchen equipment installation, HVAC, grease trap, drywall and painting. Tom Brown,
Construction Manager — (661) 373-4312
City of Alhambra — Stoneman Ave. Parking Lot Pavement Rehabilitation and LID
Improvements - $150 (2018)
Installed an 8' x 50' stormwater storage and resurfaced 22,000 SF parking lot. Upgraded to
meet ADA codes. Thomas Amare, Construction Manager — (626) 425-8477
Commercial and Multi -unit Construction
7357 Milwood Ave, Canoga Park - $75K (October 2020 — June 2021)
Soft story cantilever retrofit of building. Project includes fabrication and installation of one (1)
W10x100 cantilever, and two (2) W8x48 columns, one (1) W8x48 x 20' Moment Frame Beam,
two drag SDS25312 lines (approximately 40' and 200' long) continuous steel strap, including
templates, anchor bolts. Each column is supported by footing that is 48" x 48" x 24" pad which is
poured beneath a grade beam 36" x 30" x 25' per plans. Scope included, demolition of stucco
per plans, blocking, framing, patching of stucco and painting. Upon demolition of stucco and
paving, it was found that the 3 existing steel columns and wood beam supporting structure were
corroded and dry rotted/termite damaged. New steel posts and glulam beams will be added and
the entire structure will be shored to allow for the additional scope additions. Saeed Banaie,
DSN Group, Inc. — (424) 248-0636
5204 Fallbrook Ave, Woodland Hills - $48K (July 2020 — August 2020)
Soft story Flagpole cantilever retrofit of building. Project includes fabrication and installation of
two (2) W10x100 cantilever columns, field welding of/4" x 5'/2" continuous steel strap, including
templates, anchor bolts. Each column is supported by a footing that is 48" x 48" x 24" pad which
is poured beneath a grade beam that is 36" x 30" x 25' (x 2). Scope included, demolition of
stucco per plans, blocking, framing, patching of stucco and painting. Saeed Banaie, DSN
Group, Inc. — (424) 248-0636
2756 James M Wood, Los Angeles - $825K (March 2020 — December 2020)
Remodel of a 13,000+ SF three-story building plus basement. Remodel includes upgrades to
meet State Fire Marshall Code Requirements. Trades included: Demolition, framing, foundation,
structural upgrades, plumbing, electrical, insulation, drywall, painting, flooring, sprinkler and fire
alarm, 3 story fire escape, steelwork, stucco, ADA site improvements, fencing, landscaping, and
paving. Saeed Banaie, DSN Group, Inc. — (424) 248-0636
Villa Vellerti Homeowner's Association, 4340 Glencoe Ave., Marina Del Rey - $950K
(2019)
Earthquake Retrofitting of 231 Units. Project included demolition, concrete foundation, Hardy
Frames, structural framing, plumbing, drywall, painting and reprogramming garage doors. Erik
Engerbretson, Project Manager for Hi Tech Painting — (562) 357-4991
Villa Vallarta Homeowner's Association, 4549 Alla Rd., Marina Del Rey, CA 90292- $900K
(2018)
Earthquake Retrofitting of 242 Units. Project included demolition, concrete foundation, Hardy
Frames, structural framing, plumbing, drywall, and painting. Erik Engerbretson, Project Manager
for Hi Tech Painting — (562) 357-4991
Santa Monica Apartment Complex Stucco - $10.51K (2019)
Sandblast, waterproof and reapply stucco to 150 LF of wall near garage structure damaged by
water intrusion. Erik Engerbretson, Project Manager for Hi Tech Painting — (562) 357-4991
Villas at Valley Glen Apartment Building Stucco - $250K (2019)
Installation of 65,000 SF of Stucco on new 4 story 77-unit Apartment building. Henry Castro,
Project Manager for Ben Castro Masonry — (562) 357-4991
1415 Gage Avenue Parking Resurfacing and ADA Compliance - $45K (2018)
Repave parking lot, restripe, change signage of shopping center parking lot to meet current
ADA parking requirements. Fara Gabbayan, Property Manager — (310) 345-1784
Residential
15646 Crownridge PI., Sherman Oaks, CA 91403 -$450K (2019-2020)
Remodel home with new open style kitchen, new plumbing, new electrical, remodeled
bathrooms, recessed LED lights, flooring, two new HVAC, 2 tankless hot water heaters, low
voltage, earthquake retrofit to current codes, new windows and doors, hardscape exterior,
stucco, new roof, gutters, new appliances, cabinets, tile, and conversion of garage to ADU.
Farzin Behnezad — Owner — 310-849-3898
1199 Roberto Lane, Los Angeles, CA 90077 - $1.9 MM (2016-2019)
Extensive studs -up remodel and addition to a 2-story hillside home. Scope included all new
electrical, Mechanical, Plumbing, windows, low voltage, and finishes. Exterior work included
expansion of the back yard and side yards, building an infinity pool, fire pit, and logia requiring
drilling of 20 caissons, a 150-foot retaining wall, all new hardscape, and landscaping. Mr. Amin
Mirhadi, Owner — (310) 925-4576
2037 East Ocean Blvd. Newport Beach, CA 92661 - $1.25MM (2015-2017)
Construction of a multimillion 2900 SF ground up three-story home one block from the beach.
The existing house on the lot was abated and demolished. The new house was built according
to the owner and architect's specifications. Mr. Amin Mirhadi, Owner — (310) 925-4576
618 Foothill Road, Beverly Hills, CA 90210 - $750K (2016-2017)
Complete remodel and 1500 SF addition to a 6500 SF home in Beverly Hills. The remodel
included upgrading the foundation, footings, and structure to current earthquake codes. The
home remodel included all new electrical, plumbing, roofing, insulation, low voltage, HVAC, fire
sprinklers, windows, and all finishes to the house. Mr. Hamed Panah, Owner — (310) 722-0299
4951 Enfield Ave., Encino, CA 91316 New Home Construction - $450K (2016-2017)
New construction of a 1900 SF 2 story residence including foundation, framing, insulation,
electrical, cool roof, HVAC, finish work. The new residence consisted of 3 bedrooms, 3.5
bathrooms, tank less water system, and gourmet kitchen. Sufi Yousefi, Owner - (818) 793-7073
20608 Quedo Drive, Woodland Hills, CA 91364 Home Addition - $130k (2015)
New addition of 950 SF on to existing home. Work scope included foundation, framing,
insulation, Electrical, flooring, fireplace, custom cabinetry, windows, French doors, roofing. Mr.
Omar Velasco, Owner (818) 577-0954
6957 Aldea Ave., Van Nuys, CA 91406 Home Remodel — $125K (2014)
Complete Remodel of 2500 SF home including kitchen cabinets and appliances, 2 full
bathrooms, all flooring, windows, doors, HVAC system, appliances, electrical. Project involved
removing walls to create open space layout. Mrs. Shruthi Lax, Owner — (714) 756-0158
Photovoltaic/Solar
616 Foothill Road, Beverly Hills, CA 90210 Solar Panel - $49K (20181
Installation of 10 KW photo voltaic solar electricity generation system including photovoltaic
modules and Optimized Solar Edge Inverter. Mr. Tony Ebrahams, Owner - (310) 666-3610
1006 Chantilly Road, Los Angeles, CA 90077 Solar Panel - $47K (2017)
Installation of 10 KW photo voltaic solar electricity generation system including photovoltaic
modules and Optimized Solar Edge Inverter. Mr. Pedram Fararooy, Owner - (213) 400-4200
1137 South Camden Drive, Los Angeles, CA 90035 Solar Panel - $54K (2016)
Installation of 10 KW photo voltaic solar electricity generation system including photovoltaic
modules and Optimized Solar Edge Inverter. Mr. Babak Larian, Owner - (310) 985-9009
1470 North Kenter Ave. Los Angeles, CA 90049 Solar Panel - $52K (2016)
Installation of 10 KW photo voltaic solar electricity generation system including photovoltaic
modules and Optimized Solar Edge Inverter. Mr. Kevin Hsu, Owner - (310) 210-7778
Public Work Projects Completed by Mehrdad "Mark" Farkhan, as
Project Manager for Golden Sun Firm, Inc.
LAUSD Bernstein High School Career Tech - $713K
Project Manager under Golden Sun Firm responsible for the construction of a complete
broadcast studio, including control room, sound proofing, HVAC, t-bar ceilings, fire alarm and
sprinkler upgrades, lighting, electrical, low voltage, flooring, custom case work. Mr. Cenk
Gumuzscek, PE PMP, LEED Project Execution, Regions 3,4 & 5 — (213) 241-8066
LAUSD Hollywood Culinary Arts - $1.13MM
Project Manager under Golden Sun Firm responsible for construction of classroom and full
commercial grade kitchen. Scope included fire alarm upgrades, HVAC, Electrical, Plumbing,
installation of camera system, PA system, classroom, cold storage, appliances, lighting, low
voltage wiring. Mr. Yag - Division Manager - (213) 241-4702
LAUSD Holmes Elementary School Fire Alarm Upgrade - $149K
Project Manager under Golden Sun Firm responsible for complete upgrade of the school's fire
alarm system. Mr. Enrique Cardona, OAR Project Execution, Sothern Regions — (213) 241-3494
Revere Middle School New Sanitary Building - $667K
Project Manager under Golden Sun Firm responsible for construction of standalone building to
house Male and Female bathrooms. The multi stall bathroom was constructed to meet latest
ADA requirements. Mr. Royce Rippere - OAR Contract Professional - (323) 642-8472
City of Santa Monica Parking LED System - $206K
Project Manager under Golden Sun Firm responsible for changing all existing lighting in parking
structure to new LED lighting system. Mr, Chris Dishlip, PE, PMP — (310) 458-2201
ENG-21-22-M1037B - City Hall Restrooms Remodel, Phase II (Closed)
Estimated Contract Value ($450,000.00)
Close
Mobilization / Demobilization, Bonds & Insurance / General C...
$102,000.00
$120,000.00
j $25,500.00
Qty 1 Lump -Sum
Demolition
$32,388.00
$72,000.00
$34,500.00
Qty 1 Lump -Sum
Gyp Board / Cement Backer Board
$25,000.00
$32,000.00
$39,800.00
Qty 1 Lump -Sum
Tile Installationn -Walls and floors
♦ $56,300.00
$107,000.00
$113,350.00
Qty 1 Lump -Sum
Quartz Countertop Installation
♦ $8,200.00
$24,000.00
$18,900.00
Qty 1 Lump -Sum
Painting
♦ $6,000.00
$22,000.00
$25,000.00
Qty 1 Lump -Sum
$33,000.00
$51,000.00
Toilet Compartments ♦ $15,000.00
Qty 1 Lump -Sum
Schluter tile trim
$15,000.00
$1,000001
$22,000.00
Qty 1 Lump -Sum
Restroom Accessories
♦ $5,000.00
$36,000.00
$54,070.00
Qty 1 Lump -Sum
Existing Door resurfacing
$5,000.00
$5,000.00
$9,647.001
Qty 1 Lump -Sum
Electrical / Lighting
$30,000.00
$92,000.00
$41,200.00
Qty 1 Lump -Sum
Plumbing (Toilets, Urinals, Sinks, Faucets, Soap Dispensers) $75,000.00 1 $100,000.00 $73,000.00
Qty 1 Lump -Sum